REQUEST FOR QUOTATION
|
|
|
- Randolf Russell
- 10 years ago
- Views:
Transcription
1 REQUEST FOR QUOTATION PMO Supply of Purified Drinking Water (PMO Building, 104 Gamboa Street, Legaspi Village, Makati City)
2 Table of Contents Definition of Terms 3 Request For Quotation 4 5 Conflict of Interest Policy 6 Documents Comprising The Price Quotation 7 Financial Component / Opening of Price Quotations / Post-Qualification 8 Award of Contract 9 Technical Specifications 10 Sample Forms 12 19
3 Definition of Terms ABC BAC BIR Approved Budget for Contract Bids and Awards Committee Bureau of Internal Revenue Contract The Service Contract to be executed between the PMO and the Participating Service Provider submitting the LCRPQ, which shall be in substantially the form attached as Annex D of RFQ PMO DTI GPPB LCRPQ Omnibus Sworn Statement Participating Provider PhilGEPS PMO Policy Quotation Form RA RFQ RIRR SEC Terms of Reference or TOR Department of Trade and Industry Government Procurement Policy Board Lowest Calculated Responsive Price Quotation The document in substantially the form attached as Annex B of RFQ PMO An independent service provider submitting a price quotation to the PMO under RFQ PMO Philippine Government Electronic Procurement System Privatization and Management Office Conflict of Interest Policy issued by the PMO The document in substantially the form attached as Annex C of RFQ PMO Republic Act Request for Quotation Revised Implementing Rules and Regulations Securities and Exchange Commission The document attached as Annex A of RFQ PMO
4 REQUEST FOR QUOTATION Supply of Purified Drinking Water PMO The Privatization and Management Office (PMO), through its Bids and Awards Committee (BAC), intends to apply the sum of Seventy Thousand Pesos (Php70,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for Supply of Purified Drinking Water (PMO ). Quotations received in excess of the ABC shall be automatically rejected at the opening of price quotations. 2. The PMO-BAC now requests quotations for Supply of Purified Drinking Water for PMO office located at 104 Gamboa Street, Legaspi Village, Makati City. Service providers should (a) be in compliance with all ongoing government and private contracts and (b) have satisfactorily completed, within the last two (2) years from the date of submission and receipt of quotations, at least one (1) contract/purchase order similar to the supply of purified drinking water described herein. 3. The procurement of Supply of Purified Drinking Water (PMO ) will be conducted through Negotiated Procurement under Section 53 of the Revised Implementing Rules and Regulations (RIRR) of Republic Act (RA) 9184, specifically Subsection 53.9, otherwise known as Small Value Procurement. The selection of service providers is restricted to Filipino citizens/sole proprietorship, partnership, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines. 4. Interested service providers may obtain further information from PMO-BAC Secretariat at the 3 rd Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City, from Monday to Friday, 9:00 a.m. to 4:00 p.m. only starting 05 January 2015 or at telephone number The RFQ may be purchased starting 24 December 2014 from Monday to Friday, 9:00 a.m. to 4:00 p.m., from the PMO-BAC Secretariat, 3 rd Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City and upon payment of a non-refundable fee for the RFQ in the amount of Five Hundred Pesos (Php ) to the PMO Cashier located at the 6 th Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City. The RFQ may also be downloaded from the websites of the Philippine Government Electronic Procurement System (PhilGEPS) and PMO, provided that the service provider shall pay the non-refundable fee of Five Hundred Pesos (Php ) for the RFQ not later than the submission of its price quotation. 5. The price quotation must be delivered on or before 5:00 p.m., on 26 January 2015, to the PMO-BAC Secretariat, 3 rd Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City. Please submit your lowest and 4
5 most responsive price quotation together with the RFQ in a sealed envelope marked as follows: The Chairperson PMO-BAC Request for Quotation Supply of Purified Drinking Water (PMO ) Privatization and Management Office 3 rd Floor PMO Bldg., 104 Gamboa St. Legaspi Village, Makati City Please note that price quotations submitted after the abovementioned deadline shall not be accepted. 6. The contract will be awarded to the Participating Service Provider whose price quotation is the most advantageous and responsive to PMO, in accordance with the PMO s judgment and discretion. PMO shall not be bound to accept the lowest or any price quotation, which, in its judgment is, in the ultimate analysis, not advantageous to the government. The PMO-BAC shall not compensate or indemnify any person for any expenses incurred in the preparation of the price quotations. 7. Moreover, the PMO-BAC reserves the right to accept or reject any price quotation, waive any formality in the RFQ, annul the procurement process, reject any or all price quotations at any time prior to contract award, declare the procurement process a failure, without thereby incurring any liability to the affected Participating Service Provider or any person. 8. For further information, please refer to: THE SECRETARIAT PRIVATIZATION AND MANAGEMENT OFFICE BIDS AND AWARDS COMMITTEE (PMO-BAC) for Procurement 104 Gamboa Street, Legaspi Village, Makati City Tel. no Fax No PMO Website: Approved for Publication: ELLEN H. RONDAEL Deputy Privatization Officer and Chairperson, PMO-BAC 5
6 CONFLICT OF INTEREST POLICY 1. In all transactions, the Participating Service Providers, its directors, officers, contractors, consultants and employees, shall not have any interest adverse to those of the PMO or the National Government. 2. The following situations constitute a conflict of interest: (a) Where a director, officer, contractor, consultant or employee of the Participating Service Provider or any party having interest therein, is employed by PMO, and by virtue of which there is an opportunity for preferential treatment to be given in favor of the Participating Service Provider, except if (i) with the knowledge and consent of PMO s top management, or (ii) where such interest in the Participating Service Provider comprises securities in widelyheld corporations, which are quoted and sold in the open market or in private corporations where the interest is not material. (b) When a director, officer, contractor, consultant or employee of the Participating Service Provider, without proper authority, gives or releases to anyone not employed by the PMO any data or information of a confidential nature concerning PMO, such as those relating to plans, prices/valuation, earnings, financial/business forecast, or competitive bids, or to use such information to the advantage of the Participating Service Provider or any of its directors, officers, contractors, consultants or employees, and not in the best interest of PMO, or in violation of the confidentiality provision in the Contract. (c) Where a director, officer, contractor, consultant or employee of the Participating Service Provider offers to any officer or employee of the PMO any amount of money (e.g, commissions, share in the profits, gifts in cash, loans/advances), gift certificates, material services, excessive or extravagant entertainment or travel, gifts of merchandise of more than normal value, for the purpose of obtaining preferential treatment. (d) All other analogous situation disadvantageous to PMO s interest. 3. The Participating Service Provider shall execute and submit a compliance statement attesting that the company, its directors, officers, contractors, consultants and employees, fully understand the stipulations contained in the Policy. Failure to submit the compliance statement shall constitute a violation of the Policy. 4. Failure by the Participating Service Provider, its directors, officers and employee to faithfully comply with the terms and conditions of the Policy shall be cause for PMO to revoke the award of the project without prejudice to any other civil or criminal liability the Participating Service Provider, its directors, officers, contractors, consultants or employees may incur as a result of such breach. 6
7 DOCUMENTS COMPRISING THE PRICE QUOTATION: ELIGIBILITY AND TECHNICAL COMPONENTS The sealed envelope shall contain the following eligibility and technical documents: 1. Eligibility Documents a. Copy of registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives. b. Copy of Mayor s Permit issued by the city or municipality where the principal place of business of the Participating Service Provider is located. c. Statement of all ongoing/and completed government and private contracts within the last two (2) years, including contracts awarded but not yet started, if any. The statement shall include, for each contract the following: (d.1) name of the contract; (d.2) date of the contract; (d.3) amount of contract and value of outstanding contracts; (d.4) date of delivery; and (d.5) end user s acceptance or official receipt(s) issued for the contract, if completed. d. Copies of audited financial statements, stamped received by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions for the last two (2) years from submission of the price quotation. 2. Technical Documents a. Conformity with the Terms of Reference, as provided in Annex A and which form part of the RFQ. b. Omnibus Sworn Statement using the form presented, which is attached as Annex B of the RFQ. 7
8 FINANCIAL COMPONENT 1. The financial component of the price quotation shall contain the Quotation Form (attached as Annex C in accordance with the Request for Quotation (RFQ) 2. All price quotations that exceed the ABC shall not be accepted. 3. Prices quoted by the Participating Service Provider shall be fixed during the service provider s performance of the contract and not subject to variation or price escalation on any account. A price quotation submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected. 4. Price quotations shall be quoted in Philippine Pesos. 5. The price quotation shall remain valid for one hundred twenty (120) calendar days from the date of submission and/or opening of price quotations. OPENING OF PRICE QUOTATIONS 1. The PMO-BAC shall open the price quotations immediately after the deadline for the submission and receipt of price quotations. 2. In accordance with the GPPB Guidelines for Shopping and Small Value Procurement, information relating to the examination, evaluation and comparison of price quotations are to be kept confidential and shall not be disclosed to any other party except to those officially concerned. 3. The PMO-BAC adopts a procedure for ensuring the integrity, security, and confidentiality of all submitted price quotations. POST-QUALIFICATION 1. The Lowest Calculated Responsive Price Quotation shall undergo post-qualification in order to determine whether the Participating Service Provider concerned complies with, and is responsive to, all the requirements and conditions specified in the RFQ. 2. The Successful Service Provider shall be notified in writing that Service Provider has the Lowest Calculated Responsive Price Quotation (LCRPQ), the Participating Service Provider shall submit the following documentary requirements to the PMO-BAC: (a) Tax Clearance; (b) Latest income and business tax returns; (c) Certificate of PhilGEPS Registration; and (d) Other appropriate licenses and permits as may be required by law. 3. Failure to submit the above requirements on time or a finding against the veracity of such shall be ground to disqualify the Participating Service Provider for award. 8
9 AWARD OF CONTRACT 1. The PMO shall award the contract to the Participating Service Provider whose price quotation has been determined to be the LCRPQ. 2. The successful Participating Service Provider shall be notified in writing that its price quotation has been accepted, through a Notice of Award served personally, or sent by registered mail or electronically. 3. At the same time as the PMO notifies the successful Participating Service Provider that its quotation has been accepted, the PMO shall send the Contract to the Participating Service Provider, incorporating therein all agreements made. 4. The PMO shall enter into contract with the successful Participating Service Provider within ten (10) calendar days, provided that all the documentary requirements are complied with. 5. Within three (3) calendar days from the date of approval or signing of the Contract, the PMO shall issue the Notice to Proceed. 6. The Contract effectivity date shall be provided in the Notice to Proceed by the PMO, which date shall not be later than seven (7) calendar days from issuance of Notice to Proceed. 9
10 B. Performance Period and Terms The Participating Service Provider undertakes to perform/deliver the supply of purified drinking water for a period of one (1) year. C. Technical Specifications: ITEM SPECIFICATION STATEMENT OF COMPLIANCE 1 Purified Drinking Water a. Weekly delivery (every Wednesday) of 435 containers of 5 gallons b. Minimum of ten (9) Hot & Cold water dispenser (without additional cost). c. Monthly service & maintenance of water dispensers (without additional cost). d. Change of goods within 24 hours from notice to supplier. 2 Minimum of 17 stages: purification/filtration process; minimum percentage required and accepted by BFAD 3 Shape and Quality of bottle: Round, clean or sterilized and of good quality. CONFORME: (Authorized Signature) (Name and Title of Signatory) (Name of Firm) 10
11 Sample Forms Annex A.. Terms of Reference Annex B.. Omnibus Sworn Statement Annex C.. Quotation Form Annex D.. Service Agreement 11
12 Annex A TERMS OF REFERENCE (TOR) A. Scope of Services The Participating Service Provider undertakes and commits that it will promptly and fully perform/deliver to PMO the Supply of Purified Drinking Water in accordance with the following requirements and specifications of PMO: Description Quantity Total Delivery Supply / delivery of purified drinking water Minimum of at least forty five (43) containers of 5- gallons per week Minimum of 180 containers of 5 gallons per month Weekly (every Wednesday) 12
13 Annex B Omnibus Sworn Statement REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S. A F F I D A V I T I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor of [Name of Participating Service Provider] with office address at [address of Participating Service Provider]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Participating Service Provider] with office address at [address of Participating Service Provider]; 2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Participating Service Provider], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the procurement of [Name of the Project] of the [Name of the Procuring Entity]; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Participating Service Provider] in the procurement process as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture)]; 3. [Name of Participating Service Provider] is not blacklisted or barred from participating in the procurement process by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board; 4. Each of the documents submitted in satisfaction of the requirements under the Request for Quotation is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Participating Service Provider] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. Select one, delete the rest: 13
14 Annex B If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, or the BAC Secretariat, the head of the Project Management Office or the end-user unit, or the project consultants, by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Participating Service Provider] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, or the BAC Secretariat, the head of the Project Management Office or the end-user unit, or the project consultants, by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Participating Service Provider] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, or the BAC Secretariat, the head of the Project Management Office or the end-user unit, or the project consultants, by consanguinity or affinity up to the third civil degree; 7. [Name of Participating Service Provider] has been complying with the existing labor laws and standards and has not been found guilty of any violation for the last two (2) years; and 8. [Name of Participating Service Provider] is aware of and has undertaken the following responsibilities as a Participating Service Provider: a) Carefully examine the Request for Quotation; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the services described in the Contract; c) Make an estimate of the facilities available and needed for the implementation and completion of the services described in the Contract, if any; and d) Inquire or secure Supplemental Bulletin(s) issued for the [Name of the Project]. IN WITNESS WHEREOF, I have hereunto set my hand this day of, 2015 at, Philippines. Participating Service Provider s Representative/Authorized Signatory 14
15 Annex B SUBSCRIBED AND SWORN TO before me this, day of, 2015 at, affiant exhibiting to me his/her valid identification document issued by at, Philippines. (Notary Public) Until PTR No. Date Place TIN Doc No. ; Page No. ; Book No. Series of
16 Annex C Quotation Form Date : RFQ: PMO ELLEN H. RONDAEL Chairperson Privatization and Management Office Bids and Awards Committee 104 Gamboa Street, Legaspi Village, Makati City Dear Ms. Rondael: Having examined the Request for Quotation PMO , the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the project] in conformity with the said Request for Quotation for the sum of [total of Price Quotation in words and figures], inclusive of all taxes. We undertake, if our price quotation is accepted, to perform/deliver the services in accordance with the delivery schedule specified in the Terms of Reference. Until a formal contract is prepared and executed, this price quotation, together with your Notice of Award, shall be binding upon us. We understand that the PMO is not bound to accept the lowest or any price quotation it may have received. We certify/confirm that we comply with the eligibility requirements of the Request for Quotation PMO Done this day of [Authorized Signature] [in the capacity of] Duly authorized to sign Quotation for and on behalf of 16
17 Annex D SUPPLY AGREEMENT KNOW ALL MEN BY THESE PRESENTS: This Service Agreement ( Agreement ) executed and entered unto this day of 2015, Makati City, Philippines, by and between: The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES, through the PRIVATIZATION AND MANAGEMENT OFFICE (PMO), a government agency established under Executive Order No. 323, dated 6 December 2000, with office address at 104 Gamboa St., Legaspi Village, Makati City, represented herein by its Officer-in-Charge, TONI ANGELI V. COO (hereinafter referred to as the PMO ); -and- (Name of Service Provider), a company organized and existing under Philippine laws with business address at represented herein by its,, duly authorized by its Board of Directors as evidenced by a Secretary s Certificate attached hereto as Annex A (hereinafter referred to as the CONTRACTOR ). -WITNESSETH: That WHEREAS, the CORPORATION formally participated in the Request for Quotation for Supply of Purified Drinking Water for one year period, conducted by the PMO Bids and Awards Committee (PMO-BAC) on, 2015 in accordance with Republic Act No and its IRR-A, as amended and was declared to have submitted the Lowest Calculated and Responsive Price Quotation, hence was awarded the contract under PMO BAC Resolution No ; subject to the terms and conditions stated herein; NOW, THEREFORE. for and in consideration of the foregoing premises and of mutual covenants hereinafter set forth, the parties have agreed and bound themselves as follows: 1. The CONTRACTOR shall provide PMO the Supply of Purified Drinking Water. 2. The CONTRACTOR is required to deliver 43 containers of 5 gallons of purified drinking water per week at P and with an option on the part of PMO to place /purchase additional orders at the same price; 3. The CONTRACTOR shall provide ten (10) units of Hot and Cold Dispensers and Containers, free of charge; 4. The CONTRACTOR shall be responsible for the proper care of dispensers and containers assigned at PMO office. Likewise the Supplier shall provide monthly service and maintenance of dispensers, free of charge. In urgent/emergency cases, the Supplier shall provide immediate repair/maintenance within 12 hour notice by PMO, free of 17
18 Annex D charge. Failure of the Supplier in this regard frees PMO from any responsibility on the dispenser concerned; 5. While in the possession of PMO, the latter, shall be liable for the loss of any dispenser and/or container. The liability of PMO, if any, shall in no case be more than the current market value of the lost dispenser and/or container less the depreciation cost; 6. The CONTRACTOR is engaged by PMO for a period of One (1) year from receipt of Notice to Proceed. Notwithstanding the said fixed duration, PMO may at any time terminate this contract earlier than the agreed period for justifiable reason by providing thirty (30) days written notice to the Contractor prior to the effective date of termination. This agreement shall be automatically renewed under the terms and conditions on a month to month basis but not to exceed six (6) months from the date of expiration of this Agreement subject to written confirmation of both parties; 7. The PMO shall pay the Contractor the amount equivalent to the actual number of bottles of purified water delivered thirty (30) days from receipt of billing, provided that Provision No. 4 above is duly performed. IN WITNESS WHEREOF, both parties hereunto set their hands this day of 2015 at Makati City. PRIVATIZATION AND MANAGEMENT OFFICE (Name of Service Provider) By: TONI ANGELI V. COO BY: Officer-In-Charge SIGNED IN THE PRESENCE OF: 18
19 Annex D ACKNOWLEDGEMENT REPUBLIC OF THE PHILIPPINES ) CITY OF MAKATI ) S.S. BEFORE ME, a Notary Public personally appeared: Name Valid Identification Document Date/Place Issued TONI ANGELI V. COO (in her capacity as Officer-In-Charge of the Privatization and Management Office) (Name of Service Provider) (in her capacity as _(designation) of Corporation) Both known to me and known to be the same persons who executed the foregoing agreement and they acknowledge to me that the same is their own free and voluntary act and deed and of the principals they represent. I further certify that this instrument refers to Supply of Purified Drinking Water Agreement consisting of four (3) pages, including this page bearing the acknowledgement, duly signed by the parties, and their witnesses on each and every page thereof. WITNESS MY HAND AND SEAL at the place on the date aforementioned. Doc No. Page No. Book No. Series of
FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK
Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-14 Revised on: May 24, 2004 FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK A. Summary of the Applicant Supplier
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV) PROCUREMENT OF GOODS AND SERVICES FOR THE GOVERNMENT COMMON PLATFORM ENTERPRISE BUSINESS INTELLIGENCE TOOLS AND APPLICATIONS
PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)
DEPARTMENT OF FINANCE PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP) ITB NO. 2014-02 (C) (RE-BID) TABLE OF CONTENTS
Procurement of CONSULTING SERVICES
Republic of the Philippines Department Of Environment and Natural Resources FOREST MANAGEMENT BUREAU FMB Bldg. Visayas Avenue, Diliman, 1100 Quezon City Tel. No.: (632)927-4788/ Fax No.: (632) 920-0374
Procurement of CONSULTING SERVICES
PHILIPPINE BIDDING DOCUMENTS Procurement of CONSULTING SERVICES Government of the Republic of the Philippines Fourth Edition December 2010 Preface These Philippine Bidding Documents (PBDs) for the procurement
PROVISION AMENDMENT/S
GPPB Resolution ORIGINAL PROVISION AMENDMENT/S Comment/s 08-2011 Section 1.5 Annex E of the IRR of RA 9184 In claiming for any Variation Order, the contractor shall, within seven (7) calendar days after
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4iGOV) Supplemental Bid Bulletin No. 1
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4iGOV) After considering the queries, clarifications, recommendations and suggestions made during the Pr e- Bid Conference
Philippine Bidding Documents Procurement of ESET NOD32 Anti-Virus 4 Business Edition
Philippine Bidding Documents Procurement of ESET NOD32 Anti-Virus 4 Business Edition The Government of the Republic of the Philippines Third Edition September 2009 TABLE OF CONTENTS SECTION I. INVITATION
1. Technical Offer Submission Sheet
8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV) Procurement of Goods and Services for the Government Common Platform Enterprise Business Intelligence Tools In relation
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
BID BOND CITY OF EAST POINT, GEORGIA
BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point
Supply, Delivery, Installation and Configuration of Anti- Virus Software for the Insurance Commission
PHILIPPINE BIDDING DOCUMENTS Supply, Delivery, Installation and Configuration of Anti- Virus Software for the Insurance Commission Government of the Republic of the Philippines Insurance Commission Project
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
This page left blank intentionally
ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY
GUIDELINES FOR LEGAL ASSISTANCE AND INDEMNIFICATON OF BIDS AND AWARDS COMMITTEE (BAC) MEMBERS AND ITS SUPOPRT STAFF
GUIDELINES FOR LEGAL ASSISTANCE AND INDEMNIFICATON OF BIDS AND AWARDS COMMITTEE (BAC) MEMBERS AND ITS SUPOPRT STAFF 1. SCOPE These guidelines shall govern the indemnification package for public officials
Negotiated Procurement for the Supply, Delivery and Installation of Various Network Security Tools
Negotiated Procurement for the Supply, Delivery and Installation of Various Network Security Tools Department of Science and Technology INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE BIDS AND AWARDS
During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
Invitation to Bid (ITB) PR No. 15-014: Web Application Firewall (Web Application Security System) Date Time Venue
printablebidnoticeabstract https://www.philgeps.gov.ph/gepsnonpilot/tender/printablebidno... 1 of 1 7/27/2015 9:36 AM Help Bid Notice Abstract Invitation to Bid (ITB) Reference Number 3311506 Procuring
ARTICLES OF INCORPORATION
ARTICLES OF INCORPORATION OF KNOW ALL MEN BY THESE PRESENTS: That we, all of legal age, citizens and residents of the Republic of the Philippines, have this day voluntarily associated ourselves together
INSTRUCTIONS for COMPLETING COLLECTION AGENCY BOND APPLICATIONS
INSTRUCTIONS for COMPLETING COLLECTION AGENCY BOND APPLICATIONS NOTE: This application must be completed by all appropriate signatories simultaneously. New Jersey statutes (N.J.S.A. 45:18 et seq.) dictates
DEPARTMENT OF FINANCE PROCUREMENT OF ENTERPRISE IDENTITY MANAGEMENT AND ACCESS CONTROL SOLUTION FOR 400 USERS OF THE DEPARTMENT OF FINANCE
DEPARTMENT OF FINANCE PROCUREMENT OF ENTERPRISE IDENTITY MANAGEMENT AND ACCESS CONTROL SOLUTION FOR 400 USERS OF THE DEPARTMENT OF FINANCE May 2015 ITB NO. 2015-7-G TABLE OF CONTENTS SECTION I. INVITATION
Exhibit D CONTRACT DOCUMENTS
Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED
CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE
CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE CONTENTS Informational Letter City of Fairfax Telecommunications Code, Ordinance &
PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05.
PAYMENT/PERFORMANCE BOND STATE OF ) COUNTY OF ) ss This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05. Surety Name: Bond Number: Contractor Name: Owner
(As Harmonized with Development Partners) SUPPLY AND DELIVERY OF ENTERPRISE DOCUMENT MANAGEMENT SYSTEM
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of GOODS SUPPLY AND DELIVERY OF ENTERPRISE DOCUMENT MANAGEMENT SYSTEM Reference No. PB150921-RM29/PR Nos. CISIT-15-000094023
Expedited Dispute Resolution Bond (P3 Form)
Expedited Dispute Resolution Bond (P3 Form) Bond No. KNOW ALL WHO SHALL SEE THESE PRESENTS: THAT WHEREAS, (the "Owner") has awarded to (the "Obligee"), a Public-Private Agreement (the PPA ) for a project
How To Pay A Contract With Neustar
Neustar Referral Partnership Agreement This NEUSTAR REFERRAL AFFILIATE PARTNERSHIP AGREEMENT ( Agreement ) is made and entered into between Neustar, Inc. a Delaware Corporation, located at 46000 Center
STATE OF NORTH CAROLINA AGREEMENT COUNTY OF WAKE
SURETY AGREEMENT Instrument prepared by: Raleigh City Attorney's Office Brief Description for Index: Access Agreement Tax Identifier Number: Wake County Courthouse Mail After Recording to: City Clerk's
Section I. Invitation to Bid
Bidding Documents for the SUPPLY AND DELIVERY OF VARIOUS NETWORK SECURITY EQUIPMENT ABC: P 26,000,000.00 Bid Reference No. BAC4IGOV-2014-12-001 DECEMBER 2014 Issued by Department of Science and Technology
PHILIPPINE BIDDING DOCUMENTS
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) FLEET CARD PROGRAM FOR THE PROCUREMENT OF GASOLINE, DIESEL, FUELS AND LUBRICANTS FOR THE DOTC CENTRAL OFFICE Government of the Republic
Revised January 2011. You must submit with the application the following documentation:
Charlie A. Dooley County Executive Sheryl L. Hodges, D.E., P.E., L.P.G. Director MECHANICAL LICENSING Guidelines for completing the Application for Contractor License Contractor License Categories: Mechanical,
PHILIPPINE BIDDING DOCUMENTS
Republic of the Philippines Department of Labor and Employment OVERSEAS WORKERS WELFARE ADMINISTRATION OWWA Center Bldg., F.B. Harrison St., Cor. 7 th St., Pasay City Tel Nos. 891-7601 to 24 PHILIPPINE
Sewage Sludge Utilization Performance Bond
Sewage Sludge Utilization Performance Bond Total Sum of the Performance Bond (the Bond ) Bond. No. This Bond assures performance for Sewage Sludge Utilization Permit(s) ( Permit for Permits ) No(s). authorizing
REQUEST FOR QUOTE VENDING MACHINE SERVICES RFQ-1
REQUEST FOR QUOTE VENDING MACHINE SERVICES 2011 RFQ-1 REQUEST FOR QUOTE VENDING MACHINE SERVICES The Township of Winslow is seeking sealed quotes for VENDING MACHINE SERVICES for the Township of Winslow.
#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of
HOW TO OBTAIN A NEW CONTRACTOR LICENSE
HOW TO OBTAIN A NEW CONTRACTOR LICENSE These instructions apply to new licenses only. If you wish to add a classification or a qualifying party to an existing license, please see HOW TO ADD A CLASSIFICATION
Appendix F Subdivision Street Construction Applications and Forms
Appendix F Subdivision Street Construction Applications and Forms Subdivison Street Construction Process: Applicant submits the following: o Copy of the recorded record plan o Approved construction drawings
Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital
Appendix 3 Bidding Documents for Procurement of Consulting Services for the Conduct of Feasibility Study for Establishment and Management of Sarangai Level 3 Hospital Provincial Government of Sarangani
DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT
DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT This GUARANTEE AGREEMENT dated as of [DATE] (this Agreement) is made by
PART I - Eligibility Documents. 1 P a g e
PROPOSED PORT ZONE DELINEATION (PZD) SURVEY FOR PORTS UNDER PMO-ZAMBOANGA Zamboanga, Pagadian, Malangas, Basilan (Isabela City), Ipil, Margosatubig, Lintugop, Olutanga(Solar), and Balas PART I - Eligibility
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
PLEDGE OF SHARES OF STOCK. This Agreement (hereinafter, the Pledge ) is made and entered into this day of in Makati City, by and between:
KNOW ALL MEN BY THESE PRESENTS: PLEDGE OF SHARES OF STOCK This Agreement (hereinafter, the Pledge ) is made and entered into this day of in Makati City, by and between: with address at (hereinafter referred
MAINTENANCE AND PERFORMANCE BONDS
MAINTENANCE AND PERFORMANCE BONDS CITY OF AUSTELL MAINTENANCE BOND FOR SUBDIVISION KNOWN ALL MEN BY THESE PRESENTS, that Subdivider,, (hereinafter called the Principal), as Principal and, a corporation
MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION ELECTRONIC SIGNATURE AGREEMENT
CCO Form: DE06 Approved: 02/14 (AR) Revised: Modified: MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION ELECTRONIC SIGNATURE AGREEMENT THIS AGREEMENT is entered into by the Missouri Highways and Transportation
IRREVOCABLE LETTER OF CREDIT REIMBURSEMENT AGREEMENT
4/1/2015 IRREVOCABLE LETTER OF CREDIT REIMBURSEMENT AGREEMENT THIS AGREEMENT, dated as of, is between, an institution organized and existing under the laws of having its principal office at (the Customer
REQUIREMENTS FOR AGENT S APPLICATION FOR LICENSE
REQUIREMENTS FOR AGENT S APPLICATION FOR LICENSE INDIVIDUAL 1. Duly accomplished application form 2. Latest Income Tax Return (ITR) 3. Latest Privilege Tax Receipt 4. Five (5) Copies of 1x1 colored pictures
Self-Insurance Package for a Corporation
Self-Insurance Package for a Corporation Bureau of Motor Vehicles Financial Responsibility Section P.O. Box 68674 Harrisburg, PA 17106-8674 Phone: (717) 783-3694 www.dmv.pa.gov PUB 618 (12-15) Preface
Bidding Documents for the
Bidding Documents for the One Year Preventive Maintenance and Repair Services Various Precision Air Conditioning Unit (PACU) and Air Conditioning Unit (ACU) ABC: Php 1,400,000.00 Bid Reference No. ICTOBAC-PACU-2015-10-015
BPI SECURE PAY ecommerce MERCHANT AGREEMENT
BPI SECURE PAY ecommerce MERCHANT AGREEMENT KNOW ALL MEN BY THESE PRESENTS: This BPI Secure Pay ecommerce Merchant Agreement ( Agreement ) entered into by and between: BANK OF THE PHILIPPINE ISLANDS, a
NEW JERSEY BOARD OF PUBLIC UTILITIES. ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS
NEW JERSEY BOARD OF PUBLIC UTILITIES ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS All applications submitted to the New Jersey Board of Public Utilities must be completed and include
Manila REQUEST FOR QUOTATION
Republic of the Philippines Department of Finance INSURANCE COMMISSION 1071 United Nations Avenue Manila REQUEST FOR QUOTATION The Insurance Commission invites all interested suppliers, which are registered
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
Department of Commerce
Department of Commerce COMMONWEALTH OF THE NORTHERN MARIANA ISLANDS Caller Box 10007 CK, Saipan, MP 96950 Telephone: (670) 664-3064/3000 Fax: (670) 664-3067 Email: [email protected] Website: www.commerce.gov.mp/
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")
NC General Statutes - Chapter 44A Article 3 1
Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation
City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
Supply and Delivery of Tablet Computers for the. National Economic and Development Authority (NEDA)
PHILIPPINE BIDDING DOCUMENTS Supply and Delivery of Tablet Computers for the National Economic and Development Authority (NEDA) National Economic and Development Authority 2015 TABLE OF CONTENTS Section
Request 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
ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
Exhibit 3 to the Security Agreement Document 13 Contract No. FIRST PREFERRED FLEET MORTGAGE. THIS FIRST PREFERRED FLEET MORTGAGE, dated by, a
Exhibit 3 to the Security Agreement Document 13 Contract No. FIRST PREFERRED FLEET MORTGAGE THIS FIRST PREFERRED FLEET MORTGAGE, dated by, a (the "Shipowner" and "Mortgagor") located at, to the UNITED
1 Eligibility Criteria
1 Eligibility Criteria 1.1. The following persons/entities shall be allowed to participate in the bidding for Consulting Services: (d) (e) Duly licensed Filipino citizens/sole proprietorships; Partnerships
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
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
Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department
Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part
REPUBLIKA NG PILIPINAS KAGAWARAN NG PANANALAPI KAWANIHAN NG INGATANG-YAMAN (BUREAU OF THE TREASURY) INTRAMUROS, MANILA 1002 NOTICE OF AWARD
Funding the Republic REPUBLIKA NG PILIPINAS KAGAWARAN NG PANANALAPI KAWANIHAN NG INGATANG-YAMAN (BUREAU OF THE TREASURY) INTRAMUROS, MANILA 1002 November 16, 2012 NOTICE OF AWARD Unit 726 Mega Plaza Building
Ohio Department of Transportation
Ohio Department of Transportation 1980 West Broad Street, Columbus, Ohio 43223 Office of Contracts February 1, 2008 1525 DITMORE STROLL NEWARK, OH 43055 Re: Project Number 080088 Dear Contractor: This
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
PERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we,
PERMIT BOND ONE LOCATION LIABILITY KNOW ALL PERSONS BY THESE PRESENTS, that we, hereinafter referred to as the Principal, and hereinafter referred to as the (or Sureties ) are held and firmly bound to
SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and
SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name
PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and
(Multiple Wells) Bond No. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (bonding
SUPPLY, DELIVERY, INSTALLATION AND CONFIGURATION OF VARIOUS NETWORK SECURITY HARDWARE. Bid Reference No.: BAC4IGOV-2015-10-044
SUPPLY, DELIVERY, INSTALLATION AND CONFIGURATION OF VARIOUS NETWORK SECURITY HARDWARE Bid Reference No.: Approved Budget for the Contract: PhP41,000,000.00 Department of Science and Technology INFORMATION
ANNEX 1: CHECKLIST OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS
ANNEX 1: CHECKLIST OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS PROJECT LOCATION OWNER DESIGN AND BUILD OF THE MARINA CENTRAL OFFICE BUILDING Bonifacio Drive corner 20 th Street, Port Area, Manila
State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division
State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division CLEET Private Security Division Ada, Oklahoma 74820-0669 (405) 239-5100 Dear Agency Applicant: Thank
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)
Performance Bond KNOW ALL PERSONS BY THESE PRESENTS, that we: as Principal, (Legal title of the ) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety) (Street, City, State, Zip Code)
Proper Procedures to Make Business Permit Changes
Proper Procedures to Make Business Permit Changes Board approval to make changes to a business permit depends upon: A properly completed Application to Make Business Permit Changes accompanied by the appropriate
HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM
HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and
FOR INFORMATION PURPOSES ONLY
On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered
NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT
1 NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP NOTICE SUBSCRIPTION AND SHAREHOLDERS AGREEMENT This policy is issued by your risk retention group. Your risk retention group may not
CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND
CALIFORNIA TRANSPORTATION COMMISSION WSSED BY DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND FEB 2 4 2010 1.1. WHEREAS the Design-Build Demonstration Program was established
COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND
(Rev 03/02) Page 1 of 6 COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, the Contractor ( Principal ) whose principal place of business is located at and ( Surety
Draft 12/23/04 XXXX FUNDING AGREEMENT BETWEEN XXXX. and CITY/TOWN TO SUPPORT AFFORDABLE HOUSING AT X HOUSE
Draft 12/23/04 XXXX FUNDING AGREEMENT BETWEEN XXXX. and CITY/TOWN TO SUPPORT AFFORDABLE HOUSING AT X HOUSE This AGREEMENT made as of, 2005 by and between XXXX, Incorporated, a not-forprofit corporation
REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES
BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.
Building Division. Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio 44484 Office: (330)841-2916 Fax: (330)841-2614
Building Division Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio 44484 Office: (330)841-2916 Fax: (330)841-2614 CONTRACTOR REGISTRATION (Shall be typed or neatly printed)
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
corporation with its principal place of business in the City of
TEXAS DEPARTMENT OF INSURANCE Division of Workers Compensation Self-Insurance Regulation MS-60 7551 Metro Center Dr., Ste 100 Austin, Texas 78744-1645 (512) 804-4775 FAX (512) 804-4776 www.tdi.texas.gov
PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions
PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids
BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
OFFICE OF THE ATTORNEY GENERAL SDCL 37-34-3 BUYING CLUB BOND INSTRUCTIONS
OFFICE OF THE ATTORNEY GENERAL SDCL 37-34-3 BUYING CLUB BOND INSTRUCTIONS No bond form other than the one provided by the Office of Attorney General (hereinafter ATG) will be approved by the Attorney General
QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI
TM REF: RD171/13 TM Quotation 142/13 QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI Date Published: 18 th October 2013 Closing Date: 29 th October 2013 at 10:00am CET
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
TRANSPORTATION SERVICES AGREEMENT
TRANSPORTATION SERVICES AGREEMENT This Transportation Services Agreement (the AGREEMENT") is entered into by ( Customer ) and between Company shall mean RSI Relo, Inc., Relocation Services International,
