PURCHASING DEPARTMENT SW 104 Street, Room 9254 Miami, FL INVITATION TO BID ITB

Size: px
Start display at page:

Download "PURCHASING DEPARTMENT 11011 SW 104 Street, Room 9254 Miami, FL 33176 INVITATION TO BID ITB 2014-3-22"

Transcription

1 PURCHASING DEPARTMENT SW 104 Street, Room 9254 Miami, FL INVITATION TO BID ITB (PROVIDE AND DELIVER AMMUNITION FOR THE SCHOOL OF JUSTICE) DUE ON FRIDAY, APRIL 25, 2014 at 3:00 P.M. Roman Martinez, MPA, CPPO, CPPB Purchasing Department, Group Director ITB Provide and Deliver Ammunition Page 1 of 23

2 ITB (PROVIDE AND DELIVER AMMUNITION FOR THE SCHOOL OF JUSTICE) 1. Miami Dade College is soliciting bids for the Purchase and Delivery of Ammunition for the School of Justice as specified herein. 2. Bid responses are due on FRIDAY, APRIL 25, 2014 at 3:00 P.M. and must be submitted in a sealed envelope prior to the due date and time specified to: Miami Dade College Kendall Campus Purchasing Department SW 104th Street, Bldg. 9, Room 9254 Miami, FL LATE BIDS WILL NOT BE ACCEPTED AND WILL BE RETURNED TO THE BIDDER UNOPENED. 3. All questions and/or inquiries pertaining to this bid must be addressed to: Maureen Hansraj, Buyer Purchasing Department Phone: mhansraj@mdc.edu Contact with other Miami Dade College employee is strictly prohibited. If the Bidder, Bidder s Staff or anyone affiliated with the Bidder contacts any College Employee other than the Purchasing Department staff listed above, the Bidder will be disqualified from this solicitation. 4. Bidders shall not alter or recreate any of the bid forms provided in this bid document. An Equal Access/Equal Opportunity College ITB Provide and Deliver Ammunition Page 2 of 23

3 SECTION 1 GENERAL TERMS AND CONDITIONS 1. BID PREPARATION: a. Bidders are required to submit one (1) Original and one (1) Copy of their bid response. The copy must be an exact duplicate of the original bid submitted. Each bid response must be stapled. Do not submit loose pages. b. BIDDER IDENTIFICATION: Bidders must state their legal name and the company s legal name in which the company conducts business. Failure to indicate the EXACT legal name(s) may rule the bid irregular. An unsigned bid is considered a No Bid. c. INSTRUCTIONS TO BIDDERS define general conditions of the bid. SPECIAL CONDITIONS defined elsewhere in the bid supersede requirements of INSTRUCTIONS TO BIDDERS when the two are in conflict. d. INVITATION TO BID defines items to be purchased, and must be completed in duplicate and submitted. Bidder's name MUST appear on EACH page. 1. ITEM SPECIFICATIONS: Specifying of a certain brand, make or manufacturer is to denote the quality, type and standard of the article desired, and articles offered must be of equal or superior grade. On blank lines provided, the bidder must insert the brand name, manufacturer's number, and any other information necessary to sufficiently identify articles offered. Failure to do so may prevent consideration of the item. 2. PRICES: The bidder shall quote a net unit price only for each item; but the College reserves the right to award on a unit basis, or on any combination of units, or, if an Alternate Bid is invited, on such terms as are specified for the Alternate Bid. All prices bid shall include delivery F.O.B. Miami, all cartage, drayage, packing, etc., delivered to and unloaded at the receiving station at the site designated and there received by the designated agent of the College. Discounts will not be considered; and the College is exempt from all Federal Excise Taxes and State Sales Taxes. (Note: Federal Excise Tax Exemption Certificates will be furnished on request). The College's State of Florida Sales Tax Exemption Number is C BID SUBMITTAL: a. BID ENVELOPE: Bids must be submitted in sealed envelopes to the College and marked with the Bid Title and Number. b. PLACE, DATE AND HOUR: Bids shall be submitted to Miami Dade College, Purchasing Department, SW 104 Street, Miami, Florida 33176, no later than the date and time specified in the INVITATION TO BID. 3. BID SAMPLES: a. If samples are required, specific instructions will be given in the Invitation to Bid Form. b. IDENTIFICATION. Each sample shall be identified with the (1) Bidder's name, (2) Bid Number, (3) Item Number, (4) Product Trade Name and Number. c. PAYMENT FOR SAMPLES. The College will buy no samples and will assume no cost incidental thereto, d. RETURN OF SAMPLES. Samples not destroyed in testing may be claimed by unsuccessful bidders 14 days after bid award date, and by successful bidders 14 days after final payment. The College will assume no responsibility for samples not claimed within the time specified, and it will pay for no samples damaged in testing. 4. CHANGE OR WITHDRAWAL OF BIDS: a. PRIOR TO BID OPENING: Should a Bidder desire to change or withdraw their bid, the bidder shall do so in writing addressed to the contact person for this bid prior to the due date and time specified. The Bidder's name and the Bid Number must appear on the envelope. b. AFTER BID OPENING: After bids are opened, bids may not be changed; and cannot be withdrawn for 45 days after the advertised opening date, unless otherwise specified on the INVITATION TO BID. ITB Provide and Deliver Ammunition Page 3 of 23

4 5. REJECTION OF BIDS: a. The College reserves the right to reject any or all bids. 6. AWARDS: a. BASIS OF AWARDS: The recommendations of the Purchasing Department are based on an evaluation of bids submitted. Awards will be made by the District Board of Trustees, to the lowest responsive, responsible bidder consistent with receiving maximum value for money expended. The College reserves the right to award to more than one vendor depending on pricing and to ensure availability of product. b. INCREASE OR DECREASE IN BID QUANTITY: At the time of award, and with mutual consent of the Purchasing Department and the vendor, the quantity of any item(s) included in the bid may be increased or decreased. c. OFFICIAL AWARD DATE: Awards become official at 9:00 A.M. on the second day following the award by the College. d. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE: Bid Bonds when required, shall be submitted with the bid in the amount specified. Bid bonds will be returned to unsuccessful bidders. When a performance bond or certificate of insurance is requested and after acceptance of bid, the Purchasing Department will notify the successful bidder to submit a performance bond and certificates of insurance in the amount specified in the Notes Section of this Invitation to Bid Form. Upon receipt of the performance bond, the bid bond will be returned to the successful bidder. Bidders, in lieu of a bond may submit a cashier's check, certified check or other acceptable document in the amount stated in the bid document. All Surety Companies are subject to College approval and may be rejected by the College without cause, in the same manner that bids may be rejected. Release of the performance bond or check will be made when all merchandise or work has been accepted and invoices have been approved for payment. e. DEFAULT: In the event that the successful bidder refuses to accept the purchase order, then he shall pay to the District Board of Trustees as liquidated damages an amount equal to 25 percent of the unit price bid times the quantity, or $50.00, whichever is the larger amount. The bidder in question who fails to pay the penalty within 15 days after it is invoked shall lose eligibility to transact business with the Board for a period of one (1) year after the bid awarded date. 7. GENERAL REQUIREMENTS: a. INSPECTION DURING MANUFACTURE: The College reserves the right to have inspectors on the premises of manufacturers during the manufacture of any products being furnished under the contract or as long as may be considered necessary by the College, all expenses of Inspectors to be paid by the College. b. PACKAGING: 1. TYPE: If packaging is different from that specified, the bidder must note the manner and amounts in which packaging is to be made; otherwise the successful bidder shall furnish packaging as specified. All packaging, wrapping and bundling shall be adequate to insure that materials will be received in undamaged condition. The College assumes no responsibility for damages of any kind incurred in transit. 2. CONTAINER IDENTIFICATION: The following identification shall be printed, stenciled or legibly written in a conspicuous location on each shipping container: (a) Bid number, (b) Contractor's Name and-or Trademark, (c) Names(s) of Item(s) contained (d) Item Number(s) with Quanity(ies). c. DELIVERY: unless otherwise specified, deliveries shall be made between the hours of 7:30 A.M. and 3:30 P.M. except on Saturdays, Sundays, or Holidays, when all offices are closed. Merchandise shall be delivered to and unloaded at the receiving station at the site designated in the INVITATION TO BID FORM and there received by the designated agent of the College. One copy of the invoice or a Delivery Ticket, showing Item(s), Price(s), and Bid Number and-or Purchase Order Number must accompany delivery of merchandise. d. RECEIVING INSPECTION AND TESTING: The College reserves the right to reject any and all materials delivered which in the opinion of the College, or its authorized agent, do not comply with all bid requirements; and all materials so rejected shall be removed and replaced promptly by the bidder at no cost to the College. e. INVOICES: Unless otherwise specified, two copies of the invoice must be sent to the Accounts Payable Department, Miami Dade College, S.W. 104th Street, Miami, Florida Invoices must be those of the bidder and must show Item(s), Price(s), and Bid Numbers and-or Purchase Order Number. f. PAYMENT: Unless otherwise indicated, payment will be made on or before 45 days after delivery, inspection, and acceptance by the College. Payment will be made only to the bidder, g. The attached HEALTH, EDUCATION & WELFARE Form No. 429 "Nondiscrimination in Employment" is considered to be an integral part of the specifications of this bid. THE COLLEGE MAY REJECT ANY BID FOR FAILURE BY THE BIDDER TO COMPLY WITH ANY REQUIREMENT STATED ABOVE, OR IN THE INVITATION TO BID FORM, OR IN ATTACHMENTS WHICH BECOME PART OF THE BID. ITB Provide and Deliver Ammunition Page 4 of 23

5 SECTION 2 SPECIAL CONDITIONS 1. PURPOSE: The purpose of this solicitation is to establish a contract for the Purchase and Delivery of Ammunition for the School of Justice on an as needed basis. 2. TERM OF CONTRACT: FIXED PERIOD ONE (1) YEAR The term of this contract shall be for a one (1) year period. The contract shall commence on the first calendar day of the month after approval, unless otherwise stated, and shall expire on the last day of the one year period. 3. OPTION TO RENEW: FOUR (4) YEARS WITH PRICE ADJUSTMENT Upon completion, or prior to, of the initial term of this contract, the College shall have the option to renew this contract for an additional four (4) years period on a year-by-year basis. The initial contract prices resultant from this solicitation shall prevail for a one (1) year period from the contract s initial effective date. Prior to completion of each exercised contract term, the College may consider an adjustment to price based on changes in the Producer Price Index Industry Data latest issue by the contract s renewal date, and as published by the U.S. Dept. of Labor, Bureau of Labor Statistics, Washington, DC, under Series ID: PCU ; for the industry All Other Fabricated Metal Product Mfg. It is the vendor s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor s request for adjustment should be submitted 90 days prior to expiration of the then current contract term. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the College will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The College reserves the right to reject any price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a College prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the College. Should the vendor decline the College s right to exercise the option period, the College may consider the vendor in default which decision may effect that vendor s eligibility for future contracts. If multiple vendors are involved under a given contract, any options to renew will be restricted to the specific items initially awarded to any specific vendor. 4. PRICES SHALL BE FIXED AND FIRM FOR THE TERM OF CONTRACT: If the vendor is awarded a contract under this solicitation, the prices bided by the vendor(s) shall remain fixed and firm during the term of the contract. 5. SHIPPING TERMS: F.O.B. DESTINATION Bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to and accepted by an authorized College representative. The delivery location and contact persons for this bid are as follows: Miami Dade College North Campus, School of Justice N.W. 27 th Avenue Building 8000, Room 8103 Miami, FL Contact Persons: 1 st - Patrick Shugrue, pshugrue@mdc.edu 2 nd - Shawnee Fross, sfross@mdc.edu ITB Provide and Deliver Ammunition Page 5 of 23

6 6. DELIVERY TIME: Bidders shall indicate in the space provided the number of days required for complete delivery after receipt of purchase order. This may be a consideration in evaluating this bid. Number of Days Required to Complete Delivery: 7. AWARD OF ITEMS: The College reserves the right to award this bid to the lowest responsive, responsible bidder, best unit price bidder or to reject any and all bids or any portions of this bid; or to waive any minor informality or technicality in the bids received. Additionally, the College reserves the right to award multiple contracts under this bid solicitation or may award the bid to a sole bidder and negotiate a contract that would be in the best interest of the College. The College reserves the right to add or delete any item during the term of the contract as it deems necessary. 8. UNIT COSTS: While it is the College s intent to purchase all of the items provided in the technical specifications, the unit cost provided on the bid document shall be utilized not only to verify the lowest bidder but in the event it becomes necessary to increase or reduce the quantity purchased. The bid should be presented on a line item basis with each different type of ammunition and supplies broken down per case price. 9. PURCHASE OF OTHER ITEMS NOT LISTED WITHIN THIS SOLICITATION: While the College has listed all major items within this solicitation which are utilized by the School of Justice in conjunction with their operations, there may be similar items that must be purchased by the College during the term of this contract. Under these circumstances, a College representative will contact the primary vendor to obtain a price quote for the similar item(s). If there are multiple vendors on the contract, the College representative may also obtain price quotes from these vendors. The College reserves the right to award these similar items to the primary contract vendor, another contract vendor based on the lowest price quoted, or to acquire the items through a separate solicitation. 10. EQUIPMENT AND SUPPLIES SHALL BE NEW AND WARRANTED AGAINST DEFECTS: The vendor hereby acknowledges and agrees that all ammunition and supplies requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the equipment and supplies supplied to the College by the vendor are found to be defective or do not conform to specifications: (1) the supply or equipment may be returned to the vendor at the vendor s expense and the contract cancelled or (2) the College may require the vendor to replace the items at the vendor s expense. 11. LICENSED: The College will only consider offers from bidders who are legally licensed and authorized by the proper Federal and/or State authorities to engage in the business of selling and distributing firearms and ammunition. As such, the College requires that all vendors who respond to this solicitation, must submit a copy of their business license and the relevant documentation, as evidence that they are legally authorized by Federal and/or State regulating agencies to engage in the business of selling and distributing ammunition and supplies. 12. PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of $10,000 for a period of 36 months from the date of being placed on the convicted vendor list. As per State of Florida Statute (2) (a). ITB Provide and Deliver Ammunition Page 6 of 23

7 13. NOTICE OF AWARD DECISION OR INTENDED DECISION PROTEST: Notices of decision or intended decision to recommend or reject bids will be posted at the Purchasing Department and on the Purchasing Department s website at: on Friday, May 2, In the event that an unsuccessful Bidder desires to protest the College s notice of intended decision to award or reject bids, the adversely affected bidder shall be required to comply with Miami Dade College Bid Protest Procedures, a copy of which is available from the Purchasing Department, including, without limitation, filing a notice of protest with the Director of Purchasing in writing within seventy-two (72) hours after the posting or, in the case of a mailing or hand delivery, within 72 hours after receipt of the notice of intended decision, and filing a formal written protest within 10 calendar days after the date the notice of protest is filed. Failure to file a protest within the time prescribed herein, which complies with Section 120, 53 (5), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 14. BID DOCUMENT PROTEST: All Bidders are required to thoroughly review the bid document within a reasonable time after receipt. Any concerns or comments relating to the bid documents shall be brought to the attention of the Director of Purchasing, in writing promptly after receipt of the documents. However, if the bidder desires to protest the bid, or any of the specifications, requirements, or procedures thereof, the bidder will require to comply with Miami Dade College Bid Protest Procedures, a copy of which is available from the Director of Purchasing, within seventy-two (72) hours after receipt of the bid documents. Failure to comply with this procedure will constitute a waiver by the bidder of any right to later protest on the basis or the form, content and substance, including without limitation, the specifications, requirements or procedures, of the bid documents. 15. BID DUE DATE / SUBMITTAL: Bid responses are due on Friday, April 25, 2014 at 3:00 p.m. Bids must be received in the Purchasing Department prior to the due date and time specified. Late bids will not be accepted and will be returned to the bidder unopened. The time received will be determined by the time clock located in the Purchasing Department. Bidders must submit one (1) Original and one (1) Copy of their bid response in a sealed envelope to: Miami Dade College Kendall Campus Purchasing Department SW 104th Street, Bldg. 9, Room 9254 Miami, FL CONTACT PERSON: For any additional information regarding the terms and conditions of this solicitation and resultant contract, contact, Maureen Hansraj, Buyer, Phone: , mhansraj@mdc.edu Contact with other Miami Dade College employee(s) is strictly prohibited without written authorization from the Purchasing Department. If any individual is in doubt regarding the true meaning of any part of the bid or technical specifications, the individual may submit a request for an interpretation or correction thereof not later than seven (7) consecutive days before the bid due date. 17. ADDENDUM(S): Any interpretation or correction to the technical specifications or bid documentation will be made in writing by an addendum which will be posted on the College s Purchasing website at: It is the Bidder s responsibility to check the website for any addendum(s) issued. The College is not responsible for any addendum(s) issued that the Bidder did not receive. Bidders must acknowledge receipt of any addendum(s) issued by signing and returning the Acknowledgement of Addenda, Form 3, with their bid response. ITB Provide and Deliver Ammunition Page 7 of 23

8 18. SMALL LOCAL BUSINESS ENTERPRISE POLICY AND PROCEDURE: The Board of Trustees approved the new Small Local Business Enterprise (SLBE) Policy VI-4 on July 21, (See Attached Policy) This solicitation reflects refinement and evolution of our ongoing strategic commitment to economic revitalization of our community through partnerships which foster growth and development of small and local businesses. These vendors provide goods, services, employment and careers for the College s graduates. In accordance with the College s SLBE Procedure No. 6550, establishing specific procedures the College may utilize any one of the three requirements: 1) Mandatory Subcontracting, 2) Preference Points, or 3) Sheltered Markets incentives, to encourage qualified small businesses to contract with the College. The College, at its discretion and based on the nature of the service may implement one of these initiatives in this contract process. To learn more about this policy please visit the Minority and Small Business Enterprise Office website at: BUSINESS DESIGNATION: For informational purposes, Bidders shall indicate their business designation below: Minority Business: Small Business: If yes, enter Business Designation: Yes No Yes No 20. DISCLOSURE: Prospective bidders shall describe and explain on the Disclosure Form provided, Form 5, any public filings such as pending litigation, major disputes, contract defaults, bankruptcy filings or any other public filing documentation filed within the last 2 years. Name the litigants involved and the month and year the case or claim was filed, venue and a full description of the claims raised in the litigation. If there is no litigation or any other public filing submitted by your company within the last two (2) years, Bidders must provide a notarized statement stating that fact. Miami Dade College Purchasing Department reserves the right to request additional information for clarification purposes. 21. CONFLICT OF INTEREST: In order to eliminate any conflict of interest in making awards, the MIAMI DADE COLLEGE District Board of Trustees has requested all bidders to provide the following information concerning their principal interests. Principal interests are defined as follows: a. Sole Proprietorship: Owner: b. If Partnership: Names of Partners: c. If Corporation: President or Chief Executive Officer: ITB Provide and Deliver Ammunition Page 8 of 23

9 22. BIDDER S CONTACT: Bidders must indicate the primary contact person for this bid: Name: Title: Office Phone: Cell Phone: Fax Number: Address: 23. TERMINATION FOR CONVENIENCE: Miami Dade College may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful bidder/proposer of such termination, which shall become effective thirty (30) days following receipt by bidder/proposer of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the College. If the Agreement is terminated by Miami Dade College as provided in this section, the College shall compensate the successful bidder/proposer in accordance with the Agreement for all services actually performed by the successful bidder/proposer and reasonable direct costs of successful bidder/proposer for assembling and delivering to Miami Dade College all documents. No compensation shall be due to the successful bidder/proposer for any profits that the successful bidder/proposer expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the Miami Dade College's liability to the successful bidder/proposer upon a termination as provided for in this section. 24 TERMINATION FOR DEFAULT: If through any cause within the reasonable control of the successful bidder/proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, Miami Dade College shall there upon have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder/proposer of such termination which shall become effective upon receipt by the successful bidder/proposer of the written termination notice. In that event, Miami Dade College shall compensate the successful bidder/proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the College as a consequence of the default. Notwithstanding the above, the successful bidder/proposer shall not be relieved of liability to Miami Dade College for damages sustained by the College by virtue of any breach of the Agreement by the bidder/proposer, and the College may reasonably withhold payments to the successful bidder/proposer for the purposes of set off until such time as the exact amount of damages due the College from the successful bidder/proposer is determined. 25. NON-APPROPRIATIONS: Any contract entered into by The College resulting from this bid, shall be subject to cancellation without damages or further obligation when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period or appropriated year. In the event that funds are not appropriated, the Bidder shall not prohibit or otherwise limit The College s right to pursue and contract for alternate solutions and/or remedies as deemed necessary by The College to conduct its affairs. ITB Provide and Deliver Ammunition Page 9 of 23

10 26. REFERENCES: A list of three business/professional references shall be submitted with your bid response. The references should be agencies your firm has done business with in the past year or most recent year on projects with a similar scope to this bid. 1. Name: Company: Title: Office Phone: Fax Number: Address: 2. Name: Company: Title: Office Phone: Fax Number: Address: 3. Name: Company: Title: Office Phone: Fax Number: Address: 27. CONE OF SILENCE: From the time the public advertisement of this ITB takes place until the ITB is awarded and approved by the College, a vendor shall not contact any other College personnel or members of the College s District Board of Trustees, or administrative staff either directly or indirectly, to discuss the selection process or in an attempt to further their interest in being selected. Failure to abide by the Cone of Silence policy is grounds for disqualification from this ITB process and respondent would not receive further consideration reference this ITB. 28. PUBLIC RECORDS: All bidders are informed that they must abide by all requirements stipulated under Contracts; public records, State of Florida Statutes. ITB Provide and Deliver Ammunition Page 10 of 23

11 SECTION 3 TECHNICAL SPECIFICATIONS SCOPE: Miami Dade College is soliciting bids for the Purchase and Delivery of Ammunition for the School of Justice as specified herein. a. All ammunition must be factory loads built to SAAMI standards for pressure, velocity, accuracy, primer sensitivity, and dimensions. Manufacturer must be a SAAMI Member. b. Bidders must include with their bid all warranties and/or guarantee information pertaining to the ammunition and supplies, as applicable, being requested in this bid. c. Ammunition requested in this bid must be new. Used or refurbished or re-loaded ammunition WILL NOT be accepted. TECHNICAL REQUIREMENTS: Special: Projectile: Primer: 158 grain TMJ bullet electrochemically bonded bullet with copper jacket. Bullet jacket must seamlessly encapsulate bullet to eliminate lead exposure at the firing point. Projectile must have a re-struck heel for performance and accuracy. Clean Fire primer containing no lead styphnate, barium nitrate, or antimony sulfide. UV cure anaerobic primer sealant with fluoresce under UV light. Primers must have a visual identifier describing them as Clean-Fire. Mouth Sealant: Black Asphaltic tar. Shell Casing: Velocity: Pressure: Accuracy: High strength aluminum, anodized and coated with lubricity agents for easy extraction. Boxer primed /- 50 ft/sec from a standard 7.71 non-vented SAAMI Barrel. Not to exceed SAAMI 38 SPL +P pressure specifications. Maximum average pressure below 20,000 psi. Average of five, five shot consecutive groups not to exceed three inches at 50 yards. ITB Provide and Deliver Ammunition Page 11 of 23

12 2. 9mm Luger: Projectile: Primer: 124 grain TMJ electrochemically plated bullet with copper jacket. Bullet jacket must seamlessly encapsulate bullet to eliminate lead exposure at the firing point. Projectile must have a re-struck heel for performance and accuracy. Clean Fire primer containing no lead styphnate, barium nitrate, or antimony sulfide. UV cure anaerobic sealant with fluoresce under UV light. Primers must have a visual identifier describing them as Clean-Fire. Mouth Sealant: Black Asphaltic tar. Shell Casing: Velocity: Pressure: Accuracy: High strength aluminum, anodized and coated with lubricity agents for easy extraction. Boxer primed /- 50 ft/sec from a standard 4 SAAMI Barrel. Not to exceed SAAMI 9 mm Luger pressure specifications. Maximum average pressure below 32,500 psi. Average of five, five shot consecutive groups not to exceed three inches at 25 yards S&W Caliber: Projectile: Primer: 180 grain TMJ flat nose bullet with copper jacket. Bullet jacket must seamlessly encapsulate bullet to eliminate lead exposure at the firing point. Projectile must have a re-struck heel for performance and accuracy. Clean Fire primer containing no lead styphnate, barium nitrate, or antimony sulfide. UV cure anaerobic primer sealant with fluoresce under UV light. Primers must have a visual identifier describing them as Clean-Fire. Mouth Sealant: Black Asphaltic tar. Shell Casing: Velocity: Pressure: Accuracy: High strength aluminum, anodized and coated with lubricity agents for easy extraction. Boxer primed /- 50 ft/sec from a standard 4 SAAMI Barrel. Not to exceed SAAMI maximum average pressure specifications of 35,000. PSI measured in a calibrated conformal transducer test barrel. Average of five, five shot consecutive groups not to exceed three inches at 25 yards. ITB Provide and Deliver Ammunition Page 12 of 23

13 4. 45 Auto: Projectile: Primer: 230 grain TMJ electrochemically plated bullet. Bullet jacket must seamlessly encapsulate bullet to eliminate lead exposure at the firing point. Projectile must have a re-struck heel for performance and accuracy. Clean Fire primer containing no lead styphnate, barium nitrate, or antimony sulfide. UV cure anaerobic primer sealant with fluoresce under UV light. Primers must have a visual identifier describing them as Clean-Fire. Mouth Sealant: Black Asphaltic tar. Shell Casing: Velocity: Pressure: Accuracy: High strength aluminum, anodized and coated with lubricity agents for easy extraction. Boxer primed /- 50 ft/sec from a standard 5 SAAMI Barrel. Not to exceed SAAMI 40 S&W pressure specifications. Maximum average pressure below 21,000 psi. Average of five, five shot consecutive groups not to exceed three inches at 50 yards Gauge, 8 Pellet, 00 Buck: Caliber: 12 Ga. 2 ¾ Shot Buffer: Approximately 36 grains Shot Volume: 8 pellets Shot Description: Copper Plated, 3% Antimony Primer: No. 202 sealed with lacquer Dram Equivalent: 2 ¾ Tube: Chambered Tube: Basewad: Crimp: Crimp Seal: Headstamp: Pattern (Acuracy): Blue plastic Yes Integral Basewad 6 segment standard Yes Each loaded cartridge shall be headstamped with the manufacturer s symbol and appropriate cartridge designation 100% at 40 yards in 30 circle (full choke) Instrumental Philosophy: /- 50 FPS at 3 feet from the muzzle of a standard SAAMI test barrel Chamber Pressure: Propellant Detection: Visual Inspection: Lot Identification: PSI maximum average 100% mechanical and/or electrical detection of propellant levels within the cartridge 100% visual inspection of finished cartridges prior to packaging Each lot of ammunition is assigned a unique identification number to include the day, month and year of manufacture or assembly line on which manufactured. ITB Provide and Deliver Ammunition Page 13 of 23

14 mm: Caliber: 5.56mm Case: Brass (Copper Alloy No. 260) Bullet: Primer: 55 gr. FMJ Boat-Tail M41 / Must be a stacked primer. Operating Range: (-40 degrees to +125 degrees F) Primer Sealant: Case Mouth Sealant: Case Knurl: Headstamp: Accuracy: Instrumental Velocity: Water resistant lacquer Yes No Each loaded cartridge shall be headstamped with the manufacturer s symbol and year of manufacture 3-10round groups not to exceed 2.00 mean radius maximum average at 200 yards /- 40 FPS (78 feet from muzzle) using a 5.56 test barrel, 20 long Energy: 1223 Ft-Lbs. at 78 Chamber Pressure: Bullet Pull: Propellant Detection: Visual Inspection: Packaging: Piezotronic maximum average per 10 rounds PSI in 5.56 test barrel (case mouth location) Minimum individual 35 lbs. 100% mechanical and/or electrical detection of propellant levels within the cartridge 100% visual inspection of finished cartridges prior to packaging 30 Rounds per carton. 30 cartons per 900 round case. On military 10 round stripper clips. ITB Provide and Deliver Ammunition Page 14 of 23

15 7. Force on Force Marking Rounds: Load Number: Description: Caliber: Cartridge Case: Projectile Mass: Projectile Material: Primer: Marking Compound: Shelf Life: Recommended Storage: FF9B2 9mm FOF blue marking round 9mm FOF Aluminum 6grains (0.39gms) Plastic Lead-free based primer Non-toxic, washable compound At least 5 years Cool and dry environment ACCURACY: (Typical) *** Pistol: 4in (10.2cm) at 25ft (7.6m) Rifle: 3in (7.6cm) at 25ft (7.6m) INSTRUMENTAL VELOCITY: (Avg) *** Pistol: fps ( m/s) Rifle: fps ( m/s) Muzzle Energy: (Avg) *** ft-lbsf (1.9J 3.7J) Maximum Range: Maximum Training Range: Visual Inspection: Lot Identification: 660ft (200m) Approximately 50ft (15m) 100% visual inspection of finished cartridges prior to packaging Each lot of ammunition is assigned a unique identification number to include the day, month and year of manufacture and assembly line on which manufacture ITB Provide and Deliver Ammunition Page 15 of 23

16 (Form 1) SECTION 4 BID SUBMITTAL SCHEDULE OF BID ITEMS ITB (PROVIDE AND DELIVER AMMUNITION FOR THE SCHOOL OF JUSTICE) (SEE ATTACHED EXCEL SHEET FOR BID ITEMS) ITB Provide and Deliver Ammunition Page 16 of 23

17 (Form 1) SCHEDULE OF BID ITEMS ITB (PROVIDE AND DELIVER AMMUNITION FOR THE SCHOOL OF JUSTICE) ITEM DESCRIPTION PACKAGING UNIT PRICE BRAND AMMUNITION 1 38 Special, 158 grain TMJ, Ball, Speer or Federal 1,000 rounds per case 2 9mm Luger, 124 grain TMJ, Ball, Speer or Federal 1,000 rounds per case 3 40 S & W Caliber, 180 grain TMJ, Ball, Speer or Federal 1,000 rounds per case 4 45 Auto, ATP 230 TMJ, Ball, Speer or Federal 1,000 rounds per case 5 12 Gauge 00 Buck, 8 Pellet, LE rounds per case Rifle, XXX rounds per case 7 Force on Force Marking Cartridges, Assorted Colors 500 rounds per case TOTAL AMOUNT SUBMITTED BY: BIDDER/COMPANY: Federal Identification Number: Address: Phone: Fax: Authorized Signature: Print Name: Title: Date:

18 (Form 2) BIDDER CERTIFICATION AND IDENTIFICATION ITB (Provide and Deliver Ammunition for the School of Justice) A. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder. LEGAL NAME OF COMPANY: BUSINESS ADDRESS: CITY, STATE, ZIP: AUTHORIZED SIGNATURE: PRINT NAME: TITLE: PHONE NUMBER: DATE: ITB Provide and Deliver Ammunition Page 17 of 23

19 (Form 3) ACKNOWLEDGEMENT OF ADDENDA ITB (Provide and Deliver Ammunition for the School of Justice) INSTRUCTIONS: COMPLETE PART 1 OR PART 2, WHICHEVER APPLIES. PART 1: LISTED BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID: Addendum 1, Dated: Addendum 2, Dated: Addendum 3, Dated: Addendum 4, Dated: Addendum 5, Dated: Addendum 6, Dated: Addendum 7, Dated: PART 2: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID. COMPANY NAME: AUTHORIZED SIGNATURE: TITLE: PRINT NAME: DATE: ITB Provide and Deliver Ammunition Page 18 of 23

20 (Form 4) NON-DISCRIMINATION IN EMPLOYMENT (Section 301, Executive Order 10925, March 6, 1961, 26 FR 1977 as amended by Executive Order 11114, June 22, 1963, 26 FR 6485) During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited, to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color or national origin. (3) The contractor will send to each labor union or representative or workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the said labor union or workers representative of the contractor s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order No of March 6, 1961, as amended, and of the rules, regulations, and relevant orders of the President s Committee on Equal Employment Opportunity created thereby. (5) The contractor will furnish all information and reports required by Executive Order No of March 6, 1961, as amended, and by the rules, regulations, and orders of the said Committee, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Committee for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Governments contracts in accordance with procedures authorized in Executive Order No of March 6, 1961, as amended, and such other sanctions may be imposed and remedies invoked as provided in the said Executive Order or by rule, regulation, or order of the President s Committee on Equal Employment Opportunity, or as otherwise provided by law. (7) The contractor will include the provisions of paragraphs (1) through (7) in every subcontract of purchase order unless exempted by rules, regulations, or orders of the President s Committee on Equal Employment Opportunity issued pursuant to section 303 of Executive Order No of March 6, 1961, as amended, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threated with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Company: Authorized Signature: Print Name: Title: Date: LYA Rev. 09/4/03 ITB Provide and Deliver Ammunition Page 19 of 23

21 (Form 5) DISCLOSURE ITB (Provide and Deliver Ammunition for the School of Justice) Prospective bidders shall describe and explain any public filings such as pending litigation, major disputes, contract defaults, bankruptcy filings or any other public filing documentation filed within the last 2 years Company Name: Authorized Signature: Title: Print Name: Date: ITB Provide and Deliver Ammunition Page 20 of 23

22 (Form 6) STATEMENT OF NO RESPONSE ITB (PROVIDE AND DELIVER AMMUNITION FOR THE SCHOOL OF JUSTICE) The undersigned declines to submit a bid for the following reason(s): Company Name: Signature: Print Name: Title: Date: This form must be returned to: Maureen Hansraj, Buyer Miami Dade College Purchasing Department SW 104 th Street, Room 9254 Miami, FL ITB Provide and Deliver Ammunition Page 21 of 23

23 (PAGE INTENTIONALLY LEFT BLANK) ITB Provide and Deliver Ammunition Page 22 of 23

24 (Form 7) BIDS MUST BE SEALED AND RETURNED WITH THE FOLLOWING INFORMATION TAPED ONTO THE ENVELOPE: FROM: Company Name: Address: Contact Person: Phone: TO: Miami Dade College Kendall Campus Purchasing Department SW 104 th Street, Bldg. 9, Room 9254 Miami, FL Bid Number and Title: Due Date and Time: Buyer: ITB (Provide and Deliver Ammunition) Friday, April 25, 2014 at 3:00 p.m. Maureen Hansraj ITB Provide and Deliver Ammunition Page 23 of 23

ITB PROPOSAL FORM ITB: 2015-23-26 TITLE: INTERNET SERVICE, COLLEGE-WIDE

ITB PROPOSAL FORM ITB: 2015-23-26 TITLE: INTERNET SERVICE, COLLEGE-WIDE MIAMI DADE COLLEGE PURCHASING DEPARTMENT 11011 S.W. 104 Street, Miami, Florida 33176 PHONE: (305) 237-0015 INVITATION TO BID (ITB) FORM: BID NO. 2015-23-26 BUYER: Wiliam Planas BID TITLE INTERNET SERVICE,

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST 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 information

MARYLAND 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. 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 information

MIAMI DADE COLLEGE PURCHASING DEPARTMENT 11011 S.W. 104th Street, Miami, Florida 33176 INVITATION TO BID FORM: BID NO. 2014-7-1

MIAMI DADE COLLEGE PURCHASING DEPARTMENT 11011 S.W. 104th Street, Miami, Florida 33176 INVITATION TO BID FORM: BID NO. 2014-7-1 MIAMI DADE COLLEGE PURCHASING DEPARTMENT 11011 S.W. 104th Street, Miami, Florida 33176 PHONE: (305) 237-0942 BUYER: MONICA V. GARCIA INVITATION TO BID FORM: BID NO. 2014-7-1 BID TITLE ARMORED TRUCK SERVICE

More information

Department of Purchasing & Contract Compliance

Department 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 information

Department of Purchasing & Contract Compliance

Department 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 information

Department of Purchasing & Contract Compliance

Department 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 information

Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and

Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and Rev. 2/11 UNIVERSITY OF KENTUCKY STANDARD CONTRACT FOR PERSONAL SERVICES THIS CONTRACT is made and entered into this day of, 20, by and between UNIVERSITY OF KENTUCKY, (Agency) Personal Service Contract

More information

Page 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 information

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

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

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST 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 information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

BUYING AGENCY AGREEMENT

BUYING 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 information

REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid) Purchasing Division 211 West Oakley Street Flint, Michigan 48503 Ph: 810.767.4920 Fax: 810.767.4405 Quotations will be received by the Purchasing Division of Genesee County Road Commission, until 1:45

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

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

More information

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

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

More information

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES CITY OF CASSELBERRY REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES TABLE OF CONTENTS RFP # P08-09 GEOGRAPHIC INFORMATION

More information

Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09

Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 RESPONSES DUE: OCTOBER 16, 2015 Page 1 of 10 TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I: SPRINGFIELD

More information

SOLICITATION QUOTATION BLANKET ORDER

SOLICITATION 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 information

Four County Transit Server Voice Broadcast Bid Request

Four County Transit Server Voice Broadcast Bid Request Four County Transit Server Voice Broadcast Bid Request AASC/Four County Transit is accepting bids for voice broadcast auto dialer software. Price should include all shipping and handling charges, as applicable.

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

Western Virginia Water Authority. Roanoke, Virginia

Western Virginia Water Authority. Roanoke, Virginia Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA 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 information

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE STANDARD SOLICITATION INSTRUCTIONS/PROVISIONS AND GENERAL CONTRACT CLAUSES FOR THE CITY OF SHREVEPORT LOUISIANA CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE THE FOLLOWING CITY OF SHREVEPORT (HEREINAFTER

More information

REQUEST FOR QUOTES (RFQ)

REQUEST 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 information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

Department of Purchasing & Contract Compliance

Department 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 information

Company Name Bid Title Bid Number Date and Time of opening

Company Name Bid Title Bid Number Date and Time of opening FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INFORMAL INVITATION TO BID Date Issued: 20 March 2014 Bids from suppliers

More information

State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)

State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) Guidance Document Department of Administrative Services, Office of Procurement Services 6/4/2015 Contents Purpose... 2 Background...

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION 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 information

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM CONSULTING SERVICES NOTICE IS HEREBY GIVEN that the

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

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 information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

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

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

More information

LEARNING CENTER WELCOME VIDEO

LEARNING 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 information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering

More information

How To Do Business With Omaha Public Schools

How 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 information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

More information

Robla School District

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

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

SEALED BID SOLICITATION QUOTATION

SEALED 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 information

388 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 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 information

IEC Electronics Terms and Conditions

IEC 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 information

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. Provide advice and opinions regarding workers compensation issues, as needed; Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016

More information

CHECK POINT FIREWALL

CHECK 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 information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities; Introduction TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER

More information

Performance Bond. Business):

Performance Bond. Business): Performance Bond CONTRACTOR (Name and Address): (Name and Address of Principal Place of Business): OWNER (Name and Address): City of Cedar Rapids City Clerk, 101 First Street SE Cedar Rapids, IA 52401

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

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

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

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb 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 information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

HOW TO DO BUSINESS WITH THE STATE OF ALASKA State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:

More information

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid Bid Title: Bid Release Date: Tuesday, July 21, 2015 Bid Opening: Tuesday, August 4 th, 2015 at 12 Noon Masconomet Regional School District, located in the town of Boxford, is issuing an ITB for. Copies

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,

More information

Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax

Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax APPLICATION FOR BUSINESS CREDIT Date: NOTE: This application for Business Credit

More information

SALES REPRESENTATIVE AGREEMENT

SALES REPRESENTATIVE AGREEMENT SALES REPRESENTATIVE AGREEMENT THIS AGREEMENT is made on this day of, 200, by and between Blinc Inc., a Delaware corporation, with its primary mailing address at 1141 South Rogers Circle, Suite 9, Boca

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

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

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

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

More information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

STATE 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. 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 information

TABLE OF CONTENTS. Prefacej... 1

TABLE 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 information

SOLICITATION QUOTATION

SOLICITATION QUOTATION PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level

More information

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

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

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

More information

STATE OF MONTANA INVITATION FOR BID (THIS IS NOT AN ORDER)

STATE 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 information

HACC, Central Pennsylvania s Community College Harrisburg, Pa.

HACC, Central Pennsylvania s Community College Harrisburg, Pa. RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:

More information

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

SEALED BID SOLICITATION QUOTATION BLANKET ORDER Page 1 SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Buyer: Joan Daniels Oakland County

More information

MAJOR EQUIPMENT PURCHASE CONTRACT

MAJOR 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 information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 Bid No. Page No. of TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 All quotations are subject to the following terms

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

Purchase Order Terms and Conditions Beloit College

Purchase 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 information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

SOLICITATION QUOTATION

SOLICITATION QUOTATION L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL FORM SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION 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 information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Requests for Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for CATALOG ART

More information

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu PLEASE READ CAREFULLY!

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu PLEASE READ CAREFULLY! RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu OPENING DATE AND TIME January 29, 2015 2:00pm local RETURN ALL PROPOSALS TO: METROPOLITAN COMMUNITY COLLEGE ATTN

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS

MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS Section 1. Definitions.-- As used in this act, the term: (1) "Contractor" means any person, corporation, or partnership

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM

U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM PBV AGREEMENT TO ENTER INTO HOUSING ASSISTANCE PAYMENTS CONTRACT NEW CONSTRUCTION

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

2. Compensation: Compensation as agreed upon and approved by the Commissioners shall be the basis of payment for services rendered.

2. Compensation: Compensation as agreed upon and approved by the Commissioners shall be the basis of payment for services rendered. TOWN OF WEST NEW YORK SEEKS PROPOSALS FOR FINANCIAL ADVISORY SERVICES CONSULTANT FOR THE TOWN OF WEST NEW YORK FOR JANUARY 1, 2016 TO DECEMBER 31, 2016 Available to any person(s) or firm(s) interested

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE 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 information