REQUEST FOR PROPOSAL/BID FOR THE CITY OF MT. JULIET, TN

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL/BID FOR THE CITY OF MT. JULIET, TN"

Transcription

1 REQUEST FOR PROPOSAL/BID FOR THE CITY OF MT. JULIET, TN Request for Proposal /Bid Extrication Equipment Issued By: City of Mt. Juliet, TN 2425 N. Mt. Juliet Rd. (615) Date of Issue: October 25 th, 2017 Bid Due Date: November 20 th, 2017 Bids must be in sealed envelope Clearly Marked City of Mt. Juliet Extrication Equipment Dated November 20 th, 2017 Delivered to: Attn: Finance Director City of Mt. Juliet 2425 N. Mt. Juliet Mt. Juliet, TN NLT 2:00PM CST 11/20/2017

2 Background of the City of Mt. Juliet, TN The City of Mt. Juliet, TN is located in the Nashville, TN metropolitan area. The city had a population of 28,159 according to the 2015 Special Census and is one of the fastest growing cities in the State of Tennessee. The city has 4 elected commissioners and an elected mayor, which comprise the governing body. The governing body hires a professional City Manager as the chief administrative official. The City Manager is responsible for all city personnel. The city currently provides public safety, building inspection and codes enforcement, public works, parks and recreation, and administrative functions. General Bid Information Sealed proposals for City of Mt. Juliet Extrication Equipment will be received at the office of the at 2425 N. Mt. Juliet Rd, Mt. Juliet, Tennessee 37122, Attention: John Rossmaier, on or before 2:00 PM on November 20 th, 2017 and immediately thereafter all bids will be publicly opened and read aloud. Please contact Chris Allen at should you have any questions. BID FORMS One paper copy of the bid is required as well as a copy of such bid in electronic format. The electronic copy may be on a disk, thumb drive or be in an sent to arrive as of the time of the bid opening to jrossmaier@mtjuliet-tn.gov. Paper bid must be signed by authorized representative of company/business placing bid at time bid is received by the City of Mt. Juliet. Bidder will show evidence of license, expiration date and classification if required and when applicable. SUBMISSION It shall be the responsibility of the bidder to submit a bid response which complies with: the conditions and specifications of the Request for Bids; policies and procedures of the City of Mt. Juliet and applicable laws of the State of Tennessee: and any other applicable laws, regulations and requirements. BID REJECTION The City reserves the right to reject any or all bids, combinations of items, or lot(s), and to waive defects or minor informalities. The City is a member of certain coalitions and has access to the pricing provided by state contracts. The published prices by the state or any of the coalitions for RFB items shall be considered a sealed bid which the City may accept. Any other bid that is not sealed will NOT be accepted. Any bid received after time and date indicated will be discarded.

3 Bidders may not restrict the rights of the City or otherwise qualify their bids. If a Bidder does so, the City may determine the bid to be a nonresponsive counteroffer, and the bid may be rejected. The City reserves the right, at its sole discretion, to waive variances in bids provided such action is in the best interest of the City. Where the City waives minor variances in bids, such waiver does not modify the RFB requirements or excuse the Bidder from full compliance with the RFB. Notwithstanding any minor variance, the City may hold any Bidder to strict compliance with the RFB. In the event of multiple line items or interchangeable items, the city reserves the right to select items from multiple bidders. Bidders must comply with all of the terms of this RFB and all applicable state laws and regulations. The City may reject any bid that does not comply with all of the terms, conditions, and performance requirements of this RFB. PAYMENT FOR CITY PURCHASES Purchase orders will be issued after the RFB is reviewed and payment will be made by the City of Mt. Juliet 30 days after commodities and/or services have been received, accepted, and properly invoiced as indicated in the contract and/or purchase order. Invoices must bear the purchase order number where applicable. IDEMNIFICATION The Contractor/Vendor shall indemnify, hold harmless, and defend the contracting agency from and against any claim of, or liability for error, omission or negligent act of the Contractor/Vendor under this agreement. The Contractor/Vendor shall not be required to indemnify the contracting agency for a claim of, or liability for, the independent negligence of the contracting agency. If there is a claim of, or liability for, the joint negligent error or omission of the Contractor and the independent negligence of the Contracting agency, the indemnification and hold harmless obligation shall be apportioned on a comparative fault basis. Contractor and Contracting agency, as used within this and the following article, include the employees, agents and other contractors who are directly responsible, respectively, to each. The term independent negligence is negligence other than in the Contracting agency s selection, administration, monitoring, or controlling of the Contractor and in approving or accepting the Contractor s work. On-site vendors are required to provide proof of insurance (general liability, workers comp, auto and excess). On-site vendor will add the City of Mt. Juliet as an additional insurer if requested. COMPLIANCE In the performance of a contract that results from this RFB, the contractor must comply with all applicable federal, state, and city regulations, codes, and laws; and be liable for all required insurance, licenses, permits and bonds; and pay all applicable federal, state, and city taxes.

4 SUITABLE MATERIALS, ETC. Unless otherwise specified, all materials, supplies or equipment offered by a bidder shall be new, unused, and of the latest edition, version, model or crop and of recent manufacture. Unless otherwise specified in the RFB, product brand names or model numbers are examples of the type and of product quality required, and are not statements of preference. If the specifications describing an item conflict with a brand name or model number with a description of the item, the specifications govern. Reference to brand name or number does not preclude an offer of a comparable or better product, if full specifications and descriptive literature are provided for the product. For example, if the specifications call for 98 decibel alarm and the product offered has only 95, the city reserves the right to consider the 95 decibel alarm offering as adequate. Failure to provide such specifications and descriptive literature may be cause for rejection of the offer. FIRM OFFER For the purpose of award, offers made in accordance with this RFB must be good and firm for a period of ninety (90) days from the date of quote opening or the date of complete delivery of the order placed whichever is later. The city anticipates selection within 10 business days. BID PREPARATION COSTS The City is not liable for any costs incurred by the bidder in quote preparation. CONFLICT OF INTEREST An elected or appointed official, or employee of the City of Mount Juliet may not seek to acquire, be a party to, or possess a financial interest in, this contract if (1) the elected or appointed official, or employee is an employee of the administrative unit that supervises the award of this contract; or (2) the elected or appointed official, or employee has the power to take or withhold official action so as to affect the award or execution of the contract. Non-controlling ownership in stock of publicly held companies or ownership of mutual funds shall not be considered as a financial interest. DEFAULT In case of default by the contractor/vendor, for any reason whatsoever, the City of Mount Juliet may procure the goods or services from another source and hold the contractor/vendor responsible for any resulting excess cost and may seek other remedies under law or equity. CONTINUING OBLIGATION OF CONTRACTOR Notwithstanding the expiration date of a contract resulting from this RFB, the contractor/vendor is obligated to fulfill its responsibilities until warranty, guarantee, maintenance and parts availability requirements have completely expired.

5 BILLING INSTRUCTIONS Invoices must be billed to the Finance department at the address shown on the individual Purchase Order, Contract Award or Delivery Order. Questions concerning payment should be addressed to the Finance Department of the City of Mt. Juliet. DISCRIMINATION CLAUSE The City of Mt. Juliet is an equal opportunity entity and does not discriminate on the basis of age, race, sex, national origin, religion or disability in admission to, access to, or operations of its programs, services, activities, or in its awarding of such bids. GENERAL The City of Mt Juliet is seeking the following base bid for City of Mt. Juliet Extrication Equipment in Mt. Juliet, TN Scope of Work and Specifications: Extrication Equipment #1 Battery Operated Rescue Spreader Tool (quantity: one) General This tool must be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2015 edition. The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be capable of operating as a selfcontained unit without power cables for maximum portability. The tool must be a "oneperson" operated tool, which means that one person will be able to position, guide and operate the tool without the assistance of others. The tool must be operate efficiently in all weather conditions and environments from -4 F (-20 C) to 131 F (55 C). Forces The arms of the spreader will have a maximum opening width of 32" (813 mm), must exert at least 134,000 lbs of spreading force and 13,000 lbs of pulling force.

6 NFPA HSF shall be no less than 19,110 lbf (85 kn) NFPA LSF shall be no less than 13,260 lbf (59 kn) NFPA HPF shall be no less than 11,016 lbf (49 kn) NFPA LPF shall be no less than 6,744 lbf (30 kn) Weight and Dimensions Weight of the tool not to exceed 52 lbs. excluding the battery. Dimensions (LxWxH) not to exceed 43" x 12.5 x 12. Rotary Handle The tool must be activated by means of a rotary handle grip, operated by a twist of the wrist. When the handle grip is released, it must return to the neutral position automatically and the tool must stop movement. The handle design will provide one-handed ergonomic control of opening and closing functions that does not rely on thumb (single digit) operation. The handle shall provide 360 access to the operator allowing operation of the tool in any position. The handle must be located in such a way that it can be operated, guided and supported easily by right and left-handed operators without having to change the position of the hands, even when wearing gloves. The rotary control must be capable of withstanding 6000 endurance cycles, one cycle consisting of opening and closing the tool. Carrying Handle Designed for ease of control, the tool s carrying handle shall allow natural hand position for right or left-handed operators. The tool shall remain in a balanced horizontal position when held only by the carrying handle. The handle must be able to provide adequate grip in all weather conditions and not become slippery.

7 Arms The arms of the spreader must be manufactured out of extremely high tensile light metal alloy, anodized to offer protection against corrosion. The arms of the spreader will be equipped with cast hardened tool steel tips, specially designed for quick field replacement without the use of any tools. The tips will have serrations on both the inside and the outside for a superior grip in spreading or crushing operations. Accessories A pulling adapter must be available with the spreader. Pulling adapters and chains will be provided for pulling operations. The adapters must have the same quickchange design as the spreading tips. Pulling chains will be equipped with shortening hooks. Safety factor of the chain set will be at least 2 times the maximum pulling force of the tool. Battery, Battery Charger & Power Adapter Two Lithium-Ion batteries shall be supplied standard with the tool. The battery shall be 5Ah, each weighing no more than 2 lbs. The battery must be able to operate in wet weather conditions. A power adapter must be supplied to operate the tool, absent a battery, and with an 110V AC adapter. The battery shall have internal safeguards designed to protect against: Shortcircuit, Deep discharge, Over and under voltage (battery and cells), Over-current during charging and discharging, Overcharging, Over temperature (individual cells and electronics), Charging and discharging outside allowed temperature range. The batteries must be recyclable through a service available in North America. Nickel Cadmium batteries are not acceptable.

8 The charger shall provide a 100% charge to the battery in 1 hour. The charger shall comply with FCC15 electronic noise emission standards. The battery chargers shall be available for 110/120 VAC. The charger shall have green LED lights to indicate the battery s state of charge, red LED lights to indicate the battery s condition. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against sudden load shift. All moving parts such as yoke and levers must be protected by a cover for the safety of the operator. Performance and Durability The tool shall remain operational after being submerged under 3 feet of water for 10 minutes. The tool shall withstand a 5-foot drop in any orientation and sustain no operational damage. The manufacturer may be required to perform these tests in front of designated department representatives at a mutually determined time and location. Corrosion and Wear Protection Internal and external aluminum parts of the tool that are susceptible to wear or corrosion must be protected by anodization to provide maximum durability. The tool must be capable of withstanding a 10-day salt spray test, and still be able to function normally.

9 Extrication Equipment #2 Battery Operated Rescue Cutter Tool (quantity: one) General This tool must be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2015 edition. The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be capable of operating as a selfcontained unit without power cables for maximum portability. The tool must be a "one-person" operated tool, which means that one person will be able to position, guide and operate the tool without the assistance of others. The tool must operate efficiently in all weather conditions and environments from -4 F (-20 C) to 131 F (55 C). Forces The NFPA performance level rating for this tool shall be A8 B9 C8 D9 E9. Weight and Dimensions The maximum opening of the blades will be no less than 7.0" (182 mm) measured at the tips. Weight of the tool not to exceed 50 lbs. including the battery. Dimensions (LxWxH) not to exceed 40" x 12 x 11. Rotary Handle The tool must be activated by means of a rotary handle grip, operated by a twist of the wrist. When the handle grip is released, it must return to the neutral position automatically and the tool must stop movement. The handle design will provide one-handed ergonomic control of opening and closing functions that does not rely on thumb (single digit) operation. The handle shall provide 360 access to the operator allowing operation of the tool in any position. The handle must be located in such a way that it can be operated, guided and supported easily by right

10 and left-handed operators without having to change the position of the hands, even when wearing gloves. The rotary control must be capable of withstanding 6000 endurance cycles, one cycle consisting of opening and closing the tool. Carrying Handle Designed for ease of control, the tool s carrying handle shall allow natural hand position for right or left-handed operators. The tool shall remain in a balanced horizontal position when held only by the carrying handle. The handle must be able to provide adequate grip in all weather conditions and not become slippery. Blades The blades of the cutter will be fabricated from high grade tool steel, hardened to improve durability. The blades shall be manufactured from forged bar stock by CNC machining technology. The design of the blade shall be derived to meet the requirement of today s rescuer facing New Car Technology. The blades will be constructed so as to be re-grindable. Battery, Battery Charger & Power Adapter Two Lithium-Ion batteries shall be supplied standard with the tool. The battery shall be 5Ah, each weighing no more than 2 lbs. The battery must be able to operate in wet weather conditions. A power adapter must be supplied to operate the tool, absent a battery, and with an 110V AC adapter. The battery shall have internal safeguards designed to protect against: Shortcircuit, Deep discharge, Over and under voltage (battery and cells), Over-current during charging and discharging, Overcharging, Over temperature (individual cells and electronics), Charging and discharging outside allowed temperature range. The batteries must be recyclable through a service available in North America. Nickel Cadmium batteries are not acceptable.

11 The charger shall provide a 100% charge to the battery in 1 hour. The charger shall comply with FCC15 electronic noise emission standards. The battery chargers shall be available for 110/120 VAC. The charger shall have green LED lights to indicate the battery s state of charge, red LED lights to indicate the battery s condition. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against sudden load shift. All moving parts such as yoke and levers must be protected by a cover for the safety of the operator. Performance and Durability The tool shall remain operational after being submerged under 3 feet of water for 10 minutes. The tool shall withstand a 5-foot drop in any orientation and sustain no operational damage. The manufacturer may be required to perform these tests in front of designated department representatives at a mutually determined time and location. Corrosion and Wear Protection Internal and external aluminum parts of the tool that are susceptible to wear or corrosion must be protected by anodization to provide maximum durability. The tool must be capable of withstanding a 10-day salt spray test, and still be able to function normally.

12 Extrication Equipment #3 Battery Operated Rescue Ram Tool (quantity: one) General This tool must be compliant with NFPA 1936 Standard on Powered Rescue Tools, 2015 edition. The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be capable of operating as a selfcontained unit without power cables for maximum portability. The tool must be a "one-person" operated tool, which means that one person will be able to position, guide and operate the tool without the assistance of others. The tool must be operate efficiently in all weather conditions and environments from -4 F (-20 C) to 131 F (55 C). The proposal must include a battery-operated rescue ram and a ram brace. Forces The ram will have a maximum pushing force (NFPA 1936 HSF, LSF) of no less than 28,600 lbs. Weight and Dimensions Weight of the tool not to exceed 42 lbs. excluding the battery. Dimensions (LxWxH) not to exceed 24" x 6 x 13. The extended length of the Ram shall be no less than 52. Rotary Handle The tool must be activated by means of a rotary handle grip, operated by a twist of the wrist. When the handle grip is released, it must return to the neutral position automatically and the tool must stop movement. The handle design will provide one-handed ergonomic control of opening and closing functions that does not rely on thumb (single digit) operation. The handle shall provide 360 access to

13 the operator allowing operation of the tool in any position. The handle must be located in such a way that it can be operated, guided and supported easily by right and left-handed operators without having to change the position of the hands, even when wearing gloves. The rotary control must be capable of withstanding 6000 endurance cycles, one cycle consisting of opening and closing the tool. Carrying Handle Designed for ease of control, the tool s carrying handle shall allow natural hand position for right or left-handed operators. The tool shall remain in a balanced horizontal position when held only by the carrying handle. The handle must be able to provide adequate grip in all weather conditions and not become slippery. Grip Heads Both ends of the plunger will have a design to allow adequate metal gripping. Accessories A ram brace, a device utilized to prevent movement of the ram and spread the force over a larger area, must be included. The ram brace must have multiple positions for ram plunger placement and be made of high strength metal. Battery, Battery Charger & Power Adapter Two Lithium-Ion batteries shall be supplied standard with the tool. The battery shall be 5Ah, each weighing no more than 2 lbs. The battery must be able to operate in wet weather conditions. A power adapter must be supplied to operate the tool, absent a battery, and with an 110V AC adapter.

14 The battery shall have internal safeguards designed to protect against: Shortcircuit, Deep discharge, Over and under voltage (battery and cells), Over-current during charging and discharging, Overcharging, Over temperature (individual cells and electronics), Charging and discharging outside allowed temperature range. The batteries must be recyclable through a service available in North America. Nickel Cadmium batteries are not acceptable. The charger shall provide a 100% charge to the battery in 1 hour. The charger shall comply with FCC15 electronic noise emission standards. The battery chargers shall be available for 110/120 VAC. The charger shall have green LED lights to indicate the battery s state of charge, red LED lights to indicate the battery s condition. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against sudden load shift. All moving parts such as yoke and levers must be protected by a cover for the safety of the operator. Performance and Durability The tool shall remain operational after being submerged under 3 feet of water for 10 minutes. The tool shall withstand a 5-foot drop in any orientation and sustain no operational damage. The manufacturer may be required to perform these tests in front of designated department representatives at a mutually determined time and location. Corrosion and Wear Protection Internal and external aluminum parts of the tool that are susceptible to wear or corrosion must be protected by anodization to provide maximum durability. The tool must be capable of withstanding a 10-day salt spray test, and still be able to function normally.

15 Extrication Equipment #4 Rescue 2 Strut System (2 Struts) General The strut must be capable of quickly and efficiently stabilizing all types of cars, trucks, SUVs, MPVs, and truck cabins oriented in any position on any surface. For maximum portability and strength, the strut must be manufactured out of extremely high tensile aluminum, anodized to offer protection against corrosion. The strut must be designed with a working load limit with a 2:1 safety factor. The proposal must include two struts with two lifting attachments. The strut must also come with three heavy duty ratchet straps at least 15 long with wire hooks, and one grade 80 chain at least 16 long. Deployment The unit shall be simple to extend and have a simple locking system requiring no additional tools. The unit shall have at least 15 adjustment points in the extension. The unit shall have a serrated multi-purpose grip head, making it easier to grip and hold any vehicle surface profile. Base Plate The base plate shall have an aggressive non-slip profile for optimal grip on all surfaces, preventing the strut from slipping. The strut shall attach to the base plate through a tilting mechanism to allow for set up at any angle.

16 Ratchet Belt The strut shall come with an integrated 15ft ratchet strap on a storage reel. The ratchet mechanism shall provide for fast and easy deployment and use a hook to enable the rapid creation of a stable triangle for stabilization operations. The ratchet belt must have a protective sleeve to protect against sharp objects or extreme heat common in the rescue environment. Capacity The maximum column working load limit must no less than 10,000 lbs. The maximum lifting working load limit must be no less than 6,000 lbs. Weight and Dimensions The complete strut must be no more than 58 collapsed and must be no less than 85 extended. The weight of the strut, excluding the lifting attachment, must be no more than 50 lbs. Accessories The strut must come with two lifting attachments, often called a jack, which can be removed from the strut. It must be able to attach to the device quickly, without needing tools and/or bolts. The lifting attachment must be able to lift 6,000 lbs. with a 2:1 safety factor. It must be operated by a handle which can be rotated to lift and rotated in the opposite direction to lower. The strut must also come with three heavy duty ratchet straps at least 15 long with wire hooks, and one grade 80 chain at least 16 long.

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

More information

City of Pigeon Forge Fire Department Tony L. Watson, Chief

City of Pigeon Forge Fire Department Tony L. Watson, Chief Notice of Bid The City of Pigeon Forge is requesting bids from qualified vendors on a Heavy Vehicle Rescue Strut System for the City of Pigeon Forge. Bid specifications are enclosed or may be obtained

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR August 3, 2012 BIDS ARE DUE NO LATER THAN 10:00 AM WEDNESDAY, SEPTEMBER 5, 2012 INSTRUCTIONS TO BIDDERS CLEVELAND COUNTY NEW 2012 EXCAVATOR

More information

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) November 02, 2017 REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) Issue date: Nov 2, 2017 Submit Questions by: Submission Deadline: Contact

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION

More information

Holmatro. Greenline Battery Range. Holmatro Rescue World

Holmatro. Greenline Battery Range. Holmatro Rescue World Holmatro Greenline Battery Range Holmatro Rescue World About Holmatro For nearly half a century, Holmatro has been developing, producing and testing high-pressure hydraulic equipment for industrial, rescue,

More information

SANDAG Vanpool Program Guidelines as of February 2018

SANDAG Vanpool Program Guidelines as of February 2018 SANDAG Vanpool Program Guidelines as of February 2018 The San Diego Association of Governments (SANDAG) administers the SANDAG Vanpool Program to provide alternative transportation choices to commuters,

More information

Public Access Electric Vehicle Charging Station Rebate Program Agreement

Public Access Electric Vehicle Charging Station Rebate Program Agreement Public Access Electric Vehicle Charging Station Rebate Program Agreement The City of Anaheim (City) is offering rebates to commercial, industrial, institutional, and municipal customers who install Level

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1 Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida 33620 (813) 974-2481 Invitation to Bid No.: 18-12-YH Entitled: Opening Date: Bulk Fuel Delivery (PATS) November 14, 2017 at 3:00 p.m.

More information

PRINTING OF BMI WHEELS

PRINTING OF BMI WHEELS REQUEST FOR QUOTATIONS PRINTING OF BMI WHEELS Food and Nutrition Technical Assistance Project III (FANTA) Issue date: June 20, 2016 To: Response Deadline: June 28, 2016 Submit Questions by: June 27, 2016

More information

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District

More information

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

INDUSTRIAL HAUL AGREEMENT

INDUSTRIAL HAUL AGREEMENT INDUSTRIAL HAUL AGREEMENT PUBLIC WORKS MEMORANDUM OF AGREEMENT entered into this day of, A.D., 20(yr). BETWEEN: PARKLAND COUNTY a County incorporated under the laws of the Province of Alberta, (hereinafter

More information

Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE

Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE 1. Overview The Company offers Residential and Small General Service Customers net metering service that allows the Customer to use

More information

PROPOSAL FORM 2014 FUEL BID

PROPOSAL FORM 2014 FUEL BID PROPOSAL FORM 2014 FUEL BID COUNTY OF SIBLEY, MINNESOTA BIDS CLOSE: NOVEMBER 22, 2013 AT 4:30 P.M. PROPOSAL TO: SIBLEY COUNTY PUBLIC WORKS TIMOTHY BECKER PUBLIC WORKS DIRECTOR 111 8 TH STREET PO BOX 897

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT Rockwood School District Diesel Fuel Bid BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the Rockwood School District with the aforementioned

More information

Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival

Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival GENERAL INFORMATION: Tacoma Musical Playhouse (TMP) will hold its first TMP Food Truck Festival on: Saturday, June 3,

More information

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for

More information

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY IFB NO: 2018-FP-08 Date Issued: August 6, 2018 INSTRUCTIONS:

More information

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024 Recycling Equipment Rental & Hauling BID NUMBER: 5024 BID DUE DATE MARCH 31, 2017 NEW BID DUE DATE APRIL 4, 2017 ADDENDUM #1 TO BID 5024 ISSUE DATE 03/28/2017 Notice to Contractors: Sealed bids for the

More information

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Greenville-Spartanburg Airport District Proposals Due: Friday July 20,

More information

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

California Independent System Operator Corporation Fifth Replacement Electronic Tariff Table of Contents 41. Procurement Of RMR Generation... 2 41.1 Procurement Of Reliability Must-Run Generation By The CAISO... 2 41.2 Designation Of Generating Unit As Reliability Must-Run Unit... 2 41.3

More information

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270) Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of

More information

2018 Golf Cart Lease Sunset Valley Golf Club

2018 Golf Cart Lease Sunset Valley Golf Club Invitation for Bid Sunset Valley Golf Club February 5, 2018 Sunset Valley Golf Club Bid Opening: Friday, February 16, 2018 at 1:00 PM at West Ridge Center, 636 Ridge Road, Highland Park, IL 60035 Ryan

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 ryped by: DATE 08/14/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

10 Year Limited Warranty

10 Year Limited Warranty Power. On Your Terms. 10 Year Limited Warranty PHI 2.7 TM PHI 3.5 TM 60A SIMPLIPHI POWER, INC. REV020618 10 Year Limited Warranty: PHI 2.7 TM PHI 3.5 TM 60A 24V 48V Limited Pro-Rated Warranty Coverage

More information

Sacramento Sheriff s Department Off-Duty Employer Application. Applicant To Complete. Employer Agreement

Sacramento Sheriff s Department Off-Duty Employer Application. Applicant To Complete. Employer Agreement Call Sign Employer ID Date of Event Job # Sacramento Sheriff s Department Off-Duty Employer Application Applicant To Complete District Business or Organization Hiring Officer: Contact Name: Billing Address:

More information

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

PETROLEUM TRADERS CORPORATION RIGGINS, INC. BID RESULTS CK09MERCER2015-10 DIESEL FUEL AND WINTER MIX FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE MEMBERS BID OPENING DATE: JUNE 30, 2015 AWARD FOR A PERIOD OF TWO (2) YEARS; BASED UPON

More information

, :00 PM

, :00 PM CITY OF KINGSLAND Request for Proposal RFP #COK 19-002 Long-Range CCTV Pipe Inspection Crawler Sealed bid proposal opening will be held in the City Hall Council Chambers located at 107 South Lee Street,

More information

Greenline EVO Battery-operated rescue tools

Greenline EVO Battery-operated rescue tools Greenline EVO Battery-operated rescue tools Holmatro Rescue World @HolmatroRescue holmatrorescue Made in USA Greenline EVO: The next evolution in battery-operated rescue tools Robust, fiber reinforced

More information

BYD B-Box Limited Warranty Letter

BYD B-Box Limited Warranty Letter BYD B-Box Limited Warranty Letter Applicable Country: Australia Effective date: 01 st, Jul., 2017 BYD B-Box System Applicable product types: B-Box H 6.4 / B-Box H 7.7 / B-Box H 9.0 / B-Box H 10.2 / B-Box

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Sludge Hauling and Disposal November 8, 2016 through November 7, 2017 with 2 one-year options, Extended through

More information

Greenline EVO Battery-operated rescue tools

Greenline EVO Battery-operated rescue tools Greenline EVO Battery-operated rescue tools Holmatro Rescue World @HolmatroRescue holmatrorescue Greenline EVO: The next evolution in battery-operated rescue tools Robust, fibre reinforced housing Latest

More information

May 11, 2018 On or before 2:00pm

May 11, 2018 On or before 2:00pm REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street

More information

Invitation to Bid BOE. Ground Maintenance Equipment

Invitation to Bid BOE. Ground Maintenance Equipment Invitation to Bid 20170123-BOE Ground Maintenance Equipment Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

City of Lewiston Finance Department Allen Ward, Purchasing Agent

City of Lewiston Finance Department Allen Ward, Purchasing Agent City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office

More information

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT This Net Metering and Interconnection Agreement ( Agreement ) is made and entered into as of this day of, 2018, by the City of Santa

More information

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department SOUTH DAKOTA CITY OF WATERTOWN SPECIFICATIONS AND BID FORM FOR ONE NEW 201 6 SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE Street Department CITY OF WATERTOWN, OWNER P.O. BOX 910 WATERTOWN SOUTH

More information

Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival

Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival Tacoma Musical Playhouse presents The Tacoma Musical Playhouse Food Truck Festival GENERAL INFORMATION: Tacoma Musical Playhouse (TMP) will hold its first TMP Food Truck Festival on: Saturday, June 11,

More information

Otsego County Road Commission

Otsego County Road Commission Otsego County Road Commission William T. Holewinski, Jr., Commissioner Troy W. Huff, Commissioner David C. Matelski, Commissioner Jason T. Melancon, Manager Thomas A. Deans, Engineer Rebecca L. Jerry,

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed

More information

INTERCONNECTION RULES AND REGULATIONS FOR NET ENERGY METERING SYTEMS

INTERCONNECTION RULES AND REGULATIONS FOR NET ENERGY METERING SYTEMS INTERCONNECTION RULES AND REGULATIONS FOR NET ENERGY METERING SYTEMS TABLE OF CONTENTS Purpose and Scope...2 Authority...2 Applicability... 2 Intent.. 2 Maximum Connected Generation Allowed. 2 Definitions.

More information

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT INTERCONNECTION AGREEMENT FOR SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION THIS AGREEMENT MUST ACCOMPANY

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PORTABLE GENERATOR RESPONSE DUE: Thursday, April 18, 2019, at 4:00 pm Request for Quotation SCOPE AND OBJECTIVES: The ( District ) will be accepting quotes from authorized Multiquip

More information

Power. On Your Terms.

Power. On Your Terms. Power. On Your Terms. 10 YEAR LIMITED WARRANTY PHI 1310 TM 1 SIMPLIPHI POWER, INC. REV102016 10 YEAR LIMITED WARRANTY: PHI 1310 TM LIMITED PRO-RATED WARRANTY COVERAGE The SimpliPhi Power PHI 1310 as supplied

More information

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY THE RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY SPECIFICATIONS FOR STREET AIR SWEEPER CONTRACT NO. 14-13 OCTOBER 2014 Office of the Director P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835 Telephone

More information

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations,

More information

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Snow Blower October 12, 2015 Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received

More information

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT Golf Car Lease/Purchase Coyote Run Golf Course Flossmoor, IL 60422 BID OPENING ON: Thursday, October 25, 2018 TIME:

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018

More information

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 SUBJECT: ACTION: PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD

More information

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name:

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: Address: Phone # (Street) (City) (State) (Zip) Serial Number: _ Make/Model: Vehicle Description

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Request for Proposal for Trolley Security Services

Request for Proposal for Trolley Security Services Request for Proposal for Trolley Security Services April 6, 2018 Trolley Security Support Services The Loop Trolley Company The Loop Trolley Company (LTC) is requesting proposals for armed on-board security

More information

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER For the purchase of inch instrument. All goods being offered for tender are located at PMD Yasnoye, Sakhalin Region, Russian Federation. General

More information

Employment Application

Employment Application Employment Application For Commercial Drivers 3025 Jones Mill Rd. Norcross, Ga 30071 Please include current 7 year MVR with this application. Applicant Name Date / / Last, First, Middle In compliance with

More information

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

Witham (Specialist vehicles) Ltd For sale by Tender - 13th September pm Direct From UK Ministry of Defence

Witham (Specialist vehicles) Ltd For sale by Tender - 13th September pm Direct From UK Ministry of Defence www.mod-sales.com Witham (Specialist vehicles) Ltd For sale by Tender - 13th September 2013 2pm Direct From UK Ministry of Defence Viewing: Wednesday 4th to Friday 13th Sept 2013 (Monday to Friday 8:30am

More information

INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION

INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION *A SEPARATE APPLICATION SHALL BE SUBMITTED FOR EACH COMPANY/BUSINESS (D.B.A.) OWNER (S) NAME DRIVER S LICENSE # HOME PHONE # CELL PHONE # BUSINESS

More information

HARLEY-DAVIDSON S 2019 RIDING ACADEMY ENROLLMENT PROMOTION TERMS & CONDITIONS

HARLEY-DAVIDSON S 2019 RIDING ACADEMY ENROLLMENT PROMOTION TERMS & CONDITIONS HARLEY-DAVIDSON S 2019 RIDING ACADEMY ENROLLMENT PROMOTION THE FIRST 10,000 ELIGIBLE CUSTOMER WHO REGISTER WITH CODE RIDE50 CAN LEARN TO RIDE FOR 50% OFF WITH HARLEY-DAVIDSON RIDING ACADEMY. PROMO CODE

More information

Fire & Rescue Service Operational Guidance Equipment Hydraulic Rescue Equipment Lukas SP300E Spreader Table of Contents 1 General Description P

Fire & Rescue Service Operational Guidance Equipment Hydraulic Rescue Equipment Lukas SP300E Spreader Table of Contents 1 General Description P Technical Info Tests Advantages & Disadvantages Lukas SP300E Spreaders! Operational Guidance Operation Construction Hydraulic Rescue Equipment! Futher Reading Equipment Manual! Audit Info Hazards Function

More information

DEALER REGISTRATION PACKAGE

DEALER REGISTRATION PACKAGE DEALER REGISTRATION PACKAGE. Please return this completed paperwork by mail, fax or email: Sunflower Auto Auction P.O. Box 19087 Topeka, Kansas 66619 PHONE 785-862-2900 FAX 785-862-2902 Email:info@SunflowerautoAuction.com

More information

Telecommunications Services for FHI360. Request for Quote/Proposal #

Telecommunications Services for FHI360. Request for Quote/Proposal # Telecommunications Services for FHI360 Request for Quote/Proposal #110120162108 Proposal Submissions Due: Wednessday, November 30, 2016, 2:00 p.m., EDT Table of Contents Project Overview... 3 Submitting

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1 Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

Request For Bids. Sewer Cleaning Truck

Request For Bids. Sewer Cleaning Truck Release: Thursday 22 September 2006 Closes: Friday 6 October 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us

More information

DISTRICT ADMINISTRATIVE RULE

DISTRICT ADMINISTRATIVE RULE DISTRICT ADMINISTRATIVE RULE IBB-R Charter Schools 2/15/18 RATIONALE/OBJECTIVE: The Charter Schools Act of 1998, and as amended in 2005, permits a local school system to utilize the flexibility of a performance

More information

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

More information

Louisville Gas and Electric Company

Louisville Gas and Electric Company P.S.C. Electric No. 11, Original Sheet No. 57 APPLICABLE In all territory served. AVAILABILITY OF SERVICE Available to any customer-generator who owns and operates a generating facility located on Customer

More information

Municipality Generator Interconnection Application Single Meter Application Part I

Municipality Generator Interconnection Application Single Meter Application Part I Municipality Generator Interconnection Application Single Meter Application Part I New Application Revised Application A single customer interconnecting to a single meter at a single premise makes a new

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF PIPES, FITTINGS AND FLANGES TO PALABORA COPPER TENDER NUMBER: RFP.PC.2015/144 PART 1 PROPOSAL INFORMATION AND CONDITIONS Page 1 Supply and Delivery

More information

RSPO PalmTrace - Book and Claim Terms and Conditions

RSPO PalmTrace - Book and Claim Terms and Conditions 1. Introduction 1.1 The Roundtable on Sustainable Palm Oil ( RSPO ), a non-profit association registered in Switzerland under Swiss law, supports the following supply chain models for the uptake of certified

More information

Metro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION

Metro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL ACTION: AWARD CONTRACT FOR CNG

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES QD Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro.net oplo OPERATIONS COMMITTEE June 16, 2011 SUBJECT: PURCHASE REPLACEMENT

More information

2014 RENEWABLE ENERGY PHOTOVOLTAIC Fact Sheet

2014 RENEWABLE ENERGY PHOTOVOLTAIC Fact Sheet Own your own power generation protect the environment Colorado Springs Utilities ( Springs Utilities ) is committed to being an environmentally friendly utility. Bringing clean, renewable energy to our

More information

FREQUENTLY ASKED QUESTION SERIES. BANJO BOLTS WHY THE BAD RAP? 6.0L Powerstroke Diesel. Last Updated: 7/2/2018 Page 1 of 3 S Diesel, LLC

FREQUENTLY ASKED QUESTION SERIES. BANJO BOLTS WHY THE BAD RAP? 6.0L Powerstroke Diesel. Last Updated: 7/2/2018 Page 1 of 3 S Diesel, LLC FREQUENTLY ASKED QUESTION SERIES BANJO BOLTS WHY THE BAD RAP? 6.0L Powerstroke Diesel Last Updated: 7/2/2018 Page 1 of 3 S Diesel, LLC Ihave been getting a bunch more comments and questions from customers

More information

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT INTRODUCTION Lathrop Irrigation District has created a policy to allow safe connection

More information

CODE OF BALTIMORE COUNTY REGULATIONS TITLE 02. DEPARTMENT OF PERMITS, APPROVALS AND INSPECTIONS SUBTITLE 02. PERMITS AND LICENSES

CODE OF BALTIMORE COUNTY REGULATIONS TITLE 02. DEPARTMENT OF PERMITS, APPROVALS AND INSPECTIONS SUBTITLE 02. PERMITS AND LICENSES CODE OF BALTIMORE COUNTY REGULATIONS TITLE 02. DEPARTMENT OF PERMITS, APPROVALS AND INSPECTIONS.01 Scope. SUBTITLE 02. PERMITS AND LICENSES CHAPTER 03. TRESPASS TOWING Authority: 21-16-123, Baltimore County

More information

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK 1 1 TABLE OF CONTENTS Please ensure you are reading the most recent version of this handbook by visiting the NV Energy website https://www.nvenergy.com/cleanenergy/electric-vehicles

More information

Commuter Vanpool Program Scope of Work

Commuter Vanpool Program Scope of Work Commuter Vanpool Program Scope of Work Objective To secure a single vanpool Service Provider to operate and market a county wide commuter vanpool program known as Sun Rideshare Vanpool Program. The goal

More information

REQUEST FOR BID AND BID SHEET on. Folding Chairs. November 2, 2018 November 8, :00am CST November 6, 2018

REQUEST FOR BID AND BID SHEET on. Folding Chairs. November 2, 2018 November 8, :00am CST November 6, 2018 Publish Date: Bid Closing Date: Bid Closing Time: Final Questions: 4. MECA reserves the right to accept or reject any or all bids in their entirety. 8. Delivery and shipping charges must be included as

More information

SRP BUSINESS SOLUTIONS

SRP BUSINESS SOLUTIONS FY19 ELECTRIC VEHICLE CHARGER PORT REBATE REQUEST ELECTRIC VEHICLE CHARGER REBATE PROGRAM OVERVIEW As an SRP business customer, you can earn up to $500 for each Level 2 electric vehicle (EV) charging port

More information

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Start a Franchise In 10 Steps

Start a Franchise In 10 Steps Start a Franchise In 10 Steps A guide from the entrepreneurship pros at 1 Should I start a franchise? Does this sound familiar? You d like to start a business, and you are thinking of buying a franchise,

More information

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September

More information

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES The City of Abbeville, South Carolina is soliciting sealed proposals for Fire Hydrant Maintenance Services. All proposals must be in writing and

More information

62 Leversee Road, Troy, NY Phone: Fax: PLEASE READ CAREFULLY

62 Leversee Road, Troy, NY Phone: Fax: PLEASE READ CAREFULLY 62 Leversee Road, Troy, NY 12182 Phone: 518-235-5531 Fax: 518-235-1064 PLEASE READ CAREFULLY Warren W. Fane, Inc. is an equal opportunity employer that provides its employees with competitive wages and

More information