Barry County Solid Waste Oversight Committee Request for Proposals Household Hazardous Waste Recovery Events

Size: px
Start display at page:

Download "Barry County Solid Waste Oversight Committee Request for Proposals Household Hazardous Waste Recovery Events"

Transcription

1 REPLY TO: Attn: Regina Young Barry County Solid Waste Oversight Committee 330 W. Woodlawn Ave Hastings, MI (269) BY: December 19, 2018, 2:00 PM The Barry County Solid Waste Oversight Committee (BCSWOC) Issues the following (RFP) to operate two single-day collection events per year for County residents for a three year period. The events are scheduled for May and September, 2019, 2020 and 2021 at the Barry County Expo Center (Fairgrounds) in Barry County. Dates may be subject to change. The BCSWOC reserves the right to reject any and all bids, to award the bid to someone other than the low bidder, to waive irregularities and/or formalities, and to accept any bid, which in its judgment best serves the interests of the BCSWOC. The acceptance of a bid will not create or impose a contractual or other obligation in or on the BCSWOC, and the BCSWOC reserves the right to reject a bid even after acceptance and notification of acceptance for any or no reason. The BCSWOC will not be obligated to the Contractor until the Household Hazardous Waste Recycling Disposal Agreement is approved and signed by both parties. All forms and attachments must be fully completed upon submittal. Electronic copies of the forms, as well as all open RFPs, are available at: Sealed bids should be labeled HHW Recovery Events. Bids must be delivered by the time and to the location above. Bids received after the deadline may remain unopened. Faxed copies will not be accepted. 1

2 KEY DATES: Barry County Solid Waste Oversight Committee REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION EVENTS Bid Release Date: December 5, 2018 Bid Due Date: December 19, 2018 at 2:00 PM Bid Opening: Immediately following Bid Due Date Bid Awarded: December 27, 2018 Collection Dates: Saturday May 4, 2019 & September 21, 2019 Saturday May (TBD), 2020 & September (TBD), 2020 Saturday May (TBD), 2021 & September (TBD), 2021 *TBD To Be Determined TABLE OF CONTENTS PART I: DRAFT CONTRACT... 3 PART II: SUBMISSION REQUIREMENTS TECHNICAL PROPOSAL SUBMISSION REQUIREMENTS COST PROPOSAL SUBMISSION REQUIREMENTS PART III: EXHIBITS EXHIBIT A: SCOPE OF SERVICES... 3 EXHIBIT B: COST PROPOSAL FOR HOUSEHOLD HAZARDOUS WASTE PART IV: ATTACHMENTS ATTACHMENT 1: SIGNATURE PAGE ATTACHMENT 2: CHECKLIST

3 Household Hazardous Waste Disposal Contractor Agreement This agreement, made and entered this day of, 2019, by and between the County of Barry, a municipal corporation and political subdivision of the State of Michigan (hereafter referred to as the COUNTY), acting for and on behalf of the Barry County Solid Waste Oversight Committee, whose administrative office is located at (hereafter referred to as the BCSWOC), and with principal offices located at (hereafter referred to as the CONTRACTOR). WITNESSETH: WHEREAS, the BCSWOC operates a household hazardous waste program (hereafter referred to as the PROGRAM); and WHEREAS, the PROGRAM collects waste that must be sorted, packed, transported, and disposed using proper techniques and must be processed by a firm licensed to transport and dispose of such waste by reusing or recycling whenever possible; and WHEREAS, the CONTRACTOR, meets all the licensing and other certifications and authorizations required by Federal and State laws and regulations, has submitted a proposal in response to the County s request for proposals, for the provisions of services required by the BCSWOC for the PROGRAM; and WHEREAS, the COUNTY accepts the CONTRACTOR s proposal subject to the terms and conditions of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants hereinafter contained, IT IS HEREBY AGREED by and between the parties as follows: FIRST: Program Description. The BCSWOC s PROGRAM consists of two collections each summer (May and September). Collections are open to Barry County residents from approximately 8:30 a.m. through 1:00 p.m. Appointments are not required. The type of materials collected by the PROGRAM are household waste materials primarily from residential generators that may be described as ignitable, reactive, corrosive, toxic and other such materials as defined by the Natural Resources Environmental Protection Act (NREPA). SECOND: Scope of Services. In addition to those responsibilities set forth in the body of this Agreement, the CONTRACTOR shall also perform those services and responsibilities set forth in the attached Exhibit A, Scope of Services, which is incorporated by reference into this Agreement and made a part hereof. The Exhibit A, Scope of Services, includes the services to be provided by the CONTRACTOR, the CONTRACTOR s responsibilities with regards to its personnel, and the CONTRACTOR s record keeping responsibilities. 3

4 THIRD: Responsibilities of the BCSWOC. The BCSWOC s personnel shall be responsible for the following: A. Organization and setting up of each collection PROGRAM. B. Operating the collection site, including assisting with traffic control, assisting customers, assisting with unloading of vehicles (where necessary), and assisting with site cleanup (where necessary). FOURTH: Schedule of Collections. The 2019 schedule of household hazardous waste collection events covered by this agreement includes Saturday May 4, 2019 and Saturday, September 21, 2019 at the Barry County Fairgrounds. The 2020 schedule of household hazardous waste collection events covered by this agreement includes Saturday May (To Be Determined TBD), 2020 and Saturday September (TBD), 2020 at the Barry County Fairgrounds. The 2021 schedule of household hazardous waste collection events covered by this agreement includes Saturday May (TBD), 2021 and Saturday September (TBD), 2021 at the Barry County Fairgrounds. The schedule for each year will be confirmed by the end of January of each year. The BCSWOC, at its sole discretion, may change any scheduled collection upon fourteen (14) days prior written notice to the CONTRACTOR, without penalty or liability to either the COUNTY or BCSWOC. FIFTH: Compensation. It is expressly understood and agreed that the COUNTY shall compensate the CONTRACTOR for services provided under this Agreement pursuant to and in accordance with the cost per unit set forth in the attached Exhibit B, Price Sheet. The attached Exhibit B, Price Sheet, is incorporated by reference into this Agreement and made a part hereof. SIXTH: Method of Billing and Payment. After each collection, the CONTRACTOR shall submit an invoice to the BCSWOC in the form requested by the BCSWOC. Each bill at a minimum shall list the categories of items collected, as described in Exhibit B, Price Sheet, the number of units of each item collected, the total price of the units of each item collected, the site fee to be charged for the collection, and the total sum due for the collection being billed. Approval for payment of a bill shall not be granted by the BCSWOC until the appropriate manifests covering the materials collected which are being billed are returned to the BCSWOC. The County shall process and pay each invoice in accordance with the County s procedure for processing and paying Accounts Payable. SEVENTH: Maintenance of Records. Except as otherwise provided by the rules and regulations of the State of Michigan or the Federal Government, the CONTRACTOR shall keep and maintain records covering services performed under this Agreement for a period of not less than five (5) years. For records that are public records under the Freedom of Information Act 4

5 (FOIA), Contractor shall cooperate with the County in providing a response to requests for disclosure of public records under FOIA. Contractor shall promptly forward all FOIA requests for records relating to the Program to the County within one (1) business day after its receipt of the request. EIGHTH: Applicable Law and Venue. This Agreement shall be construed according to the laws of the State of Michigan. The venue for the bringing of any legal or equitable action under this Agreement shall be the COUNTY OF BARRY of the State of Michigan. NINTH: Compliance with the Law. In performing the services to be conducted under this Agreement, the CONTRACTOR shall comply with all applicable Federal, State and local laws, ordinances, rules and regulations. This Agreement shall be subject to and construed according to the laws of the State of Michigan. Any legal or equity action under the Agreement shall be in Michigan Courts whose venue and jurisdiction shall be established in accordance with the statutes of the State of Michigan and Michigan Court Rules. In the event that any action is brought under this Agreement in or is moved to Federal Court, the venue for such action shall be the Federal Judicial District of Michigan, Western District, Southern Division. TENTH: Independent Contractor. It is expressly understood and agreed that the CONTRACTOR is an independent contractor. The employees, servants, agents and assigns of the CONTRACTOR shall in no way be deemed to and shall not hold themselves out as employees, servants, or agents of the COUNTY and shall not be entitled to any fringe benefits of the COUNTY, such as, but not limited to, health and accident insurance, life insurance, paid vacation or sick leave, or longevity. The CONTRACTOR shall be responsible for paying all salaries, wages and other compensation which may be due its employees or agents for performing services under this Agreement and for the withholding and payment of all applicable taxes, including, but not limited to, income and social security taxes, to the proper Federal, State and local governments. It is also expressly understood and agreed that County and its employees, contractors other than the Contractor, and agents shall in no way be deemed to be and shall not hold themselves out as employees of the Contractor. ELEVENTH: Indemnification and Hold Harmless. The CONTRACTOR shall, at its own expense, protect, defend, indemnify, save, and hold harmless the COUNTY and its elected and appointed officers, employees, servants and agents from all claims, damages, costs, lawsuits and expenses, that they may incur as a result of any acts, omissions or negligence of the CONTRACTOR or any of its employees, agents or servants that may arise out of this Agreement. TWELFTH: Insurance. The CONTRACTOR shall procure and maintain during the term of this Agreement, the insurance coverage s of not less than those outlined below. These minimums shall in no way be construed to reduce said requirements below applicable legally mandated 5

6 levels. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. Additionally, all coverage shall be with insurance carriers acceptable to the COUNTY: THIRTEENTH: Worker s Disability Compensation Insurance: The CONTRACTOR shall procure and maintain during the life of this Agreement, Worker s Disability Compensation Insurance, including employer s liability in accordance with all applicable statutes of the State of Michigan. A. Commercial General Liability Insurance: The CONTRACTOR shall procure and maintain during the life of this Agreement, Commercial General Liability Insurance on an occurrence basis with limits of liability not less than $1,000,000 per occurrence and/or aggregate combined single limit, personal injury, bodily injury and property damage. Coverage shall include the following extensions: (1) Contractual Liability, (2) Products and Completed Operations Coverage, (3) Independent Contractors Coverage, (4) Broad Form General Liability Extensions or the equivalent, and (5) Annual contract aggregate applicable to this Agreement. B. Motor Vehicle Liability: The CONTRACTOR shall procure and maintain, during the life of this Agreement, Motor Vehicle Liability Insurance, including Michigan No-Fault Coverage, with limits of liability of not less than $1,000,000 per occurrence combined single limit, bodily injury and property damage. Coverage shall include owned, nonowned and hired vehicles. C. Additional Insured: Commercial General Liability Insurance and Motor Vehicle Liability Insurance as described above shall include the following as Additional Insured ; COUNTY OF BARRY, all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and board members, including employees and volunteers thereof. D. Cancellation Notice: Workers Disability Compensation Insurance, Commercial General Liability Insurance, Pollution Liability Insurance if on policies separate from General or Motor Vehicle Liability, and Motor Vehicle Liability Insurance as described above, shall include an endorsement stating the following: It is understood and agreed that twenty (20) days Advance Written Notice of Cancellation, Non-Renewal, Reduction and/or Material Change shall be sent to: Barry County Solid Waste Oversight Committee, c/o Michael Brown, 220 W. State St. Hastings, MI E. Proof of Insurance: The CONTRACTOR shall provide to the COUNTY at the time the Agreement is returned by it for execution, certificates of insurance and policies as listed below: 1. Certificate of Insurance for Workers Disability Compensation Insurance; 6

7 2. Certificate of Insurance for Commercial General Liability Insurance; 3. Certificate of Insurance for Vehicle Liability Insurance; 4. Certificate of Insurance for Pollution Liability Insurance if on policies separate from those evidenced by the Certificates of Insurance required by items 2 and 3 this subsection. 5. If so requested, certified copies of all policies mentioned above will be furnished. FOURTEENTH: Nondiscrimination. The Contractor, as required by law and/or the Barry County Equal Opportunity Employment/Nondiscrimination Policy, shall not discriminate against a person to be served or an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, disability that is unrelated to the individual s ability to perform the duties of a particular job or position, height, weight, marital status, or political affiliation. The Contractor shall adhere to all applicable Federal, State and local laws, ordinances, rules, regulations and policies prohibiting discrimination, including, but not limited to, the following: A. The Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended. B. The Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended. C. Section 504 of the Federal Rehabilitation Act of 1973, P.L , 87 Stat 355, and regulations promulgated thereunder. D. The Americans with Disabilities Act of 1990, P.L , 104 Stat 327 (42 USC et seq), as amended, and regulations promulgated thereunder. Breach of this section shall be regarded as a material breach of this Agreement. In the event the Contractor is found not to be in compliance with this section, the County may terminate this Agreement effective as of the date of delivery of written notification to the Contractor. 7

8 FIFTEENTH: Iran Linked Business. The Contractor, by entry into this agreement, has certified to the County that neither it nor any of its successors, parent companies, subsidiaries, or companies under common ownership or control of the Contractor, are an Iran Linked Business engaged in investment activities of $20,000, or more with the energy sector of Iran, within the meaning of Michigan Public Act 517 of It is expressly understood and agreed that the Contractor shall not become an Iran Linked Business during the term of this Agreement. NOTE: IF A PERSON OR ENTITY FALSELY CERTIFIES THAT IT IS NOT AN IRAN LINKED BUSINESS AS DEFINED BY PUBLIC ACT 517 OF 2012, IT WILL BE RESPONSIBLE FOR CIVIL PENALTIES OF NOT MORE THAN $250, OR TWO TIMES THE AMOUNT OF THE CONTRACT FOR WHICH THE FALSE CERTIFICATION WA MADE, WHICHEVER IS GREATER, PLUS COSTS OF INVESTIGATION AND REASONABLE ATTORNEY FEES INCURRED, AS MOR FULLY SET FORTH IN SECTION 5 OF ACT NO 517, PUBLIC ACTS OF SIXTEENTH: Waivers. No failure or delay on the part of either of the parties to this Agreement in exercising any right, power or privilege hereunder shall operate as a waiver thereof, nor shall a single or partial exercise of any right, power or privilege preclude any other further exercise of any other right, power or privilege. SEVENTEENTH: Amendments. Modifications, amendments or waivers of any provision of this Agreement may be made only by the written mutual consent of the parties hereto. EIGHTEENTH: Subcontracting of Assignment. The CONTRACTOR shall not subcontract or assign its duties and/or obligations under this Agreement, except for that of final disposal. NINETEENTH: Agreement Duration. This Agreement shall commence upon the day of, 2019, and shall continue until the 31 st day of December, 2021, after which this Agreement shall continue on a month to month basis until it is superseded by a new Agreement between the COUNTY and the CONTRACTOR or terminated by either party upon thirty (30) days prior written notice to the other party. Notwithstanding any other provision of this Agreement to the contrary, the COUNTY may at its sole discretion terminate this Agreement prior to December 31, 2021 upon sixty (60) days prior written notice to the CONTRACTOR. In the event that the Agreement is prematurely terminated, the CONTRACTOR shall be paid for all services performed up to the effective date of termination. TWENTIETH: Disregarding Titles. The titles of the sections set forth in this Agreement are inserted for the convenience of reference only and shall be disregarded when construing or interpreting any of the provisions of this Agreement. 8

9 TWENTY-FIRST: Completeness of the Agreement. This Agreement and any additional or supplementary documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreements, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto. TWENTY-SECOND: Binding Effect of the Agreement. The covenants and conditions of this Agreement shall be binding upon and for the benefit of the heirs, administrators, executors, successors and assigns of the parties hereto. TWENTY-THIRD: Invalid Provisions. If any provision of this Agreement is held to be invalid it shall be considered to be deleted and the remainder of this Agreement shall not be affected thereby. Where the deletion of the invalid provision would result in the illegality and/or unenforceability of this Agreement, this Agreement shall be considered to have terminated as of the date in which the provision was declared invalid. TWENTY-FOURTH: Certification of Authority to Sign Agreement. The persons signing on behalf of the parties hereto certify by their signatures that they are duly authorized to sign this Agreement on behalf of said parties and that this Agreement has been authorized by said parties. IN WITNESS WHEREOF, the authorized representatives of the parties hereto have fully signed this Agreement on the day and year first above written. COUNTY OF BARRY WITNESSED BY, Chairperson County Board of Commissioners Date CONTRACTOR WITNESSED BY Authorized Signature Date Name (printed) Title (printed) 9

10 TECHNICAL PROPOSAL SUBMISSION REQUIREMENTS PROGRAM BACKGROUND: The Barry County Solid Waste Oversight Committee (BCSWOC) organizes two every year, to which residents deliver unwanted household hazardous waste. The BCSWOC selects sites, advertises, educates residents on proper disposal methods, and schedules appointments for interested participants. In 2016 & 2017, a total of 72,600 pounds of household hazardous waste was collected through the four annual events. In an effort to serve the needs of Barry County residents, the BCSWOC is requesting bids from qualified contractors. Following is a list of submission requirements. Exhibit A, Scope of Services found on page 10, provides a complete list of Contractor Responsibilities, including personnel, record-keeping, and packaging requirements. PROJECT OVERVIEW: Provide a brief synopsis of the proposal including a history of the organization, corporate ownership, services, resources, track record, and ability to meet the needs of the County as expressing this RFP. RELATED PROJECT EXPERIENCE: Provide a list of previous household hazardous waste projects performed. Include the agency s name, contacts, telephone numbers, and a brief description of the project. ON-SITE SERVICES TO BE OFFERED: A detailed description of on-site activities including receipt, segregation, packaging, loading, and transportation of materials A list of qualified staff and their duties, ensuring sufficient staff to handle potentially 30,000 pounds of household hazardous waste and related materials, the current maximum collected at any one collection A detailed list of equipment to be on-site at each collection Name, address, and other contact information for the transfer, disposal, and/or recycling facilities to be used. Include permits Contingency Plans, including a description of notification procedures to collection participants and plan of evacuation in case of on-site emergency ACCEPTABLE AND UNACCEPTABLE MATERIALS: Provide the BCSWOC with a list of all acceptable items, including a list of items that will not be allowed for collection as required by the Contractor, or by local, state or federal laws or regulations. RECYCLING: As part of the proposal, provide a list of materials that will be recycled rather than disposed. 10

11 COMPLIANCE: Briefly summarize current compliance with state and federal regulations. Include a synopsis on any past or current violations or non-compliance with federal transportation or RCRA regulations or state regulations. 11

12 COST PROPOSAL SUBMISSION REQUIREMENTS INTRODUCTION: Each bidder must submit a Cost Proposal for Household Hazardous Waste Disposal Services. Cost Proposals should include, in detail, all costs involved in a one-day collection event. COST PROPOSAL: Use EXHIBIT B on page 15 to provide price quote. Incomplete detail or bid will not be considered. SIGNATURE PAGE: Include the signed Signature Page on page 15 of this RFP. This document commits the bidder to the price quotes stated in the Cost Proposal. 12

13 Exhibit A Barry County Solid Waste Oversight Committee SCOPE OF SERVICES The responsibilities of CONTRACTOR with regards to the Household Hazardous Waste Disposal Program (PROGRAM) of the Barry County Solid Waste Oversight Committee (BCSWOC) as well as personnel, record keeping, packing supplies, and other requirements to be met by the Contractor are as follows: 1. CONTRACTOR Responsibilities. The CONTRACTOR shall be responsible for the following: a. Provide a detailed description of on-site activities including receipt, segregation, packaging, loading, and transportation of materials b. Provide staff (determined by the CONTRACTOR with agreement from the BCSWOC) to be on site for each collection of the PROGRAM to unload, sort, characterize, label, and manifest containers for shipment to CONTRACTOR. c. Provide a detailed list of equipment to be on-site at each collection d. Provide a Contingency Plan, including a description of notification procedures to collection participants and plan of evacuation in case of on-site emergency e. Provide transportation and disposal of all Household Hazardous Waste materials brought to the collection site in accordance with all applicable local, state, and federal laws and regulations f. Accept legal generator status (by manifestation) once the material is loaded on the CONTRACTOR s vehicle(s) and the vehicle(s) leave the collection site g. Ensure that the transportation and disposal of all Household Hazardous Waste materials under this Agreement shall be by utilizing licensed hauling and storage equipment to a designated, licensed disposal site pursuant to any and all applicable local, state, or federal laws, rules, and regulations h. Weigh each container of material collected and provide the BCSWOC with gross weights of each material manifested for each PROGRAM date within two weeks of each event date. i. Provide the BCSWOC with written documentation of the net total quantity of each class of Household Hazardous Waste materials transported by the CONTRACTOR j. Provide the BCSWOC with a list of all acceptable items, including a list of items that will not be allowed for collection as required by the CONTRACTOR, or by local, state, or federal laws or regulations, such as ammunition, weapons, radioactive materials, etc. k. Not use subcontractors for any part of the work required of the CONTRACTOR except for final disposal, where such subcontractors may be required l. Ensure that the vehicles and equipment utilized for transporting the Household Hazardous Waste materials collected under the PROGRAM meet all requirements for such vehicles and equipment of the State of Michigan and all states through which the materials will be transported 13

14 m. Remove Household Hazardous Waste materials collected on the day of collection from the site within a reasonable amount of time (not to exceed 2 ½ hours) 2. CONTRACTOR s Personnel. The CONTRACTOR shall ensure that its personnel performing services under this Agreement are trained and experiences in the handling, transportation, and disposal of Household Hazardous Waste materials. All such personnel shall have at a minimum one (1) year of experience. 3. Record Keeping. All manifests required by the U.S. Environmental Protection Agency and all regulatory agencies through which the Household Hazardous Waste materials collected under the PROGRAM are transported and the final destination where the Household Hazardous Waste materials will be disposed are to be completed by the CONTRACTOR with verification copies provided in a timely manner to the BCSWOC. 4. Packaging Supplies. For the PROGRAM, the CONTRACTOR shall supply U.S. Department of Transportation (USDOT) approved drums, boxes, packing materials (vermiculite, sawdust, etc.), labels, manifests, and motor vehicles as required by law and shall enter such data on labels and manifests as required by law. 14

15 Exhibit B Barry County Solid Waste Oversight Committee COST PROPOSAL TITLE: HOUSEHOLD HAZARDOUS WASTE CONTRACT Having carefully examined the requirements of the Request for Proposal and being fully informed of the specifications, terms, and conditions of the RFP, the undersigned proposes to furnish disposal of Household Hazardous Waste as follows: The BCSWOC prefers to be provided a price per pound as denoted below, with some exceptions where costs should be assessed per item, or a fixed cost applies. Prices include ALL processing, treatment, and disposal costs for the material collected at the site, even if materials must be re-packed later for transportation and/or proper disposal. HOUSEHOLD HAZARDOUS WASTE TYPES INCLUDING BUT NOT LIMITED TO: 1. Aerosol Cans $ per pound 2. Propane Cylinders $ per pound or per item 3. Fire Extinguishers $ per pound or per item 4. MAPP Gas, Oxygen Cylinders $ per pound or per item 5. Acetylene $ per pound or per item 6. Poison or Lethal Cylinders $ per pound or per item 7. Corrosive Liquids $ per pound 8. Corrosive Solids $ per pound 9. Dioxin Precursors $ per pound 10. Pesticide Liquids $ per pound 11. Pesticide Solids $ per pound 12. Flammable Liquids $ per pound 13. Flammable Liquids (Bulked) $ per pound 15

16 14. Oil Based Paint $ per pound 15. Oil Based Paint (Bulked) $ per pound 16. Asbestos $ per pound 17. Alkaline/NiCad Batteries $ per pound 18. Reactives $ per pound 19. Mercury $ per pound 20. Characterization of Unknowns $ per pound 21. Auto Batteries $ per pound 22. Latex Paint $ per pound 23. Motor Oil $ per pound 24. Antifreeze $ per pound 25. Oil Filters $ per pound 26. Lithium, Button Cell Batteries $ per pound 27. Mercury Thermometers $ per pound 28. Misc Non-Regulated Cleaners/Liquids $ per pound 29. Non-DEA Pharmaceuticals $ per pound 30. PCB Ballast $ per pound 31. Fluorescent Lamps $ per pound 32. Sharps/Medical Waste $ per pound 33. Smoke Detectors $ per pound 34. DEA Restricted Pharmaceuticals $ per pound 16

17 35. Other $ per pound 36. Other $ per pound 17

18 The CONTRACTOR is encouraged not to lab pack materials if a recycling or treatment option alternative is feasible. The CONTRACTOR is encouraged not to pack materials that can be managed as a household non-hazardous waste. The following unit cost quotes are for all materials that are proposed for recycling or treatment that does not require lab packing or for disposal as household non-hazardous waste. Other Applicable Costs Describe: $ Total 18

19 CONTACT INFORMATION NAME: ADDRESS: CITY/STATE/ZIP: PHONE: FAX: SIGNATURE PAGE ATTACHMENT 1 By submission of a proposal, the CONTRACTOR is required to certify as to its own organization, that in connection with this proposal the costs proposed have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition as to any matter relating to such costs with an bidder or with any competitor; and unless otherwise required by law, the costs that have been quoted in the proposal have not been knowingly disclosed by the vendor and will not knowingly be disclosed by the vendor prior to award directly or indirectly to any other bidder or to any competitor. ATTESTATION AND AUTHORIZATION OF SIGNATURE By signing below, the undersigned acknowledges that he or she has examined the complete (RFP) and all of its requirements and all information provided herein is true, accurate, and complete. Further, the undersigned attests that he or she is authorized to commit and by signing is committing the CONTRACTOR to all elements of the proposal. The undersigned acknowledges that the COUNTY will have no legal obligation to the CONTRACTOR until such time as the Contract for Services is duly approved and executed by the COUNTY and by the CONTRACTOR. The COUNTY is free to reject any and all bids, even after notification of acceptance, until the written Contract is executed and any costs incurred or work deferred or rejected by the CONTRACTOR until the Contract is executed is entirely at the CONTRACTOR s risk. Finally, the undersigned states that this price quote is firm and may be relied upon by the COUNTY as provided in the RFP. THE CONTRACTOR Authorized Signature Date Name (printed) Title (printed) 19

20 PROJECT OVERVIEW BRIEF SYNOPSIS Barry County Solid Waste Oversight Committee RELATED PROJECT EXPERIENCE PROPOSAL CHECKLIST ATTACHMENT 2 ON-SITE SERVICES DESCRIPTION OF ON-SITE ACTIVITIES LIST OF QUALIFIED STAFF LIST OF ON-SITE EQUIPMENT CONTACT INFORMATION FOR TRANSFER, DISPOSAL, OR RECYCLING FACILITY CONTINGENCY PLAN LIST OF ACCEPTABLE/UNACCEPTABLE MATERIALS RECYCLING COMPLIANCE COST PROPOSAL COST PROPOSAL HOUSEHOLD HAZARDOUS WASTE SIGNATURE PAGE 20

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014 S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN June 26, 2014 ADMINISTRATION AUTHORIZE COUNTY ADMINISTRATOR NEGOTIATE A NEW MEDICAL EXAMINER SERVICES CONTRACT WITH WESTERN

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

MISSAUKEE COUNTY REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION SERVICES

MISSAUKEE COUNTY REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION SERVICES MISSAUKEE COUNTY REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION SERVICES December 3, 2018 REPLY TO: Precia L. Garland, Administrator Missaukee County 111 S. Canal St. PO Box 800 Lake City, MI 49651 231-839-4967

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

Environmental Management Dept. ph: U.S. Highway 421 North fax:

Environmental Management Dept. ph: U.S. Highway 421 North fax: NEW HANOVER COUNTY Kim Roane, Business Officer Environmental Management Dept. ph: 910-798-4402 3002 U.S. Highway 421 North fax: 910-798-4408 Wilmington, NC 28401 Email: kroane@nhcgov.com BID SPECIFICATIONS

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor

More information

El Dorado County Fire Safe Council

El Dorado County Fire Safe Council El Dorado County Fire Safe Council Website: edcfiresafe.org P.O. Box 1011 Diamond Springs, CA 95619 Phone: (530) 647-1700 Email: board@edcfiresafe.org "Public and Private Partners Working Together to Protect

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

BAY COUNTY LIBRARY SYSTEM

BAY COUNTY LIBRARY SYSTEM BAY COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER OR OFFER) DATE OF REQUEST REFERENCE PROPOSAL NUMBER RFP - 1-16 DATE PROPOSALS ARE DUE SUBMIT PROPOSAL TO: MARK PROPOSAL: DELIVERY DATE:

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

HAZARDOUS WASTE AGREEMENT

HAZARDOUS WASTE AGREEMENT HAZARDOUS WASTE AGREEMENT This Agreement, made and entered into as of this day of, 20, by and between Alaska Marine Lines, Inc., a Washington corporation, ("Carrier") with its principal place of business

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES Sealed proposals endorsed PARKING CONSULTANT SERVICES, will be received at the Office of the City Clerk, 151 Martin Street, PO Box 3001, Birmingham,

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE THIS AGREEMENT is made and entered into on, by and between the insert appropriate name of contracting agency and name of contracting party and

More information

Outside Caterer Contract

Outside Caterer Contract Outside Caterer Contract THIS AGREEMENT made this day of,, by and between Auxiliary Services Corporation of SUNY Cortland ( ASC ), hereinafter referred to as "CORPORATION," and (VENDOR), located at (BUSINESS

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

REQUEST FOR PROPOSALS For Retail Consultant

REQUEST FOR PROPOSALS For Retail Consultant REQUEST FOR PROPOSALS For Retail Consultant Sealed proposals endorsed Retail Consultant, will be received at the Birmingham Shopping District, ATTN: Ingrid Tighe, 151 Martin Street, Birmingham, Michigan,

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) This AGREEMENT is made and entered into this day of in the year 20 ( EFFECTIVE DATE ), between the Los Alamitos

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer CONTRACTOR: 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 DATE AGREEMENT PREPARED: BEGINNING

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and hereinafter called CONTRACTOR.

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Suzanne McDonald, Financial Operations Manager (925) .d Staff Report Date: February, 01 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Karan Reid, Director of Finance Suzanne McDonald, Financial Operations Manager

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

TEMPORARY EMPLOYEE STAFFING. Request for Proposal

TEMPORARY EMPLOYEE STAFFING. Request for Proposal HOUSING AUTHORITY OF THE CITY OF WILMINGTON NORTH CAROLINA (WHA) REQUEST FOR PROPOSAL (RFP) SOLICITATION NO.: WHA17.14 TEMPORARY EMPLOYEE STAFFING Request for Proposal Issued: Friday, October 27, 2017

More information

Request for Proposals for A Household Hazardous Waste Collection Day. Contracting Authority:

Request for Proposals for A Household Hazardous Waste Collection Day. Contracting Authority: Request for Proposals for A Household Hazardous Waste Collection Day Contracting Authority: Waste Management District Board of Directors Darke County Commissioners Matthew W. Aultman Michael E. Stegall

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,

More information

SERVICE AGREEMENT

SERVICE AGREEMENT SERVICE PROVIDER TRUSTEES SERVICE AGREEMENT 02-09-18 For use on any CSU project. This AGREEMENT is made and entered into this [Day] day of [Month], [Year] pursuant to the Public Contract Code 10700, et

More information

WHEREAS, the County desires to enter into an agreement with the Contractor for the provision of such services as set forth herein.

WHEREAS, the County desires to enter into an agreement with the Contractor for the provision of such services as set forth herein. AGREEMENT FOR PHYSICIAN STAFFING SERVICES PD 14-15.004 THIS AGREEMENT is made this day of, 2014 (hereinafter referred to as Effective Date ), by and between Escambia County, Florida, a political subdivision

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT

DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT This DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT ( Agreement ) is made by and entered into between-, an individual residing at,-(the Contractor ) and

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

More information

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative

More information

Request for Proposals

Request for Proposals Request for Proposals File Migration Assistance to Office 365 ISSUE DATE: 9/14/2017 PROPOSAL DEADLINE: 10/12/2017, 4:30 PM CT PROPOSALS RECEIVED AFTER THE DEADLINE WILL BE RETURNED UNOPENED Proposal Submission

More information

AGREEMENT BETWEEN THE CITY OF BLOOMINGTON, MINNESOTA AND INDEPENDENT SCHOOL DISTRICT #271 OLDER ADULT FITNESS PROGRAMS

AGREEMENT BETWEEN THE CITY OF BLOOMINGTON, MINNESOTA AND INDEPENDENT SCHOOL DISTRICT #271 OLDER ADULT FITNESS PROGRAMS AGREEMENT BETWEEN THE CITY OF BLOOMINGTON, MINNESOTA AND INDEPENDENT SCHOOL DISTRICT #271 OLDER ADULT FITNESS PROGRAMS THIS AGREEMENT, is made this day of, 2017 by and between the CITY OF BLOOMINGTON,

More information

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES This AGREEMENT FOR SERVICES (the Agreement ) made as of the date stated below, between the Village of South Lebanon, Ohio, 10 N. High Street, South Lebanon, OH 45065 (the Village

More information

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA BID: Q17-134 TO: ALL PERSPECTIVE BIDDERS FROM: ZAKIA ALAM, PURCHASING & CONTRACTS

More information

Staff Report. Scott Conn, Network & Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925) .b Staff Report Date: April, 01 To: From: Prepared by: City Council Valerie J. Barone, City Manager Joelle Fockler, MMC, City Clerk Joelle.fockler@cityofconcord.org () 1-0 Scott Conn, Network & Operations

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

Chatham County Request for Proposals Biannual Customer Service Survey

Chatham County Request for Proposals Biannual Customer Service Survey Chatham County Request for Proposals Biannual Customer Service Survey Project Description & Purpose: The Chatham County Manager s Office is requesting proposals from entities experienced in local governmental

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

Household Hazardous Waste Collection Sealed Bid # Town of Salem, NH

Household Hazardous Waste Collection Sealed Bid # Town of Salem, NH +` Household Hazardous Waste Collection Sealed Bid #2017-023 Town of Salem, NH May 25, 2017 SALEM PURCHASING Christine Wholley Purchasing Agent 603-890-2090 fax 603-890-2091 Cawholley@salemnh.gov Leon

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager .d Staff Report Date: December, 1 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Andrea Ouse, Director of Community and Economic Development Abhishek Parikh,

More information

INTRODUCTION TERMS AND CONDITIONS

INTRODUCTION TERMS AND CONDITIONS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized

More information

Introduction: Program Description:

Introduction: Program Description: REQUEST FOR PROPOSALS HANDLING, TRANSPORTATION AND DISPOSAL FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENTS THREE RIVERS SOLID WASTE MANAGEMENT AUTHORITY Introduction: The Three Rivers Solid Waste Management

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information