Cinnaminson Township

Size: px
Start display at page:

Download "Cinnaminson Township"

Transcription

1 Cinnaminson Township PUBLIC WORKS DEPARTMENT 1601 Union Landing Rd. Cinnaminson, NJ Fax TODD M. DAY Superintendent of Public Works Township Engineer KAREN T. ZLOTNIK Recycle Coordinator Clean Communities Coordinator MUNICIPAL BUILDING 1621 Riverton Road Cinnaminson, NJ (856) Fax (856) ERIC SCHUBIGER Township Administrator LISA PASSIONE Township Clerk QUOTE PACKAGE FOR HYDRAULIC EXCAVATOR, COMPACT TOWNSHIP OF CINNAMINSON BURLINGTON COUNTY, NEW JERSEY JANUARY 2019 January 23, 2019 Todd M. Day, P.E. N.J. License No Date

2 SCOPE OF WORK Quotes MUST BE RECEIVED BY 5:00 PM, FRIDAY, FEBRUARY 1, 2019, via fax or addressed to Todd Day, Township Engineer at (856) or The specifications contained herein are intended to describe a HYDRAULIC EXCAVATOR, COMPACT for use by the Township of Cinnaminson Public Works Department for general excavation. A complete unit ready for use shall be delivered to the Township no more than ninety (90) calendar days from the signing of a contract. Successful Bidder will be required to supply at least one (1) hour of operation, maintenance and service training for the engine, transmission, body and related support systems for the equipment. Training must be completed at delivery of the equipment. The Bidder shall guarantee that all articles of equipment including all parts thereof are of first quality throughout. The Bidder further warranties all equipment, and all parts thereof against any defects of workmanship, design, construction and materials, and guarantees to repair or replace without cost of the owner, any article that has become defective, in service and not proven to have been caused by negligence on the part of the user for a period of twelve (12) months from the date of acceptance by Township. Service under the guarantee and, subsequent to the expiration of the guarantee, service required as part of the maintenance of the equipment shall be available from a shop operated by the Bidder, or under the control or contract with the Bidder. There shall be a twenty (20) working day trial period for each piece of equipment, during which time the equipment will be used, prior to final acceptance by the Township. During this 20-day period, the Bidder shall immediately remedy any and all faults in the new equipment brought to the Bidder s attention by the Township. Equipment shall be delivered with all specified components included and with a full charge of all fluids. Complete service and parts manuals (engine, transmission, chassis and wiring) will be supplied at the time of delivery. One (1) set of all belts and filters (oil, air, transmission, fuel and differential) for the complete unit to be provided to the Township at delivery. These specifications are meant to be complete and informative. They are not assumed to be exhaustive. All items required to make a complete, finished, working unit must be included whether specified or not. If a Bidder has questions about the specifications, the questions should be addressed, in writing, to the Township Public Works Department in advance of the bid opening. Responses, in writing, will be made available to all Bidders. Warranty service will be the responsibility of the successful Bidder. If service is required during the warranty period, the supplying vendor shall be responsible for towing the vehicle for warranty repairs if the equipment cannot be driven. The specified items are to be provided exactly as described, unless an equivalent or approved equal are acceptable. The term APPROVED EQUAL applies to the equipment, parts, performance, documentation, training and accessories. Equal or Better will be judged by the Township. If a Bidder declares that an item is Equal or Better, then they are required to provide demonstrations, written explanations, and/or comparisons, as well as written technical and performance data with quantified, verifiable conclusions to support their claim. Failure to submit the complete information prior to the bid opening will result in the immediate rejection of the entire bid.

3 SPECIFICATIONS Unit bid shall be currently advertised and produced model with all the latest standard features whether or not called for in these specifications. Standard equipment shall be defined in current manufacturer s literature. (Provide current brochure / specifications of the unit bid) Indicate compliance with checking either a YES or NO answer. A 'YES' answer indicates 100% compliance with the entire statement. Manufacturer's bid is allowed to meet, or exceed, stated specifications, unless otherwise quantified. Explain all 'NO' answers in detail in the section at the end, clearly referencing the relevant non-conforming item(s) by section and item number. A) GENERAL COMPLIANT? YES NO 1. Construction duty, track-type crawler compact excavator, Short Radius. 2. Comply with SAE recommended practice or ISO standard. 3. X-frame undercarriage, rubber or steel track capability. 4 Backfill blade with float, boom offset, double/single acting auxiliary hydraulics. 5. Lockable tilting, one-piece hood for ease of service to engine. 6. Lockable tilting, one-piece hood for ease of service to MCV. 7. Central grease location for boom offset cylinder, swing gear and swing bearing. 8. The excavator will be new, unused, and manufacturer s current production model. All items categorized, as standard equipment on the equipment specification sheet will be provided. 9. Thumb ready stick with additional circuit relieve valves. 10. Machine monitoring system to protect key areas. B) SEAT/OPERATOR PLATFORM 1. Full suspension seat with two-inch seat belt. 2. Enclosed cab with heat and air conditioning. 3. Non-slip floor mat, seat and controls one unit, seat and controls separate adjustment. 4. Removable lower bottom window (with cab storage), sliding right side window. 5. Intermittent window wiper. 6. Hydraulic safety lock outs on console. 7. ISO pattern change valve electrical, easily switched from operator s seat. C) DASH INSTRUMENTATION 1. Instrumentation shall include: engine preheating, engine oil pressure, coolant water temperature, battery charge, Air, fuel and hydraulic filter restriction, digital and analogue hour meter s, fuel gauge.

4 D) WORKING EQUIPMENT 1. Boom, standard arm and standard bucket configuration. 2. Machine operating weight shall be a minimum of 8,554 lbs (3,880 kg). 3. Ground reach minimum of 18-2 (5533mm). 4. Minimum digging depth of 11-3 (3,131mm). 5. Dump height of 11-0 (3,347mm). 6. Lift capacity at 9-8 (3m), radius at ground level of 1,131 lbs (513kg), blade up 360 rotation. 7. Swing speed of 9 rpm. 8. Boom offset of 76 left and 56 right. 9. Bucket breakout force minimum of 32.89kn (7,394lbf) ISO Dipper tear out force minimum of be 23.71kn (5,330lbf) ISO Ground pressure minimum of 5.2 psi. 12. Cab on rubber tracks. E) ENGINE 1. Minimum 3 cylinders. 2. Meet U.S. Federal Emissions standards T4f (stage 111B). 3. Air Cleaner: Dual element, replaceable inner element and restriction indicator. 4. Fuel Filtering: Two stage system utilizing a water/sediment separator and filter element. System shall be self-bleeding. 5. Lubrication: Full-flow pressure lubrication with spin-on filter cartridge. 6. Net Horsepower Output: Minimum 23.1 HP (17.2Kw) at 2,200 RPM. 7. Throttle Control: Eco mode electric. 8. Cooling System: Air to fluid coolers side by side mounted. 9. Auto Idle and Auto Shut Down with adjustable timer s. F) ELECTRICAL 1. System voltage shall be 12 volt. 2. Battery shall be of a heavy duty design rated at 74 Ah. 3. The alternator shall produce a minimum of 60 amps. G) UNDERCARRIAGE 1. X-Frame design having sloped side members for easy cleaning. 2. Tractive effort shall not be less than 6,969 lbf (3,100daN). 3. Minimum ground clearance of 0 11 (285mm). 4. Five bottom track rollers, one top track roller.

5 H) HYDRAULIC SYSTEM 1. Open center, load sensing, variable displacement total power control hydraulic system with axial piston pump for independent movement of functions. 2. Minimum hydraulic flow shall be 27.2gpm (103l/min). 3. Main hydraulic system pressure shall be minimum 3,191psi (22Mpa). 4. Oil Cooler shall be side by side mounted for easy access. 5. Boom cylinder extension, dipper cylinder retraction, and off set cylinder both sides shall have end of stroke dampening (cushioning). 6. Boom offset cylinder shall be left mounted. 7. Pipe work shall be high pressure hydraulic tubes treated against corrosion, externally mounted for easy service and less wear. 8. Swing motor shall be a direct drive radial piston hydraulic motor equipped with multidisc brake and hydro-sensor shockless hydraulic valve. 9: Single and double acting hydraulics with piping to arm 10. Three Eco Modes for work hydraulic. 11. Dozer blade and float to be activated by one lever. I) DIMENSIONS 1. Maximum overall height shall be 8-2 (2,481mm). 2. Transport length shall be 18-6" (5,650mm). 3. Track length shall be minimum 6-9 (2,055mm). 4. Track width with rubber tracks shall be minimum 12 (300mm) 5. Overall width shall be maximum 5-10 (1,780mm). J) CAPACITIES 1. Fuel tank shall be a minimum of 16.9 US gal (64L). 2. Coolant circuit (radiator and engine) shall be a minimum of 1.5 US gal (7L). 3. Engine oil system shall be a minimum of 1.8 US gal (7L). 4. Hydraulic tank shall be a minimum of 8.5 US gal (32L). K) SAFETY 1. Unit to be equipped with four-post rollover protective structure (ROPS) and falling objects protective structure (FOPS) plus tip over protection (TOPS). 2. Vandalism protection must include key-lockable engine and battery compartments and cab door locks (if equipped). 3. All locks must be operated with the engine start key. L) WARRANTY 1. 3-Year, 3,000-Hour Full, Including Time, Travel & Mileage.

6 M) AVAILABLE OPTIONAL EQUIPMENT - Cab Radio - Additional Front Work Lamp - Rear Work Lamp - Rotating Beacon - Hydraulic Thumb - Hydraulic or Mechanical Coupler - Angle Blade 4 Way - Work Light Boom Mounted - Double Acting Aux Hydraulics - LED Beacon Light - LED Cab Mounted Work Light Package 4 Lights - Hydraulic Pin Grabber - 12 General Purpose Bucket - 24 Bucket - NPK PH1 Hammer and Cap - Service and Parts Books EXPLANATION OF ALL NON-COMPLIANT ITEMS (clearly reference the relevant non-conforming item(s) by section and item number):

7 END OF SECTION

8 PROPOSAL SUPPLY AND DELIVERY OF ONE (1) 2019 VOLVO HYDRAULIC EXCAVATOR, COMPACT (MINI), OR APPROVED EQUAL Township of Cinnaminson The undersigned declares that they have carefully examined the annexed form of Contract and Specifications therein referred to, and that they fully understand the same; and, that they propose and agree that if this Proposal is accepted, they will contract with the end user in the form of the annexed official contract/agreement to provide the system in the manner and within the time therein prescribed. The prices submitted in the Proposal are for the specified services/equipment which shall be complete as specified, delivered at a site specified, placed in operation, and include the cost of the unit complete, including demonstration, fuel, etc VOLVO HYDRAULIC EXCAVATOR, COMPACT (MINI): TOTAL AMOUNT: $ TOTAL AMOUNT BID WRITTEN OUT SIGNATURE NAME & TITLE (TYPE OR PRINT) BID DATE COMPANY NAME OPTIONS: (1) NPK PH1 Hammer and Cap: $ (2) 5-Year, 4,000-Hour Full Warranty, Including TT&M: $ (3) Service and Parts Books: $ DELIVERY: DAYS

9 CONTRACT FOR PURCHASE OF 2019 HYDRAULIC EXCAVATOR THIS AGREEMENT, between the Township of Cinnaminson, a municipal corporation of the State of New Jersey, having its principal offices located at 1621 Riverton Road, Cinnaminson, New Jersey 08077, hereinafter referred to as Owner and., having its principal place of business located at, hereinafter referred to as "Contractor;" WITNESSETH; That for and in consideration of the sum of Dollars and Cents ($ ), Contractor agrees to furnish to the Owner the labor, material, equipment and services for the Base Bid and Options, in accordance with the contract documents hereinafter set forth. That for and in consideration of the amount payable under this agreement by the Owner, the Contractor agrees, at its own proper cost and expense, and with due skill and diligence, that it will complete the Purchase of 2019 Hydraulic Excavator in accordance with the contract documents and in compliance with this agreement. Contractor agrees to receive as full compensation the amount stated herein, namely $, for said services provided to the Owner. Contractor shall be responsible for all loss or damage arising out of the furnishing of the services aforesaid. To prevent all disputes and litigation, it is agreed by and between the parties to the Contract that the Owner shall in all cases determine the quantity of the goods delivered and paid for under this contract, and as to the interpretation of any ambiguity in or intent of the drawings and specifications. The Contract documents shall consist of the following: 1. Specifications. 2. Contractors Proposal (as accepted). 3. Contract Agreement. The parties to this contract agree to incorporate into this contract the mandatory language of the Regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27, as amended and supplemented from time to time and the contractor or subcontractor agrees to comply fully with the terms, provisions, and obligations of said Regulations. AND in all respects comply with all requirements of the Labor Laws of the State of New Jersey, applicable to contracts on behalf of the Municipal Government for construction, alteration, or repair of any building or public work, including particularly, be without limitation of the foregoing, the provision that not less than the prevailing rate of daily wages in the locality where the work is performed shall be paid to mechanics, workmen and laborers employed by the contractors or subcontractors or by or in behalf of the State or any county or municipality; Contractor, shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request. Payment shall be made to said Contractor by orders upon the Treasurer of said Township, founded upon estimates of the Township Committee as to the amount of work done or articles furnished and delivered, or both, and upon presentation by said Contractor, to the Township Treasurer of said Township an appropriate voucher setting forth, in writing, the amount of work done or goods furnished, and that the work done or articles furnished are according to this Contract, and according to law; AND it is distinctly and mutually understood and agreed by and between the parties hereto, that in case a default is made in the completion of the Contract, in accordance with the terms and conditions hereof, such money as may be due to said Contractor, or such as would have become due had the terms

10 and conditions of this Contract and agreement been complied with, shall be and is hereby forfeited to said Township, and said Township is free to use the same in and about the completion of said contract, and in case said Township is put to any costs and expenses over and above the contract price of the Contractor, in and about the completion of the Contract, said Contractor for themselves, itself, their heirs, executors, administrators, successors and assigns, expressly agree to hold themselves, itself, their heirs, executors, administrators, successors and assigns, liable therefore, and hereby covenant and agree to make good the same to the Township. Upon Township determination that services provided by the contractor are unsatisfactory, said contract may be cancelled subject to thirty (30) days written notice being provided to the contractor; The Contractor agrees to make payments of all proper charges for labor and materials required in the aforementioned work, and defend, indemnify and save harmless the Township of Cinnaminson, its officers, agents and servants and each and every one of them against and from all suits and costs of every name and description, including attorney's fees and costs and from all damages to which said Township of Cinnaminson or any of its officers, agents or servants may be put by reason of injury to the person or property of others resulting from carelessness in the performance of said work, or through the negligence of the Contractor, or through any improper or defective machinery, implements or appliances used by said Contractor in the aforesaid work or through any act or omission on the part of said Contractor, or their agent or agents. This provision applies regardless of whether insurance coverage is provided. It is also agreed and understood that the acceptance of the final payment by the Contractor shall be considered as a release in full of all claims against the Township out of, or by reason of, the work done and materials furnished under this contract; and AND it is expressly understood and agreed that this Contract and the referenced inclusion of the bid documents represent the full understanding between the parties and any representations, whether oral or in writing, not contained herein, will not be binding on the parties hereto. This agreement, together with the contract documents, forms the contract and they are as fully a part of this contract as if hereto attached or herein repeated. The Owner and the Contractor, for themselves, their heirs, executors, administrators, successors or assigns, hereby agree to the full performance of the covenants herein contained. IN WITNESS WHEREOF, they have executed this Agreement. CONTRACTOR: ATTEST: BY Print Name & Title Print Name & Title (Seal) Dated this day of, 20. TOWNSHIP OF CINNAMINSON: ATTEST: BY (Seal) Dated this day of, 20.

11 CERTIFICATE OF INSURANCE - REQUIREMENTS Name & Address of Insured Enter (X) Type of Insurance Policy Number and Insuring Company(ies) Policy Expiration Date Amounts of Less Than $1,000,000 Will Not Be Acceptable Limits of Liability Amount Required Each Occurrence General Liability Comprehensive Gen. Form General Aggregate $2,000,000 $ Amount Provided Each Occurrence Premises-Operations Explosion & Collapse Hazard Underground Hazard Products/Completed Operations Hazard Bodily Injury $1,000,000 $ Property Damage $1,000,000 Contractual Ins. (Blanket) Broad Form Prop. Damage Independent Contractors Bodily Injury and Property Damage Combined $1,000,000 $ Personal Injury Personal Injury $ $ Automobile Liability Bodily Injury $ $ (Each Person) Comprehensive Form Bodily Injury $ $ (Each Accident) Owned $ $ Non-Owned Property Damage $ $ Garagekeepers Insurance (Without regard to legal liability as direct coverage on a primary basis) Excess Liability Umbrella Form Other Than Umbrella Form Bodily Injury and Property Damage Combined Bodily Injury and Property Damage Combined $1,000,000 $1,000,000 $ Worker s Compensation and *All States Endorsement Statutory NJ Coverage $100,000/$500,000 Employers Liability Minimum $100,000 $100,000 $ Remarks: Additional Insured: TOWNSHIP OF CINNAMINSON It is understood and agreed that in the event of any material change in, cancellation of, or expiration of the above policy or policies the undersigned Insurance Company agrees to given a written notice to the Owner, at the above address thirty (30) days in advance of such change or cancellation. This certificate is executed and issued to the Owner on the day and date herein below written certifying that the Insured has been issued the above policy or policies with Limits of Liability of at least the required amounts. *** PLEASE PUT X S IN AFFORDED COLUMN OR CERTIFICATE WILL BE RETURNED *** Name of Agency Signature of Authorized Representative of Insurance Company Street Address Address Date City, State & Zip Code Agency Telephone No.

12 TO: INSURANCE PRODUCER Your client, as a supplier to the Owner is required to provide a certificate of insurance for the coverages and amounts indicated on the reverse side of this insurance certificate. It is important to your client that you respond quickly since continued business relationships depend upon valid insurance. Additionally, the minimum amount and type of coverage shown on our certificate is not negotiable and is not intended to imply that is all the insurance necessary to protect him/her from all losses or liability. It is the Owner s policy to require all suppliers who make deliveries or perform assembly, repair operations or a service in, on or upon our property/premises or property/premises under our care, custody and control to maintain the insurance coverage described below; such insurance must be obtained prior to the start of any such work the Owner. A. Comprehensive General Liability (CGL) This coverage must include: Premises-Operations, Products/Completed Operations Hazard, Contractual Insurance (Blanket Coverage), Broad Form Property Damage, Independent Contractors, and Personal Injury and all others shown on X in the required column. Minimum Coverage Bodily Injury and Property Damage combined - as shown in the amount required column AMOUNTS OF LESS THAN $1,000,000 WILL NOT BE ACCEPTABLE. Contractual Insurance (Blanket Coverage) Contractual Indemnification - Save Harmless Agreement which is incorporated into all Vouchers, General Purchase Agreements and Contracts.) INDEMNIFICATION Supplier shall defend, indemnify and save harmless, the Owner from and against all losses, costs, damages, expense claims or demands arising out of or caused or alleged to have been caused in any manner by a defect in any equipment or materials supplied hereunder or by doing the work herein provided, including all suits or actions of every kind of description brought against Owner, either individually or jointly with Supplier for or on account of any damage or injury to any person or persons or property, caused or occasioned or alleged to have been caused by or on account of the performance of any work pursuant to or in connection with this contract or through any negligence or alleged negligence in guarding the work or through any act, omission or fault or alleged act, omission or fault of the Supplier, its employees or agents, or others under Supplier s control. B. Automobile Liability - Comprehensive Form (or as shown on reverse side) Minimum Coverage Bodily Injury and Property Damage combined - as shown in the amount required column. C. Worker s Compensation - As required by New Jersey State Statute and Employer s Liability (minimum $100,000) D. Excess Liability Commercial Umbrella Form - $1,000,000. E. Other Coverage(s) As shown on reverse side. Important - Producer: PLEASE CHECK THE AFFORDED BLOCK FOR EACH COVERAGE PROVIDED. THE CERTIFICATE MUST BE SIGNED BY THE AGENT OF THE INSURER OR CERTIFICATE WILL BE RETURNED. IT IS NECESSARY TO SUBMIT YOUR CLIENTS COVERAGE THIRTY (30) DAYS PRIOR TO THE EXPIRATION OF THE EXITING COVERAGE ON OUR CERTIFICATE ONLY; ALL OTHERS WILL BE RETURNED TO THE SUPPLIER AND SERVE TO DELAY FUTURE BUSINESS DEALINGS BETWEEN THE OWNER AND YOUR CLIENT.

REQUEST FOR PROPOSALS Hydraulic Excavator. Surry County Public Works Department Hydraulic Excavator

REQUEST FOR PROPOSALS Hydraulic Excavator. Surry County Public Works Department Hydraulic Excavator REQUEST FOR PROPOSALS Hydraulic Excavator BIDS WILL BE OPENED 3:00 PM, Tuesday, March 17, 2015 in Surry County Commissioners Meeting Room 3 rd Floor, Surry County Government Center 118 Hamby Road, Room

More information

Township of Lumberton

Township of Lumberton Township of Lumberton BID SPECIFICATION MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM Due February 23, 2017 at 2pm Grounds Management Bid Specification, - 1 - MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

Request for Proposal Skid Steer May 17, 2017

Request for Proposal Skid Steer May 17, 2017 Request for Proposal Skid Steer May 17, 2017 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Rubber Tire Skid steer. Sealed proposals will be received by the City

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

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

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS 2013-17 REQUEST FOR QUOTATIONS The City of Dawson Creek is requesting quotations for the supply and delivery of: - One (1) 2013 Dual Engine, Self-Propelled Snowblower This is a Request for Quotations only.

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR City of Los Banos Public Works Department 411 Madison Avenue

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) CABOT 208 North First Street P.O. BOX 1287 CABOT, ARKANSAS 72023 501 605 1740 501 605 1743 FAX INVITATION TO BID (ITB) Date: April 3, 2012 Cabot WaterWorks (CWW) is accepting Sealed Bids for the following

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

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont 1. INVITATION TO BID 1.1 The Town of Rockingham, VT is seeking sealed bids on a 2018 stationary compactor,

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Procurement Coordinator, Greenville Utilities

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Procurement Coordinator, Greenville Utilities REQUEST FOR QUOTATION Quotes will be received in the Office of the Procurement Coordinator, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 2:00 PM (EDST)

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "Public Works Department Mowers Bid #31-11 on the outside of the envelope, addressed

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

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

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

CONTRACT for PLUMBING REPAIR SERVICES

CONTRACT for PLUMBING REPAIR SERVICES CONTRACT for PLUMBING REPAIR SERVICES BLANKET PURCHASE ORDER NUMBER BP340068 THIS CONTRACT entered into this 25th day of June, 2013 by and between the CITY OF WICHITA, KANSAS, a municipal corporation,

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle Boise State University Request for Quote RFQ CF17-084 2-passenger 4x4 Utility Vehicle Schedule of Events RFQ issue date Feb. 23, 2017 RFQ closing date Mar. 03, 2017 5:00 PM Product 1 each Kubota RTV-X900

More information

METROPOLITAN ENTERTAINMENT & CONVENTION AUTHORITY REQUEST FOR PROPOSAL Foodservice Equipment April 10, 2019

METROPOLITAN ENTERTAINMENT & CONVENTION AUTHORITY REQUEST FOR PROPOSAL Foodservice Equipment April 10, 2019 METROPOLITAN ENTERTAINMENT & CONVENTION AUTHORITY REQUEST FOR PROPOSAL 19037 Foodservice Equipment April 10, 2019 PART I - INTRODUCTION The Metropolitan Entertainment & Convention Authority ( MECA ) is

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: January 26, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

More information

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to: The City of Farmington is accepting bids for EXCAVATION AND HAULING and your company is invited to submit a proposal. Bids are due by 10:30 a.m. local time, Friday March 31, 2017. Sealed bids may be mailed

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 3/16/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd

More information

THIS WARRANTY APPLIES ONLY TO 2015 AND LATER YEAR MODELS OF NEW K-TEC SCRAPERS ( K-TEC SCRAPER ).

THIS WARRANTY APPLIES ONLY TO 2015 AND LATER YEAR MODELS OF NEW K-TEC SCRAPERS ( K-TEC SCRAPER ). THIS WARRANTY APPLIES ONLY TO 2015 AND LATER YEAR MODELS OF NEW K-TEC SCRAPERS ( K-TEC SCRAPER ). 1. Limited Structural Warranty K-Tec Earthmovers Inc. ( K-Tec ) warrants that structural assemblies will

More information

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less SALEM CITY NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Salem City ( Salem

More information

CABOT One City Plaza, Suite B P.O. BOX 1287 Cabot, Arkansas FAX

CABOT One City Plaza, Suite B P.O. BOX 1287 Cabot, Arkansas FAX CABOT One City Plaza, Suite B P.O. BOX 1287 Cabot, Arkansas 72023 501 605 1740 501 605 1743 FAX INVITATION TO BID (ITB) Date: October 13, 2017 Cabot WaterWorks (CWW) is accepting Sealed Bids for the following

More information

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

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY LILLINGTON, NORTH CAROLINA QUOTE # SW001 2005 INVITATION TO BID FOR A TRACTOR AND PULL TYPE SCRAPER Sealed bids will

More information

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR Two (2) 4 X 4 Trucks FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM S:\HWY\Admin\Clerk\RFP\Trucks\Foreman's Trucks.doc Page 1 of 8 1.0 Specifications

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 (310) 285-2440 LEGAL NOTICE - BIDS WANTED Water Well and Pump Related Maintenance and Repair

More information

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR WEST

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID Public Works Department Parking Division INVITATION TO BID The City of is seeking bids for an Electric Utility Vehicle for parking enforcement. Sealed bid proposals, plainly marked Bid #03-09 Electric

More information

BID # Ambulance E450 Van Chassis

BID # Ambulance E450 Van Chassis INVITATION FOR BID BID #1011 - Ambulance E450 Van Chassis St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of (1) utility vehicle to be utilized by the Galesburg Water Division Instructions

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

PATROL VEHICLES FOR THE MACON COUNTY SHERIFF S OFFICE

PATROL VEHICLES FOR THE MACON COUNTY SHERIFF S OFFICE REQUEST FOR BIDS AND PROPOSALS BID REQUEST NO. 4310-07 PATROL VEHICLES FOR THE MACON COUNTY SHERIFF S OFFICE ISSUE DATE: SEPTEMBER 5, 2018 BID OPENING DATE: SEPTEMBER 14, 2018 4:00 P.M. ISSUED BY: MACON

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

FACILITY USE AGREEMENT BETWEEN [NAME OF GROUP] AND PURDUE UNIVERSITY CONTRACT #

FACILITY USE AGREEMENT BETWEEN [NAME OF GROUP] AND PURDUE UNIVERSITY CONTRACT # FACILITY USE AGREEMENT BETWEEN [NAME OF GROUP] AND PURDUE UNIVERSITY CONTRACT # This Facility Use Agreement is made between hereinafter referred to as User Group, and Purdue University for and on behalf

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

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

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

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

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

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

Standard Interconnection Agreement for Customer-Owned Renewable Generation System kw

Standard Interconnection Agreement for Customer-Owned Renewable Generation System kw Standard Interconnection Agreement for Customer-Owned Renewable Generation System kw This Agreement is made and entered into this day of, 20, by and between, (hereinafter called "Customer"), located at

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

INTERCONNECTION AND OPERATING AGREEMENT

INTERCONNECTION AND OPERATING AGREEMENT INTERCONNECTION AND OPERATING AGREEMENT This Interconnection and Operating Agreement ( Agreement ) for the facility located at, in the City of, Michigan, is entered into this day of, 200 by and between

More information

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR Two (2) 4 X 4 Trucks FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM S:\HWY\Admin\Clerk\RFP\Trucks\4X4 Pickup\4x4 Pickup Trucks.doc Page 1 of 8 1.0

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA 20458 NOTICE OF SOLICITATION INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County

More information

APPENDIX A. Main Extension Agreement (MEA)

APPENDIX A. Main Extension Agreement (MEA) APPENDIX A Main Extension Agreement (MEA) Monroe County Water Authority MAIN EXTENSION AGREEMENT This MAIN EXTENSION AGREEMENT (the Agreement ) by the Monroe County Water Authority, a New York public benefit

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

TERM CONTRACT PRICE SCHEDULE (Revised: Nov 03, 2009) PEOPLESOFT ITEM NUMBER (proceeded by 9 zeros)

TERM CONTRACT PRICE SCHEDULE (Revised: Nov 03, 2009) PEOPLESOFT ITEM NUMBER (proceeded by 9 zeros) TERM CONTRACT PRICE SCHEDULE (Revised: Nov 03, 2009) No. 1493 Solicitation No. RFP #0222-06-KR-TC User Departments: Fleet Management Description: Medium & Heavy Truck Cab & Chassies Vendor/Company Name:

More information

Nissan 5.0L Cummins. Up to 60HP Gain. AgDieselSolutions.com

Nissan 5.0L Cummins. Up to 60HP Gain. AgDieselSolutions.com 23000 Module Installation Guide 2016-2018 Nissan 5.0L Cummins Up to 60HP Gain 1-3 MPG Fuel Savings AgDieselSolutions.com 4 position switch with female Connector Female Fuel Pressure Connector Male Fuel

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "WATER DEPARTMENT 2 WD ½ TON PICK UP TRUCK Bid #40-07 on the outside of the envelope,

More information

Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet

Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet Description: SEE BELOW FOR FURTHER INFORMATION Township Contact: Andy Baran Contact Phone Number: 609-361-6672 Fax: 609-361-7624 Quote

More information

ALL TERRAIN SLOPE MOWER

ALL TERRAIN SLOPE MOWER Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR BID. One (1) Hydraulic Excavator

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR BID. One (1) Hydraulic Excavator RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR BID One (1) Hydraulic Excavator REQUEST FOR BID One (1) Hydraulic Excavator I. SCOPE OF SOLICITATION

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS for Well #17 Rehabilitation, Pump and Motor Inspection and Repair BRUCE KILMER Mayor KATHIE GRINZINGER City Manager RANDY CHESNEY Interim Director Division

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS

FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS For The Corporation of the City of Thunder Bay -- Fleet Services Section -- Legal Name of Firm Mailing Address City

More information

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of, ACTUARIAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into on this day of, 2016, by and between the EMPLOYEES RETIREMENT FUND OF THE CITY OF FORT WORTH d/b/a Fort Worth Employees Retirement Fund

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4 February 6, 2017 REQUEST FOR PROPOSAL Specifications and Proposal Documents for One New 2017 SUV 4 x 4 RFP-FY17-FEB003 RFP Due February 22, 2017 @ 2:00 pm(local time) Bidder Name: Page 1 of 16 SECTION

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information