City of Crockett, Texas Request for Proposal Solid Waste Collection and Disposal Services RFP

Size: px
Start display at page:

Download "City of Crockett, Texas Request for Proposal Solid Waste Collection and Disposal Services RFP"

Transcription

1 City of Crockett, Texas Request for Proposal Solid Waste Collection and Disposal Services RFP Dated: March 31, 2015 Responses Due: June 5, 2015 at 2:00 PM CDT Page 1

2 REQUEST FOR PROPOSALS WITH QUALIFICATIONS The City of Crockett, Texas is accepting sealed proposals for Solid Waste Collection and Disposal Services Type of Work: Collection, Transportation, and Disposal of all residential and commercial solid waste, including refuse, yard waste, bulky waste, and potentially recyclables from the contract area to a disposal or processing site identified by the Contractor. Information relative to this project and/or complete proposal package may be obtained on our website or from City Hall 200 N. 5 th Street, Crockett, Texas or contact with same at (936) Sealed proposals shall be addressed to Mitzi Thompson, City Secretary, City of Crockett, Texas, City Hall 200 N. 5 th Street, Crockett, Texas and shall be labeled RFP DO NOT OPEN and SOLID WASTE COLLECTION AND DISPOSAL SERVICES. Proposals shall be submitted no later than, 2:00 P.M., Friday, June 5, It is the sole responsibility of the Contractor to insure that this proposal is actually in the City Hall of the City of Crockett prior to the expiration of the time and date above. Any proposal received after the expiration of the time and date above will be returned to the Contractor unopened. Upon consideration of the proposals, the City of Crockett reserves the right to accept or to reject any and all proposals, to waive technicalities, and to make any investigation deemed necessary concerning the Contractor s ability to provide the services as covered by the specifications and to accept what in their judgment is the most advantageous proposal. Sean L. Hutchison, CPM City Administrator CERTIFICATION I hereby certify that the above Request for Proposal was posted at City Hall, City of Crockett, Texas on the 8 th day of April, Mitzi Thompson City,Secretary Page 2

3 REQUEST FOR PROPOSALS WITH QUALIFICATIONS Instruction to Contractors Solid Waste Collection and Disposal 1. RECEIPT AND OPENING OF PROPOSALS The City of Crockett (the City) invites and will receive proposals on the forms attached hereto, all information on which must be appropriately completed. Proposals will be received at the office of the City Secretary until 2:00 P.M. Central Daylight Savings Time on Friday, June 5, The envelope containing the Proposals must be sealed and addressed to Mitzi Thompson, City Secretary, City of Crockett and plainly marked Proposal for Solid Waste Collection and Disposal RFP DO NOT OPEN. By Mail: 200 N. 5 th Street Crockett, Texas Each Contractor shall provide the City with eight (8) bound copies and one electronic copy of their proposal. 2. PREPARATION OF THE PROPOSAL All Proposals must be prepared and signed by the Contractor in the form attached hereto. Additional copies of the Proposal form may be obtained from the City s website at or by at thompsonm@crocketttexas.org. All blank spaces in each Proposal Form together with appropriate schedules must be completed in full, in ink or typewritten, in both words and figures. All words shall be printed. If there is a discrepancy between the figures and the words, the words shall prevail. If a unit price or a lump sum already entered by the Contractor on the Proposal Form is to be altered, it shall be crossed out with ink and the new unit price or lump sum entered above or below it, and initialed by the Contractor in ink. Each Proposal, together with appropriate schedules, must be submitted in a sealed envelope bearing on the outside the name of the Contractor, the Contractor address, and plainly marked PROPOSAL FOR SOLID WASTE COLLECTION AND DISPOSAL RFP PROJECT DO NOT OPEN. If forwarding by mail, the sealed envelope containing the Proposal must be enclosed in another envelope addressed as specified in the Proposal. Any Proposal may be withdrawn in writing to the City Administrator prior to the above scheduled time for the opening Page 3

4 REQUEST FOR PROPOSALS WITH QUALIFICATIONS of Proposal or authorized postponement thereof. Any Proposal received after the time and date specified shall not be considered. 3. PROPOSAL SECURITY AND EVIDENCE OF INSURANCE Each Proposal must be accompanied by a bond or a cashier s check of the Contractor, drawn on a national bank, in an amount of Fifteen Thousand Dollars ($15,000.00), as a guarantee on the part of the Contractor that the Contractor will, if called upon to do so, accept and enter into a contract on the attached form (or such form as may mutually be agreed upon by the City and the selected Contractor), to perform the work covered by such Proposal and at the rates stated therein and to furnish a corporate surety for its faithful and entire fulfillment. Checks and bonds will be returned promptly after the City and the selected Contractor have executed the Contract, or, if no Contractor s Proposal has been selected within ninety (90) calendar days after the date of the opening of Proposals, upon demand of the Contractor at any time thereafter, so long as the Contractor has not been notified of the acceptance of the Proposal. Each Proposal must be accompanied by a certificate of insurance evidencing the coverage set forth in the General Specifications. 4. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO THE CONTRACT The Contract shall be deemed as having been awarded when formal notice of award is mailed by the City to the Contractor by certified mail, return receipt requested. The Contractor to whom the contract is awarded will be required to execute Two (2) copies of the Contract on the form attached hereto (or such form as may mutually be agreed upon by the City and the selected Contractor) and to furnish requested insurance certificates for surety (equal to 100% of the annual Contract sum) and various liabilities. In case of the Contractor s refusal or failure to do so within twenty (20) calendar days after the Contractor s receipt of formal notice of award, the Contractor will be considered to have abandoned all Contractors rights and interests in the award, the Contractor s proposal security may be declared forfeited to the City as liquidated damages and the award may then be made to the next best qualified Contractor or the work re-advertised for Proposals as the City may elect. Page 4

5 REQUEST FOR PROPOSALS WITH QUALIFICATIONS 5. SECURITY FOR FAITHFUL PERFORMANCE To guarantee completion of this contract and the provisions contained herein, the Contractor attaches hereto and makes apart hereof a performance bond on the form attached or an irrevocable letter of credit on a form approved by the City Attorney, in the sum of $400, duly executed by the Contractor and a surety licensed by the State of Texas or a lending institution. Premium for the bonds described above shall be paid by the Contractor. A certificate from the surety showing that the bond premiums are paid in full shall accompany the bond. The surety on the bond shall be a duly authorized corporate surety with an AAA rating authorized to do business in the State of Texas. 6. POWER OF ATTORNEY Attorneys-in-fact who sign bonds must file with each bond a certified and effectively dated copy of their power of attorney. 7. SCOPE OF WORK The work under this Contract shall consist of the items contained in the Proposal, including all incidentals necessary to fully complete said work in accordance with the Contract Documents. It should be noted that the City does not pay Federal Excise Taxes and/or Texas and local retail sales and use taxes. Tax exemption certificates can be provided upon request to the selected Contractor. Collection times for residential, commercial, and industrial unit pick-ups shall be from 7:00 a.m. to 7:00 p.m., Monday through Saturday. Commercial and industrial customers may be allowed to have individual agreements for pick up days and times, by submitting a written request and receiving written approval from the City Administrator and the Contractor. Should the sanitation service provider decide to observe any holiday by the suspension of collection service on the holiday, such provider will in no manner be relieved of the obligation to provide collection service at the normal frequency per week. The sanitation service provider will be required to provide notice to the City and the residents prior to a holiday or scheduled nonpickup on a regular pick up day. Page 5

6 REQUEST FOR PROPOSALS WITH QUALIFICATIONS The sanitation service provider will provide donated special collection services as requested by the City Administrator (Not to exceed 2 times per year). These special collection services for events shall be for a limited duration of one week or less and shall be in the form of up to four (4) dumpsters or one (1) roll off per event. Additionally, service for all City locations, both current and as added during the life of the contract, shall be at no charge. Currently the City is using the following dumpsters for municipal sites: 7-Two twice per week; 4-two once per week. Contractor shall participate in the Spring and Fall large item collection weeks (2 weeks total) and provide up to six (6) roll-offs per week at no charge to handle the refuse collected. Roll offs will be 40 cubic yard containers. The Contractor may provide fully staffed compactor trucks in lieu of the roll offs upon written approval of the City Administrator and the Contractor. The sanitation service provider will provide to the City monthly reports of complaints, tonnage of refuse collected, and the tonnage collected and gross revenues on recyclable collections. Page 6 8. CONDITIONS Each Contractor shall be fully acquainted with conditions relating to the scope and restrictions attending the execution of the work under the Contract. The Contractors shall thoroughly examine and be familiar with the General Specifications. The failure or omission of any Contractor to receive or examine any form, instrument, addendum or other document, or to become acquainted with conditions existing, shall in no way relieve the Contractor of any obligations with respect to the Proposal or to the Contract. The City shall make all such documents available to the Contractors. The Contractor shall make the Contractor s own determination as to conditions and shall assume all risk and responsibility and shall complete the work in and under conditions the Contractor may encounter or create, without extra cost to the City. The Contractor s attention is directed to the fact that all applicable State and Federal laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the work to be performed shall apply to the Contract throughout, and they will be deemed to be included in the Contract as though written out in full in the Contract. 9. ADDENDA AND EXPLANATIONS Explanations, such as the meaning or interpretation of the invitation, specifications, definitions, etc., desired by a prospective Contractor shall be requested of the City in writing, and if explanations are necessary, a reply shall be made in the form of an Addendum, a copy of which will be forwarded to each known Contractor and posted on the website. It is the responsibility of each Contractor to check the website for addendums. All written requests for explanations or interpretations must be received by the City Administrator no later than the City s close of business on May 8, Every request for such explanation shall be in writing addressed to the City Administrator. Any verbal statements regarding same, by any person, previous to the

7 REQUEST FOR PROPOSALS WITH QUALIFICATIONS award, shall not be authoritative and will not be binding. Addenda issued prior to date of receipt of Proposals shall become a part of the Contract Documents, and all Proposals shall include the work described in the Addenda. Any and all such interpretations and any supplemental instructions will be in the form of written Addenda, which, if issued, shall be mailed by certified mail, return receipt requested, to all known prospective Contractors (at the respective addresses furnished for such purposes). Page NAME, ADDRESS, AND LEGAL STATUS OF THE CONTRACTOR The Proposal and all copies must be properly signed in ink and the telephone and address, including the County and State, of the Contractor given. The legal status of the Contractor, whether Corporation, Partnership, or Individual, shall also be stated in the Proposal. A Corporation shall execute the Proposal by its duly authorized Officers in accordance with its corporate by-laws and shall also list the State in which it is incorporated. A partnership Contractor shall give full names and addresses of all partners. Partnership and individual Contractors will be required to state in the Proposal the names of all persons interested therein. Anyone signing a Proposal as an agent of another or others must submit with the Proposal, legal evidence of the signer s authority to do so. 11. COMPETENCY OF CONTRACTOR The opening and reading of the Proposal shall not be construed as an acceptance of the Contractor as a qualified, responsible Contractor. The City reserves the right to determine the competence and responsibility of a Contractor from its knowledge of the Contractor s qualifications and from other sources. (a) An itemized list of the Contractor s equipment available for use on the Contract; (b) Evidence that the Contractor is capable of commencing performance as required in the Contract Documents; (c) Evidence, in form and substance satisfactory to the City, that the Contractor has been in existence as a going concern in refuse collection in excess of five (5) consecutive years immediately preceding the date of the opening of proposals; (d) Evidence, in form and substance satisfactory to the City, that Contractor possesses as a going concern the managerial and financial capacities to perform all phases of the work called for in

8 the Contract Documents; REQUEST FOR PROPOSALS WITH QUALIFICATIONS (e) Evidence, in form and substance satisfactory to the City, of Contractor s experience as a going concern in the refuse collection from operations of comparable size to that contemplated by the Contract Documents; (f) A copy of the latest available financial statements of the Contractor (or its Parent Corporation if Individual Subsidiary or Division Financial Statements are not prepared and generally available) Certified by a Firm of Independent Certified Public Accountants; (g) Statement that the Contractor is in good standing in the State of Texas, and in the case of a Corporation organized under the Laws of any other State, evidence that the Contractor is licensed to do business in the State of Texas, in the form of a Certificate from the Secretary of State; and, (h) Such additional information as will satisfy that the Contractor is adequately prepared to fulfill the Contract. The Contractor may satisfy any or all of the experience and qualification requirements of this paragraph by submitting the experience and qualifications of its Parent Corporation and subsidiaries of the parent. (i) Evidence, in form and substance satisfactory to the City, that the Contractor has access to an operating landfill during the entire life of the contract. (j) Provide a list of all municipal solid waste contracts held in Texas. (k)provide at least five phone and contacts for officials in other cities where the Contractor has been in operation for three or more years. Page DISQUALIFICATION OF CONTRACTORS Although not intended to be an exhaustive list of causes for disqualification, any one or more of the following causes, among others, may be considered sufficient for the disqualification of a Contractor and the rejection of the Proposal: (a) Evidence of collusion among Contractors; (b) Lack of competency as revealed by Financial Statement, experience or equipment statements as submitted or other factors; (c) Lack of responsibility as shown by past work, judged from the standpoint of workmanship as submitted; (d) Default on a previous contract for failure to perform; and,

9 REQUEST FOR PROPOSALS WITH QUALIFICATIONS Disqualification of Contractor will also be based upon the failure to complete any and all parts of, or follow instructions in, the entire Proposal Packet. There are to be no alterations in this Proposal Packet, and all Proposals received must be received with the Packet in complete context as presented to each Contractor. 13. METHOD OF AWARD The City reserves the right to accept any Proposal or to reject any or all Proposals, and to waive defects or irregularities in any Proposal. In particular, any alteration, erasure or interlineations of the Contract Documents and of the Proposal shall render the accompanying Proposal irregular and subject to rejection by the City. The City intends that the Contract shall be awarded within Sixty (60) calendar days following the date that Proposals are publicly opened. Proposals will be evaluated based on quality of service and previous performance as well as price. Once a Contractor is selected, the City shall enter into final negotiation of a contract. The City reserves the right to cease negotiations at any time if it feels doing so is in its best interest. If negotiations cease, the City may elect to enter negotiations with another Contractor or reject all proposals and re-advertise for proposals. All decisions and awards shall be at the sole discretion of the City Council and all decisions shall be final. Page 9 DEFINITIONS For purposes of this agreement, the following terms shall be defined as follows: Bags Plastic or paper sack container designed to store refuse with sufficient wall strength to maintain physical integrity when lifted by the top. Total weight of bag and its contents shall not exceed 40 pounds. Bin/dumpster Metal collection receptacle designed to be lifted and emptied mechanically for use only at commercial and industrial units. Biosolids Solid, semi-solid or liquid residue generated during the treatment of domestic sewage in a treatment plant. Brush and Limbs All separated material other than leaves and grass resulting from the pruning, trimming or removal of bushes or trees. Bulky Waste Furniture, appliances and other household items too large for a refuse container. Commercial/Industrial Refuse All bulky waste, construction debris, garbage, rubbish and other waste generated by a producer at a commercial or industrial unit. Commercial/Industrial Unit All premises, locations or entities, public or private, requiring

10 refuse collection within the corporate limits of the CITY and not a residential unit as defined herein. Construction Debris Waste building materials resulting from construction, remodeling, repair or demolition operations. Contract Area The geographical boundaries of the CITY limits within which the CONTRACTOR will provide services. Contractor The Individual, Corporation or Partnership with whom the CITY has executed the service contract. Customers Those occupants of designated residential units and/or commercial and industrial units as defined herein, that are located within the CITY limits and the generated solid waste and/or recyclable materials, as defined herein. Disposal Facility A refuse depository, including but not limited to sanitary landfills, transfer stations, incinerators, and waste processing/separations centers, licensed, permitted or approved to receive municipal solid waste for processing or final disposal by Texas Commission on Environmental Quality and other agencies having jurisdiction and requiring such licenses, permits and approval. Garbage All normal and usual household and institutional waste products that are placed in approved containers for collection purposes and are usually a mixture of putrescible, nonputrescible, combustible, and incombustible materials, such as organic wastes from food preparation and consumption, wrapping and packaging materials, metal, glass and plastic containers and other items. This definition also applies to similar waste products from commercial establishments such as restaurants, cafeterias, school and hospitals. Hazardous Waste Waste, in any amount, which is defined, characterized or designated as hazardous by the United States Environmental Protection Agency or appropriate State agency by or pursuant to Federal or State law, or waste, in any amount, which is regulated under Federal or State law. Processing Facility A facility capable of changing the nature of solid waste or separating solid waste to facilitate its re-use in lieu of disposal. Recyclables Materials recovered from the solid waste stream for the purposes of re-use of reclamation. Includes, but not limited to; newsprint, inserts, glass, food and beverage containers, plastic containers, aluminum and other commodities economically impacting waste reduction. Residential Refuse All garbage and rubbish generated at a residential unit. Residential Unit A dwelling occupied by a person or group of persons, including but not limited to apartments, condominiums, mobile homes and single-family dwellings, and receiving any utilities from the CITY. Each dwelling within any such residential unit, which is individually Page 10

11 REQUEST FOR PROPOSALS WITH QUALIFICATIONS billed by the CITY for water and/or sewer services, shall be treated as a residential unit. Other multiple residential facilities not billed individually, such as apartment complexes, shall be considered as a commercial unit for the purposes of this contract. Roll-Off Container Large collection container with open or closed top that can be rolled onto the back of a truck - generally, in excess of 20 cubic yards capacity. Rubbish All nonputrescible solid waste including wood products, tree trimmings, grass cuttings, dead plants, weeds, leaves, sawdust, printed matter, paper, rags, straw, used and discarded clothing, used and discarded shoes and boots, and other products such as are used for packing, or wrapping crockery and glass, ashes, cinders, floor sweepings, glass, mineral or metallic substances, and any and all other waste materials not included in the definition of Construction Debris, Garbage or Hazardous Waste. Solid Waste Useless, unwanted or discarded materials with insufficient liquid content to be free flowing, that results from domestic, industrial, commercial, agricultural, governmental and community operations, which require proper storage, collection, transportation and disposal to prevent environmental pollution unfavorable to public health, safety and welfare. Stable Matter All manure and other waste matter normally accumulated in or about a stable, or any animal, livestock or poultry enclosure, and resulting from the keeping of animals, poultry or livestock. Yard Waste Bagged grass and leaves from yard maintenance. Page 11

12 REQUEST FOR PROPOSALS WITH QUALIFICATIONS GENERAL SPECIFICATIONS The City of Crockett is seeking proposals for the performance of services as described herein. Contractors may elaborate on the method by which they propose to provide the services requested and they may offer alternative solutions for the delivery of the services required by the citizens of the City of Crockett. 1. Collection and Disposal of Unlimited Residential Garbage and Yard Waste: The City currently provides for curbside collection of residential garbage and yard waste twice per week. The City is requesting rates for both once and twice per week residential service. The City will choose between once per week or twice per week service. Both will NOT be offered at the same time. Contractor shall provide a 96 gallon container for once or twice per week service. The City reserves the right to approve the color and type of containers to be provided. Residences that consistently produce more residential waste than can be contained in one 96 gallon container shall be required to pay for sufficient additional containers to hold the residential waste produced. Yard waste will be picked up along with residential waste and may be bagged and not placed in the 96 gallon container. The pickup and disposal of yard waste shall be unlimited provided it comes from the residential or commercial unit being picked up. The City shall be responsible for picking up and disposing of separated brush, limbs and trees. The number of hand-picked residential stops is estimated at 2,574.The number of commercial and industrial collection services under the contract is estimated to be 377 (see below). The quantities for commercial and industrial collection services does not include temporary roll-offs or compactors. The Contractor may wish to utilize his own or other estimates and to provide for growth or shrinkage factors. The City makes no representation as to the reliability of its estimates for residential or commercial units. Unit price computations for all units shall be based upon such estimates. Estimated Commercial Units Requiring Bin Service Bin Size Frequency Per Week Cubic Yard TOTALS Hand pick up units twice per week 247 or 95 Gal Polycart pickup in lieu of hand pick ups Total Bins 130, Hand Pickup 247 or Polycart Collection. Total Commercial accounts 377 Bins and Polycarts to be furnished and maintained by Contractor Page 12

13 REQUEST FOR PROPOSALS WITH QUALIFICATIONS 2. Collection and Disposal of Commercial and Industrial Solid Waste: The City currently provides daily collection for some small businesses with 1 yard containers and is providing containerized commercial service with various size rear loader boxes. The Contractor may select to change the method of collecting the commercial accounts and, if so, the Contractor must describe specifically the method by which the proposed service is to be provided. Industrial service to the City of Crockett is to be provided in a manner that serves the needs of the business. Alternative methods must be made available so that the businesses and industries will have a choice of service that reflects their needs as they grow. 3. Curbside Recycling Program: The Contractor shall provide a 65 gallon or larger container for un-separated recyclable waste. Collection of recyclables shall be one (1) time per week curbside collection. The Contractor shall describe the types of recyclable waste that will be accepted. The Contractor must also agree to collect additional recyclable items and other materials at no additional cost to the City as markets develop. The City of Crockett MAY NOT include curbside recycling as part of this contract. Should the City decide to include curbside recycling in this contract, it reserves the right to approve the color and type of containers to be provided in the Crockett recyclable program. 4. Service Delivery: On a separate sheet of paper, please describe where the sanitation containers and sanitation collection trucks to be used in Crockett are stored and serviced, the method of container delivery, the method of sanitation collection, the method of disposal, the location of the processing facility and the procedure for processing waste collections. The City reserves the right to limit the tare weight of collection vehicles used by the approved contractor. At no point will the tare weight of a collection vehicle exceed 32,680 pounds. 5. Length of Contract: The length of contract period is August 5, 2015 through August 4, The City reserves the right to reopen any and all provisions of this contract due to changes in Federal and/or State Law, or recycling changes initiated on behalf of the City. The City s right to reopen any and all provisions of the contract shall be undertaken upon six (6) month prior written notice to contractor. Fees and Taxes: Any and all fees including, but not limited to, disposal fees and franchise fees shall be included in Page 13

14 REQUEST FOR PROPOSALS WITH QUALIFICATIONS the rates quoted. The franchise fee is 10% of gross annual revenues. Sales taxes shall not be included in the rates quoted. There shall be no additional fees not included in the rates quoted. 6. Future Rate Increases: Service 2015 Subsequent Contract Years through August 4, 2020 The following prices are effective August 5, Unless other prices are provided by the Contractor, effective August 5, 2015 and each August 5th through August 4, 2020, the rates and fees as detailed below shall be adjusted by the percentage of increase or decrease as determined by the annualized Consumer Price Index for the Tyler MSA, as published by the U.S. Bureau of Labor Statistics. The Transportation Index for the Urban Wage Earners. This CPI adjustment shall have a cap as set by the contractor below. Further, Contractor shall provide an explanation of any fuel surcharge including what triggers a fuel surcharge and how it is calculated. Contractor shall list any and all other charges not included in the rates quoted. 7. Insurance Requirements: The Contractor shall not commence work under this contract until all insurance is obtained as required under this subsection and shall not commence work until such insurance has been approved by the City. The Contractor shall not allow any sub-contractor to commence work on the subcontract until all similar insurance has been obtained by the sub-contractor, and approved by the City. A. Worker s Compensation Insurance The Contractor shall obtain and maintain, during the life of this contract and before any work is commenced, Worker s Compensation Insurance for all employees employed on the project. In the event any work is sublet, the Contractor shall require the sub- Contractor to provide Worker s Compensation Insurance for all of the sub-contractor s employees unless such employees are covered by the protection afforded by the Contractor. In the event any class of employees is engaged in work under this contract at the project site, and is not protected under the Worker s Compensation Statute, the Contractor shall provide Employer s Liability Insurance for the protection of employees not protected by the Worker s Compensation Statute B. Public Liability and Property Damage Insurance The Contractor shall obtain and maintain, during the life of this contract, such public liability and property damage insurance as shall protect the Contractor, any sub- Contractor, and the City during the performance of work covered by this contract. Public liability and property damage insurance shall include, but is not limited to, claims for damages from personal injury, including accidental death, and claims for property damage, which may arise from operation under this contract. The coverage for insurance is the responsibility of the Contractor, whether such operations are undertaken by Page 14

15 Contractor, or by any sub-contractor, or by anyone directly or indirectly employed by any Contractor or sub-contractor in such manner as to impose liability on the City. REQUEST FOR PROPOSALS WITH QUALIFICATIONS If the persons or property of others sustain loss, damage or injury resulting directly or indirectly from the work of the Contractor, sub-contractors, agents, workers, or assignees of the said contract, or in their performance, or failure to perform any provisions of the contract or of the law, the Contractor shall indemnify and hold the City harmless from any and all claims and judgments for damages, and from costs and expenses to which the City may be subject, or which it may suffer or incur by reason thereof. In addition to, and not to the exclusion or prejudice of, any provisions of this contract or documents incorporated herein by reference, the Contractor shall indemnify the City for any loss and save harmless the City, its officers, agents and employees, and shall defend the same, from and against any and all liability, claims, loss, damages, interest, actions, suits, judgments, costs, expenses, attorneys fees, and the like to whomsoever owed and by whomsoever and whenever brought or obtained, which in any manner results from or arises in the course of, out of, or as a result of the negligent performance of the contract or the violation of any law, ordinance or regulation, the infringement of any patent, trademark, trade name or copyright. Page 15 C. Comprehensive General Liability and Property Damage Insurance The Contractor shall not commence work on this contract until obtaining all insurances required under this paragraph and has filed certificates thereof with the City: Coverage shall protect the Contractor, sub-contractor, agents, workers, employees, or assignees of Contractor during the performance of this contract work from claims for damages for personal injury, including accidental death, as well as claims for property damage, which may arise from operation under this contract, whether such operations be by Contractor, sub-contractor, or by anyone directly or indirectly employed by either of them in such manner as to impose liability on the City. The amounts of such insurance shall be subject to the following limits: $5,000, Bodily Injury/Property Damage Per Occurrence Aggregate D. Comprehensive Automobile Liability and Property Damage The provisions of the subparagraph shall include, but not be limited to the operations of owned, hired and non-owned motor vehicles for which this contract is applicable. $5,000, Bodily Injury/Property Damage Per Occurrence Aggregate. The Contractor shall file a certificate of insurance containing a ten (10) day notice of cancellation. E. Proof of Carrying Insurance The Contractor shall furnish the City with satisfactory proof of the required insurance and that coverage has been obtained with a reliable company or companies, before commencing any work. Such proof shall consist of a certificate executed by the respective insurance company(s) and filed with the City. The Contractor shall also submit the original insurance policies for inspection and approval of the City before work is commenced. Said insurance shall not be

16 cancelled, permitted to expire or be changed thereafter without notice often (10) days in advance to the City and with the approval by the City. REQUEST FOR PROPOSALS WITH QUALIFICATIONS Page 16 F. The Contractor s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer s liability. G. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the CITY. H. The CITY, its officers, employees and volunteers are to be covered as additional Insured s as respects liability arising out of activities performed by or on behalf of the Contractor including the insured s general supervision of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the CITY, its officers, officials, employees or volunteers. I. The Contractor s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor s insurance and shall not contribute to it. 8. PERMITS AND COMPLIANCE WITH LAWS. The Contractor shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the work and/or required by Municipal, State, and Federal regulations and laws, unless specifically provided otherwise in the contract specifications. The Contractor shall give all notices, pay all fees, and comply with all Federal, State, and Municipal Laws, ordinances, rules and regulations and codes bearing on the conduct of the work. This contract as to all matters not particularly referred to and defined herein, shall, notwithstanding, be subject to the provisions of all pertinent ordinances of the municipality within whose limits the work is performed, which ordinances are hereby made a part of with the same force and effect as if specifically set out herein. 9. SUBCONTRACTS. The Contractor shall notify the Administrator, in writing, of the names of all sub-contractors. The Contractor agrees to be fully responsible to the City for the acts or omissions of his subcontractors, and of anyone employed directly or indirectly by sub-contractor. This contract obligation shall be in addition to the liability imposed by law upon the Contractor. Nothing contained in the contract documents shall create any contractual relationship between any sub-contractor and the City. The Contractor agrees to bind every Contractor (and every Contractor of a Contractor) by the terms of the contract work specifications contained herein, as far as applicable to their work, unless specifically noted to the contrary in a subcontract approved, in writing, by the City.

17 REQUEST FOR PROPOSALS WITH QUALIFICATIONS 10. ASSIGNMENT OF CONTRACT. No Assignment by the Contractor of any principal contract or any part thereof or the funds to be received hereunder by the Contractor, will be recognized unless such assignment has had written approval of the City Administrator, and the Surety has been given due notice of such assignment and the City Administrator has furnished written consent thereto. Such written approval by the City Administrator shall not relieve the Contractor of the obligations incurred by the Contractor under the terms of this contract. In addition to the usual recitals in assignment contracts, the following language must be set forth: It is agreed that the funds to be paid to the assignee under this assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor of all persons, firms or corporation rendering such services or supplying such materials. Assignment for the purposes of this contract shall also mean sale of the Contractor s business to other than its current principal owners and/or stockholders. 11. SUPERINTENDENCE. The Contractor shall give his personal superintendence to the work or have at the site of the work at all times, a competent foreman, superintendent, or other representative satisfactory to the Administrator and having authority to act for the Contractor. Insofar as it is practicable and excepting in the event of discharge by the Contractor or in the event of proven incompetence, the individual who has been appointed to represent the Contractor shall so act, and shall follow without delay, instructions of the Administrator in the performance of the work in conformity with the contract work specifications. 12. USE OF JOB SITE. The Contractor shall confine his equipment, apparatus, the storage of materials and operations of his workers to limits indicated by law, ordinances, permits or direction by the property owner and shall not encumber the premises with his materials. The Contractor shall not load or permit any part of a structure to be loaded with a weight that will endanger its safety. 13. USE OF PRIVATE LAND. The Contractor shall not use any vacant lot or private land within the City of Crockett, as a spoil site, without written authorization of the owner of the land (or owner s agent) and Page 17

18 approval by the City Administrator. A copy of the authorization shall be filed with the land owner for his approval. REQUEST FOR PROPOSALS WITH QUALIFICATIONS 14. LABOR. The Contractor shall employ competent skilled workers and foremen in the conduct of work on this contract. The Administrator shall have the authority to order the removal, from operations affecting the City, of any Contractor s employee who refuses or neglects to obey any of his instructions relating to the carrying out of the provisions and intent of the provisions of the contract, or who is incompetent, unfaithful, elusive, threatening, or disorderly in his/her conduct to City residents or personnel, and any such person shall not again be assigned to this project. 15. DAMAGE. The Contractor will be responsible for any and all damage to property, public or private, that may be caused by his operations in the performance of this contract, and the Contractor shall defend any suit that may be brought against himself/herself or the City on account of damage inflicted by his/her operations and shall pay any judgment awarded to cover such damages. The Contractor will defend all claims, hold the City harmless from any liability, and indemnify the City for any loss arising out of, or occasioned by the Contractor s performance of this contract. A. Other complaints (e.g. property damage such as a mailbox/newspaper box or vehicle in the driveway) shall be called in to the Contractor s office and followed with a written complaint form from the City to Contractor. Contractor must advise disposition of complaint to the property owner and to the City within five working days and follow up as soon as possible to correct the problem. The penalty for failure to do so will be $50.00 per occurrence per day. B. Failure of Contractor to repair property damage caused by his/her workers or equipment within thirty (30) days of issuance of complaint shall be resolved as follows: The City shall repair damage or cause damage to be repaired and bill Contractor for the cost of repair plus 50%. C. Repeated justifiable complaints from the same party shall be subject to a penalty equal to twice the value of the previous complaint penalty for said complainant. Page 18

19 REQUEST FOR PROPOSALS WITH QUALIFICATIONS The above penalties shall be itemized by the Administrator on the Contractor s monthly voucher and deducted there from. The Administrator shall make the initial determination as to the penalty. 16. PAYMENT TO CONTRACTOR. The City shall pay the Contractor for the work specified in the sum indicated in the Schedule of Charges and Fees, with payments to be made monthly as invoiced by the Contractor. The Administrator shall have the authority to make necessary adjustments in said invoice pursuant to provisions detailed under General Specifications, items 15, 17(A) and (B) and DEDUCTION AND PENALTY FOR UNCORRECTED WORK. A. If the City deems it expedient to accept work not done in accordance with the contract, an equitable adjustment will be made with proper deduction from the contract price for unsatisfactory work. Unsatisfactory work shall include but not be limited to: (1) Failure of the Contractor to make the necessary collections. (2) Failure of the Contractor to respond to complaints to the satisfaction of the City. (3) Failure of the Contractor to follow-up on missed pick-ups. (4) Failure of the Contractor to make pick-ups on the scheduled day. (5) Failure of the Contractor to properly collect and recycle any items defined as recyclable under the provisions of this contract. Claims for damage filed against the Contractor with the City shall be handled expeditiously by the Contractor. If Contractor fails to do so, the City maintains the right to withhold funds from the Contractor and pay claims if the City feels the claims are warranted and justified. B. In the situation that the Administrator determines that the Contractor has failed in his/her duties to perform the provisions of said contract, and this failure does not warrant breach of contract, the Administrator is authorized to withhold the following charges per occurrence: (1) 17 A.(1) $50.00 (2) 17 A.(2) $50.00 (3) 17 A.(3) $ (4) 17 A.(4) Determined on a Percentage of missed pickups. (5) 17 A.(5) $ (6) Other Items As determined by the Administrator. Page 19

20 REQUEST FOR PROPOSALS WITH QUALIFICATIONS 18. TERMINATION OF CONTRACT. In the event that any of the provisions of this contract are violated by the Contractor or by any of the Contractor s contractors, agents, workers, employees, or assignees, the City may serve written notice upon the Contractor and the surety of its intention to terminate such contract, such notice to contain the reasons for such intention to terminate the contract, and unless within seven (7) days after the serving of such notice upon the Contractor such violation shall cease or satisfactory arrangements for correction be made, the contract shall upon the expiration of said seven (7) days, cease and terminate. In the event of any such termination, the City shall immediately serve notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the contract, provided, however, that if the surety does not commence performance thereof within seven (7) days from the date of the mailing to such surety of notice of termination, the City may take over. The City Council of the City of Crockett may terminate this contract at any time upon the proper showing that the services of the Contractor are not satisfactory, or upon failure of the Contractor to adhere to this contract. 19. NON-PERFORMANCE. Non-performance of this contract by the Contractor is excused so far as caused by holidays, strikes, fires, extreme weather, catastrophic equipment failure, or vehicular accidents. If any of the above conditions occur, the Contractor shall immediately notify the City in writing of such conditions. The failure to do so shall constitute failure on the part of the Contractor in the performance of this contract. The Contractor shall not receive payment for the period in which validly excused from performance. 20. POWER OF CITY. The Contractor and the City hereby specifically agree and declare that the contract for this work is made expressly subject to the powers of City, as provided in the Texas Statutes. In addition, should any disagreements arise as to the true meaning of this contract, the decision of the City Council shall be final, conclusive and binding to all parties to the contract. Page 20

21 REQUEST FOR PROPOSALS WITH QUALIFICATIONS 21.CITY S RIGHT TO DO WORK. Contractor shall have sufficient equipment and manpower available to continue regular pickups in case of breakdown of equipment, resignation of workers, or inclement weather. If the Contractor neglects to perform the work in accordance with the provisions of this contract, the City, after three days written notice from the City Administrator to the Contractor and his Surety, may without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment due the Contractor. 22. VERBAL INFORMATION INVALID. Any verbal information obtained from or statement made by representatives of the City of Crockett at the time of the examination of the contract documents which apparently corrects or in any way amends the contract documents, shall be invalid. The City of Crockett will not be responsible for such verbal information or statements. Only written corrections and/or amendments to the contract shall become part of the contract. 23. FEDERAL AND STATE CHARGES. The Contractor or City may seek an increase or decrease in the rates hereunder to adjust for increases or decreases in costs that become effective on or after August 5, 2015, due specifically to changes in local, state or federal regulations applicable to Contractor s operations or the services provided hereunder (other than income or real property taxes). The request for rate adjustments shall be supported by documentation provided by the requesting party. The requesting party shall provide the other party with no less than 90 days notice so the parties can negotiate and plan for the increase or decrease in costs accordingly. 24. HIRING DISPLACED WORKERS The Contractor shall be required to hire displaced Solid Waste Department employees that meet basic qualifications not just be considered for a position. This hiring requirement shall be for the first year of service for any new hiring required for the City contract. The Contractor cannot pre-hire additional staff to avoid this requirement. The City will review Contractor s hiring plans to meet the intent of this section. 25. STARTING DATE Contractor is expected to start collection on August 5, Page 21

22 FOR PROPOSALS WITH QUALIFICATIONS SCHEDULE OF CHARGES AND FEES OPTION A 96 GALLON CARTS Service 2015 Subsequent Contract Years through August 4, 2020 The following prices are effective August 5, Unless other prices are provided by the Contractor, effective August 5, 2015 and each August 5th through August 4, 2020, the rates and fees as detailed below shall be adjusted by the percentage of increase or decrease as determined by the annualized Consumer Price Index for the Tyler MSA, as published by the U.S. Bureau of Labor Statistics. The Transportation Index for the Urban Wage Earners. This CPI adjustment shall have a cap as set by the contractor below. Further, Contractor shall provide an explanation of any fuel surcharge including what triggers a fuel surcharge and how it is calculated. Contractor shall list any and all other charges not included in the rates quoted. CPI Cap for years 2015 through August 4, 2020: ( %) percent. IF CONTRACTOR IS NOT USING THE CPI ABOVE FOR 2015 THROUGH AUGUST 4, 2020, THEN PROVIDE ADDITIONAL SHEETS WITH CHARGES AND FEES FOR EACH YEAR. FAMILY RESIDENTIAL UNITS Monthly Roadside Refuse Collection/Transport (Once weekly 52 collections) Monthly Roadside Refuse Collection/Transport (Twice weekly 104 collections) Monthly Roadside Recycling Collection/Transport (bi-weekly 26 collections) Monthly Roadside Recycling Collection/Transport (weekly 52 collections) $ /unit $ /unit $ /unit $ /unit SPECIAL EVENTS AND SERVICES. Refuse Containers (30 yd min., placed, removed) Disposal of Above refuse TIRE RECYCLING/PROCESS Twice per year up to four tires per stop SPECIAL CALLED IN PICK UP Per called in pick up (800lbs. limit or 8 carts or 4 cyds.) $ /unit $ /ton $ /per tire $ /call Page 22

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

CITY OF CITRONELLE REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE

CITY OF CITRONELLE REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE CITY OF CITRONELLE 2018-2020 REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE April 9, 2018, Addendum 1. Intent and Purpose It is the

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

Town of Georgetown Request for Quotations Residential Waste Collection

Town of Georgetown Request for Quotations Residential Waste Collection Town of Georgetown Request for Quotations Residential Waste Collection May 19, 2016 INVITATION TO BID Sealed bids for Residential Waste Collection for the Town of Georgetown, Delaware will be received

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

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

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

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

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 PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565

More information

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION REQUEST FOR QUOTES 2015-2020 Village of Port Alice PO Box 130 1061 Marine Drive Port Alice, BC V0N 2N0 Telephone: (250) 284-3391 Fax: (250) 284-3416 INSTRUCTIONS

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

SOLID WASTE COLLECTION AND DISPOSAL SERVICES FOR THE CITY OF STAGECOACH, TEXAS SERVICE CONTRACT

SOLID WASTE COLLECTION AND DISPOSAL SERVICES FOR THE CITY OF STAGECOACH, TEXAS SERVICE CONTRACT SOLID WASTE COLLECTION AND DISPOSAL SERVICES FOR THE CITY OF STAGECOACH, TEXAS SERVICE CONTRACT This Contract is dated as of the 1st day of December in the year 2014, between the City of STAGECOACH (hereinafter

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

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

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

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

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

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

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

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

REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031

REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031 REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031 Sealed proposals are invited and will be received by

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

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 PUTRESCIBLE ORGANICS FACILITY SECTION A: Applicant

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

REFUSE AND RECYCLING COLLECTION CONTRACT

REFUSE AND RECYCLING COLLECTION CONTRACT REFUSE AND RECYCLING COLLECTION CONTRACT This contract is effective as of July 1, 2012, between Waste Management of Minnesota, Inc, hereinafter called Contractor and the City of Lake Crystal, hereinafter

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at. Homeowner Contractor HomeStyle Renovation Contract Loan Number: Date: Borrower Name(s): Phone #: Phone #: THIS CONSTRUCTION CONTRACT ( Contract ) dated as of by and between ( Owner ) and ( Contractor )

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services Request For Proposal Bid #2019-02-14 Solid Waste Collection, Disposal And Recycling Services Purpose/Objectives The City of Forsyth (hereinafter, City ) has issued this Request For Proposal (hereinafter,

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

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

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

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

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

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

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

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

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

FleetPride, Inc. Standard Terms and Conditions of Purchase

FleetPride, Inc. Standard Terms and Conditions of Purchase FleetPride, Inc. 1. Terms of Agreement: The following terms and conditions of sale (these Standard Terms and Conditions ) contain general provisions applicable to all FleetPride, Inc. ( FleetPride ) supply

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

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

I. INTRODUCTION I. GENERAL INFORMATION

I. INTRODUCTION I. GENERAL INFORMATION FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

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

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

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

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT April 16, 2018 REQUEST FOR PROPOSALS TO CONVERT EXISTING FLORESCENT LIGHTING TO LED LIGHTING AT THE NORTHWEST OTTAWA PLANT The City of Grand Haven will accept proposals from electrical contractors for

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

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

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO. 7-2015 A RESOLUTION PROVIDING FOR A CONTRACT EXTENSION FOR COLLECTION AND DISPOSAL OF GARBAGE, TRASH AND DEBRIS WITHIN THE CITY OF LA GRANGE, KENTUCKY

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

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

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

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

More information