Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

Size: px
Start display at page:

Download "Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling"

Transcription

1 Cecil County Government Purchasing Department Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921

2 Bid 13-17: Requests for Proposals Sealed proposals for Scrap Metals, Tire Rims, and Lead Acid Battery Recycling, as described in specifications, for Cecil County Government, Department of Public Works, Solid Waste Division will be received from qualified proposers until 1:30 p.m. on January 9, 2013 the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton, MD A pre-proposal conference for all those interested in submitting a proposal will be held on 8:30am on December 17, 2012, at the Cecil County Central Landfill, 758 E. Old Philadelphia Rd. (Route 7), Elkton, MD in the Cecil County Roads Division Conference Room (upstairs), to answer questions about the RFP and the services to be provided hereunder. Attendance is not mandatory, but strongly encouraged. The service will provide Scrap Metals, Tire Rims, and Lead Acid Battery recycling from the Central Landfill located at 758 East Old Philadelphia Road, Elkton, MD. Additional specifications and/or instructions to proposers may also be obtained by ing dpyle@ccgov.org or by calling the Purchasing Department (David Pyle, Purchasing Agent) at Cecil County Government reserves the right to reject any or all bids and to waive technicalities. All bids are based upon budgetary constraints. Bid packages may be picked up at the Purchasing Office at a non-refundable cost of $10.00 per package (including sales tax) or per copy on a compact disc. Bid packages are provided on the Cecil County web-page ( as a.pdf document for all vendors to download at no charge. Electronically submitted bid proposals will not be accepted. Bid proposals are provided as a.pdf document for all vendors to download. All vendors wishing to submit a proposal should obtain an original set of documents from the Cecil County Purchasing Department. If you choose to download the package from the website, you shall notify the Purchasing Office via or phone. Not meeting this requirement may result in your proposal being considered as non-responsive. Changes or addendums to this proposal and/or other documents will be posted to the proposal documents on the County web-page and sent directly to vendors who have obtained an original set of proposal documents from the Purchasing Office. The County is not responsible for information obtained from sources outside the Cecil County Purchasing Office. Vendors obtaining electronic copies of the proposal documents from outside the Purchasing Office will be directly responsible for obtaining updates, changes or addendums either from the updated web-page or by contacting the Purchasing Office. All questions or discussions concerning this bid, bid documents, specifications, etc. shall only be coordinated through the Purchasing Office. The County shall not be responsible for information obtained outside the County Purchasing Office concerning this or any other County bid, RFP, solicitation or quote. 2

3 The Purchasing Office will provide vendor lists on the Cecil County web-site ( for all solicitations published unless a vendor/contractor provides a written request barring the disclosure of their information prior to specific proposal award. LOCAL CONTRACTORS PREFERENCE: Section (after 12/1/12 Section ) of the Cecil County Code provides for Local Preference whereby Cecil County Government reserves the right to show preference to local bidders in the purchase of supplies, equipment and services. Cecil County Government By: David E. Pyle, CPPB Purchasing Agent Cecil County Government 3

4 Cecil County, Maryland Bid Scrap Metals, Tire Rims, and Lead Acid Battery Recycling Instructions to Proposers Proposals should be mailed or otherwise hand-carried in order to be received in the office of the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton 21921, prior to 1:30 pm, January 9, The proposals received after that time will be returned to the proposer unopened. Proposals should be submitted in a sealed envelope clearly marked in the lower left hand corner: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling. Before submitting proposals, the proposer should acquaint themselves with all governing laws, ordinances, etc. and otherwise familiarize themselves with all matters, which may affect the proposal. The act of submitting a proposal shall be considered as meaning that the proposer has so familiarized themselves; therefore, there shall be no misunderstanding or lack of information. In accordance with Cecil County s Affirmative Action policy against discrimination, no person shall, on the grounds of race, color, creed, religion, sex, age, marital status, national origin, handicap or disability, be excluded from full employment rights in, participation in, be denied the benefits of, or be otherwise subjected to discrimination. During the performance of the work and services hereunder, the Contractor, for themselves, their assignees and successors in interest, agrees to comply with all federal, state and local non-discrimination regulations. One (1) original and one (1) copy of the proposal shall be submitted in a sealed envelope. Pre-Proposal Conference A pre-proposal conference for all those interested in submitting a proposal will be held on 8:30am on December 17, 2012, at the Cecil County Central Landfill, 758 E. Old Philadelphia Rd. (Route 7), Elkton, MD in the Cecil County Roads Division Conference Room (upstairs), to answer questions about the RFP and the services to be provided hereunder. Attendance is not mandatory, but strongly encouraged. 4

5 I. SCOPE Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling CECIL COUNTY, MARYLAND BID 13-17: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling General and Specific Conditions It is the intent and purpose of these specifications to secure proposals for: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling. Cecil County Government reserves the right to determine acceptability of any service being proposed. a.) Background Information i. The Cecil County Central Landfill accepts Scrap Metals and Lead Acid Batteries from residential and commercial sources within Cecil County. ii. Scrap Metals 1. Types of Scrap Metals collected include, but are not limited to, copper, aluminum, steel, tin, brass, and Refrigerant Units. 2. Types of refrigerant units collected include, but are not limited to, refrigerators, air conditioners, and freezers. 3. Recycling Scrap Metals and refrigerant units helps remove materials from the environment which may be hazardous, saves natural resources, energy, and saves valuable landfill space. iii. Tire Rims The Cecil County Central Landfill also accepts tires, on the rim which are separated, the tire rims are currently removed for Scrap Metals recycling by the County, and the tires are then recycled or sent to a waste to energy facility. iv. The Cecil County Central Landfill also accepts lead acid batteries from residential and commercial sources within Cecil County. Types of lead-acid batteries collected include automotive, marine, motor cycle, lawn mower, recreational vehicle, and deep cycle batteries. Recycling lead acid batteries helps remove toxins from the environment which may be hazardous to the public, saves natural resources, energy, and saves valuable landfill space. v. The Scrap Metals and Lead Acid Battery Recycling programs have existed for over seventeen years. Tire Rim recycling has existed for over one year. II. SUBMISSION OF SERVICE DESCRIPTION Each proposer shall furnish one (1) copy of the complete description and details of service proposed. 5

6 III. PRICING The awarded contractor shall be invoiced after each pick-up of materials is weighted and calculated and will be paid for within thirty (30) days of receipt of the invoice. Unless otherwise specified, all Proposals shall be binding for one hundred twenty (120) calendar days following the Proposal opening date, unless extended by mutual consent of all parties. All contracts and/or quantities are contingent on budgetary constraints. No amounts, at any time during the term of the contract, will be deducted for contamination of the loads due to Out-throws, providing it was loaded by the contractor. IV. TAXES Cecil County is exempt from all sales tax and federal excise taxes and such tax will not be allowed or included in the contract price. V. RIGHT TO TERMINATE The County may terminate a contract, in whole or in part, whenever the County determines that such termination is in the best interest of the County, without showing cause, upon giving ten (10) days written notice to the Contractor. The Contractor shall pay the County for all materials collected as per the specifications as of termination date. No consideration will be given for anticipated loss of revenue to the Contractor on the cancelled portion of the contract. The Contractor's right to perform this contract may be terminated for default by the County in the event services are not performed as called for or the contractor has unsatisfactorily performed the services as called for in the contract. Thereafter, the County may have the service performed by others, and the Contractor shall be liable for payments to the County for the shortage of the contract price for the remaining portion of the contract. Upon termination for default, payment shall be made to the County for all materials collected. Failure on the part of a successful Contractor to fulfill the contractual obligations shall be considered just cause for termination of the contract. The Contractor shall stay current in their Federal, State, and County taxes throughout the full term of any Contract issued. Failure to do shall be grounds for termination of the Contract. 6

7 VI. QUANTITIES Cecil County Government is estimating that the quantity figures listed in this proposal are for a one month period. Quantities may vary during each pickup during the term of the open contract. VII. BASIS OF AWARD The award of the contract will be made only to the most responsible and responsive proposer who meets the requirements of the proposal and is considered best able to serve the interests of Cecil County. Cecil County reserves the right to reject any and/or all proposals or to waive any technicalities it deems in the best interest of Cecil County. The County reserves the right to award a contract by individual items, in the aggregate, or in combination thereof, or to reject any or all proposals and to waive any informality in proposals received whenever such rejection or waiver is in the best interest of the County. In determining the "highest responsive, responsible proposer", in addition to considering price, the County shall consider: a) The ability, capacity and skill of the proposer to perform the contract or provide the services required; b) Whether the proposer can perform the contract or provide the service promptly, or within the time specified, without delay or interference; c) The character, integrity, reliability, reputation, judgment, experience and efficiency of the proposer; d) The quality of performance of previous contracts or services; e) The previous and current compliance by the proposer with laws and ordinances relating to the contract or service; f) The sufficiency of the financial resources and ability of the proposer to perform the contract or provide the service; g) Whether the proposer is in arrears to the county on any debt or contract, is in default on any surety to the county, or is delinquent as to any taxes or assessments; and h) Any other information that may have a bearing on the decision to award the contract. 7

8 VIII. LOCAL PERMITS Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling The Contractor is responsible for obtaining any required local permits and licenses to satisfy any requirement of this scope of work. IX. LAWS AND REGULATIONS The Contractor at all times, shall observe and comply with all federal, state, municipal and/or local laws, ordinances, rules and regulations in any manner affecting the work to be done, and all such orders or decrees as may exist at present and those which may be enacted later, of bodies or tribunals having jurisdiction or authority over, and shall indemnify and save harmless the Owner and all its officers, agents and employees against any claim or liability arising from, or based from, or based on the violation of any such laws, ordinances, rules, regulations, order or decree, whether such violations by the Contractor, or by any sub-contractor or any of their agents and/or employees. X. PERMITS AND LICENSES a) The Contractor shall procure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work. b) The Contractor will set up an account with the Cecil County Treasurer s Office within ten (10) days of award of the contract. The Contractor shall obtain a Cecil County Commercial Refuse Hauler License regardless of the amount of Recyclables transported. Accounts and Commercial Refuse Hauler Licenses can be obtained by contacting the: Cecil County Treasurer s Office 200 Chesapeake Blvd., Suite 1100 Elkton, MD or c) Procurement of an account with the Cecil County Treasurer s Office and/or procurement of a Cecil County Commercial Refuse Hauler License will be at the cost of the Contractor. XI. TRANSPORTATION Prices quoted shall be net, including transportation and delivery/pickup charges fully pre-paid by the seller, f.o.b. destination (Cecil County Landfill, 758 East Old Philadelphia Rd, Elkton, MD or designated areas). No additional charges will be allowed for packing, packages or partial delivery/pickup costs. By submitting their quote, all vendors certify and warrant that the price offered for f.o.b. destination includes only the actual freight/delivery rate cost at the lowest and best rate and based upon actual weight of the goods to be shipped. Standard commercial packaging, packing and shipping containers will be used, except as otherwise specified herein. 8

9 XII. INSURANCE REQUIREMENTS WORKER S COMPENSATION AND EMPLOYER S LIABILITY INSURANCE (a) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of his employees to be engaged in work on the project under the Contract. (b) In case any portion of the project is sublet, the Contractor shall require all of the sub-contractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of their employees to be engaged in work in the project under the Contract. (c) The Contractor and/or the sub-contractor shall not begin work until the Contractor has first filed with the County satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County Government as an additional insured). BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE The Contractor shall take out and maintain during the life of the Contract Bodily Injury Liability and Property Damage Liability Insurance to protect him and any sub-contractor performing work covered by the Contract from claims for damages for personal injury, including accidental death, as well as claims for property damage, which may arise from operations under the Contract, whether such operations be by himself or by any sub-contractor or by anyone directly or indirectly employed by either of them and the amount of such insurance shall not be less than amounts shown in the following chart: - General Liability: $2,000,000 Annual Aggregate $1,000,000 Each Occurrence $1,000,000 Products and Completed Operations $1,000,000 Personal Injury and Advertising - Business Auto Liability: $1,000,000 Combined Single Limit - Worker s Compensation: -- Statutory - Excess $1,000,000 Each Occurrence - Professional Liability: $1,000,000 (As Required). Upon award of contract, the Contractor shall provide a copy of a Certificate(s) of Insurance, with the Cecil County Government named as an Additional Insured to liability coverage on the certificate(s), for the duration of the contract. 9

10 NOTICE OF CANCELLATION Commercial General Liability Insurance, Automobile Liability Insurance and Workers Compensation insurance, as described above shall include an endorsement stating the following: "Thirty (30) days advance written notice of cancellation, non-renewal, reduction and/or material change shall be sent to: Cecil County Government, Attn: Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton, MD " Prior to starting performance of the contract and for each extension of the contract, a certificate of insurance shall be furnished to the County. Insurance companies providing insurance shall be acceptable to the County. The contractor shall obtain at its own cost and keep in force and in effect during the term of the contract. The proposer shall provide a Certificate of Insurance prior to award of this contract. XIII. DAMAGES The Contractor shall be responsible for any and all injuries to persons and damages to property resulting from the performance of the work specified, materials applied and/or equipment used. The Contractor shall be responsible for any litter or refuse created by the Contractor XIV. TERM and TYPE OF CONTRACT The term of the Contract shall be from date of execution until June 30, 2014, with the option of extending the contract for an additional two (2) years in one year increments by mutual agreement of the contracting parties without change to specifications, including original proposal price. Cecil County Government reserves the right to accept or reject any option for contract renewal. Additionally, the Contractor is obligated to perform the services as agreed upon within the proposal, which the Cecil County Government requires in its operation. Should an emergency arise and the Contractor cannot perform the required service as outlined within this agreement, the County reserves the right to contract these services from other sources to meet these needs without prejudice of this contract. XV. ARITHMETICAL ERRORS a) Any errors in computations will be corrected when the proposals are canvassed. b) If the amount shown in words and its equivalent in figures do not agree, the written words shall be binding. Ditto marks are not considered writing or printing and shall not be used. In the event there is a discrepancy between the unit prices and the extended totals, the unit prices shall prevail. 10

11 c) In the event there is an error of the summation of the extended totals, the computation by the Purchasing Office of Cecil County Government of the extended totals shall govern. XVI. SERVICE DELIVERY FAILURES a) Failures of a Contractor to deliver services within the time specified, or within reasonable time as interpreted by the County, shall constitute authority for the County to purchase the services in the open market. On all such purchases, the Contractor shall reimburse the County, within a reasonable time specified by the County, for any expense incurred in excess of contract prices. Such purchases shall be deducted from contract quantities. XVII. NON-LIABILITY a) The Contractor shall not be liable in damages for delay in shipment or failure to deliver when such delay or failure is the result of fire, flood, strike, the transportation carrier, act of God, act of Government, act of an alien enemy or by any other circumstances which, in the County's opinion, is beyond the control of the Contractor. Under such circumstances, however, the Purchasing Agent in conjunction with the Contract Manager may at their discretion, cancel the contract. 11

12 PROPOSAL FORM Scrap Metals, Tire Rims, and Lead Acid Battery Recycling Subject: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling To: Cecil County Government Pursuant to your request inviting proposals to be received until 1:30 p.m. on January 9, 2013 in the Purchasing Agent s office for Scrap Metals, Tire Rims, and Lead Acid Battery Recycling, the Cecil County Government, Department of Public Works, Solid Waste Division on the undersigned hereby submits the following proposal: PROPOSAL PRICE FOR: Recycling Scrap Metals, Tire Rims, and Lead Acid Battery NOTE: Vendors may choose to make a proposal on Option A, B, or C, on all options, or on any combination thereof. Company Name: Company Address: Company Telephone Number Company Fax Number OPTION A Scrap Metals Will you provide a container for Scrap Metals (yes/no) Will you provide transportation of Scrap Metals (yes/no) Will you compact Scrap Metals on site (Landfill) Metals (yes/no) Description of Scrap Metals service proposed: 12

13 Size of Container (Cubic Yard, Cubic Feet, etc ): Percentage paid per Long Ton for Scrap Metals Example: American Metal Market No. 2 bundles Philadelphia 60% per Long Ton Amount Proposed written out Ninety % per Long Ton American Metal Market, No. 2 bundles Philadelphia % per Long Ton Please write out the amount proposed here: % per Long Ton OPTION B Tire Rims Will you provide a container for Tire Rims (yes/no) Will you provide transportation of Tire Rims (yes/no) Description of service proposed pertaining to Tire Rims: Percentage paid per Long Ton for Tire Rims Example: American Metal Market No.1 Heavy Melt Philadelphia 30% per Long Ton Amount Proposed written out Thirty % per Long Ton American Metal Market, No. 1 Heavy Melt Philadelphia % per Long Ton Amount proposed written out: % per Long Ton 13

14 OPTION C Lead Acid Batteries: Will you provide a container for Lead Acid Batteries (yes/no) Will you provide transportation of Lead Acid Batteries (yes/no) What types of Lead Acid Batteries will you accept? Description of service proposed pertaining to Lead Acid Batteries: Percentage paid per pound for Lead Acid Batteries Example: American Metal Market Undrained, whole old batteries (Pittsburgh high) 80% per pound Amount Proposed written out Eighty % per pound American Metal Market, Undrained, whole old batteries (Pittsburgh high) % per pound Amount proposed written out: % per pound The undersigned swears (or affirms) under the penalty of perjury that the Proposers, its agents, servants and/or employees, to the best of his/her knowledge and belief, have not 14

15 in any way colluded with anyone for and on behalf of the Proposer, or themselves, to obtain information that would give the Proposer any unfair advantage over others, nor have to gain any favoritism in the award of any contract resulting from this proposal. By signing this proposal form, I acknowledge that I have read the entire proposal package. Witness Telephone Number Fax Number Proposal Submitted by: Name of Firm or Dealer Authorized Name & Signature Address (Street) Address (City, State, Zip Code) The above circled proposed Option is accepted and hereby ratified and confirmed by Cecil County Government for the award of the Scrap Metals, Tire Rims, and Lead Acid Battery Recycling contract this day of, Tari Moore County Executive Cecil County Government 15

16 CERTIFICATION OF PROPOSER S QUALIFICATIONS All applicable questions shall be answered and included with the proposal. The data given shall be clear and comprehensive. A copy of the Proposer s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court s Office at (410) You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) All vendors shall ensure they are qualified to do business within the State of Maryland. Businesses established outside the State of Maryland shall be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning Foreign Businesses may be referred to (410) Name of Contract: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling 2. Contract No.: Bid Name of Proposer: 4. Proposer s Federal Employee I.D. No.: 5. State of Maryland Construction Firm License No.: 6. State of Maryland Control No.: 7. Business Address: 8. When Organized: 9. Where Incorporated: 10. Foreign Business No.: 11. Has the Proposer paid any sales tax on the equipment to be used on the project? Yes No 12. If so, at what rate was the sales tax paid? Percent to State of 13. How many years has the proposer been engaged in this business under your present firm name? 14. Have you ever refused to sign a contract at your original proposal? Yes No 15. Have you ever defaulted on a contract? Yes No Remarks: 16. Will you, upon request, furnish any other pertinent information that Cecil County Government may require? Yes No 17. Do you assert that you qualify under definition of Local Proposer under Cecil County Code? YES NO (If yes, attach appropriate documentation) 18. Does your business maintain a regular place of business in the State of Maryland (Resident) or would your business be considered Non-Resident? Dated this day of, Has the proposer or firm ever been disbarred, suspended or otherwise prohibited from doing work with the federal government. Yes No (If yes, explain ) With the submission of this certification, the proposer thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct. (Name of Proposer) By: Title: 16

17 I. INTENT Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling Scrap Metals, Tire Rims, and Lead Acid Battery Recycling Bid SPECIFICATIONS a) The following specifications are minimal requirements to be met by the contractor submitting proposal proposals. Any changes or additional requirements submitted as part of the contractor s proposals shall be provided on a separate sheet of paper for review for possible acceptance. The County has the right to accept or refuse any change to the requirements list below. b) It is the intent of this Invitation to Bid (ITB) for Cecil County Government (hereinafter "the County") to establish a term contract with a qualified and experienced Contractor to provide all labor, material, supervision and equipment necessary to provide Scrap Metals, Tire Rims, & Lead Acid recycling services (hereinafter Metal Recycling Services on site and to be collected thereafter at the Cecil County Central Landfill (hereinafter "Landfill") located at 758 E. Old Philadelphia Rd., Elkton, MD The Recycling services shall include facilitating transportation from the Landfill, any processing or sorting, and transporting the Scrap Metals to appropriate markets for sale. II. CONTRACT ADMINISTRATION a) CONTRACT MANAGER i. The Contract Manager for this Contract shall be the County's Solid Waste Management Division Chief or his or her duly authorized representative. This shall be the Contractor's understanding in all cases throughout this document. ii. Decisions of the Contract Manager 1. To prevent misunderstanding the Contract Manager shall decide any and all questions which may arise as to the quality and acceptability of work performed and as to the manner of performance and rate of progress of said work, and shall decide all questions which may arise as to the interpretation of any or all conditions relating to the work and of the Specifications, and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. 17

18 iii. Current Contract Manager Contact Information 1. Cecil County Solid Waste Management Division Pete Bieniek, Chief 758 E. Old Philadelphia Rd. Elkton, MD (410) extension Contract Manager Authorized Representative a. Cecil County Solid Waste Management Division Tanya M. Adams, Recycling Coordinator 758 E. Old Philadelphia Rd. Elkton, MD (410) extension 224 b) CONTRACT ADMINISTRATOR i. To prevent misunderstanding, the Purchasing Office acting as the Contract Administrator may review any decision made or issued by the Contract Manager and may decide any and all questions which may arise as to the acceptable fulfillment of the Contract on the part of the Contractor in cooperation with the Contract Manager. ii. Any doubt as to the meaning of or any obscurity as to the wording of these Specifications and Contract, and all directions and explanations requisite or necessary to complete, explain or make definite any of the provisions of the Specifications or Contract and to give them due effect, will be resolved by the Contract Administrator in consultation with the Contract Manager. iii. The decision of the Contract Administrator shall be final and conclusive and he shall have the authority hereunder to enforce and make effective such decisions and orders if the Contractor fails to respond promptly. iv. Additional specifications and/or instructions to proposers may also be obtained by ing or by calling the Purchasing Department (David Pyle, Purchasing Agent) at

19 v. All inquiries will be shared with each vendor submitting a proposal. The Purchasing Officer may issue an addendum to the Contract providing the Contract Manager's determination and/or interpretation. III. DEFINITIONS Unless otherwise indicated, or agreed to in the proposal, the following definitions shall be used: Business Day: Buyer: Conversion Factor: De-rim: Landfill: Normal Operation Hours of Cecil County Central Landfill excluding Saturdays and Holidays listed in specifications. Shall be known as the Contractor. Shall mean 1.12 Short Ton = 1 Long Ton Conversion Factor = (2240 pounds per Short Ton / 2000 pounds per Long Ton) = 1.12 Short Ton Shall mean removing metal rims from tires and subsequent collection of rims for recycling Shall mean the Cecil County Central Landfill located at 758 E. Old Philadelphia Rd. (Rt. 7), Elkton, MD Lead Acid Battery Contract Price: This is the final per pound Price that the Contractor will pay the County for the month of pickup of Lead Acid Batteries. This price will be reflected on the Weight Ticket(s). The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #1 Bundles per Long Ton x Percentage Proposed by Contractor x Conversion Factor Long Ton: Out-Throws: Metal Recyclables: Shall mean the weight 2,240 pounds. Shall mean non-metallic items collected with or as part of metal items. Scrap Metals, including Tire Rims, and Lead Acid Batteries 19

20 Refrigerant Unit: Scrap Metals: Scrap Metals Contract Price: Any unit or appliance which uses a refrigerant, such as Freon. Refrigerants include, but are not limited to, refrigerators, air conditioning units, and freezers. Any metal product and anything attached to it that is not metallic, including but not limited to, auto parts, trailers/campers, dryers, household appliances, grills, metal desks, cabinets, shelves, chairs, bicycles, fence, lawnmowers, aluminum siding, pipes, wire, crushed oil filters Freon appliances or other refrigerant units. This definition excludes propane tanks and other gas cylinders and tanks with valves present. Tire rims are not included in this definition. This is the final per Short Ton Price that the Contractor will pay the County for the month of pickup of Scrap Metals. This price will be reflected on the Weight Tickets. The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #2 Bundles per Long Ton x Percentage Proposed by Contractor x Conversion Factor Seller: Short Ton: Tire Rims: Tire Rim Contract Price: Shall be known as the County. Shall mean the weight of 2,000 pounds. Metal rims from tires This is the final per Short Ton Price that the Contractor will pay the County for the month of pickup of Tire Rims. This price will be reflected on the Weight Tickets. The Tire Rims Contract Price = Consumer Buying Prices, No. 1 Heavy Melt, Philadelphia per Long Ton x Percentage Proposed by Contractor x Conversion Factor Weight Slips: Shall mean a ticket generated by a Weighmaster or other County employee operating the scales at the Landfill where goods shall be collected, which ticket shall identify the County, transporter (Contractor), material, and weight. 20

21 IV. WORK TO BE PERFORMED a) CONTRACTOR RESPONSIBILITIES i. The Contractor shall be responsible for accepting Recyclables from the Landfill to markets for sale on an as needed or scheduled basis which will be determined by the Contract Manager. 1. The Contractor will remove Tire Rims from tires collected and may collect Tire Rims in a separate container on site 2. The Contractor will provide either a container, able to be secured, or a scheduled weekly pickup for Lead Acid Batteries 3. The Contractor will NOT remove Scrap Metals, Tire Rims, or Lead Acid Batteries from the Landfill unless they have scheduled the removal with the Contract Manager. 4. The Contract Manager may schedule regular pickups with the Contractor in accordance with the nature of the proposal. 5. The Contractor will NOT remove any Recyclables from the Landfill during Saturdays or County Holidays in which the Landfill is in operation. ii. The Contractor's vehicles shall be easily identifiable with Contractor's name and/or license number and the Cecil County Treasurer s Office issued Cecil County Landfill Identification sticker. iii. Contractor shall collect Scrap Metals as is, including tires on bicycles, lawn mowers and trailers, cloth on umbrellas, wood on benches, etc. Under no circumstances shall the Contractor shred, sort, or otherwise alter/change the material to be collected at the site. 1. Tires shall be De-rimmed on site. 2. At no time shall the Contractor invoice the County for any materials or contaminants within the load of Recyclables. 21

22 3. If the contractor wishes to immediately reload and return Out-throws to Landfill, the Landfill will accept them at no charge. iv. Solid Gas cylinders with valves, if found in the Scrap Metals, and deemed unacceptable by the Contractor, should be set to the side by the Contractor for recycling by a separate contractor. v. Any materials set to the side should be reported to the Contract Manager or designee. vi. The Contractor shall be responsible for the removal of Freon and other ozone depleting compounds prior to recycling of materials. Refrigerant removal shall be performed by a certified technician in compliances with the EPA Clean Air Act, Section 608. vii. The Contractor shall report, any materials collected in Cecil County and taken elsewhere than the Cecil County Central Landfill for disposal and/or recycling biannually to the County Recycling Coordinator in accordance with the provisions of Cecil County Code 239 Refuse Haulers, Commercial. viii. The Contractor shall accept all designated Recyclables 1. At a minimum, the materials to be accepted are defined in Section III. ix. The Contractor's acceptable Scrap Metals materials may expand beyond items listed in this specification. 1. The Contractor may propose adding additional metal recyclables to the list of items during the term of this contract for the duration of the contract term including renewals upon County acceptance. x. The Contractor for this Scrap Metals recycling services contract shall comply with all Federal, State, County and Local statutes, ordinances and regulations applicable for the removal of refrigerant(s) and marketing of Scrap Metals. xi. The Contractor shall demonstrate prior satisfactory experience in removing, hauling and marketing Scrap Metals. 22

23 xii. County Landfill scales shall be used to weigh all incoming and outgoing vehicles, containers and materials. County generated tickets shall be used to invoice the Contractor at the Contract Price for that material (see Definitions). xiii. Contractor's negligent, accidental or intentional failure, to weigh in and out of the Landfill shall result in a payment to the County for that load based upon two times the highest paid amount made by the Contractor during the course of the contract to date. xiv. Contractor shall cover loads before leaving the Landfill. xv. Contractor may not separate or sort Scrap Metals at the Landfill due to lack of space and safety issues. 1. Tire Rims may be separated at the Landfill xvi. Contractor may store equipment on site for the express purpose of storing, compacting, or loading Recyclables. xvii. Contractor shall not store tools or fuel for Contractor's equipment on site. xviii. The Contractor shall collect and remove Recyclables within ten (10) business days of being contacted by the Contract Manager that there is sufficient material(s) to pickup or as otherwise scheduled with the Contract Manager. xix. Contractor shall remove Recyclables from the Landfill per specifications Monday through Friday between the hours of 7:30 a.m. and 3:30 p.m. while the scale house is staffed and operating. No pickups shall be made at any other times. xx. All material may contain a minimal amount of Out-throws. xxi. No recyclable materials shall contain known hazardous materials other than normal refrigerants. 1. The Contractor will provide a certificate of recycling to the Contract Manager within thirty (30) days of pickup for the refrigerant collected from refrigerant units at the Landfill. 23

24 b) COUNTY RESPONSIBILITIES i. Gas Cylinders 1. The County shall not be responsible for the removal of valves or making sure there are holes in gas cylinders. 2. The County reserves the right to separately collect, recover, and recycle gas cylinders of all types under a separate account. ii. Pickup Scheduling 1. The Contract Manager will schedule pickup of materials with the Contractor. iii. Weighing Loads iv. Collection V. PERFORMANCE AND LAWS 1. The County shall weigh Recyclables in and out of landfill using certified scales and provide driver with a scale ticket. 1. The County shall collect Recyclables from residential and commercial sources. 2. The County shall, to the best of its ability, keep Out-thows out of the Scrap Metals. 3. At no time will the County be financially or legally responsible for any Out-throws delivered to your facility. a) All work performed shall be of high quality in accordance with good practices, procedures and industry standards. The Contractor shall conform to all Federal, State and Local laws and governmental regulations. b) The Contractor shall assume liability for all applicable local, state and federal laws, including but not limited to transportation of Recyclables and any applicable laws governing the processing of Recyclables. 24

25 Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling VI. TITLE AND RESPONSIBILITY FOR RECYCLABLES a) The County agrees that title to the Recyclables shall pass to the Contractor at the time that Recyclables are accepted by the Contractor. The County shall assume all responsibility for the Recyclables until accepted by the Contractor. VII. QUANTITIES a) Quantities are a guideline and are not guaranteed to be available. b) The Contractor is obligated to collect all Recyclables in accordance with the specifications of the contract regardless of quantity. c) Quantities over the last ten years and the average for Scrap Metals and Lead Acid Batteries from the Cecil County Central Landfill: Table 7a Scrap Metals Annual Year AVG Short Tons OUTGOING SCRAP METAL Cecil County Central Landfill ( in short tons annually)

26 Table 7b Lead Acid Batteries Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling Annua l Year AVG Short Tons Pound s Cecil County Solid Waste Management Division Historic Lead Acid Battery Tonnages (Short Tons) VIII. PRICE ADJUSTMENT a) Scrap Metals b) Tire Rims a. In submitting proposals, each Contractor shall set forth the percentage of the amount they will pay to the County for Scrap Metals in accordance with the contract. The floor price shall be $0.00 for all materials. This percentage and floor price shall remain fixed during the overall life of the contract. a. In submitting proposals, each Contractor shall set forth the percentage of the amount they will pay to the County for Tire Rims in accordance with the contract. The floor price shall be $0.00 for all materials. This percentage and floor price shall remain fixed during the overall life of the contract. 26

27 c) Lead Acid Batteries Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling a. In submitting proposals, each Contractor shall set forth the percentage of the amount they will pay to the County for Lead Acid Batteries in accordance with the contract. The floor price shall be $0.00 for all materials. This percentage and floor price shall remain fixed during the overall life of the contract. IX. RECYCLABLE MATERIAL PRICING METHODOLOGY a) Scrap Metals i. The Contractor shall, within thirty days of the effective County invoice date, pay the County a percentage of a per ton fee determined from the following methodology: ii. The value of this material shall be based on the Consumer Buying Prices, Philadelphia Market, Grade No. 2 bundles, Long Ton price in the American Metal Market (AMM) for Scrap Metals. iii. This price shall be adjusted upon the first AMM issue each month for material delivered until the next month's issue. iv. If the published rate is a range, the high figure shall be used to determine the market price. If no price is posted, then the previous month's price shall remain in effect. The value of this material shall have a floor price of Zero ($0.00) for the contract period. The Scrap Metals Contract Price = i. This material does not include tire rims, which will be collected separately. 1. The Contractor shall pay the Scrap Metals Contracted Price by the Short Ton. The Tire Rim Contracted Price is calculated by using the following formula: AMM Consumer Buying Prices, Philadelphia #2 Bundles per Long Ton x % Proposed x Conversion Factor 2. The Conversion Factor is 1.12 Short Tons per Long Ton and is determined by dividing 2240 pounds per Short Ton by 2000 pounds per Long Ton. The Conversion Factor is used to convert Long Tons to Short Tons for the purposes of determining the Scrap Metals Contract Price 27

28 b. Tire Rims Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling 3. Example: AMM August 1, 2013 Consumer Buying Prices, Philadelphia #2 Bundles = $220 per Long Ton Scrap Metals Contract Price = $ per Long Ton x 80% proposed x 1.12 Scrap Metals Contract Price = $ per Short Ton i. The Contractor shall, within thirty days of the effective County invoice date, pay the County a percentage of a per ton fee determined from the following methodology: ii. The value of this material shall be based on the Consumer Buying Prices, Philadelphia Market, Grade No. 1 Heavy Melt, Long Ton price in the American Metal Market (AMM) for Scrap Metals. iii. This price shall be adjusted upon the first daily issue of AMM each month for material delivered until the next month's issue. The Tire Rims Contract Price = iv. If the published rate is a range, the high figure shall be used to determine the market price. If no price is posted, then the previous month's price shall remain in effect. The value of this material shall have a floor price of Zero ($0.00) for the contract period. v. At no time will the County pay for the service of having Tire Rims removed from tires. The Contractor will remove tires from rims and recycle the Tire Rims. vi. Tire Rims shall be separate from Scrap Metals in order to weigh them separately across the Landfill scales. vii. The Contractor shall pay the Tire Rims Contracted Price by the Short Ton. The Tire Rim Contracted Price is calculated by using the following formula: AMM Consumer Buying Prices, Philadelphia #1 Heavy Melt per Long Ton x % Proposed x Conversion Factor viii. The Conversion Factor is 1.12 Short Tons per Long Ton and is determined by dividing 2000 pounds per Short Ton by 2240 pounds per Long Ton. The Conversion Factor is used to convert Long Tons to Short Tons for the purposes of determining the Scrap Metals Contract Price 28

29 ix. Example: AMM October 9, 2012 Consumer Buying Prices, Philadelphia #2 Bundles = $303 per Long Ton Tire Rims Contract Price = $ per Long Ton x 50% proposed x 1.12 Tire Rims Contract Price = $ per Short Ton c. Lead Acid Batteries i. The Contractor shall, within thirty days of the effective County invoice date, pay the County a per pound fee according to fair market value, based on the American Metal Market Index, for Undrained, whole lead acid batteries at the time of pickup from the Landfill. ii. This price shall be adjusted upon the first daily issue of AMM each month for material delivered until the next month's issue. iii. If the published rate is a range, the high figure shall be used to determine the market price. If no price is posted, then the previous month's price shall remain in effect. The value of this material shall have a floor price of Zero ($0.00) for the contract period. iv. The month of effective price quotation corresponds to the month that the day of pickup falls in. v. The Lead Acid Battery Contract Price = ''Non Ferrous Scrap Prices" for Undrained Whole Old Batteries (high side) Pittsburg area x % proposed by Contractor vi. Example: AMM August 1, 2012 Lead Undrained Whole Old Batteries Pittsburg (high) = $0.26 per pound Lead Acid Batteries Contract Price = $0.26 per pound x 70% proposed Tire Rims Contract Price = $0.18 per pound 29

30 Notes: Vendors may propose on Options A, B, or C or any combination thereof on the proposal sheet. 30

31 Cecil County Government 200 Chesapeake Blvd Elkton, MD Indemnity/Hold Harmless Agreement To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County Government, its elected and appointed officials, employees and volunteers, and others working on behalf of Cecil County Government, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time there from) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to Bid 13-17; Scrap Metals, Tire Rims, and Lead Acid Battery Recycling, except that the Organization shall not be responsible to Cecil County Government on indemnity for damages caused by or resulting from Cecil County Government's sole negligence; and the Organization shall, at it own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein. Name of Organization: Authorized Signature: Address of Organization: Phone: Date: Return this letter with Proposal Package 31

32 LOCAL CONTRACTORS PREFERENCE Cecil County Code entitled Local Preference reads as follows: Cecil County reserves the right to show preference to local bidders in the purchase of supplies, equipment and services. The amount shall not exceed six percent (6%) of the amount bid or quoted, and/or $60,000, whichever is less. A local bidder is defined as an individual or business that maintains a place of business or maintains an inventory of merchandise and/or equipment in Cecil County, is licensed by Cecil County and/or the State of Maryland, if required and is subject to Cecil County real and/or personal property taxes. Any local bidder in default on payment of any county or state tax or license shall not be eligible to receive preference until all taxes or licenses due are paid. Bidders are cautioned to note the specific and several requirements that may qualify a bidder for local preference consideration. A bidder wishing to receive local preference consideration must be able to demonstrate qualification under all the noted requirements. No bidder should assume, regardless of whether the bidder qualifies under the definition of local bidder that the County Executive of Cecil County would grant preference on this contract to any bidder. Cecil County Government reserves the right to do so under Section of the Cecil County Code but is not bound to do so under any circumstance, regardless of precedent. Any bidder that wishes to be considered a local bidder in the Cecil County Government award of the contract shall submit with the bid any and all documentation that proves that the bidder, identified by name in the submitted bid, meets the definition of local bidder. Neither Cecil County Government nor the Procurement officer shall be bound by any information or documentation provided by the bidder after opening of the bids. However, the County reserves all rights to investigate a bidder s potential qualification as a local bidder and use any relevant information in its determination of a bidder s qualification under the definition, regardless of when it is obtained. 32

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

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

BOTTLED WATER AND SUPPLIES

BOTTLED WATER AND SUPPLIES Cecil County Government Purchasing Department Bid #11-39 BOTTLED WATER AND SUPPLIES CECIL COUNTY GOVERNMENT: PURCHASING DEPARTMENT CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON,

More information

REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling

REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION REQUEST FOR PROPOSAL RFP 16-14 REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling Cecil County, Maryland

More information

Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS

Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921 Cecil County,

More information

Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION

Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON,

More information

Bid 16-25: Pipe Liner

Bid 16-25: Pipe Liner Cecil County, Maryland Purchasing Department Bid 16-25: Pipe Liner CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400

More information

RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND

RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396 1 TABLE

More information

REQUEST FOR QUOTATION

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

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND RFP: 16-27 DEMOLITION SERVICES CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396

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

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR CECIL COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION REQUEST FOR PROPOSAL RFP 13-12 REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR Cecil County Government 1 2 Table of Contents

More information

REQUEST FOR PROPOSAL For

REQUEST FOR PROPOSAL For CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION REQUEST FOR PROPOSAL RFP 13-14 REQUEST FOR PROPOSAL For Or County Approved Equivalent Cecil County, Maryland 1 2 Table of Contents I. PURPOSE:...

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

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

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

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

More information

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

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

More information

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

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

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

REQUEST FOR PROPOSAL For Light Fixture Replacement

REQUEST FOR PROPOSAL For Light Fixture Replacement CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS WASTEWATER DIVISION REQUEST FOR PROPOSAL RFP 14-18 REQUEST FOR PROPOSAL For Cecil County, Maryland 1 2 Table of Contents I. PURPOSE:... 4 II. OBJECTIVE:...

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT RECYCLING & DISPOSAL CONTRACT This Scrap Tire Recycling and Disposal Contract ( Contract ) made and entered on this 1st day of August 2017 ( Anniversary Date ), by and between the County of Jackson, a

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

Request for Proposal # Scrap Metal, White Goods, & Lead Acid Batteries

Request for Proposal # Scrap Metal, White Goods, & Lead Acid Batteries Request for Proposal # 2017-039 Scrap Metal, White Goods, & Lead Acid Batteries Due Date: May 11, 2017 Time: 2:00pm Receipt Location: Government Center Administrative Services Procurement Division 500

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND RFP: 18-18 DEMOLITION SERVICES CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

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

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

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

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower or County Approved Equivalent

REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower or County Approved Equivalent CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION REQUEST FOR PROPOSAL RFP 14-05 REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower Cecil County, Maryland 1 2

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

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

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

More information

REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP

REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP CECIL COUNTY GOVERNMENT REQUEST FOR PROPOSAL RFP 12-22 REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP Cecil County Government 1 Table of Contents I. PURPOSE:... 4 II. OBJECTIVE:...

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018 REQUEST FOR PROPOSALS RFP#18-023-25 PROPANE FUEL FOR THE 2018-2019 HEATING SEASON POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2017 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

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

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016 **AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number:

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool TOWNSHIP OF PALMER NORTHAMPTON COUNTY, PA Municipal Building, 3 Weller Place, Palmer, PA 18045-1975, Tel. 610-253-7191, Fax 610-253-9957 Website: palmertwp.com REQUEST FOR PROPOSALS Lease and Operate the

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

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

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

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

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

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

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

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE ISSUED BY: Addison County Solid Waste Management District DATE ISSUED: May 12, 2017 BID DUE DATE: June 6, 2017, by 4:00 PM BID OPENING:

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

RFQ #2766 Sale of Surplus Scrap Metal

RFQ #2766 Sale of Surplus Scrap Metal RFQ #2766 Sale of Surplus Scrap Metal RFQ NO. 2766 Today is: August 6, 2014 Phone: 805/875-8001 Email: m_villarreal@ci.lompoc.ca.us Re: Sale of Surplus Scrap Material For Department Use Qty Description

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

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

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

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland P u b l i c N o t i c e F r a n c h i s e A w a r d R efuse and Recycling C o l l ection Ocean Pines Association, Inc. Ocean Pines, Maryland Bids for the award of an exclusive three-year franchise to collect

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

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

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

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

Invitation To Bid. for

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

More information

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

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

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

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

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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