Solicitation No. SP-32018

Size: px
Start display at page:

Download "Solicitation No. SP-32018"

Transcription

1 Solicitation No. SP INVITATION FOR PRICE QUOTES FOR FURNISHING AND MAINTAINING VENDING MACHINES FOR FAIR ACRES, LIMA, PA; CLAYTON PARK, CONCORDVILLE, PA; COUNTY OF DELAWARE FOR A PERIOD OF THREE (3) YEARS The Director, Central Purchasing Department of the County of Delaware will receive sealed price quotes in Room #228 of the Government Center Building, Courthouse Complex, Media, PA until 4:00 PM local time, on April 17, Sealed price quotes will be opened by the Director, Central Purchasing at 9:00 AM local time, on Wednesday, April 18, 2018 in his office, Room #228 Government Center Building. The award will be to the most-responsible bidder providing the product/service meeting the requirements and specifications for which the items are intended. Attached Specifications and Conditions must be complied with, without exceptions. The County of Delaware reserves the right to award this Contract in the manner most advantageous to the County. PLEASE NOTE: THE ENTIRE BID PACKAGE MUST BE RETURNED ON THE DUE DATE. FAILURE TO DO SO COULD RESULT IN THE BID BEING DISQUALIFIED. Bidder s Name, Address & Phone Number Contact Person Responsible For Bid

2 PROPOSAL Director, Central Purchasing Delaware County Government Center Courthouse Complex 201 W. Front Street Media, PA Director: We, the undersigned, do hereby offer to FURNISHING AND MAITAING VENDING MACHINES FOR FAIR ACRES, LIMA, PA; CLAYTON PARK, CONCORDVILLE, PA; COUNTY OF DELAWARE FOR A PERIOD OF THREE (3) YEARS in accordance with the attached Proposal, Specifications, and General Conditions of this bid. If this bid is accepted, we agree to execute the attached Form of Contract within FIFTEEN (15) DAYS after receiving notice of the award of contract. It is also understood that this bid may not be withdrawn for a period of sixty (60) days after the opening thereof. We, who have signed this Proposal Page have read and agree to comply with all parts of the Invitation, Proposal, Bid Forms, Specifications, and General Conditions of this Bid. Respectfully submitted, Signature Name Title ATTEST: Secretary or Assistant Secretary Address of Bidder This Proposal page must have two (2) signatures and, if the Bidder is a Corporation, the CORPORATE SEAL MUST BE AFFIXED WHEN SUBMITTING BIDS. If the Bidder is a Partnership, the names of all partners of the firm, as well as the trading name, shall be set forth. If the bidder is a Corporation, this bid must be executed by the President or Vice-President and attested to by the Secretary or Assistant Secretary with the Corporate Seal annexed. If any person other than the above-mentioned officers sign the Proposal, then authorization permitting said person to sign Bids and documents must accompany said Contracts. Only one signature is required if the company is a Sole Proprietorship, however, this must be stated under the signature.

3 PROPOSAL Item No. 1 Fair Acres, Lima, PA Having examined the terms and conditions of the Invitation to Bid, the undersigned bidder agrees to pay the County of Delaware a MINIMUM MONTHLY RETURN OF $, for a term of three (3) years. Return to County of Delaware will be in the amount of % of gross machine sales or the minimum as stated above, whoever is higher. Any Questions, contact Jim Peterson, Fair Acres Materials Management, (610) Fair Acres is requesting a minimum of 1 ADA Compliant Snack and 1 ADA Compliant Beverage Machine for Resident Buildings 5, 7 and 8. Fair Acres is requesting that some small candy be sold in the vending machines. FAIR ACRES VENDING MACHINE LOCATIONS AND COMMISSION REPORT FEBRUARY 2017 UNTIL FEBRUARY 2018 MACHINE LOCATION TYPE SALES BUILDING 3 BEVERAGE $ BUILDING 5 BEVERAGE $9, SNACK $11, BUILDING 7 BEVERAGE $5, SNACK $9, BUILDING 8 CAFETERIA BEVERAGE $8, SNACK $8, BUILDING 8 LOBBY BEVERAGE $16, BEVERAGE $12, SNACK 1 $15, SNACK 2 $15, BUILDING 11 LAUNDRY BEVERAGE $3, SNACK $2, BUILDING 18 ADMIN BEVERAGE $1, SNACK $1,782.25

4 PRICING / COMMISSION FORM PRODUCT PRICING COMMISSION % Canned Soda Bottled Soda Bottled Water Bottled Juice (100%) Bottled Tea (Lipton / Snapple) Bottled Sports Drinks (Gatorade / Powerade) Milk, Teas, Etc. Candy (Small) Candy (Regular) Chips (Regular) Chips (Large) Pastry Gum, Mints Big Cookies, Pop Tarts, Large Bagged Snacks Crackers Microwave Popcorn And/Or Guarantee of % per month, whichever is higher

5 Item No. 2 Clayton Park Having examined the terms and conditions of the Invitation to Bid, the undersigned bidder agrees to pay the County of Delaware a MINIMUM MONTHLY RETURN OF $, for a term of three (3) years. Return to County of Delaware will be in the amount of % of gross machine sales or the minimum as stated above, whoever is higher. Any questions contact marc Manfre, Director, Parks and Recreation, (610) Clayton Park 63, Granite Mill Road Concordville, PA Two (2) Bottle Soda $ ASSIGNMENT OF CONTRACT THE CONTRACTOR SHALL NOT ASSIGN THE CONTRACT OR ANY PART OF THEREOF WITHOUT THE WRITTEN CONSENT OF THE COUNTY OF DELAWARE. THE CONTRACTOR SHALL NOT SUBCONTRACT WITHOUT PRIOR WRITTEN APPROVAL FROM THE COUNTY OF DELAWARE.

6 SPECIFICATIONS Agreement 1. Bidder must have at least three (3) years experience in providing such service. 2. All food and drink sold or kept for sale shall be of first quality, wholesome and pure and shall conform in all respect to the federal, state and municipal food laws, ordinances and regulations. All food is to be fresh. No adulterate or misbranded article shall be sold or kept for sale, and all merchandise kept on hand shall be stored and handled with due regard to spoilage and sanitation. All merchandise kept for sale shall be subject to inspection and approval or rejection by a County of Delaware designee. Bidder shall supply information on initiatives currently being used to promote healthy and nutritious snacks and beverages to be sold in the machines. Bidder shall supply information on how company insures machines are filled and maintained properly with fresh products as outlined in the above. 3. Vending services may not be assigned or sublet (except for ice cream) without the written consent of the Delaware County Council. 4. The vendor shall be required to submit, on a monthly basis, a financial statement which shall be set forth such items as gross receipts and such other information as the County of Delaware may properly require. The County shall have the right to examine all books, papers and records of the vendor relative to the operation of vending machines. Vendor must provide information regarding how machines are audited, how drivers routes are monitored for accuracy, how money is handled from the time it leaves the machines to the time a commission check is prepared. 5. The county of Delaware reserves the right to verify receipts at point of pick-up on a random basis during the life of this contract. 6. The county shall furnish all electricity, heat, ventilation, water, steam and drainage service free of charge. 7. Bidders shall include a schedule together with illustrations of equipment proposed for installation, showing the type of machine. 8. Vendor shall operate the installation in accordance with the highest standards for that type of operation and in so doing shall comply with the highest standards of health and sanitation and with the health and sanitation laws of the United States, Commonwealth of Pennsylvania, and the County of Delaware, and the rules and regulations of any agency or all of them. Vendor must include information on how sanitation of machines is monitored and what the company does to ensure machines are sanitized and cleaned. 9. A refund plan will be instituted to return to employee s money due them in a rapid and efficient manner. Change will be left in various departments by the serviceman to minimize the time requirements for the receipt of refunds. Vendor must explain how refund program is going to be implemented. 10. Refund slips will be available in each area. The slip will be completed by the employee, submitted to the designated individual and an immediate refund made. The slips will be taken by the serviceman on a scheduled basis and the chance fund will be replenished at the same. The completed refund slip will document the mechanical service needs and the serviceman will respond accordingly. Repair and /or replacement of faulty equipment are to be accomplished within one work day of notification. 11. The awarding of the contract to the successful bidder will be predicated on the bid most advantageous to Delaware County, taking into consideration such factors as qualifications, financial responsibility of the bidder, business experience, capability of rendering services, ability to meet specifications.

7 12. Bid shall provide pricing and commissions (to be paid) for each category of the products to be offered as in the Bid Location and Pricing/Commission Form. DUE TO THE NATURE OF RESIDENTS AND THEIR LIMITED INCOME, BIDDER MUST PROVIDE REGULAR VENDING SIZE CHIPS AND CANDY SELECTION. LARGE SIZE PACKAGES ARE ACCEPTABLE BUT MAY NOT EXCEED THE NUMBER OF REGULAR-SIZED PRODUCTS. ADDITIONALLY, LESS EXPENSIVE OFFERINGS ARE ENCOURAGED TO BE INCLUDED. 13. Machines must be available for installation within days of the award as mutually agreed by successful bidder and the County. 14. Vendor must supply documentation in writing and before any increases in pricing occur. Documentation of wholesale pricing increases and/or detailed documented reasons may be required by the County prior to any increase approval by the County. 15. Machines should have dollar bill acceptor capability. 16. The county reserves, with 90-day notices, to close contract. 17. This is a three (3) year contract starting of the day of execution by the Delaware county Council. 18. Vendor must provide information regarding (green) initiatives that are currently being used to conserve energy. 19. Vendor must provide at least three references of commissioned accounts (approximate with same dollar volume) that may be contacted for verification of compliance. 20. Vendor must provide information to County on initiatives currently being used to ensure satisfaction of residents and employees regarding use of vending machines and services. 21. Vendor shall provide information regarding senior management and their operating team, their experience, and ability to provide services and equipment to the County. 22. All vendor vehicles and their employees must be clearly identified. 23. Criminal background checks for vendor employee(s) are required by ACT 169 OF 1996 AS AMENDED BY ACT 13 OF 1997 FOR SUCCESSFUL VENDOR.

8 GENERAL CONDITIONS The Successful Bidder will be required to enter into a written contract and bond with the County within 15 days after notice that his bid has been accepted; failure to do so shall be sufficient reason for the Delaware County Council to rescind their action accepting his bid and to accept the bid of the next-lowest responsible bidder. If the Successful Bidder shall fail to execute a contract as set forth in these General Conditions, despotism will be forfeited as liquidated damages. 1. It is understood that parties making quotes accept all terms and conditions contained and expressed in the Specifications, General Conditions and Special General Conditions. 2. The Contractor agrees to indemnify and save harmless the County and their representatives from all suits or actions of every nature and description brought against them or either of them, or on account of the use of patented appliances, products or processes. 3. No verbal instructions or information will be binding. The Specifications will be considered as clear and complete unless attention is called to any apparent discrepancies or incompleteness thereof, before opening of the quotes. Should any change in Specifications be required, they will be issued to all bidders in the form of an Addendum to the Original Solicitation. 4. The County is exempt from Federal Tax and Pennsylvania Sales Tax. Tax exemption certificates will be furnished by the County to the bidder awarded the contract. 5. Each bidder must fill out and include as part of his bid the following Attachment A. 6. Any questions pertaining to this contract should be directed to Jim Peterson, Materials Management Department; (610) , for Fair Acres and Mark Manfre, Director; (610) , for Parks & Recreation. 7. Commission checks will be issued on a monthly basis. The vendor shall be required to submit, on a monthly basis, a financial statement of sales and commission by machine. Commission checks will be sent to Fair Acres, Materials Management Building #13, 340 N. Middletown Road, Lima, PA and to Parks & Recreation, 1671 N. Providence Road, Media, PA. 8. The acceptance of all bids for Contracts is made expressly conditional upon a satisfactory rating from a preaward investigation conducted by the Central Purchasing Department. Contracts shall not be based on the concept of the lowest responsible bidder, although cost will be a consideration. Furthermore the County has the right to reject any and all proposals. In addition to price, the Central Purchasing Department in its pre-award evaluation shall in consultation with the affected Dept. Head, ascertain and consider: (a) The expertise of the Bidder to perform the Contract or provide the service required. (b) Whether the Bidder can perform the Contract or provide the service promptly, or within the time specified and with adequate supervisory personnel. (c) The character, integrity, reputation and judgement of the Bidder. (d) The quality of performance on previous Contracts and services. (e) The previous and existing compliance by the Bidder with laws and ordinances relating to the Contract or Service. (f) The sufficiency of the financial resources of the Bidder to perform the Contract or provide the Service. (g) The ready availability of supplies necessary to discharge performance in a prompt and workmanlike manner.

9 GENERAL CONDITIONS (CONTINUED) (h) The ability of the Bidder to provide future maintenance and service for the use of the subject of the Contract. (i) The number and scope of conditions attached to the bid. 12. Successful bidder must provide County of Delaware with an original W-9 for our Controllers Department. The successful bidder shall submit an ORIGINAL, CURRENT Certificate of Insurance for a Comprehensive General Liability, Auto and Workers Compensation Policy. The following factors will automatically disqualify a low bidder: (a) Default on the payment of taxes, licenses or other monies due the County. (b) Default, breach of repudiation on a past Contract or Contracts which reflect a course of performance deemed deleterious to the County s best interest. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the order elsewhere shall be prepared by the Central Purchasing Department and filed with other papers relating to the transaction.

10 ATTACHMENT A The following Access to Records clause is included herein because of the possible application of Section 1861 (v) (1) (I) of the Social Security Act; if that Section should be found Inapplicable to this Agreement, then this clause shall be deemed not to be part of this Agreement and shall be null and void. (a) Until the expiration of four years after the furnishing of services pursuant to this contract, ( )shall make available upon written request of the Secretary of Health and name of vendor and Human Services or the U.S. Comptroller General or any of their duly authorized representative, this contract and books, documents and records of ( ) that are name of vendor necessary to verify the nature and extent of costs incurred by (County of Delaware) under this name of provider Contract. (b) If ( ) carries out any of the duties of this contract with a value of $10,000. or name of vendor more over a twelve month period through a subcontract with a related organization, such contract must contain a clause to the effect that until the expiration of four years after the furnishing of services under the subcontract, the related organization shall make available, upon written request of the Secretary of Health and Human Services, the U.S. Comptroller General, or any of their authorized representatives, the subcontract and books, documents and records of the related organization that are necessary to verify the nature and extent of costs incurred by (County of name of Delaware) under this contract. provider

11 he following is attached as Exhibit A : Agreement Provisions Right to Know Law a. The Pennsylvania Right-to-Know Law, 65 P.S , ( RTFL ) applies to this Agreement. For the purpose of these provisions, the term the County shall refer to the County of Delaware. b. If the County needs the Contractor s assistance in any matter arising out of the RTKL related to this Agreement, it shall notify the Contractor using the legal contact information provided in this Agreement. Contractor, at any time, may designate a different contact for such purpose upon reasonable prior written notice to the County. c. Upon written notification from the County that it requires the Contractor s assistance in responding to a request under the RTKL for information related to this Agreement that may be in the Contractor s possession, constituting, or alleged to constitute, a record in accordance with the RTKL ( Requested Information ), the Contractor shall: 1. Provide the county, within five (5) calendar days after receipt of written notification, access to, and copies of, any document or information in the Contractor s possession arising out of this Agreement that the County reasonably believes is Requested Information and may be a public record under the RTKL; and, 2. Provide such other assistance as the County may reasonably request, in order to comply with the RTKL with respect to this Agreement. d. If the Contractor considers the Requested Information to include, a request for a Trade Secret or Confidential Proprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considers exempt from production under the RTKL, the Contractor must notify the County and pride, within seven (7) calendar days of receiving the written notification, a written statement signed by a representative of the Contractor explaining why the requested material is exempt from public disclosure under the RTKL. e. The County will rely upon the written statement from the Contractor in denying a RTKL request for the Requested Information unless the County determines that the Requested Information is clearly not protected from disclosure under the RTKL. Should the County determine that the Requested Information is clearly not exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days of receipt of written notification of the County s determination. f. If the Contractor fails to provide the Requested Information within the time period required by these, provisions, the Contractor shall indemnify and hold the County harmless for any damages, penalties, costs, detriment or harm the County may incur as a result of the Contractor s failure, including any statutory damages assessed against the County.

12 g. The County will reimburse the Contractor for any costs associated with complying with these provisions only to the extent allowed under the fee schedule established by the Office of Open Records or as otherwise provided by the RTKL if the fee schedule is inapplicable. h. The Contractor may file a legal challenge to any County decision to release a record to the public with Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify the County of any legal expenses incurred by the County as a result of such a challenge and shall hold the County harmless for any damages, penalties, costs, detriment or harm that the County may incur as a result of the Contractors failure, including any statutory damages assessed against the County, regardless of the outcome of such legal challenge, As between the parties, the Contractor agrees to waive all rights or remedies that may be available to it as a result of the County s disclosure of Requested Information pursuant to the RTKL. i. The Contractor s duties relating to the RTKL are, continuing duties that survive the expiration of the Agreement and shall continue as long as the Contractor has Requested Information in its possession.

13 VENDOR/CONTRACTOR'S INSURANCE REQUIREMENTS: COMPREHENSIVE GENERAL LIABILITY: Before the contract is awarded the Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damages Insurance as shall protect him from all claims or loss arising from Property damages, personal injury and bodily injury including accidental death. Such Insurance Policy shall include Products and Completed Operations coverage and include coverage for damage which may arise from the Operations of the Contractor or by any sub-contractor or by anyone directly or indirectly employed by either of them. The Combined Single Limit of Liability required is $1,000, per occurrence with a deductible of no more than $1, *VEHICLES: Comprehensive Business Automobile Coverage shall be maintained with a Combined Single Limit of Liability in an amount no less than $1,000, per occurrence with no deductible. PROPERTY DAMAGE: $2,000, coverage. WORKER'S COMPENSATION: Worker's Compensation Insurance required by Pennsylvania law covering all Owners, employees and all employees of the General Contractors and Sub-Contractors. In the alternative, a current certificate of Exempt status from the Pennsylvania Department of Labor and Industry is acceptable if the Owner is an Exempt Self-Insurer in the State of Pennsylvania. EMPLOYER'S LIABILITY INSURANCE: $500, per accident or employee disease. Employer's Liability Insurance with limits not less than The County of Delaware shall be named as an additional insured on all policies insofar as the specific contract is concerned. In addition, the Contractor shall furnish the County with a certificate of insurance showing the type, amount, class of operations covered, effective dates and dates of expiration. All policies should also contain a sixty (60) day notice of cancellation clause. NOTE: IF THE OWNER MAINTAINS A SELF-INSURED PROGRAM OR A LIMITED SELF- INSURANCE PROGRAM FOR ANY OR ALL OF THE EXPOSURES LISTED ABOVE, A COMPLETE DESCRIPTION OF THE PROGRAM WITH INFORMATION ON EXCESS CARRIERS AND FUNDING ARRANGEMENTS SHOULD BE PROVIDED. IN THE EVENT THE WORKER'S COMPENSATION IS SELF- INSURED, A COPY OF THE CURRENT EXEMPTION CERTIFICATE SHALL BE PROVIDED. PLEASE NOTE: IF VENDOR USES A COMMON CARRIER PLEASE ENCLOSE A LETTER STATING THAT A COMMON CARRIER IS USED AND THEREFORE AUTO LIABILITY DOES NOT APPLY

14 FORM OF CONTRACT Articles of Agreement made this day of 20 Between Delaware (hereinafter called County). hereinafter called (Contractor) and the County of WITNESSETH: That the Contractor covenants, promises and agrees to and with the County to: For the price of: as per its annexed proposal, and to, in all respects, comply with the terms and conditions of the Invitation to Proposers, annexed Proposal and the County covenants, promises and agrees to and with the Contractor to pay it the price of: for It is further mutually agreed by said parties, in consideration of their aforesaid mutual covenants, the Annexed Proposal constitute and are a part of the Contract as though fully set forth herein. In Witness Whereof, the Contractor and the County have hereunto caused their common Corporate Seals To be affixed hereto duly attested by their proper officers the day and year aforesaid. ATTEST: Secretary or Assistant Secretary

15 Vendor s Signatures COUNTY OF DELAWARE Delaware County Council Attest: County Clerk

16 TO ALL VENDORS PLEASE BE ADVISED THAT THE COUNTY OF DELAWARE WILL STRICTLY ENFORCE: THE SUCCESSFUL BIDDER SHALL BE REQUIRED TO ENTER INTO A FORM OF CONTRACT WITH THE COUNTY OF DELAWARE WITHIN FIFTEEN (15) WORK DAYS AFTER NOTICE OF THE ACCEPTANCE OF ITS BID. FAILURE TO DO SO SHALL BE SUFFICIENT REASON FOR THE COUNTY TO RESCIND THEIR ACTION ACCEPTING ITS BID AND ACCEPT THE BID OF THE NEXT LOWEST RESPONSIBLE BIDDER.

17 NOTICE TO VENDORS FAIR ACRES WILL SUPPLY TO THE VENDOR WHO IS AWARDED THE CONTRACT A LIST OF HOLIDAYS

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

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT Boone County, Kentucky INVITATION TO BID # 110718VS VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT ACCEPTANCE DATE: Prior to 2:00 p.m., November 7, 2018 Local time ACCEPTANCE PLACE Boone County

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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

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

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

More information

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

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

Self-Insurance Package for a Corporation

Self-Insurance Package for a Corporation Self-Insurance Package for a Corporation Bureau of Motor Vehicles Financial Responsibility Section P.O. Box 68674 Harrisburg, PA 17106-8674 Phone: (717) 783-3694 www.dmv.pa.gov PUB 618 (12-15) Preface

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

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

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

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

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

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 RFP#75-18

REQUEST FOR PROPOSALS RFP#75-18 REQUEST FOR PROPOSALS RFP#75-18 Sealed proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins

More information

One Technology Court, Montgomery, Alabama Telephone: Bid Invitation 874 Maritime Training Center Vending Services

One Technology Court, Montgomery, Alabama Telephone: Bid Invitation 874 Maritime Training Center Vending Services One Technology Court, Montgomery, Alabama 36116 Telephone: 334-242-4158 Ed Castile Director Don Carson Business Manager Bid Invitation 874 Maritime Training Center Vending Services Bid Must Be Received

More information

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING THE CORPORATION OF THE TOWNSHIP OF NORWICH TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING 2015-2017 Sealed tender clearly marked as to contents will be received by the undersigned until 10:00 A.M.

More information

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

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

More information

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

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

More information

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

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

More information

AGREEMENT. between THE CITY OF WICHITA, KANSAS DEPARTMENT OF PARK AND RECREATION GOLF DIVISION. and

AGREEMENT. between THE CITY OF WICHITA, KANSAS DEPARTMENT OF PARK AND RECREATION GOLF DIVISION. and AGREEMENT between THE CITY OF WICHITA, KANSAS DEPARTMENT OF PARK AND RECREATION GOLF DIVISION and BOTTLING GROUP, LLC, a Delaware limited liability company, and its affiliates and/or respective subsidiaries

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

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

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

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

Self-Insurance Package for an Individual

Self-Insurance Package for an Individual Self-Insurance Package for an Individual Bureau of Motor Vehicles Financial Responsibility Section P.O. Box 68674 Harrisburg, PA 17106-8674 Phone: (717) 783-3694 www.dmv.pa.gov PUB 620 (12-15) Preface

More information

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018 1 EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018 1. Scope of Work To provide all labor and equipment necessary to perform tree work on specified trees

More information

(This Agreement supersedes all prior Agreements) AGREEMENT

(This Agreement supersedes all prior Agreements) AGREEMENT (This Agreement supersedes all prior Agreements) AGREEMENT AGREEMENT, dated day of, 20, between International Transportation & Marine Agency, Inc., a corporation organized and existing under and by virtue

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

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

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

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. The Richard Stockton College of New Jersey.

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. The Richard Stockton College of New Jersey. Stockton Affiliated Services, Inc. Request for Proposals SNACK FOOD VENDING SERVICES at The Richard Stockton College of New Jersey March 22, 2010 PURPOSE AND INTENT 1.0 CONTRACT AND PROPOSAL INFORMATION

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

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

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

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

More information

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

WINDOW WASHING

WINDOW WASHING REQUEST FOR BID FOR WINDOW WASHING 2019-2021 Madison, Wisconsin July, 2018 Advertisement for Bids The Madison Metropolitan Sewerage District requests bids for Window Washing 2019-2021. Specifications are

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. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

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

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

More information

2014 REQUEST FOR PROPOSALS: SNACK VENDING MACHINE SERVICE LICENSE(S)

2014 REQUEST FOR PROPOSALS: SNACK VENDING MACHINE SERVICE LICENSE(S) An agency of the Centre Region Council of Governments. 2014 REQUEST FOR PROPOSALS: SNACK VENDING MACHINE SERVICE LICENSE(S) 24 Jan 2014 The Centre Region Parks & Recreation Authority invites sealed proposals

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

GENERAL TERMS AND CONDITIONS INVITATION TO BID

GENERAL TERMS AND CONDITIONS INVITATION TO BID GENERAL TERMS AND CONDITIONS INVITATION TO BID 1. Sealed bids for furnishing the following will be received by the Somerset Independent Board of Education, 305 College Street, Somerset, Kentucky 42501,

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

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

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

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

If you have any questions concerning the submission of a proposal, contact the Office of Auxiliary Services at (512)

If you have any questions concerning the submission of a proposal, contact the Office of Auxiliary Services at (512) 7/29/2016 Dear Prospective Caterer: You are invited to submit a proposal for the catering services list of approved caterers at Texas State University for a twelve month period commencing September 1,

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

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ 08204 (609) 884-3475 REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES Submission Date: Tuesday, November 25, 2014 Time: 11:00 am Purpose:

More information

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

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

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR Contents 1. Notice to Bidders 2. Bid Proposal 3. Information

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

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County) STATEMENT OF WORK Installations, Repair and/or Maintenance of Sewage and Drain Lines Presque Isle State Park (Erie County) I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources,

More information

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

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

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

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

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS MASTER AGREEMENT (Agreement) is made and entered into by the University of Washington (Owner), and (Consultant). Owner

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

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

REQUEST FOR PROPOSALS RFP#74-18

REQUEST FOR PROPOSALS RFP#74-18 REQUEST FOR PROPOSALS RFP#74-18 Sealed proposals, plainly marked "Power Plant (Burner, Boiler, etc.) Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School

More information

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS 2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS Food sales are limited to those items listed on your application and approved by the Food Vendor Coordinator. Vendors may not subcontract space or allow

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

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

Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE. Section 1: Instructions to Bidders

Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE. Section 1: Instructions to Bidders Date: August 12, 2015 ITB Number: 2015-08-001 Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE Schedule DATE (a) August 12, 2015 (b) August 19, 2015

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES: INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES: NEW Cooperative, Inc. [ NEW Coop ] [ Contractor ] 2626 1 st Avenue South Print full legal name (individual or entity) Fort Dodge, IA

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

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

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

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

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

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

Project Name, Improvement District No. Improvement District Number

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

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

AIRPORT HANGAR LICENSE AGREEMENT

AIRPORT HANGAR LICENSE AGREEMENT AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

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

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

More information

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

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

CONSULTANT SERVICES AGREEMENT

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

More information

CITY OF GREENVILLE Danish Festival City

CITY OF GREENVILLE Danish Festival City REQUEST FOR QUOTE GREENVILLE CITY HALL EXECUTIVE OFFICE Work-center PROJECT The City of Greenville is requesting bids for the purchase and installation of one work-center in the City Hall building. Base

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information