City of Hoover, Alabama, Invitation to Bid #05-14: Household Hazardous Waste Collection Services

Size: px
Start display at page:

Download "City of Hoover, Alabama, Invitation to Bid #05-14: Household Hazardous Waste Collection Services"

Transcription

1 City of Hoover, Alabama, Invitation to Bid #05-14: Household Hazardous Waste Collection Services City of Hoover Purchasing Department 1/21/2014

2 Section A. General Information and Bid Instructions Bidders are requested to retain these instructions, conditions, and specifications for future reference. This document and its attachments will become your contract with the City of Hoover if you are the successful bidder. I. GENERAL INFORMATION A. Bid Form: All bidders must use our form for submitting their bid. All bid responses must be typed or written LEGIBLY in ink. No faxed responses will be accepted. B. Bid Envelope: All bids must be sealed and the outside of the envelope must be clearly marked with the bid number, Bid # and the words: "BID FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION with. If you are not submitting a bid or proposal and intend to remain on the City s active bidder s list, please also include the following words on the outside of the envelope: NO BID. C. Late Submittals: Late bids will not be opened nor is a late bid eligible for award. D. Sales Taxes: The City is sales tax exempt. Bid prices, therefore, should not include state sales tax or federal excise tax. E. Public Information: Records showing successful bidder and prices quoted will be placed on file and may be examined upon request. If the contract is awarded to someone other than the lowest bidder, a note of explanation will appear in the bid file. F. Basis For Award: The City of Hoover may not award on the basis of the low bid only. Quality, conformity with specifications, purpose for which required, terms of delivery, terms of payment, transportation, dates of delivery, past service, and experience are among the factors that may be considered in determining the responsible bidder. G. Scope: The work included consists of furnishing requested equipment and services as per specifications. H. Terms of Bid: Bids shall be submitted on proposal forms furnished in this specification or copies thereof. Proposal form is to be completed in its entirety. Bidders are to indicate manufacturer and delivery times in the proposal. NOTE: Prices shown must include delivery to the location stipulated. I. Guarantee: The successful bidder shall replace any materials proved to be defective (except when it is clearly shown that the defects are caused by misuse and not by faulty manufacture) immediately upon notification. II. DISQUALIFICATION OF BIDS Bids may be disqualified before the awarding of the contract for any of the following: A. Failure to mark envelope as required. (See Above); B. Failure to sign or notarize the Proposal Form; C. Failure to include requested information or other details about the bid; D. Excessive errors in calculating prices and/or totals. III. METHOD OF AWARD A. The award will be made to the lowest responsible bidder meeting specifications. That bidder will then be responsible for furnishing all materials and/or services requested Page 1

3 by the City of Hoover. B. In the event the low bidder refuses to accept the entire requirements without deviation, his bid will then be considered non-respondent. After refusal by the first bidder, the bid may be awarded to the next lowest bidder. C. Failure to deliver as specified and in accordance with the bid submitted, including promised delivery, will constitute sufficient grounds for cancellation of the contract at the option of the City of Hoover and forfeiture of performance bond, if applicable. D. The City of Hoover may award the bid in any manner that is in the best interest of the City. E. The City of Hoover reserves the right to purchase any item from the Alabama State Bid contract or any other contract authorized by State law. IV. CONTRACT PERIOD This contract is for a period of one (1) year from date of award. The City has the option to renew the contract for two (2) additional years, annually, upon mutual agreement of the City and winning bidder. V. PRICING A. Prices are not to exceed four decimal places (i.e., $1.2525). Prices quoted must remain firm for the entire period of the contract. B. In the event of a delay in awarding the bid, bid price remains firm for thirty (30) days from date of bid opening. VI. QUANTITY AND QUALITY A. It is the City of Hoover s intent to sponsor an annual Household Hazardous Waste Day commencing Spring of 2014 quantities will not be known until the event occurs but have been estimated herein to establish a basis for which the bid may be competitively awarded. B. The City of Hoover reserves the right to make quality inspections by any means determined by the City. VII. DELIVERY Failure to deliver in accordance with the bid specifications and within the specified time allowed will constitute sufficient grounds for cancellation all outstanding orders and/or termination of the contract at the option of the City of Hoover. VIII. SPECIFICATIONS A. Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the purpose of indicating the quality of materials, products, and service best adapted to the City s intended use. B. List alternate equal and/or specify brand name. C. Products must meet the general standards outlined in attached specification particular to each product. D. Exceptions to specifications should be listed on a separate page entitled EXCEPTIONS TO SPECIFICATIONS. E. ALL VENDORS MUST USE THE ATTACHED BID DOCUMENT(S) TO SUBMIT THEIR BID/PROPOSAL. Page 2

4 IX. TAXES The City of Hoover is tax exempt from all sales tax. This statement in no way is to be construed as relieving a seller or contractor of paying appropriate taxes. X. CONDITIONS A. By submitting a bid, the bidder certifies that he/she is fully aware of the conditions of service and purpose of which item(s) included in this bid are to be purchased, and that his/her offering will meet these requirements of service and purpose to the satisfaction of the City of Hoover. B. The City of Hoover will provide the successful bidder with purchase orders. XI. BONDS A. Performance Bond - A performance bond equal to the total amount of the contract price may be required of the successful bidder as security for the faithful performance and execution of all contractors obligations under the contract documents. B. All bonds shall be executed by such sureties as are licensed to conduct business in the State of Alabama. XII. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify, and hold harmless the City of Hoover, the Project Manager (architect or engineer), and collectively their agents, elected officials, boards, employees, and consultants (hereinafter collectively referred to as the Indemnitees ) from and against all claims, damages, losses and expenses, including but not limited to attorneys fees, arising out of, related to, or resulting from performance of the Work, provided that such claim, damage, loss or expense is (1) attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including loss of use, and (2) is caused in whole or in part by negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts they may be liable, regardless of whether or not it is caused in part, or is alleged but not legally established to have been caused in part, by a party indemnified under this contract. A. This indemnification shall extend to all claims, damages, losses and expenses for injury or damage to adjacent or neighboring property, or persons injured thereon, that arise out of, relate to, or result from performance of the Work. B. This indemnification does not extend to the liability of the Project Manager or their consultants, agents, or employees, arising out of: (1) the preparation or approval of maps, opinions, reports, surveys, field orders, Change Orders, or specifications; or (2) the giving of or the failure to give directions or instructions, provided such giving or failure to give instructions Is the primary cause of the injury or damage. C. This indemnification does not apply to the extent of the sole negligence of the Indemnitees. XIII. INSURANCE REQUIREMENTS A. GENERAL 1. RESPONSIBILITY: The Contractor shall be responsible to the Owner from the time of the signing of the Contract or from the beginning of the first work, whichever shall be earlier, for Page 3

5 all injury or damage of any kind resulting from any negligent act or omission or breach, failure or other default regarding the work by the Contractor, a Subcontractor, anyone directly employed by them or anyone for whose acts they may be liable, regardless of who may be the owner of the property. 2. INSURANCE PROVIDERS: Each of the insurance coverages required below shall be issued by an insurer licensed by the Insurance Commissioner to transact the business of insurance in the state of Alabama for the applicable line of insurance, and such insurer (or, for qualified self-insureds or group self-insureds, a specific excess insurer providing statutory limits) must have a Best Policyholders Rating of A- or better and financial size rating of Class V or larger. 3. NOTIFICATION ENDORSEMENT: Each policy shall be endorsed to provide that the insurance company agrees that the policy shall not be canceled, changed, allowed to lapse or allowed to expire for any reason until thirty (30) days after the Owner has received written notice by certified mail as evidenced by return receipt or until such time as other insurance coverage providing protection equal to protection called for in the Contract Documents shall have been received, accepted and acknowledged by the Owner. Such notice shall be valid only as to the Project as shall have been designated by Project Name in said notice. 4. INSURANCE CERTIFICATES: The Contractor shall procure the insurance coverages identified below, or as otherwise required in the Contract Documents, at the Contractor s own expense, and to evidence that such insurance coverages are in effect, the Contractor shall furnish the Owner an insurance certificate(s) acceptable to the Owner and listing the Owner as the certificate holder. The insurance certificate(s) must be delivered with the Contract and Bonds for final approval and execution of the Contract. Copies of the insurance certificates and attachments should also be sent to: The City Clerk, 100 Municipal Lane, Hoover, AL The Risk and Legal Manager, City of Hoover, 100 Municipal Lane, Hoover, AL 35216; mcfeer@ci.hoover.al.us The insurance certificate must provide the following: a. Name and address of authorized agent of the insurance company b. Name and address of insured c. Name of insurance company or companies d. Description of policies e. Policy Number(s) f. Policy Period(s) g. Limits of liability h. Name and address of Owner as certificate holder i. Project Name and Number, if any j. Signature of authorized agent of the insurance company k. Telephone number of authorized agent of the insurance company l. Mandatory thirty day notice of cancellation / non-renewal / change m. Special attachments or endorsements to meet the requirements of the insurance coverages specified should be attached. 5. DEDUCTIBLES AND SELF-INSURED RETENTIONS: The Contractor will be responsible for deductibles and self-insured retentions for claims made under its policies. 6. ADDITIONAL INSURED and CONTRACTOR S INSURANCE AS PRIMARY: Page 4

6 The Contractor s insurance policies shall name the City of Hoover, and its agents elected officials, boards, and employees, as Additional Insureds; state that this coverage shall be primary insurance for Additional Insureds and shall be Non- Contributory with regard to any insurance carried by the Owner and shall contain no exclusions of the Additional Insured(s) relative to job related injuries or illness. 7. COMBINATION OF COVERAGES: Any combination of primary and umbrella/excess coverage is acceptable as long as it satisfies the combined minimum coverage limits of each line. B. INSURANCE COVERAGES The Contractor shall possess the types of insurance coverages with liability limits not less than as follows: 1. WORKERS COMPENSATION and EMPLOYER LIABILITY INSURANCE: a. Workers Compensation coverage shall be provided in accordance with the statutory coverage required in Alabama. A group insurer must submit a certificate of authority from the Alabama Department of Industrial Relations approving the group insurance plan. A self-insurer must submit a certificate from the Alabama Department of Industrial Relations stating the Contractor qualifies to pay its own workers compensation claims. b. Employer s Liability Insurance limits shall be at least: (1) Each accident - $1,000,000 (2) Disease each employee $1,000,000 (3) Disease policy limit $1,000,000 c. No Proprietor/Partner/Executive Officer/Member of the Contractor shall be excluded. d. The Contractor s worker s compensation policy shall contain a waiver of Subrogation Clause in favor of the Owner. 2. COMMERCIAL GENERAL LIABILITY INSURANCE: Commercial General Liability Insurance, shall be written on an ISO Occurrence Form (current edition as of the date of Advertisement for Bids) or equivalent. The Commercial General Liability Insurance shall provide at minimum the following: a. $1,000,000 per occurrence b. $2,000,000 general aggregate with dedicated limits per project c. Additional insured endorsement d. Blanket contractual liability e. Blasting and explosion, collapse of structure and underground damage (XCU) shall not be excluded f. Bodily Injury and broad form property damage arising from premises operation liability g. Contractor s Liability h. Personal Injury liability i. Products & Completed Operations Liability, maintained for at least two years after completion of project j. Punitive damages shall not be excluded k. Severability of interests 3. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE: a. Commercial Automobile Liability Insurance which shall include coverage for bodily injury and property damage arising from the operation of any owned, non-owned or hired automobile. b. The Commercial Automobile Liability Policy shall provide not less than $1,000,000 Combined Single Limit for each occurrence. 4. COMMERCIAL UMBRELLA OR EXCESS LIABILITY INSURANCE: Page 5

7 a. Commercial Umbrella or Excess Liability Insurance to provide excess coverage above the Commercial General Liability, Commercial Automobile Liability and the Employer s Liability coverage of Workers Compensation. b. Excess/Umbrella Limits of: (1) $4,000,000 per Occurrence (2) $4,000,000 per Aggregate (3) The policy must be on an occurrence basis. 5. BUILDER S RISK INSURANCE (APPLICABLE ONLY IF THIS BOID IS FOR A CONSTRUCTION-RELATED ACTIVITY): a. The Contractor shall effect and maintain builder s all risk insurance upon the entire structure on which the Work of this Contract is to be done and upon all materials, in or adjacent thereto, and intended for use thereon, to the full insurable value thereof. Insurable portions of the Work shall be included on a completed Work, value of Work in progress, and value of stored materials. Fire and Lightning, Extended Coverage, Vandalism and Malicious Mischief shall be named in the policy, and other perils associated with the particular nature and character of the Work. The policy verbiage shall permit partial or beneficial occupancy or use of the Work prior to completion of acceptance of the entire Work. The loss, if any, is to be made adjustable with and payable to the Owner, as trustee for whom it may concern. Policy may be blanket type but with not more than $5,000 deductible clause. b. Substitution of Builder s Risk Insurance for Projects Involving the Public Safety Center, Hoover Public Library, and Hoover Recreation Center. Due to the significant value of the existing structure, if Builder s Risk coverage is not provided on the entire facility, an Installation Floater in the amount of the value of the work to be performed PLUS written confirmation by Contractor s Insurance Agent verifying that Contractor s General Liability Insurance will provide coverage for any damage to the existing structure caused by the Contractor, may be substituted. C. SUBCONTRACTOR S INSURANCE: 1. WORKERS COMPENSATION and EMPLOYER S LIABLITY INSURANCE: The Contractor shall require each Subcontractor to obtain and maintain Workers Compensation and Employer s Liability Insurance coverages or to be covered by the Contractor s Workers Compensation and Employer s Liability Insurance while performing Work under the Contract. 2. LIABILITY INSURANCE: The Contractor shall cover their subcontractor s liabilities using their own judgment to either cover these liabilities as their own or require their Subcontractor to obtain and maintain coverage. However the Contractor chooses to cover the Subcontractor s liability, such coverage shall be in effect at all times that a Subcontractor is performing Work under the Contract. D. TERMINATION of OBLIGATION to INSURE: Unless otherwise expressly provided in the Contract Documents, the obligation to carry insurance coverages shall remain in effect after the Date(s) of Substantial Completion until such time as all Work required by the Contract Documents is completed. Equal or similar insurance coverages shall remain in effect if, after completion of the Work, the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, returns to the Project to preform warranty or maintenance work pursuant to the terms of the Contract Documents. Page 6

8 E. WAIVERS of SUBROGATION: The Contractor waives all subrogation rights against the Owner for all claims or actions covered by the Contractor s insurance. F. ENVIRONMENTAL IMPAIRMENT LIABILITY: $10,000,000 each claim/aggregate G. CONTRACTOR S POLLUTION LIABILITY: $10,000,000 each claim/aggregate XIV. CITY OF HOOVER GENERAL CONDITIONS A. Successful bidders shall obtain, if applicable, City of Hoover and all necessary licenses and/or permits required by local and state law prior to issuance of purchase order for said items/services. B. Each item must be quoted, or bid may be disqualified. Brand names are for evaluation purposes only. C. By signing the Request for Bid Form, the bidder certifies that he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competition with this proposal submitted to the City of Hoover. The bidder also agrees to meet all the Conditions and Specifications set forth above. D. Any questions regarding this Bid should be directed to either of the following: Ben Powell - Purchasing Director (205) powellb@ci.hoover.al.us Barbara Janchus - Purchasing Specialist (205) janchusb@ci.hoover.al.us XV. BIDDER QUALIFICATIONS A. License And Permit Requirements: The Bidder must provide copies or other evidence of all necessary State and Federal licenses or permits required for the transportation and disposal of hazardous waste including but not limited to the following: 1. Provide evidence of a valid State (ADEM) Hazardous Transporter s License. 2. Provide evidence of a valid Federal (U.S. EPA) Hazardous Waste Transporter s Permit; 3. Provide evidence of authorization from the Interstate Commerce Commission and the appropriate State Agency to operate as a common carrier. 4. Provide evidence of a valid, satisfactory Federal (USDOT) Motor Carrier Safety Rating. 5. Provide evidence of a valid Federal (USDOT) Hazardous Materials Certificate of Registration. B. Alabama Immigration Law Compliance Requirements 1. Bidder/Vendor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify Page 7

9 to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Vendor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien. 2. Vendor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, shall remain enrolled throughout the entire course of its performance hereunder, shall supply to the CITY a copy of its E-Verify Memorandum of Understanding and such other documentation as CITY may require to confirm Vendor s enrollment in the E-Verify Program and shall allow the CITY to inspect its records to confirm such compliance. 3. Vendor agrees that it shall, not knowingly, allow any of its suppliers, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If Vendor receives actual knowledge of the unauthorized status of one of its employees in the State of Alabama, it will remove that employee from the project, jobsite or premises of CITY and shall comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended. Bidder/Vendor shall require each of its suppliers, or other parties with whom it has a contract, to act in a similar fashion. If Vendor violates any term of this provision, this Agreement will be subject to immediate termination by CITY. 4. To the fullest extent permitted by law, Bidder/Vendor shall defend, indemnify and hold harmless CITY from any and all losses, consequential damages, expenses (including, but not limited to, attorneys fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Vendor s failure to fulfill its obligations contained in this paragraph. 5. The following language is required by (k) Code of Alabama 1975 to be placed in all contracts covered by the Act: By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. If there is no formal written contract between CITY and the Bidder/Vendor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract. If you have received a copy of this Proposal Document and choose to do business with the CITY, it will be deemed that you have accepted the terms even if you fail to sign and return the Agreement. End of General Information and Bid Instructions Section Page 8

10 Section B. Specifications I. INTRODUCTION A. The City of Hoover is requesting bids/proposals from qualified firms for the collection, transportation, recycling, and disposal of household hazardous waste that shall be collected during one or more events to be conducted during B. This award/contract shall include options to renew the awarded contract for events to be held in 2015 and 2016 upon the mutual consent of the City and the winning bidder. C. The specific date(s) for the event(s) shall be established by mutual consent between the City and the winning bidder. D. The hazardous waste collection events will be located at the Hoover Met or an equally suitable site within the Hoover City Limits. E. The event(s) will include hazardous household waste brought to the site on the day of the event by residents of Hoover (approximately 23,000 single-family households). F. At the event(s) the following hazardous materials shall be deemed acceptable: Drain Cleaner Metal Polish Photo Chemicals Dry Cleaning Fluids Rust Preventatives Wood Strippers Paint Thinner Sealant Engine and Radiator Flushes Old Chemistry Sets Herbicides Brake Fluid Pool Chemicals Creosote Moth Balls Ammonia Oven Cleaners Arts & Craft Supplies Floor Cleaners Radiator Cleaners Wood Preservatives Oil Based Paint Solvents Latex Based Paint Antifreeze Transmission Fluid Pesticides Insect Sprays Rodent Killer Muriatic Acid Bleaches Cesspool Cleaner Other Typical Household Hazardous Wastes Not Listed Above Note: The City and its staff will handle disposal of the following items: Oil, Batteries (Automotive), Tires, Explosives (Hoover Bomb Unit). The following items are not required to be accepted by Contractor: Large quantities of unknown materials, pressurized fire extinguishers, substances regulated by the Drug Enforcement Agency, radioactive waste, unstable waste, unknown gas cylinders and Bio-Hazardous Waste. G. Estimated Quantities of Waste Materials to be Collected The following information is provided for planning purposes only quantities of waste materials collected during the most recent Household Hazardous Waste Event (2013): Page 9

11 Quantities of Waste Materials Collected During the Most Recent (2013) Event Ref. # Description Unit of Measure Quantity 1a Paint (bulked) Roll-Off Box 5 1b Paint (bulked) Flex Bin 12 2a Aerosols, flammable 55 gal drum 0 2b Aerosols, flammable Flex Bin 5 3 Flammable Liquids 55 gal drum 0 4 Waste Antifreeze 55 gal drum 0 5a Poison Liquid 55 gal drum 18 5b Poison Liquid 30 gal drum 0 5c Poison Liquid 16 gal drum 0 6a Poison Solid 55 gal drum 0 6b Poison Solid Flex Bin 3 7a Corrosives, to be Incinerated 55 gal drum 9 7b Corrosives, to be Incinerated 30 gal drum 0 7c Corrosives, to be Incinerated 16 gal drum 1 7d Corrosives, to be Incinerated 5 gal drum 0 8a Corrosives, to be Treated 55 gal drum 2 8b Corrosives, to be Treated 30 gal drum 1 8c Corrosives, to be Treated 16 gal drum 0 8d Corrosives, to be Treated 5 gal drum 1 9a Oxidizers 55 gal drum 0 9b Oxidizers 30 gal drum 0 9c Oxidizers 16 gal drum 0 9d Oxidizers 5 gal drum 0 10 Non-regulated material 55 gal drum 6 11a Batteries Alkaline 55 gal drum 1 11b Batteries Alkaline 30 gal drum 3 11c Batteries Alkaline 16 gal drum 1 11d Batteries Alkaline 5 gal drum 4 12a Batteries NiCd 55 gal drum 0 12b Batteries NiCd 30 gal drum 0 12c Batteries NiCd 16 gal drum 0 12d Batteries NiCd 5 gal drum 0 13 Batteries-Lithium 5 gal drum 3 14a Bottles of propane (small) Each 11 14b Bottles of propane (medium) Each 0 14c Bottles of propane (large) Each Items Containing Mercury 5 gal drum 2 Page 10

12 II. CITY RESPONSIBILITIES A. The City of Hoover will manage the event and provide advertising. B. Provide an adequate number of City employees to direct traffic flow, conduct surveys, unload residents vehicles and assist with moving chemicals to appropriate packing stations. The City will provide safety equipment for its employees. C. Provide a suitable location, tent, polyethylene, tables, police officer, fire/rescue personnel D. The City of Hoover will have on site at all times a City Coordinator which has the authority to stop the event if conditions become dangerous or if Coordinator feels the Contractor does not comply with the contract. III. CONTRACTOR RESPONSIBILITIES A. The Contractor will be required to assist the City in the planning and organizing of the event, being available for site visits and the developing of waste profiles. B. The Contractor must provide all properly trained and qualified full-time personnel, equipment, vehicles, supplies and packing materials needed for collection, packing, transport and disposal of the chemicals collected. C. The Contractor will coordinate with the City to develop a site contingency plan (prior to the day of the event) and train all personnel, including volunteers (on the day of the event), in site safety procedures such as signals and evacuation routes. D. The Contractor will provide supervisory oversight to insure that all collected chemicals are properly characterized, packed, documented (packing lists) and labeled. E. The Contractor will provide for the safe treatment and disposal of collected wastes in compliance with all State and Federal regulations, including Department of Transportation requirements, and stay on site until all containers are removed and all paperwork is completed at the end of the collection event. F. The Contractor will be properly bonded, licensed and insured to guarantee responsibility for the wastes and will take title of the wastes at the collection site and indemnify the City of Hoover against any damages that might result from improper management during the transport or disposal. G. The Contractor will supply the name, address, contact, phone number and EPA ID number for all transfer/storage/recycling/disposal sites and identify the method of disposal for all wastes collected. Permits for these facilities should be attached to the proposal with an explanation of normal routing when the waste leaves the collection site. Companies that can internalize all labor, packaging, transportation and disposal services will be highly favored. The preferred method of waste management is recycling or reuse, when feasible, followed by RCRA incineration. Land disposal is least preferred and restricted to licensed hazardous waste landfills. H. The Contractor will provide the City of Hoover with a Certificate of Destruction for all wastes removed from the collection site within ninety (90) days from the event. IV. PROPOSAL FORMAT A. All proposals should contain all the following items, in order, and in detail: 1. Bid Proposal Form Unaltered, completed, and signed by an appropriate company representative. 2. Technical Proposal Supporting Documentation to include: a. Company Background Provide a description of the proposing company Page 11

13 including primary business and experience in hazardous waste management. Include any non-compliance record for proposed facilities for the last three years. b. Related Project Experience Provide at least five (5) household hazardous waste projects that were performed within the last two (2) years in the State of Alabama by the company. Include name and address of the project, the name and telephone number of the contact and a brief description. c. Staffing and Employee Experience Provide a list of personnel, by job type who will be involved with this event, including their training, education, experience and responsibility. Project Manager is required to have a minimum of five (5) years experience in conducting HHWs and each staff/employee required to have a minimum of 24 to 40 hours training. d. Site Plan Submit a diagram of the collection site, including traffic flow, positioning of fire, spill and safety equipment and a detailed description of receipt, segregation, packaging and loading of chemicals. Include a plan describing how unknown chemicals will be handled during the event, including any field testing/characterization. Also, describe any other laboratory analyses that may be necessary after the event to obtain final disposal approval for these unknowns. e. Equipment List Provide a list of all equipment deemed necessary at the collection site, including fire prevention, spill clean-up, personal protection. f. Site Safety Plan Describe procedures to minimize the risk of spill or fire and to protect site workers and participants. g. Contingency Plan Provide a format for contingency plan, including a description of notification procedures for on-site emergencies and the evacuation of participants and site workers if necessary. h. Packaging/ Bulking Procedures Describe on-site packaging and bulking methods, including safety procedures, for collected wastes. i. Volunteer Training Describe the training to be provided to on-site volunteers. j. Transportation and Disposal Facilities Provide a list of all transporters and storage, transfer, treatment, recycling and disposal facilities, which may be used in the performance of this event. Include name, address, contact, phone number, EPA ID number and permits for each transporter or facility. Identify normal routing and disposal for all waste collected. 3. License And Permit Supporting Documentation: a. The Bidder must provide copies or other evidence of all necessary State and Federal licenses or permits required for the transportation and disposal of hazardous waste including but not limited to the following: (1) Provide evidence of a valid State (ADEM) Hazardous Transporter s License. (2) Provide evidence of a valid Federal (U.S. EPA) Hazardous Waste Transporter s Permit; (3) Provide evidence of authorization from the Interstate Commerce Commission and the appropriate State Agency to operate as a common carrier. (4) Provide evidence of a valid, satisfactory Federal (USDOT) Motor Carrier Safety Rating. (5) Provide evidence of a valid Federal (USDOT) Hazardous Materials Certificate of Registration. b. Provide vehicle ID listing for vehicles used to be used to transport waste from the collection site. End of Specifications Section Page 12

14 City of Hoover, Alabama, Bid #05-14 Household Hazardous Waste Collection Services CONTRACT AGREEMENT FORM THIS AGREEMENT ( Agreement ), is made and entered into on this the day of in the year of, by and between: The City of Hoover, Alabama, a municipal corporation (hereinafter called the City ), and, (hereinafter called the Contractor ). WITNESSETH: that the City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. Scope of Work: This Contract shall include the performance of any and all work, and the furnishing of all labor, materials, supplies, fuels, oils, tools, and equipment to complete the work described in the Bid Specification Documents entitled Household Hazardous Waste Collection Services (the Work ), the total cost of which shall be the full responsibility of the Contractor. The Contractor hereby agrees that all Work shall be completed in accordance with the Specifications, and in adherence with the provisions of the Contract Documents, as defined herein, all of which form this Contract. The Work to be performed under this Contract shall commence on the date or dates mutually agreed upon, in advance, by the City and Contractor and shall be completed no later than the completion date(s) established by mutual agreement. 2. Contract Documents: The Contract Documents shall include Contract Agreement; Bid Proposal Form completed by the Contractor; Notice to Contractors; Invitation to Bid, Advertisement for Bids; Bid Instructions and Information; Bid Bond (if any); General Conditions; Supplemental Conditions, Specifications, Scope of Work, and all Addenda thereto. 3. Prices and Compensation for Services Rendered: Contract Price(s) have been established on a Per Unit basis for various goods and services as submitted by the Contractor in his/her Bid Proposal and have been accepted, thereafter, by appropriate and duly authorized City officials. Compensation shall be paid to the Contractor by the City in an amount calculated based on the actual number of units acquired or consumed by the Contractor during his/her performance of the specified work and upon submittal of detailed invoices and satisfactory evidence of the acquisition and/or consumption of such goods and/or services. The referenced Bid Proposal is bound herewith and made a part hereof to the same extent as if fully contained herein, but subject to such additions and/or deductions as provided for in the Contract Documents. It is understood and agreed by both the City and the Contractor that should the Contract Page 1

15 City of Hoover, Alabama, Bid #05-14 Household Hazardous Waste Collection Services City order any changes in the Work, the Contract price(s) shall be equitably adjusted to compensate for said changes. 4. Contract Period: This agreement shall be effective for one year following the full and complete execution of this contract document by both parties. The Contract may be renewed for up to two (2) additional one-year periods upon mutual agreement of both parties as evidenced by their written consent. The parties hereby agree that the Household Hazardous Waste Collection Events shall be conducted on the following date(s):, 2014;, 2015, if this agreement is extended by mutual consent;, 2016; if this agreement is extended by mutual consent. 5. Immigration Provision Required By State of Alabama Law: By signing this contract, the contracting parties affirm, for the duration of the Agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the Agreement and shall be responsible for all damages resulting therefrom. IN WITNESS HEREOF, the Parties hereto have executed this Agreement on the day and date first above written. BY: CITY OF HOOVER, ALABAMA BY: CONTRACTOR Signature Signature ITS: ITS: DATE: DATE: ATTEST: ATTEST: Contract Page 2

16 SUMMARY OF PROPOSAL BIDDER/COMPANY NAME: ADDRESS: Street City State Zip TELEPHONE ( ) - FAX ( ) - CONTACT PERSON NAME CONTACT PERSON TITLE CONTACT PERSON OFFICE PHONE: ( ) - CONTACT PERSON MOBILE PHONE: ( ) - CONTACT PERSON ADDRESS TOTAL BID SUM OF ALL ITEMS (A thru F) ON THE DETAIL PAGES THAT FOLLOW: $ Note: The Contract will be a UNIT COST Contract The total, above, uses ESTIMATED quantities and establishes a basis for which the bid may be competitively awarded. The amount paid to the winning bidder will be based on ACTUAL quantities. IMPORTANT: Each and Every Page of this Proposal Form MUST be Signed by an Authorized Company Official and this Summary/Total Bid Page MUST also be Notarized! Signature of Authorized Company Official: NOTARY: Signature Date Signed Bid Proposal Page 1

17 PROPOSAL FORM (Continued) A. Planning/Set-up/Assistance (per event): The Contractor will attend planning meetings to review event procedures and train volunteers prior to the event Lump Sum B. Mobilization/Demobilization (per event): Proposal for the cost of set-up and break-down including personnel, equipment, materials, and supplies: Lump Sum C. On-Site Labor, Expertise, and Support (per event): Proposed number of chemist and technician hours required for each event and the proposed costs on a per-person-per-hour basis: Labor Type Estimated # of Man-Hours x Hourly Rate = Extended Cost 1. Chemist(s) x = 2. Technician(s) x = 3. Other: x = TOTAL LABOR, EXPERTISE, SUPPORT.. D. Transportation and Travel Expenses for Contractor Labor/Personnel Proposed Expenses Related to Contractor Labor/Personnel Travel (on a per diem basis): Estimated Quantity (Days) x Cost Per Person/Day = TOTAL COST E. Supplies ESTIMATED Quantities (Note: The City will pay for ACTUAL Quantities): Ref. # Item Description Estimated Quantity Cost (Each) 1 Cubic Yard Box (Flex Bin) 20 X = 2 5-gallon pail 10 X = 3 16-gallon drum - open 2 X = 4 30-gallon drum - open 4 X = 5 55-gallon drum - open 30 X = 6 55-gallon drum - closed 6 X = gallon poly tote 5 X = 8 8-foot fluorescent bulb box 1 X = 9 4-foot fluorescent bulb box 1 X = 10 Vermiculite Bag 14 X = 11 Oil-Dri Bag 20 X = 12 Pallet 20 X = 13 Other X = 14 Other X = 15 Other X = Extended Cost TOTAL SUPPLIES... Bidder/Company Authorized Signature Date Bid Proposal Page 2

18 PROPOSAL FORM (Continued) F. Disposal of Waste Materials ESTIMATED Quantities (Note: The City will pay for ACTUAL Quantities) Ref. # Description Disposal Method Unit of Measure Estimated Quantity 1a Paint (bulk) Incinerated Roll-Off Box 5 1b Paint (bulk) Incinerated Flex Bin 12 2a Aerosols, flammable Incinerated 55 gal drum 1 2b Aerosols, flammable Incinerated Flex Bin 5 3 Flammable Liquids, Fuels Incinerated 55 gal drum 1 4 Waste Antifreeze Recycled 55 gal drum 1 5a Poison Liquid Incinerated 55 gal drum 18 5b Poison Liquid Incinerated 30 gal drum 1 5c Poison Liquid Incinerated 16 gal drum 1 6a Poison Solid Incinerated 55 gal drum 1 6b Poison Solid Incinerated Flex Bin 3 7a Corrosives Incinerated 55 gal drum 9 7b Corrosives Incinerated 30 gal drum 1 7c Corrosives Incinerated 16 gal drum 1 7d Corrosives Incinerated 5 gal drum 1 8a Corrosives Treated 55 gal drum 2 8b Corrosives Treated 30 gal drum 1 8c Corrosives Treated 16 gal drum 1 8d Corrosives Treated 5 gal drum 1 9a Oxidizers Incinerated 55 gal drum 1 9b Oxidizers Incinerated 30 gal drum 1 9c Oxidizers Incinerated 16 gal drum 1 9d Oxidizers Incinerated 5 gal drum 1 10 Non-regulated material Landfill 55 gal drum 6 11a Batteries Alkaline Reclamation 55 gal drum 1 11b Batteries Alkaline Reclamation 30 gal drum 3 11c Batteries Alkaline Reclamation 16 gal drum 1 11d Batteries Alkaline Reclamation 5 gal drum 4 12a Batteries NiCd Reclamation 55 gal drum 1 12b Batteries NiCd Reclamation 30 gal drum 1 12c Batteries NiCd Reclamation 16 gal drum 1 12d Batteries NiCd Reclamation 5 gal drum 1 13 Batteries-Lithium Reclamation 5 gal drum 3 14a Bottles of propane (small) Recycled Each 11 14b Bottles of propane (medium) Recycled Each 1 14c Bottles of propane (large) Recycled Each Items Containing Mercury Recycled 5 gal drum 2 TOTAL ESTIMATED COST OF DISPOSAL OF ALL WASTE MATERIALS Unit Cost Extended Cost (Qty. x Unit Cost) Bidder/Company Authorized Signature Date Bid Proposal Page 3

City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # Bid # 14-13

City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # Bid # 14-13 City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # 14-13 Bid # 14-13 City of Hoover Purchasing Department 9/11/2013 City of Hoover, Alabama Invitation To Bid Traffic

More information

Invitation To Bid: Traffic Control Striping and Markings

Invitation To Bid: Traffic Control Striping and Markings City of Hoover, Alabama Invitation To Bid: Traffic Control Striping and Markings Bid # 17-021 City of Hoover Purchasing Department TABLE OF CONTENTS I. INSTRUCTIONS FOR SUBMITTAL OF BIDS... 2 II. GENERAL

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

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

Introduction: Program Description:

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

More information

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

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

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

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

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

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

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

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

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

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

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

Request for Bid/Proposal

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

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

REQUEST FOR PROPOSAL. Household Hazardous Waste (HHW) (RFP 18-01)

REQUEST FOR PROPOSAL. Household Hazardous Waste (HHW) (RFP 18-01) REQUEST FOR PROPOSAL Household Hazardous Waste (HHW) (RFP 18-01) REQUEST FOR PROPOSALS The City of Chamblee, Georgia requests qualified individuals and firms with experience in household hazardous waste

More information

SUBCONTRACTOR AGREEMENT

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

More information

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

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

More information

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

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

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting qualified firms to provide a turnkey service for the disposal of household hazardous waste. Specifications

More information

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

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

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

More information

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

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

More information

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

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

More information

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS The terms and conditions contained herein ( Terms and Conditions ) shall govern the Purchase Order issued to Hauler by Company ( Purchase Order

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

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

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

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &

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

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

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

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

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

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 12/17/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd

More information

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

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

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

More information

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

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

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

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

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

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT This Agreement, is made and entered this day of, 2014, by and between the Town of Windsor, a Colorado Home Rule Municipality ( Town ) and [Contractor

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 9-6-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL 5/6/15 UPON REQUEST The Alabama State Port Authority will be accepting bids on the following. Please direct technical inquires to Scott McAfee @ (251) 441-7657. The awarded vendor will provide labor, materials,

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

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

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

More information

Subcontract Agreement

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

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE 9-19-18 DEPARTMENT NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority Terminal Railway will be accepting sealed bids until 10:00 a.m. Oct. 3rd, 2018 to furnish the following

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 1/22/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

More information

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

Sacramento Regional Solid Waste Authority (SWA)

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

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

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

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10378 Task # 1 1 P age To: Prospective Bidders Date: January 12, 2017 Please procure the following

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

AGREEMENT BETWEEN OWNER AND SELLER

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

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 1/19/16 Please procure the following and deliver to the address below: Delivery of Bid via courier (FedEx, UPS, etc.) Alabama State Port Authority Environmental and Program

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

DRY SWEEPING SERVICES AGREEMENT

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

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

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

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

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

More information

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

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

More information

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

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

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

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of

More information

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

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

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

More information

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

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

More information

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

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

More information

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSALS FOR CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS RFP 15/16-41

More information

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

RICE UNIVERSITY SHORT FORM CONTRACT

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

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

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

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

More information

SHORT FORM SUBCONTRACT AGREEMENT

SHORT FORM SUBCONTRACT AGREEMENT SHORT FORM SUBCONTRACT AGREEMENT Page 1 of 7 Subcontract No. THIS AGREEMENT, made and entered into at El Dorado Hills, El Dorado County, California this day of 20, by and between ROEBBELEN CONTRACTING,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information