CITY OF LIMA, OHIO DEPARTMENT OF UTILITIES

Size: px
Start display at page:

Download "CITY OF LIMA, OHIO DEPARTMENT OF UTILITIES"

Transcription

1 CITY OF LIMA, OHIO DEPARTMENT OF UTILITIES COLLECTION AND DISPOSAL OF GARBAGE AND REFUSE COLLECTION AND TRANSPORT OF YARD WASTE PROCESSING AND BROKERAGE OF RECYCLABLES

2 LEGAL NOTICE TO BIDDERS CITY OF LIMA, OHIO Sealed bids will be received by the Auditor s Office, Purchasing Division, of the City of Lima, Ohio, Lima Municipal Center, 50 Town Square, Lima, Ohio, until 10:00 A.M., Eastern Daylight Savings Time, on June 18, 2014, for furnishing the necessary labor, equipment, resources and facilities for the following: COLLECTION AND DISPOSAL OF GARBAGE AND REFUSE, COLLECTION AND TRANSPORT OF YARD WASTE AND THE COLLECTION, PROCESSING AND BROKERAGE OF RECYCLABLES OF THE CITY OF LIMA, OHIO Bid documents are available on the City of Lima website b y choosing, Auditor, then Purchasing, or at the City Auditor s Office or the Director of Utilities Office at 50 town Square, Lima, Ohio. The City of Lima will hold a Pre-Bid Conference for all interested bidders on May 28, 2014 to be held at 2:00 p.m., in the Cambridge Center Conference Room, 418 N. Central Ave., Lima, Ohio. David J. Berger, Mayor Publish: May 21, 2014 May 28, 2014 June 4, 2014

3 GENERAL INFORMATION TO BIDDERS WORK TO BE DONE The contract to be entered into between the successful bidder and the City of Lima, is one in which the contractor will perform the service of collecting and disposing of garbage and refuse generated by one and two family residences, collection and transport of yard waste from residential units, and the collection, processing and brokerage of RECYCLABLES from residential units and residential apartment units, all in accordance with the regulations of the Lima-Allen County Health Department, the Ohio Environmental Protection Agency, the North Central Ohio Solid Waste District's Solid Waste Management Plan and the City of Lima, Ohio. All work will be performed by the contractor, except that the City will bill and collect charges for the services performed by the contractor, and will make direct payment to the contractor, less any authorized adjustments. The contractor shall be required to provide an allocation of $200,000 on an annual basis to support Community Service Projects related to such areas as neighborhood clean up projects, garbage and refuse educational information, recycling information, provision of waste and recycling receptacles and support for promotional activities in the solid waste areas. All work shall be performed under supervision of the City in accordance with the contract attached hereto. The terms of the contract will be for five (5) years or (7) years, commencing on December 1, 2014, and terminating on November 30, 2019, or November 30, 2021, depending on the award of the contract term, subject to the revision provisions herein. The City is requesting alternative proposals on various types and levels of service. The bidder may bid on all or selective alternatives. The City shall solely reserve the right to choose which alternative type and level of service which will be utilized for the duration of the contract. The City will award a single contract for all work specified within this bid and contract documents. The Heil Multipack Unit shall be base bid (as required submittal) as the G&R Collection Vehicle for this contract as indicated in these specifications. Other alternative refuse collection vehicles may be considered, provided the vehicles are pre-approved by the City before the bid opening date. Attached to this instruction sheet is a copy of the contract, containing all of the terms, conditions, specifications and obligations to be undertaken by the bidder; the successful bidder will be required to enter into such Contract with the City of Lima. The successful bidder will be required to execute the Contract within ten (10) days after the award of same to him, and to start operation on December 1, 2009, subject to the contract specified date which reflects mobilization, delivery of service vehicles, containers and siting of required facilities. QUALIFICATIONS OF BIDDERS The bidder will be required to submit, with his proposal, satisfactory evidence that he has the experience, ability and financial resources and financial accountability sufficient to enable him to perform successfully the entire work as specified. Bidder shall also identify and detail any locations where litigation, regulatory enforcement actions or local enforcement of contract provisions have been required over the last ten (10) years, pertaining to any solid waste, recycling and/or yard P-1

4 waste management contracts under the bidder s control. A narrative attachment shall be submitted with bid documents discussing these issues which shall include all notices of performance failures or related violations of contractual obligations, along with the resolution of any violations. Bidder must show proof of ownership of, or a lease, option, or other documents satisfactory to the City for access to a licensed landfill adequate and satisfactory to serve as a sanitary landfill site to handle all of the requirements of the City for the term of the Contract. Should the bidder propose to use an "intermediate" handling facility such as a transfer station, proof of ownership or contract control of that facility for the life of the contract shall be furnished. Bidder recognizes that the Ohio Environmental Protection Agency (Ohio EPA) or the North Central Solid Waste District may propose and implement regulations in accordance with H.B. 592 (Solid Waste Law) or similar laws governing waste disposal which shall require the City of Lima and its contractor to comply with State or the District Solid Waste Management Plan. CERTIFIED CHECKS AND BONDS A certified check on a solvent bank, in the amount of $100,000 made payable to the City of Lima, Ohio, or a proposal bond with security satisfactory to and in favor of the City in said amount of $100,000 must accompany bid. The successful bidder will be required to furnish a corporate surety bond issued by an insurance company licensed to do business in the State of Ohio and acceptable to the Law Director, for faithful performance during the entire contract terms in the amount of $500,000. Should any bid be rejected, certified check will be returned to the bidder and should any bid be accepted, check of successful bidder will be returned upon execution of the contract. NO PARTIAL BIDS Bids must be made on the proposal form provided herewith. No alternate bids, other than those requested by the City, will be considered in awarding the Contract and the inclusion of such unsolicited alternate bids or other terms or conditions by the bidders may result in the bid being considered informal and subject to rejection. The bidder is asked to make every effort to submit a bid on all alternates requested by the City. The Mayor reserves the right, in his sole discretion, to reject any or all bids, and to determine the best bid from the standpoint of fees and proposed benefits to the City and experience and dependability of the bidder in this type of work. The right of the Mayor is further reserved to waive informalities when, in his judgment, such waiver would be of benefit to the City. TIME OF BIDDING Sealed proposals, endorsed on the outside of the envelope "BID FOR THE COLLECTION AND DISPOSAL OF GARBAGE AND REFUSE, COLLECTION AND TRANSPORT OF YARD WASTE AND THE COLLECTION, PROCESSING AND BROKERAGE OF RECYCLABLES OF THE CITY OF LIMA, OHIO" must be filed at the Auditor s Office, Purchasing Division, of the City of Lima, 50 Town Square, Lima, Ohio, on or before 10:00 A.M., Eastern Daylight Savings Time on Wednesday, June 18, 2014 at which time the bids will be publicly opened and read. P-2

5 PRE-BIDDING CONFERENCE The City of Lima shall hold a Pre-Bid Conference for all interested bidders on Wednesday, May 28, 2014, to be held at 2:00 p.m., in the Cambridge Center Conference Room, 418, N. Central Ave, Lima, Ohio. All interested bidders are urged to attend. Questions will be answered and any addendums will be explained. MANNER OF BIDDING The bidder shall, on the proposal form furnished, set forth the rate per month he proposes to be paid for services rendered to each single family unit or residential apartment recycling unit as set forth in the Legal Notice, General Information to Bidders and the Conditions contained in the Specifications and Proposed Contract. INTERESTED PERSONS Each bid shall contain the full name of each person, firm or corporation interested in it, with their official status. WITHDRAWAL OF BID Bidder may not withdraw Bid until Sixty (60) days after the bid date. EXAMINATION OF SITE AND CONTRACT DOCUMENTS The bidder shall inform himself of all conditions under which the work is to be performed and all other relevant matters concerning the work to be performed. The Contractor to whom a Contract is awarded will not be allowed any extra compensation by reason of any such matters or things concerning which the Contractor did not inform himself prior to bidding. The bidder is expected and instructed to base his bid on complying fully with the Contract Documents. Bidder must satisfy themselves by personal examination of the proposed work and by such other means as they may prefer as to the correctness of any work listed in the proposal and shall not, after submission of their proposal, dispute, complain or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Before submitting a proposal, each Contractor shall read the complete Contract Document, including Advertisement, Instruction to Bidders and the Contract. INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a bid on this work is in doubt as to the true meaning of any part of the Contract Documents, he may submit to the Utilities Director of the City of Lima a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the Contract Documents will be made only by written addendum duly issued or delivered to each person receiving a set of such documents. The City will not be responsible for any other explanations or interpretations of the Contract Documents. All addenda issued shall become part of the Contract Documents. P-3

6 PERSONAL PROPERTY TAX DELINQUENCIES: The affidavit attached and marked Exhibit "A" shall be completed by the Bidder and is hereby incorporated into the specifications. CITY INCOME TAX FORM The City Income Tax form attached shall be completed by the Bidder and is hereby incorporated into the specifications. P-4

7 INSTRUCTION TO BIDDERS 1. All bids must be made on this form and sealed when submitted. 2. Bids shall be sealed in an envelope and marked on the outside "BID FOR THE COLLECTION AND DISPOSAL OF GARBAGE AND REFUSE, COLLECTION AND TRANSPORT OF YARD WASTE AND THE COLLECTION, PROCESSING AND BROKERAGE OF RECYCLABLES OF THE CITY OF LIMA, OHIO" 3. Any or all erasures, strike outs, or alterations must be initialed by the person signing the bid. 4. Unless otherwise clearly stated by the bidder, no departure shall be made from the specifications and the bidder shall be required to furnish items bid exactly as specified. 5. The addition to this proposal by the bidder of alternate bids or additional terms and conditions not provided for, other than those requested by the specification, on the proposal form may subject the bid to being considered invalid and rejected by the City. 6. Bidder is urged to submit proposals on all alternatives requested, but bidder may respond selectively. P-5

8 PROPOSAL FORM The undersigned hereby submits the following proposal for the collection and disposal of garbage and refuse, collection and transport of yard waste from residential units, and the collection, processing and brokerage of recyclables from residential units for the City of Lima, Ohio, and agrees, if proposal is accepted by said City, to enter into the Contract as furnished as part of the bid package containing all the provisions, conditions and terms of the specifications furnished to bidder for bids to be received before 10:00 A.M., Eastern Daylight Savings Time, Wednesday, June 18, A certified check in the amount of $100,000 or bid bond in like amount is attached hereto. Said check or bond to be retained by City as liquidated damages if successful bidder fails to execute contract in the specified time. A detailed report of experience in municipal garbage and rubbish collection is attached hereto, including cities serviced. Bidder shall also identify and detail any locations where litigation, regulatory enforcement actions or local enforcement of contract provisions have taken place over the last ten (10) years, pertaining to any solid waste, recycling and/or yard waste management contracts under the bidder s control. A narrative attachment shall be submitted with bid documents discussing these concerns, which shall include all notices of performance failures or related violations of contractual obligations, along with the resolution of any violations The bidder or manufacturer shall provide a demonstration showing of the refuse collection vehicle bid in the City of Lima, including the base bid vehicles and any alternative vehicle bid. A listing of the other locations where each vehicle is in use shall be provided with contact names and telephone numbers included. Joint showings among bidders of the manufacturer s refuse collection vehicle may be considered should the bidder desire. A detailed report of experience in municipal collection, processing and brokerage of residential recyclables is attached hereto, including cities serviced. A detailed report of experience in residential yard waste collection and systems utilized to provide clean product to ultimate processing site is attached hereto including cities serviced. A detailed report of experience in management and operation of a sanitary landfill or related operation is attached hereto. Indicate any regulatory enforcement actions taken against the facility. In the event the Contractor proposes to use a subcontractor to provide the landfill operation, proof of the subcontractor's satisfactory experience in management and operation of a sanitary landfill or related operation is attached hereto. Proof of landfill ownership is attached, or, in the alternative, proof of access to same is attached in the form of a lease, option or other document. In the event the bidder proposes to use an intermediate handling facility such as a transfer/recycling facility, documentation showing proof of access to same is attached in the form of an ownership statement, lease, option or other document satisfactory to the City. If using a subcontractor to provide the landfill, transfer/recycling facility or both, proof of the right of the bidder to use those facilities throughout the life of the contract must also be provided. P-6

9 This proposal or contract does not include an escalator clause for those costs which are predictable and within the control of the bidders such as collection, transportation (including fuel), processing or brokerage of recyclables. Increases in container costs will be approved as defined in the contract. Sanitary landfill costs, which increase the monthly unit fee, during term of contract, may be approved for increase by the City only under the following conditions: 1. Increase in government fees as imposed by the State of Ohio or other political subdivisions or entities. 2. Increase in Solid Waste District fees as imposed on wastes or recyclables from the City of Lima. 3. New Ohio EPA mandated construction, operation or maintenance rules for sanitary landfills which could not be anticipated under this contract and can be shown to have a direct impact on the disposal of garbage and refuse under this contract. Full documentation, including a detailed fiscal analysis of the sanitary landfill's operating cost, shall be provided to the City with any requested increase. Failure to provide the detailed fiscal analysis will result in non-approval of the requested increase. Successful bidder will be required to identify the sanitary landfill disposal fee, governmental fee and all Solid Waste District fees in the bid proposal and contract document; such fees shall be based on a per ton unit. The initial sanitary landfill disposal cost, including all Solid Waste District and governmental fees associated with the per unit monthly cost, shall also be identified on the bid proposal and contract by the successful bidder. The costs shall be used to determine the amount of increase in the per monthly unit fee for those increases identified in the above numbered paragraph 1, 2 and 3. Bidder recognizes that the Ohio Environmental Protection Agency or the North Central Solid Waste District may propose and implement regulations in accordance with H.B. 592 (Solid Waste Law) or similar laws governing waste disposal which shall require the City of Lima and its contractor to comply with the State's or the District's Solid Waste Management Plan. The contractor shall be required to provide an allocation of $200,000 on an annual basis to support Community Service Projects related to such areas as neighborhood cleanup projects, garbage and refuse educational information, recycling information, provision of waste and recycling receptacles and support for promotional activities in the solid waste area. Should bidder require interim procedures before full compliance to contract specifications, those processes and procedures shall be fully identified to the City for acceptance or rejection. The date of the contract term may be adjusted to allow for mobilization time, vehicle and container procurement and delivery. The required financial statement is attached. This proposal may not be withdrawn by the bidder until sixty (60) days after bid date. P-7

10 This proposal is based on the understanding that the City will pay the Contractor monthly, upon completion of the service, and the Contractor shall perform the collection service from those locations designated by the City. P-8

11 BIDDING SCHEDULE The terms of the contract will be for five (5) years or (7) years, commencing on December 1, 2014, and terminating on November 30, 2019, or November 30, 2021, depending on the award of the contract term, subject to the revision provisions herein. The contract term may be extended for one (1) additional year upon mutual agreement of the contractor and the City of Lima under the same terms and service costs agreed to in this contract, provided the extension is entered into nine (9) months before the initial term expires. BASE BID A: Curbside Container Service, Yard Waste and Recycling Services with Special Elderly and Handicap Provision Garbage/Refuse Collection and Disposal and Yard Waste Collection; including Recycling Collection Curbside* Estimated annual MSW serviced 12,734 tons, annual yard waste collected 1,245 tons. 1. Curbside Container Service (Use of one of two sizes of garbage and refuse carts - 35 gallon and 96 gallon) a. Heil Multipacks Vehicle: 60 Month Contract 84 Month Contract Containers and up to 3 cubic yard set-out - Per Unit Monthly $ $ Excess Material Charge Per Cubic Yard $ $ b. City Approved Alternate Vehicle: Containers and up to 3 cubic yard set-out - Per Unit Monthly $ $ Excess Material Charge - Per Cubic Yard $ $ Manufacturer and Type 60 Month Contract 84 Month Contract 2. Special Elderly/Disability Container Pickup Service - Per Unit Monthly (added cost only) $ $ 3. GPS Location Option - Per Unit Monthly (added cost only) $ $ P-9

12 4. The above bids include an initial sanitary landfill disposal charge (includes all governmental and district fees) per ton: $ $ 5. The initial sanitary landfill disposal cost associated with the per unit monthly cost is as follows Per Unit $ $ 6. Recycling vehicle manufacture and type 7. Yard waste vehicle manufacture and type *Includes the following service levels, see contract specifications for full details: Includes transfer station disposal of no more than three (3) cubic yards per quarter of the following: garbage and refuse, waste building materials, earth and rocks, tires (4 per year) and similar materials. Recycling collection includes collection of residential source separated recyclables from 35 gallon containers (carts) and transport to process center. Does not include provision of recycling containers. Recycling services shall be provided as described in Section I Contractor provided garbage containers included in this contract are based on truckload shipping lots. Containers are to be serviced by trucks equipped with automatic dumping units. Two sizes of containers are required with size and number being as follows: Container Size Shipping Lot Size Bid Cost Per Valid Till Container (Date) gal. Truckload gal. Truckload Container cost will be charged by City to the Community Service allotment included in the contract. Contractor is required to deliver containers to residents. The Contractor will provide container storage location until required delivery. Contractor will be required to collect standard garbage cans or garbage bags which the resident may sit next to their containers when their disposal needs are exceeded. Other contract specified items are to be included in the bid, such as appliances, furniture building rubbish, remodeling or construction debris, toilets, sinks, bathroom and kitchen cabinets, drywall and similar items. Construction wood and trees, or parts thereof, which do not exceed two (2) inches in diameter, which are bundled in lengths no greater than four feet. Does not include earth, shrubs, sod, stumps, stone, concrete or brick. Special elderly or disability pickup service shall require the contractor to service the property from beyond the front line of the house (driveway or walkway service). The contractor shall move the garbage and refuse containers and recycling containers to the curbside for emptying and shall return containers to their original location. The estimated number of houses requiring this service is 600 (Addendum 1). P-10

13 Contractor will be require to maintain a recording video surveillance of each collection route, so that the resident locations are reasonable identifiable. These recordings will be used to verify residents setouts and the absence or presence of litter at the service location. City shall review application and approve system proposed. Contractor will be required to maintain an electronic file of the elderly or disabled residents who qualify for special service for the City to download. Contractor will develop, for the City s review, a field notification system to ensure the qualified resident s properties are serviced appropriately. An optional Global Positioning System (GPS) will be bid which coordinates with the video surveillance system to determine the exact location of driver or where the automated service disposal system was activated. City shall review application and approve system proposed. Contractor will be required to remove all set-out materials placed in the public right-of-way by the resident, except for hazardous materials which will cause bodily harm or equipment damage. Contractor shall immediately notify City of any location where any materials are not removed from the public right-of-way. The contractor will provide an itemized charge to the City for all material disposed of beyond the contracted amount, showing location, time and date of the excess material removed. The City shall be provided photo evidence of set-out at the property, contracted amount disposed of and excess amount to be billed to the City. City may request alternative 2 cubic yard multi-family containers for specific sites which may be used instead of individual cart containers. City shall purchase the alternative containers directly with the contractor required to transport, set and service the container. Compensation to the contractor shall be the same per unit monthly amount bid for each unit serviced. Prior to determining if a specific location warrants an alternative container, the City will consult with the contractor on any service related issues. Includes allocation of $200,000 by contractor for Community Service Projects. Contractor shall collect and transport yard waste to the City s designated composting site. See Contract Specifications for full details. Residents may use City approved and provided 65 gallon yard waste containers or the City provided compostable yard waste bags. Yard waste in containers or bags shall be serviced only at curbside. Bundled branches or similar yard waste items shall also be set at curbside. City generated waste to be disposed of under this contract is estimated at 4700 tons annually. P-11

14 BASE BID C: Residential Apartment Recycling Pickup of source separated recyclables from 52 apartment complexes which have an average total of 3,600 units.* Per Unit Monthly (Recycling Bin) 60 Month Contract 84 Month Contract $ $ *Includes the following service levels, see contract specifications for full details. Individual complexes use multiple 18 gallon recycling containers (bins) at a central location or at each building if in a campus style complex. Does not include provision of recycling containers (bins). Existing 18 gallon recycling bins will continue to be used. Contractor may consider other alternatives as approved by the City of Lima. Compensation provided to contractor shall not exceed total unit price. BASE BID D: Container Specifications All carts proposed by bidder shall be high quality, capable of extended performance in subfreezing temperatures without cracking or breakdown. Carts shall be highly resistant to heavy impacts and wind blow over. Axle shall be of one piece construction and made of solid high strength steel with self-lubricating bushings and rust resistant axle fasteners. Wheels shall be of long life, roll freely under maximum loads, quiet and non-marking. Handles shall be ergonomically designed and molded to cart. Lids shall be double walled for strength and durability and shall be securely attached to cart. Resin durability shall be hrs. as determined by ASTM test Impact resistance shall be ft./lbs. at -40F. Containers should include recyclable plastic materials for all plastic components, where possible, considering cost and durability of the product. Service/stop bar shall be of a rotating type, made of high strength steel. The carts shall be capable of being serviced from trucks equipped with semi-automatic dumpers and more than one type of dumper shall be capable of being used to dump the cart. Bidder shall identify types of dumpers which can be used on containers bid. Bidder shall supply with bid proposal the manufacturers specification data on all carts or containers bid. Carts will be provided with CITY OF LIMA logos only (no Contractor s logos) and upon delivery to either the contractor or resident will become the property of the City of Lima. The type of service the container is to be used for will be indicated on the container: those being, garbage and refuse, recycling or yard waste. Other optionally available cart lettering, diagrams or logos will be reviewed with the City of Lima prior to cart ordering. Cost of these additional items will be included as an attachment with the bid. P-12

15 Type of Service Garbage and Refuse Yard Waste Recycling Container Color Gray Green Burgundy Through life of contract, Contractor will be required to maintain carts, provide new carts, repair or replace broken carts at cost to City. Contractor will be required to store a sufficient number of carts and repair parts to provide delivery or repair service within twenty-four (24) hours of notice by the City or request of the resident. The Contractor will notify the City as follows: a. Daily notice of residents calls for new, replacement or repaired cart. b. Confirmation of delivery of new, replacement or repaired cart with address identified (work to be completed within the 24 hour requirement). c. Invoice for work completed with address identified within a 10-day period. 2. Contractor will be required to procure, store and deliver 65 gallon wheeled yard waste containers (carts) at cost to City. These are optional for residents purchase from City. Approximately 1000 of the carts are in service. The twenty-four (24) hour delivery and notification process described in this section would also apply. 3. Contractor will be required to provide additional 18 gallon recycling containers at cost to City through life of contract. This provision is for new or replacement requests from City residents of apartment complexes. The containers will be similar to those currently in use. The color will be red with a white CITY OF LIMA logo on the front and rear side. The Contractor will be required to store a sufficient number of containers to provide delivery within twenty-four (24) hours of notice by the City or request of the resident. The notification process described under the above cart section will also apply. 4. All carts less than 65 gallon capacity shall have permanent or replaceable weighted bottoms to resist wind blow-over. Contractor shall submit alternative methods for the City of Lima s consideration in selecting an anti-blow-over cart methodology. SECTION I: RECYCLING, PROCESSING AND BROKERAGE SERVICES 1. Recycling Processing and Brokerage Services* *The following specifications shall apply to the Recycling, Processing and Brokerage Services which are also included in the contract specifications and will apply only if Base Bid A is the contract award. SPECIFICATIONS a. Should a local Materials Recycling Facility (MRF) be required, such facility shall be within (2) miles of the Lima Corporation Limits. A MRF located in another community may be utilized, but all transportation and processing cost shall be included in this bid. b. The contractor shall provide the collection, processing and brokerage of the recyclables collected on a weekly basis from Lima residents. P-13

16 c. No additional costs beyond those included in Base Bid A shall be paid by the City for recycling services. d. Contractor is responsible for all cost associated with the collection, processing, transport and brokerage of the recyclables. All revenue from the sale of recyclable products will be the property of the contractor. e. Presently Lima's curbside recycling program is averaging the following products on a monthly basis: Aluminum 6,300 lbs/month Brown Glass 21,000 lbs/month Clear Glass 26,800 lbs/month Green Glass 8,200 lbs/month HDPE #2 5,700 lbs/month PET (Pop) 7,100 lbs/month Mixed Plastics 2,900 lbs/month Steel 15,700 lbs/month Newspaper 85,200 lbs/month Cardboard 2,500 lbs/month Paper 3,500 lbs/month f. Contractor reserves the right to add or delete recyclables from the collection process. Such addition or deletion will not change the compensation included in Base Bid A. g. The contractor may provide an office paper recycling service for all City office locations. This would include supplying office recycling containers (as approved by City) and weekly collection from a central location at each City office building (8 locations). This is an optional service which, if implemented, the contractor will comply with the office recycling provisions. Should the contractor not be capable of continue the office recycling, the City shall be immediately notified to discontinue the office paper separation. SPECIFIC METHODS AND FACILITIES TO SERVICE CONTRACT Bidder must indicate how their company proposes to complete the specified work identified in the contract specifications. COLLECTION Garbage and Refuse Collection Vehicle Specifications Contractor shall be required to provide new garbage and refuse collection vehicles from the date of commencement of this contract or an alternative date approved by the City. General: G&R Collection vehicles shall be leak proof and manage the collection process without fallout or blowout, even during substantial winds; automated side load service arm should have, at minimum, a 9 foot reach to keep weight of truck off the edge of pavement. Automated arm and grabber shall be capable of handling the three cart sizes currently in use without damage. Body capacity shall not exceed 28 cubic yards. Disposal hoppers shall be equipped with anti-blowout equipment whether the devices are standard or add-on. Vehicle must be designed to distribute weight of vehicle to minimize road damage. Vehicle needs to service both automated cart emptying and manually dispose of appliances, furniture and other material allowed under this contract. Video surveillance of disposal activity, safety needs and route location (with recording) shall be provided. P-14

17 Cleanup resources shall be maintained on vehicle for any cleanup needs caused by the contractor while servicing the resident s property. CONTRACTOR SHALL SCHEDULE A VEHICLE DEMONSTRATION PRIOR TO AWARD OF BID OF VEHICLE SPECIFIED UNDER THIS CONTRACT. DEMONSTRATION MAY BE IN LIMA OR AT A LOCATION WHERE VIEWING IS PERMITTED. A. Heil Multi-Pack Vehicle: Configuration Bid B. Alternate Bid (if any) Manufacturer Configuration Bid (Please supply manufacturer brochure on vehicle) Recycling and Yard Waste Vehicles Contractor may use existing vehicles capable of providing recycling and yard waste services under this contract. The City reserves the right to require replacement or new vehicles should the contractor s vehicles prove to be unreliable or cause problems on the city streets through liquid or hydraulic leakage or material blow-out. Yard Waste Vehicle Manufacturer Configuration Bid (Please supply manufacturer brochure on vehicle) Recycling Vehicle Manufacturer Configuration Bid (Please supply manufacturer brochure on vehicle) P-15

18 Curbside Container: Special Elderly/Handicap Service: Yard Waste: (Container/Composting Bags) Recycling Requirements: Transfer/Recycling Facility (Identify Location): Sanitary Landfill (Identify location and whether the facility is owned, leased or contracted for use by bidder: Should an interim process be required before full compliance to contract specifications, bidder shall identify those processes and procedures: The Sub-contractors are: Landfill: Transfer Station: Other: P-16

19 The following names of each person or company interested in this bid and their official status are stated as follows: No alterations, deletions or additions shall be made on this form as it may render the bid invalid. Complete all blanks. Use the symbol N.A. in the blanks you do not utilize and consider not applicable. This proposal is made with full knowledge of and in compliance with the Ohio Revised Code and the Charter of the City of Lima, Ohio, relative to the bidder having no interest in said City's contracts. Bids shall be sealed in an envelope and marked on the outside: "BID FOR COLLECTION AND DISPOSAL OF GARBAGE AND REFUSE, COLLECTION AND TRANSPORT OF YARD WASTE AND THE COLLECTION, PROCESSING AND BROKERAGE OF RECYCLABLES OF THE CITY OF LIMA, OHIO BIDDER Name of Company Signature Title Address City State Zip Code Phone Number NOTE: Signature of bidder must indicate whether bidder is a corporation, partnership, or individual, and if corporation, must be signed by its President and Secretary, or if by other officers authorized by a Resolution of Board of Directors to sign the bid, copy of said Resolution to accompany this bid. P-17

20 FIVE COMMUNITIES WHERE CONTRACTOR PROVIDES SIMILAR SERVICE (GARBAGE AND REFUSE) COMMUNITY NAME POPULATION SERVED CONTACT PERSON ADDRESS PHONE TWO COMMUNITIES WERE CUSTOMER PROVIDES SIMILAR SERVICE (YARD WASTE) COMMUNITY NAME POPULATION SERVED CONTACT PERSON ADDRESS PHONE TWO COMMUNITIES WHERE CUSTOMER PROVIDES SIMILAR SERVICE (RECYCLING SERVICE) COMMUNITY NAME POPULATION SERVED CONTACT PERSON ADDRESS PHONE P-18

21 CITY OF LIMA, OHIO INCOME TAX DEPARTMENT LIMA MUNICIPAL CENTER 50 TOWN SQUARE P.O. BOX 155 LIMA, OHIO TELEPHONE TO: FROM: RE: BIDDERS ON CITY OF LIMA CONTRACTS LIMA CITY INCOME TAX DEPARTMENT TAX REQUIREMENTS The Lima City Income Tax Ordinance, Section requires that if your company is awarded a contract with the City of Lima you will be required to withhold municipal tax at the rate of one and one-half percent (1.5%) on all employees working within the city limits. Therefore, as part of the paperwork required to submit a bid to the City of Lima, it will be necessary to complete the information below. This information will allow our department to provide your company with the proper forms at the appropriate time should you be awarded the contract. The withholding requirement applies to all companies and their sub contractors which provide services to the City of Lima. If you have any questions regarding this requirement please contact our office at (419) NAME ADDRESS TELEPHONE SOCIAL SECURITY # OR FEDERAL ID# DUNS # ADDRESS BID SUBMITTED FOR

22 EXHIBIT A INSTRUCTIONS FOR COMPLETING AFFIDAVIT: This affidavit must be completed in front of a notary public. Please check the applicable provisions(s) that apply to you, the Vendor. If the first provision is completed, it is assumed that the second and third provisions do not apply to you, the Vendor. This affidavit is to be submitted with the bid. State of, County of, SS: I,, being first duly sworn, state that I am of. (Position) I further state as follows: (Bidder s Name) (1) That,, (Bidder s Name) is not as of this day, to the best of the vendor s knowledge and belief, delinquent in the payment of Federal, State of Local taxes, worker s compensation insurance premiums, unemployment compensation contributions, or penalties or interest on any of these taxes, premiums or contributions, child support, court costs, or any other obligation owed to a Federal or State agency or political subdivision. (2) That,, (Bidder s Name) nor any of its assignees, to the best of the vendor s knowledge and belief, is delinquent as of this day in the payment of Federal, State or Local taxes, worker s compensation insurance premiums, unemployment compensation contributions, or penalties or interest on any of these taxes, premiums or contributions, child support, court costs, or any other obligation owed to a Federal or State agency or political subdivision. The amount of $ is the total amount owed by the Vendor for delinquent payments, including all penalties and interest. (3) That,, (Bidder s Name) has filed an administrative or court appeal, or has entered into a written repayment agreement with the creditor or federal or state agency or political subdivision and the payments have been timely made in accordance with such agreement. (Name) Sworn to before me this day of, 20. (Seal) (Notary Public)

23 C-1

24 NON-COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn, on their oaths say that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer or such whereby such affiant or affiants or either of them, has paid or is to pay to such other bidder or public officer any sum of money, or has given or is to give such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not, directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no inducement of any form or character other than that which appears upon the fact of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever that pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contract sought by this bid. Subscribed and sworn to before me by this day of 200. Notary My Commission expires

25 CITY OF LIMA, OHIO SOLID WASTE DISPOSAL SERVICE CONTRACT FOR SERVICE PERIOD OF DECEMBER 1, 2014 THROUGH NOVEMBER 30, 2019 OR NOVEMBER 30, 2021 This Contract, made and entered into the day of A.D. by and between. hereinafter referred to as the "CONTRACTOR", and the City of Lima, an Ohio Municipal Corporation in Allen County, hereinafter referred to as the "CITY", in consideration of the mutual promises and covenant herein contained. SECTION I - GENERAL CONDITIONS 1. DEFINITIONS. When used herein the following words and terms shall have the meanings, respectively, hereinafter set forth and are defined as follows: Residential Unit" means a place of abode of a person or persons living separately or together as an independent family. "Double Family Residence" means the grouping together of two residential units under a common roof and for the purposes of this Contract shall be the equivalent of two (2) residential units. "Multiple Family Residence" or "Apartment" means the grouping together of three or more residential units under a common roof and shall constitute a commercial subscriber, not a residential unit for garbage and refuse provisions of this contract, except where each individual unit has a separate water service account with the City Utilities Department and the Director of Utilities determines that these units would be best serviced by the City contract, the provisions of this contract shall apply to those units. "Residential Apartment Recycling Unit" means a residential unit in a grouping of three or more residential units under a common roof (apartment) and shall be considered as receiving recycling services under contract. "Solid Waste" means garbage and refuse as herein defined. "Yard Waste" means leaves, grass clippings, light brush, weeds and crop residue. "Garbage" means all waste of offal of fish, fowl, fruit, vegetables, and animal matter resulting from the preparation of food for human consumption from houses, kitchens, hotels, restaurants and markets. "Refuse" means paper, barrels, boxes, baskets, wood, rags, worn-out furniture, old shoes, leather, carpet, crockery, tin cans, rubber, ashes, and similar discarded materials. It does not, however, include any material in the nature of earth, sand, brick, stone or plaster. "City" means the City of Lima, Ohio. "Residential Customer" means a householder, owner, or occupant or occupants of a residential unit or units who receive garbage and refuse collection service, yard waste services, and recycling services. C-1

26 "Recyclable" means those household goods which, upon discard by the resident and inclusion into their contract by the City, will be returned to a manufacturer for reprocessing into a useful product. "Commercial Customer" means all persons, firms, or corporations who own or operate stores, restaurants, industries, institutions and similar places, and multiple family homes (residential units consisting of three or more family units), private or public, charitable or non-charitable, and where the premise is occupied by other than solely a residential customer. "Mayor" means the Mayor of the City of Lima, Ohio. "Contractor" means the person, firm or corporation to who this contract has been awarded by the City of Lima, Ohio. "Director of Utilities" means the Director of Utilities Department of the City of Lima, Ohio. "Lima-Allen County Board of Health" means the governing Board of the Joint Lima-Allen County General Health District. "District Solid Waste Management Plan" means the Solid Waste Management Plan created by the North Central Ohio Solid Waste District and approved by the Ohio EPA. "Removal" means both collection and disposal. Standard Residential Container shall be a city provided wheeled container of either 35 gallon or 96 gallon capacity which shall be used for collection of garbage and refuse. In addition a plastic, rubber or galvanized metal container which is water tight with tight fitting cover, approximately thirty-two gallons or less in capacity with cover, handles and side bails, weighing less than 75 pounds may be placed for collection by the customer, provided the standard residential cart is also at the collection location. "Private Commercial Garbage and Refuse Hauler" means anyone engaged in the collection and disposal of refuse on a commercial basis or any commercial or industrial established hauling its own, self-generated, refuse. "Standard Residential Garbage Bag" means a plastic bag of at least 2 mils thickness, properly tied with a manufacturer's tie, not overloaded and containing no cuts, tears or openings. No broken glass shall be placed in these bags, if used as a pick up container. "Sanitary Landfill" means a land disposal site employing a method of disposing of solid wastes on land in a manner intended to minimize environmental hazards by spreading the solid wastes in thin layers, compacting the solid wastes to the smallest practical volume, and applying and compacting cover material daily, all in conformance with Ohio Environmental Protection Agency Regulations and the State Solid Waste Management Plan. "Ohio EPA" means the Ohio Environmental Protection Agency. "North Central Ohio Solid Waste District" means the Solid Waste Planning District created under the authority of H.B. 592 by the Ohio EPA of which Allen County is a member. C-2

27 "Surety" means the person, firm, or corporation that has executed as Surety the Contractor's Performance and/or Payment Bond, securing the performance of the within Contract. "Escalation Clause" means those provisions whereby the City of Lima will allow the unit price of the contract to change, based upon the provisions indicated. "Building Rubbish" means the rubbish from construction, remodeling, demolition, maintenance, and repair operations of residential, commercial, industrial, and other structures, excluding excavated earth, sod, stumps, shrubs, brush, stones, brick, plaster, rubble, and such other debris that results from such work. Sub-Contractor" means a person, firm or corporation, other than the Contractor, supplying labor, material, equipment, facilities, and other items covered by this Contract. "Facility" means any site, location, tract of land, installation, or building used to fulfill the terms of this Contract. "Source Separated" means uncontaminated and/or recyclables which have been separated by the resident from their garbage and refuse and placed for pickup in separate containers. "Yard Waste" means green materials which are generated from yard or landscape maintenance, including grass clippings, leaves, brush, weeds, trees, stumps and other natural organic materials as approved by the Ohio EPA. 2. CONTRACTOR'S INSURANCE. The Contractor agrees to provide insurance coverage as follows: a. The Contractor shall furnish the City Auditor a Certificate of compliance with the Workmen's Compensation Law of the State of Ohio throughout the Contract period. b. The Contractor shall carry in his own name a policy under the comprehensive form to insure motor vehicle liability for his operation with limits of not less than $500,000 each person and $1,000,000 each accident bodily injury liability and, in addition, not less than $300,000 property damage coverage. This policy shall name the City of Lima as an additional insured as respects the operation of vehicles owned or operated by the Contractor. Said policies shall be subject to approval by the City Director of Law and shall be filed with the City Auditor before the effective date of this Contract, and maintained during the Contract. c. The Contractor shall carry in his own name a general comprehensive liability policy for his operations, other than a motor vehicle, with limits of at least $500,000 each person and $1,000,000 each accident bodily injury liability and $300,000 each accident for Property Damage Liability. This policy shall name the City of Lima as an additional insured. Said policies to be approved by the City Director of Law and filed with the City Auditor before the effective date of this Contract, and maintained during the Contract. d. If the Contractor fails to comply with the insurance requirements, set forth herein, the City shall have the authority to purchase said insurance and to deduct the cost thereof from monies due the Contractor under this Contract. C-3

28 3. CONTRACTOR'S PERFORMANCE AND PAYMENT BOND a. The Contractor shall furnish a performance bond for the faithful performance of this Contract, said bond to be executed by a responsible surety company and be in the amount of $500,000. Said performance bond, payable to the City of Lima, shall be furnished by the Contractor effective and in force, with premiums fully paid for the entire term of the Contract and shall indemnify the City against any loss resulting from any failure of performance by the Contractor. Said bond to be approved by the City Director of Law and filed with the City Auditor before the effective date of this Contract. b. If the Contractor fails to comply with the Performance Bond requirements set forth herein, the City shall have the authority to purchase said bond and to deduct the cost thereof from monies due the Contractor under this Contract. 4. SUB-CONTRACTOR'S INSURANCE a. The Contractor shall require Sub-Contractors, if any, not protected under the Contractor's insurance policies to take out and maintain insurance of the same nature and kind and in the same amounts as required of the Contractor by the Contract Document. 5. INTENT OF CONTRACT DOCUMENT a. The intent of the Contract Document is to include in the Contract price the cost of all labor and materials, fuel, tools, facilities, plants, equipment, transportation and all other expenses as may be necessary for the proper execution and completion of the work included in the Contract, excluding those cost items which are identified by the City in this contract. 6. NONDISCRIMINATION CLAUSE a. That in hiring of employees for the performance of the work under the Contract no Contractor nor any person acting on behalf of such Contractor shall by reason of race, age, sex, creed, color, religion, national origin of ancestry discriminate against any citizen of the State of Ohio, in the employment of labor or workers, who are qualified and available to perform the work to which the employment relates. b. That no Contractor nor any persons on his behalf, shall in any manner discriminate against or intimidate any employee hired for the performance of work under this Contract on account of race, age, sex, creed, color, religion, national origin or ancestry. c. The Contractor and his agents shall comply with EEOC regulations and all executive orders pertaining to nondiscrimination. 7. SUPERINTENDENCE The Contractor shall assign at all times a competent supervisor, or other representative satisfactory to the City, and having authority to act for the Contractor, for the purpose of overseeing the performance of this Contract. C-4

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

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

More information

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals CITY OF FAIRFIELD BUILDING & ZONING DIVISION 5350 PLEASANT AVENUE FAIRFIELD, OH 45014 (513) 867-5318 FAX: (513) 867-5310 Job Description: Grass

More information

Town of Georgetown Request for Quotations Residential Waste Collection

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

More information

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

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

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

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

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

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

Request for Proposal. For: Solid Waste & Recycling Collection Services

Request for Proposal. For: Solid Waste & Recycling Collection Services WEST BOUNTIFUL CITY Request for Proposal For: Solid Waste & Recycling Collection Services Summary West Bountiful City invites proposals from solid waste collection firms to provide residential curbside

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

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

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

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

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

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

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

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

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

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

More information

Information Sheet Effective October 1, The Bill Goes Out The of Each Month

Information Sheet Effective October 1, The Bill Goes Out The of Each Month Rev. Date: 10/01/2016 UTILITY SERVICES INFORMATION SHEET 1065 Ridgewood Avenue, Holly Hill, Florida 32117 Phone: (386) 248-9432 Fax: (386) 248-9458 Web: hollyhillfl.org Email: Customerservice@hollyhillfl.org

More information

REFUSE AND RECYCLING COLLECTION CONTRACT

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

More information

CITY OF NIAGARA FALLS, NEW YORK

CITY OF NIAGARA FALLS, NEW YORK CITY OF NIAGARA FALLS, NEW YORK REQUEST FOR BIDS BID #05-12 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on March 20, 2012. Bidders must state

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

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

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

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

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

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

Information Sheet Effective October 1, The Bill Goes Out The of Each Month

Information Sheet Effective October 1, The Bill Goes Out The of Each Month Rev. Date: 10/01/2016 UTILITY SERVICES INFORMATION SHEET 1065 Ridgewood Avenue, Holly Hill, Florida 32117 Phone: (386) 248-9432 Fax: (386) 248-9458 Web: hollyhillfl.org Email: ub@hollyhillfl.org Waste

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

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

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

More information

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 CARPET AND COVE BASE FOR DISTRICT BUILDINGS RFP# 2019-PUR-002 PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-002 District Buildings

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

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

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

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10628 Task # 1 1 P a g e To: Prospective Bidders Date: January 7, 2019 Please procure the following

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

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

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

Northbridge Board of Health Code of Regulations

Northbridge Board of Health Code of Regulations 201-17. Permitting and operation of commercial, residential and municipal solid waste and recyclable materials collection. [Amended 5-16-2001, effective 5-30- 2001; Amended 10-24-2011; Effective 12-1-2011]

More information

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

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

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

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

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

More information

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

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

More information

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

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

More information

M E M O R A N D U M. March 13, 2019

M E M O R A N D U M. March 13, 2019 M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will

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

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912)

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912) BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 (912)764-6245 INVITATION TO BID Sealed bids from suppliers will be received by the Bulloch County Board of Commissioners

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

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

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

FEE SCHEDULE. Refuse Disposal at the Rappahannock Regional Solid Waste Management (R-Board) Landfill

FEE SCHEDULE. Refuse Disposal at the Rappahannock Regional Solid Waste Management (R-Board) Landfill FEE SCHEDULE Refuse Disposal at the Rappahannock Regional Solid Waste Management (R-Board) Landfill FS-1 Purpose A schedule to regulate all fees to be charged to all users disposing of refuse at the R-Board

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Suffield Public Schools Suffield, Connecticut July 9, 2018 Suffield High School Library Media Center Carpet Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT

More information

Village of Upper Brookville Garbage Hauler Business License and Permit Application For the Year 2019

Village of Upper Brookville Garbage Hauler Business License and Permit Application For the Year 2019 New Application Renewal Application Return to: Village Clerk/Treasurer Village of Upper Brookville P.O. Box 548 Oyster Bay, NY 11771 Village of Upper Brookville Garbage Hauler Business License and Permit

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

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

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

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

More information

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

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

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864) City of Anderson Community Development Department 601 South Main Street, SC 29624 Phone (864) 231-2223 - Fax (864) 231-7627 Request for Proposal for Cost Estimating for Demolitions NOTICE IS HEREBY GIVEN

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

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

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

More information

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

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

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

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

CITY OF HURON OHIO. INVITATION TO BID Residential Solid Waste Collection, Disposal, and Recycling Services

CITY OF HURON OHIO. INVITATION TO BID Residential Solid Waste Collection, Disposal, and Recycling Services CITY OF HURON OHIO INVITATION TO BID Residential Solid Waste Collection, Disposal, and Recycling Services ISSUED BY City of Huron Monday, January 16, 2017 BID OPENING Friday February 17, 2017 Huron City

More information

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Request for Bids Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Bid Due Date: Thursday, August 11, 2016 Time: 2:00 P.M. ONONDAGA COUNTY RESOURCE RECOVERY

More information

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

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

More information

Barrow County School System

Barrow County School System Barrow County School System Boldly Committed to Student Success REQUEST FOR PROPOSALS ISSUE DATE: October 02, 2019 RFP: TREE & BRUSH REMOVAL MNT19003 ISSUING AGENCY: BARROW COUNTY SCHOOL SYSTEM* 179 WEST

More information

BIDDING DOCUMENTS TOWN OF FORTVILLE, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am

BIDDING DOCUMENTS TOWN OF FORTVILLE, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am BIDDING DOCUMENTS, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am Deadline for Receipt of Bids Advertisement / Notice to Bidders 1 Instructions

More information

Invitation To Bid. for

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

More information

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

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

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

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

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

More information

CITY OF CHELAN. REQUEST FOR PROPOSALS (RFP) Consultant for Solid Waste, Recycling, and Organics Collection Services

CITY OF CHELAN. REQUEST FOR PROPOSALS (RFP) Consultant for Solid Waste, Recycling, and Organics Collection Services CITY OF CHELAN REQUEST FOR PROPOSALS (RFP) Consultant for Solid Waste, Recycling, and Organics Collection Services The City of Chelan seeks proposals from qualified firms interested in providing consulting

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 July 27, 2017 1. is seeking bids for Snow Removal of district facilities. 2. A Mandatory pre-bid meeting will

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

More information

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO FOR THE HENRY COUNTY HIGHWAY DEPARTMENT BIDS WILL BE RECEIVED May 19, 2016 10:00

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES THE CITY OF BLUE ISLAND ISSUED: APRIL 7, 2017 PROPOSALS DUE: FRIDAY, APRIL 28, 2017 AT 12:00 P.M. TABLE

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 08/01/14 Proposal Submission Deadline: 08/20/14 1 CITY OF GALESBURG PURCHASING

More information