TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

Size: px
Start display at page:

Download "TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS"

Transcription

1 TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance with the Iran Divestment Act November 19, 2015 PURCHASING AGENT: Joanne Watkins Town of Queensbury 742 Bay Road Queensbury, New York Telephone: (518) Facsimile: (518)

2 TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance with the Iran Divestment Act November 19, 2015 PURCHASING AGENT: Joanne Watkins Town of Queensbury 742 Bay Road Queensbury, New York Telephone: (518) Facsimile: (518)

3 TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance with the Iran Divestment Act November 19, 2015 PURCHASING AGENT: Joanne Watkins Town of Queensbury 742 Bay Road Queensbury, New York Telephone: (518) Facsimile: (518)

4 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town of Queensbury will receive bids for the transportation services of the Queensbury Senior Citizens in The Queensbury Town Board will receive sealed proposals at the Office of the Purchasing Agent, Town of Queensbury, 742 Bay Road, Queensbury, New York, until 2:00 PM on Tuesday, December 1, 2015, and will be then be publicly opened and read aloud. The Town will not accept any bid proposal sent via facsimile to the Town Offices. All written proposals submitted in response to this notice shall be marked: SEALED BID PROPOSAL TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS and the name of the Bidder on the outside of the envelope. The Purchasing Agent will then submit the bids to the Town Board at its next regularly or specially scheduled meeting for consideration and approval, if any. The right is reserved to reject any or all bids or to waive any informality and accept any bids considered advantageous to the Town of Queensbury. No proposal may be withdrawn without the consent of the Town Board for a period of 45 days after the time for opening bids has passed. Bidders may obtain and examine bid documents at the Town Purchasing Agent s Office, 742 Bay Road, Queensbury, during normal business hours any weekday until 2:00 PM, Tuesday, December 1, Proposals must be made upon and in accordance with the form of bid proposal and bid documents obtainable from the Purchasing Agent, which formal Bid Proposal will contain accompanying Instructions to Bidders, Affidavit of Non-Collusion, and the Certification of Compliance with the Iran Divestment Act. BY ORDER OF THE QUEENSBURY TOWN BOARD. Publication Date: November 19, 2015 Joanne Watkins Purchasing Agent Town of Queensbury

5 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town of Queensbury will receive bids for the transportation services of the Queensbury Senior Citizens in The Queensbury Town Board will receive sealed proposals at the Office of the Purchasing Agent, Town of Queensbury, 742 Bay Road, Queensbury, New York, until 2:00 PM on Tuesday, December 1, 2015, and will be then be publicly opened and read aloud. The Town will not accept any bid proposal sent via facsimile to the Town Offices. All written proposals submitted in response to this notice shall be marked: SEALED BID PROPOSAL TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS and the name of the Bidder on the outside of the envelope. The Purchasing Agent will then submit the bids to the Town Board at its next regularly or specially scheduled meeting for consideration and approval, if any. The right is reserved to reject any or all bids or to waive any informality and accept any bids considered advantageous to the Town of Queensbury. No proposal may be withdrawn without the consent of the Town Board for a period of 45 days after the time for opening bids has passed. Bidders may obtain and examine bid documents at the Town Purchasing Agent s Office, 742 Bay Road, Queensbury, during normal business hours any weekday until 2:00 PM, Tuesday, December 1, Proposals must be made upon and in accordance with the form of bid proposal and bid documents obtainable from the Purchasing Agent, which formal Bid Proposal will contain accompanying Instructions to Bidders, Affidavit of Non-Collusion, and the Certification of Compliance with the Iran Divestment Act. BY ORDER OF THE QUEENSBURY TOWN BOARD. Publication Date: November 19, 2015 Joanne Watkins Purchasing Agent Town of Queensbury

6 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town of Queensbury will receive bids for the transportation services of the Queensbury Senior Citizens in The Queensbury Town Board will receive sealed proposals at the Office of the Purchasing Agent, Town of Queensbury, 742 Bay Road, Queensbury, New York, until 2:00 PM on Tuesday, December 1, 2015, and will be then be publicly opened and read aloud. The Town will not accept any bid proposal sent via facsimile to the Town Offices. All written proposals submitted in response to this notice shall be marked: SEALED BID PROPOSAL TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS and the name of the Bidder on the outside of the envelope. The Purchasing Agent will then submit the bids to the Town Board at its next regularly or specially scheduled meeting for consideration and approval, if any. The right is reserved to reject any or all bids or to waive any informality and accept any bids considered advantageous to the Town of Queensbury. No proposal may be withdrawn without the consent of the Town Board for a period of 45 days after the time for opening bids has passed. Bidders may obtain and examine bid documents at the Town Purchasing Agent s Office, 742 Bay Road, Queensbury, during normal business hours any weekday until 2:00 PM, Tuesday, December 1, Proposals must be made upon and in accordance with the form of bid proposal and bid documents obtainable from the Purchasing Agent, which formal Bid Proposal will contain accompanying Instructions to Bidders, Affidavit of Non-Collusion, and the Certification of Compliance with the Iran Divestment Act. BY ORDER OF THE QUEENSBURY TOWN BOARD. Publication Date: November 19, 2015 Joanne Watkins Purchasing Agent Town of Queensbury

7 INSTRUCTIONS TO BIDDERS 1. Scope of Services. A. The days for busing will be Tuesdays and Thursdays. Services shall be provided to any senior citizen residing in the Town of Queensbury requesting services. A Senior Citizen must be 60 or over and be registered with the Senior Citizen Transportation Coordinator. Seniors that require assistance, per a medical certificate, can be accompanied by an aide that is less than 60 years old. Services shall include transportation to and from any place or point in Queensbury, Glens Falls, Lake George, South Glens Falls, Hudson Falls, and Fort Edward designated by the Senior Citizens using the service. Please give our Seniors priority on those days. The wait time for a pick-up should not be more than 45 minutes. B. Scheduling. C. Hours. i. Each week Senior Citizens wishing to use the bus service must make a reservation with the Senior Citizen Transportation Coordinator. Calls are taken on Fridays for Tuesday busing and calls on Monday are for Thursday busing. Scheduling of bus services, home pick-up and a central place of pickup will be designated by the Senior Citizen Transportation Coordinator. Priority will be given in the following order: (1) Medical appointments; (2) Dental appointments; (3) Social security business; (4) Municipal Center business; (5) General shopping. ii. The Coordinator will furnish information concerning scheduling of times and places only. It will be the responsibility of the successful Bidder to contact the Transportation Coordinator whenever necessary or appropriate to determine how many people will need transportation, the time of pick-up, point of origination and destination. The Coordinator will not be required to furnish any other information. i. Hours of busing will be from 9:00 a.m. to 3:00 p.m. each Tuesday and Thursday. 2

8 INSTRUCTIONS TO BIDDERS 1. Scope of Services. A. The days for busing will be Tuesdays and Thursdays. Services shall be provided to any senior citizen residing in the Town of Queensbury requesting services. A Senior Citizen must be 60 or over and be registered with the Senior Citizen Transportation Coordinator. Seniors that require assistance, per a medical certificate, can be accompanied by an aide that is less than 60 years old. Services shall include transportation to and from any place or point in Queensbury, Glens Falls, Lake George, South Glens Falls, Hudson Falls, and Fort Edward designated by the Senior Citizens using the service. Please give our Seniors priority on those days. The wait time for a pick-up should not be more than 45 minutes. B. Scheduling. C. Hours. i. Each week Senior Citizens wishing to use the bus service must make a reservation with the Senior Citizen Transportation Coordinator. Calls are taken on Fridays for Tuesday busing and calls on Monday are for Thursday busing. Scheduling of bus services, home pick-up and a central place of pickup will be designated by the Senior Citizen Transportation Coordinator. Priority will be given in the following order: (1) Medical appointments; (2) Dental appointments; (3) Social security business; (4) Municipal Center business; (5) General shopping. ii. The Coordinator will furnish information concerning scheduling of times and places only. It will be the responsibility of the successful Bidder to contact the Transportation Coordinator whenever necessary or appropriate to determine how many people will need transportation, the time of pick-up, point of origination and destination. The Coordinator will not be required to furnish any other information. i. Hours of busing will be from 9:00 a.m. to 3:00 p.m. each Tuesday and Thursday. 2

9 INSTRUCTIONS TO BIDDERS 1. Scope of Services. A. The days for busing will be Tuesdays and Thursdays. Services shall be provided to any senior citizen residing in the Town of Queensbury requesting services. A Senior Citizen must be 60 or over and be registered with the Senior Citizen Transportation Coordinator. Seniors that require assistance, per a medical certificate, can be accompanied by an aide that is less than 60 years old. Services shall include transportation to and from any place or point in Queensbury, Glens Falls, Lake George, South Glens Falls, Hudson Falls, and Fort Edward designated by the Senior Citizens using the service. Please give our Seniors priority on those days. The wait time for a pick-up should not be more than 45 minutes. B. Scheduling. C. Hours. i. Each week Senior Citizens wishing to use the bus service must make a reservation with the Senior Citizen Transportation Coordinator. Calls are taken on Fridays for Tuesday busing and calls on Monday are for Thursday busing. Scheduling of bus services, home pick-up and a central place of pickup will be designated by the Senior Citizen Transportation Coordinator. Priority will be given in the following order: (1) Medical appointments; (2) Dental appointments; (3) Social security business; (4) Municipal Center business; (5) General shopping. ii. The Coordinator will furnish information concerning scheduling of times and places only. It will be the responsibility of the successful Bidder to contact the Transportation Coordinator whenever necessary or appropriate to determine how many people will need transportation, the time of pick-up, point of origination and destination. The Coordinator will not be required to furnish any other information. i. Hours of busing will be from 9:00 a.m. to 3:00 p.m. each Tuesday and Thursday. 2

10 ii. Bus service shall not be required on the following holidays if such days should fall on a Tuesday or Thursday: (1) Memorial Day. (2) Independence Day. (3) Labor Day. (4) Veteran s Day. (5) Thanksgiving Day. (6) Christmas Day. (7) New Year s Day. D. The successful Bidder shall be required to furnish as many buses and drivers necessary to accomplish the purposes of this contract. At least one bus, which is handicapped accessible, shall be made available when needed or requested. Although this shall not be deemed as conclusive as to what is required to satisfactorily perform this contract, use or scheduling records maintained by the Town of Queensbury for the past three (3) years shall be made available for inspection by Bidders. By submission of a bid, it shall be presumed that Bidder is familiar with the nature or extent of usage of the service during the past three years. 2. Vehicle Specifications. A. Vehicles used in connection with this Bid must: i. Be inspected and maintained in accordance with any applicable federal and state laws, rules, and regulations and the insurance required herein must be in effect at all times. ii. Meet DOT regulations for adult transportation. iii. Have adequate air conditioning and heating systems available to suitably cool the entire vehicle during warm months and heat the entire vehicle during cool months. iv. On bus-type vehicles, have handrails along the ceiling which comply with ADA, state and federal laws, rules and regulations. v. Have wheelchair lifts, which comply with ADA and all other applicable federal and state laws, rules and regulations. 3

11 ii. Bus service shall not be required on the following holidays if such days should fall on a Tuesday or Thursday: (1) Memorial Day. (2) Independence Day. (3) Labor Day. (4) Veteran s Day. (5) Thanksgiving Day. (6) Christmas Day. (7) New Year s Day. D. The successful Bidder shall be required to furnish as many buses and drivers necessary to accomplish the purposes of this contract. At least one bus, which is handicapped accessible, shall be made available when needed or requested. Although this shall not be deemed as conclusive as to what is required to satisfactorily perform this contract, use or scheduling records maintained by the Town of Queensbury for the past three (3) years shall be made available for inspection by Bidders. By submission of a bid, it shall be presumed that Bidder is familiar with the nature or extent of usage of the service during the past three years. 2. Vehicle Specifications. A. Vehicles used in connection with this Bid must: i. Be inspected and maintained in accordance with any applicable federal and state laws, rules, and regulations and the insurance required herein must be in effect at all times. ii. Meet DOT regulations for adult transportation. iii. Have adequate air conditioning and heating systems available to suitably cool the entire vehicle during warm months and heat the entire vehicle during cool months. iv. On bus-type vehicles, have handrails along the ceiling which comply with ADA, state and federal laws, rules and regulations. v. Have wheelchair lifts, which comply with ADA and all other applicable federal and state laws, rules and regulations. 3

12 ii. Bus service shall not be required on the following holidays if such days should fall on a Tuesday or Thursday: (1) Memorial Day. (2) Independence Day. (3) Labor Day. (4) Veteran s Day. (5) Thanksgiving Day. (6) Christmas Day. (7) New Year s Day. D. The successful Bidder shall be required to furnish as many buses and drivers necessary to accomplish the purposes of this contract. At least one bus, which is handicapped accessible, shall be made available when needed or requested. Although this shall not be deemed as conclusive as to what is required to satisfactorily perform this contract, use or scheduling records maintained by the Town of Queensbury for the past three (3) years shall be made available for inspection by Bidders. By submission of a bid, it shall be presumed that Bidder is familiar with the nature or extent of usage of the service during the past three years. 2. Vehicle Specifications. A. Vehicles used in connection with this Bid must: i. Be inspected and maintained in accordance with any applicable federal and state laws, rules, and regulations and the insurance required herein must be in effect at all times. ii. Meet DOT regulations for adult transportation. iii. Have adequate air conditioning and heating systems available to suitably cool the entire vehicle during warm months and heat the entire vehicle during cool months. iv. On bus-type vehicles, have handrails along the ceiling which comply with ADA, state and federal laws, rules and regulations. v. Have wheelchair lifts, which comply with ADA and all other applicable federal and state laws, rules and regulations. 3

13 3. Other Requirements. A. Successful bidder must provide proof that he/she is a properly licensed public carrier with authority to execute the requirements of this contract from the New York State Department of Transportation, Division of Regulatory Affairs. 4. Standard Contract Insurance Requirements A. Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs and such insurance has been approved by the Town of Queensbury. WORKER S COMPENSATION INSURANCE Contractor/vendor shall take out and maintain during the life of this contract, worker s compensation insurance and employer s liability insurance for all of his employees employed at the site of the project. GENERAL LIABILITY INSURANCE Contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability insurance in amounts not less than $1,000,000 (one million dollars) for injuries, including wrongful death, to any one person(s). $2,000,000 (two million dollars) aggregate. Property damage liability insurance in an amount of not less than $1,000,000 (one million dollars) for damages on account of any one occurrence. Or combined single limit of liability in amounts of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate. OTHER CONDITIONS GENERAL LIABILITY INSURANCE 1. Coverage shall be written on comprehensive general liability form. 2. Coverage shall include: A. Contractual liability; 4

14 3. Other Requirements. A. Successful bidder must provide proof that he/she is a properly licensed public carrier with authority to execute the requirements of this contract from the New York State Department of Transportation, Division of Regulatory Affairs. 4. Standard Contract Insurance Requirements A. Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs and such insurance has been approved by the Town of Queensbury. WORKER S COMPENSATION INSURANCE Contractor/vendor shall take out and maintain during the life of this contract, worker s compensation insurance and employer s liability insurance for all of his employees employed at the site of the project. GENERAL LIABILITY INSURANCE Contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability insurance in amounts not less than $1,000,000 (one million dollars) for injuries, including wrongful death, to any one person(s). $2,000,000 (two million dollars) aggregate. Property damage liability insurance in an amount of not less than $1,000,000 (one million dollars) for damages on account of any one occurrence. Or combined single limit of liability in amounts of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate. OTHER CONDITIONS GENERAL LIABILITY INSURANCE 1. Coverage shall be written on comprehensive general liability form. 2. Coverage shall include: A. Contractual liability; 4

15 3. Other Requirements. A. Successful bidder must provide proof that he/she is a properly licensed public carrier with authority to execute the requirements of this contract from the New York State Department of Transportation, Division of Regulatory Affairs. 4. Standard Contract Insurance Requirements A. Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs and such insurance has been approved by the Town of Queensbury. WORKER S COMPENSATION INSURANCE Contractor/vendor shall take out and maintain during the life of this contract, worker s compensation insurance and employer s liability insurance for all of his employees employed at the site of the project. GENERAL LIABILITY INSURANCE Contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability insurance in amounts not less than $1,000,000 (one million dollars) for injuries, including wrongful death, to any one person(s). $2,000,000 (two million dollars) aggregate. Property damage liability insurance in an amount of not less than $1,000,000 (one million dollars) for damages on account of any one occurrence. Or combined single limit of liability in amounts of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate. OTHER CONDITIONS GENERAL LIABILITY INSURANCE 1. Coverage shall be written on comprehensive general liability form. 2. Coverage shall include: A. Contractual liability; 4

16 B. Independent contractors; C. Products and completed operations. 3. The Town of Queensbury, 742 Bay Road, Queensbury, New York shall be added to the Comprehensive General Liability Policy as Additional Insured. AUTOMOBILE LIABILITY INSURANCE Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of $1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE 1. Coverage shall include: A. All owned vehicles; B. Hired car and non-ownership liability coverage; C. Statutory no-fault coverage. 2. If any of the contractors/vendor s policies of insurance are canceled or not renewed during the life of the contract, immediate written notice of cancellation or non-renewal shall be delivered to the Town no less than 30 days prior to the date and time of cancellation or non-renewal. UMBRELLA LIABILITY 1. Each Occurrence and Aggregate of $5,000,000 (five million dollars). CERTIFICATE OF INSURANCE The Contractor/vendor shall file with the Town of Queensbury prior to commencing work under this contract, a certificate of insurance to be delivered to the Town of Queensbury Town Clerk s Office. 1. Certificate of Insurance shall include: A. Name and address of insured B. Issue date of Certificate C. Insurance Company name 5

17 B. Independent contractors; C. Products and completed operations. 3. The Town of Queensbury, 742 Bay Road, Queensbury, New York shall be added to the Comprehensive General Liability Policy as Additional Insured. AUTOMOBILE LIABILITY INSURANCE Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of $1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE 1. Coverage shall include: A. All owned vehicles; B. Hired car and non-ownership liability coverage; C. Statutory no-fault coverage. 2. If any of the contractors/vendor s policies of insurance are canceled or not renewed during the life of the contract, immediate written notice of cancellation or non-renewal shall be delivered to the Town no less than 30 days prior to the date and time of cancellation or non-renewal. UMBRELLA LIABILITY 1. Each Occurrence and Aggregate of $5,000,000 (five million dollars). CERTIFICATE OF INSURANCE The Contractor/vendor shall file with the Town of Queensbury prior to commencing work under this contract, a certificate of insurance to be delivered to the Town of Queensbury Town Clerk s Office. 1. Certificate of Insurance shall include: A. Name and address of insured B. Issue date of Certificate C. Insurance Company name 5

18 B. Independent contractors; C. Products and completed operations. 3. The Town of Queensbury, 742 Bay Road, Queensbury, New York shall be added to the Comprehensive General Liability Policy as Additional Insured. AUTOMOBILE LIABILITY INSURANCE Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of $1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE 1. Coverage shall include: A. All owned vehicles; B. Hired car and non-ownership liability coverage; C. Statutory no-fault coverage. 2. If any of the contractors/vendor s policies of insurance are canceled or not renewed during the life of the contract, immediate written notice of cancellation or non-renewal shall be delivered to the Town no less than 30 days prior to the date and time of cancellation or non-renewal. UMBRELLA LIABILITY 1. Each Occurrence and Aggregate of $5,000,000 (five million dollars). CERTIFICATE OF INSURANCE The Contractor/vendor shall file with the Town of Queensbury prior to commencing work under this contract, a certificate of insurance to be delivered to the Town of Queensbury Town Clerk s Office. 1. Certificate of Insurance shall include: A. Name and address of insured B. Issue date of Certificate C. Insurance Company name 5

19 D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included on certificate G. Limits of liability for all policies included on certificate H. Certificate holder shall be the Town of Queensbury, 742 Bay Road, Queensbury, New York, and named as additional insured. 2. If the Contractors/Vendor s insurance policies should be non-renewed, canceled or expire during the life of the contract, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. INDEMNIFICATION CLAUSE The Contractor/Vendor agrees to protect, indemnify and save harmless the Town of Queensbury against any and all claims, suits and demands which the Contractor/Vendor may suffer because of the operation or actions of the Contractor/Vendor, its agents or employees, including but not limited to its failure to properly perform the work under the purchase order, its failure to maintain any policy of insurance required by this purchase order, its failure or refusal to provide any forms, certificates or documentation required by this agreement or law 4. Term of Agreement. The term of the agreement shall be January 1, 2016 through December 31, Price, Method of Billing/Payment. Bid Proposal shall be in the form of a lump sum for the agreement period. Payment will then be made proportionately on a monthly basis. 6. No Guarantee of Usage. The Town of Queensbury does not make or furnish any estimate of the extent of usage in connection with this agreement. Bidders are free to examine aforementioned records the Town of Queensbury may have in connection with this agreement. If such information is examined, it is understood that the Town is not making any representations as to the amount of transportation that will be required to fulfill this agreement. Such information is provided for whatever worth the Bidder wishes to assign to it in connection with this Bid. No claims for deviation from past performance will be allowed. 6

20 D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included on certificate G. Limits of liability for all policies included on certificate H. Certificate holder shall be the Town of Queensbury, 742 Bay Road, Queensbury, New York, and named as additional insured. 2. If the Contractors/Vendor s insurance policies should be non-renewed, canceled or expire during the life of the contract, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. INDEMNIFICATION CLAUSE The Contractor/Vendor agrees to protect, indemnify and save harmless the Town of Queensbury against any and all claims, suits and demands which the Contractor/Vendor may suffer because of the operation or actions of the Contractor/Vendor, its agents or employees, including but not limited to its failure to properly perform the work under the purchase order, its failure to maintain any policy of insurance required by this purchase order, its failure or refusal to provide any forms, certificates or documentation required by this agreement or law 4. Term of Agreement. The term of the agreement shall be January 1, 2016 through December 31, Price, Method of Billing/Payment. Bid Proposal shall be in the form of a lump sum for the agreement period. Payment will then be made proportionately on a monthly basis. 6. No Guarantee of Usage. The Town of Queensbury does not make or furnish any estimate of the extent of usage in connection with this agreement. Bidders are free to examine aforementioned records the Town of Queensbury may have in connection with this agreement. If such information is examined, it is understood that the Town is not making any representations as to the amount of transportation that will be required to fulfill this agreement. Such information is provided for whatever worth the Bidder wishes to assign to it in connection with this Bid. No claims for deviation from past performance will be allowed. 6

21 D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included on certificate G. Limits of liability for all policies included on certificate H. Certificate holder shall be the Town of Queensbury, 742 Bay Road, Queensbury, New York, and named as additional insured. 2. If the Contractors/Vendor s insurance policies should be non-renewed, canceled or expire during the life of the contract, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. INDEMNIFICATION CLAUSE The Contractor/Vendor agrees to protect, indemnify and save harmless the Town of Queensbury against any and all claims, suits and demands which the Contractor/Vendor may suffer because of the operation or actions of the Contractor/Vendor, its agents or employees, including but not limited to its failure to properly perform the work under the purchase order, its failure to maintain any policy of insurance required by this purchase order, its failure or refusal to provide any forms, certificates or documentation required by this agreement or law 4. Term of Agreement. The term of the agreement shall be January 1, 2016 through December 31, Price, Method of Billing/Payment. Bid Proposal shall be in the form of a lump sum for the agreement period. Payment will then be made proportionately on a monthly basis. 6. No Guarantee of Usage. The Town of Queensbury does not make or furnish any estimate of the extent of usage in connection with this agreement. Bidders are free to examine aforementioned records the Town of Queensbury may have in connection with this agreement. If such information is examined, it is understood that the Town is not making any representations as to the amount of transportation that will be required to fulfill this agreement. Such information is provided for whatever worth the Bidder wishes to assign to it in connection with this Bid. No claims for deviation from past performance will be allowed. 6

22 7. Remedies on Breach. A. In the event of default in any of these provisions, the Town of Queensbury may terminate this agreement by giving two (2) weeks notice in writing. The Town shall not be liable for payment of the balance of payments in the event of termination. B. Disputes involving this agreement concerning breach, or alleged breach, may not be submitted to binding arbitration. Instead, such disputes must be heard in a Court of competent jurisdiction of the State of New York. C. In the event that the Town must take legal action to enforce its rights in accordance with this agreement, the successful bidder shall be liable for the Town s reasonable attorney s fees in the event that the Town is successful in the action. 8. Applicable Documents/Terms and Conditions. By execution of this Bid Proposal, Bidder agrees, in any event, that all understandings, conditions, provisions and specifications contained within these bid documents shall constitute the terms and conditions of an agreement. Furthermore, such documents shall actually be an agreement if no other agreement is entered into between the Town of Queensbury and successful bidder. 9. Assignment. Successful Bidder agrees that it will not assign the services to be rendered in accordance with this agreement to any other persons, businesses, entities of corporations without first obtaining the consent of the Queensbury Town Board. The Town Board reserves exclusive discretion in this matter. 10. Binding Effect. A. The covenants, terms and conditions contained within this agreement shall bind the Town, the Successful Bidder and its successors, heirs and assigns. B. It is hereby agreed that this agreement shall not be binding upon the Town of Queensbury until such time as it has been approved by Queensbury Town Board Resolution. 11. Illegal or Unenforceable Provisions. In the event that any term or provision of this agreement is declared illegal or unenforceable by a Court of law, the remainder of this agreement shall remain in full force and effect between the parties. 7

23 7. Remedies on Breach. A. In the event of default in any of these provisions, the Town of Queensbury may terminate this agreement by giving two (2) weeks notice in writing. The Town shall not be liable for payment of the balance of payments in the event of termination. B. Disputes involving this agreement concerning breach, or alleged breach, may not be submitted to binding arbitration. Instead, such disputes must be heard in a Court of competent jurisdiction of the State of New York. C. In the event that the Town must take legal action to enforce its rights in accordance with this agreement, the successful bidder shall be liable for the Town s reasonable attorney s fees in the event that the Town is successful in the action. 8. Applicable Documents/Terms and Conditions. By execution of this Bid Proposal, Bidder agrees, in any event, that all understandings, conditions, provisions and specifications contained within these bid documents shall constitute the terms and conditions of an agreement. Furthermore, such documents shall actually be an agreement if no other agreement is entered into between the Town of Queensbury and successful bidder. 9. Assignment. Successful Bidder agrees that it will not assign the services to be rendered in accordance with this agreement to any other persons, businesses, entities of corporations without first obtaining the consent of the Queensbury Town Board. The Town Board reserves exclusive discretion in this matter. 10. Binding Effect. A. The covenants, terms and conditions contained within this agreement shall bind the Town, the Successful Bidder and its successors, heirs and assigns. B. It is hereby agreed that this agreement shall not be binding upon the Town of Queensbury until such time as it has been approved by Queensbury Town Board Resolution. 11. Illegal or Unenforceable Provisions. In the event that any term or provision of this agreement is declared illegal or unenforceable by a Court of law, the remainder of this agreement shall remain in full force and effect between the parties. 7

24 7. Remedies on Breach. A. In the event of default in any of these provisions, the Town of Queensbury may terminate this agreement by giving two (2) weeks notice in writing. The Town shall not be liable for payment of the balance of payments in the event of termination. B. Disputes involving this agreement concerning breach, or alleged breach, may not be submitted to binding arbitration. Instead, such disputes must be heard in a Court of competent jurisdiction of the State of New York. C. In the event that the Town must take legal action to enforce its rights in accordance with this agreement, the successful bidder shall be liable for the Town s reasonable attorney s fees in the event that the Town is successful in the action. 8. Applicable Documents/Terms and Conditions. By execution of this Bid Proposal, Bidder agrees, in any event, that all understandings, conditions, provisions and specifications contained within these bid documents shall constitute the terms and conditions of an agreement. Furthermore, such documents shall actually be an agreement if no other agreement is entered into between the Town of Queensbury and successful bidder. 9. Assignment. Successful Bidder agrees that it will not assign the services to be rendered in accordance with this agreement to any other persons, businesses, entities of corporations without first obtaining the consent of the Queensbury Town Board. The Town Board reserves exclusive discretion in this matter. 10. Binding Effect. A. The covenants, terms and conditions contained within this agreement shall bind the Town, the Successful Bidder and its successors, heirs and assigns. B. It is hereby agreed that this agreement shall not be binding upon the Town of Queensbury until such time as it has been approved by Queensbury Town Board Resolution. 11. Illegal or Unenforceable Provisions. In the event that any term or provision of this agreement is declared illegal or unenforceable by a Court of law, the remainder of this agreement shall remain in full force and effect between the parties. 7

25 12. Provisions Required by Law. In the event that the laws of New York State require any other provisions to be part of this agreement, they are deemed incorporated herein and shall be binding upon both parties. 13. Independent Contractor. Successful Bidder agrees that it is an independent contractor and not an employee of the Town of Queensbury. As a result, Successful Bidder acknowledges and agrees that it has no authority and will not commit the Town to any particular agreement, commitment or any other course of action. Furthermore, Successful Bidder shall advise, when appropriate or necessary, any agency, person, business or organization that such matters must be agreed to or acted upon by the Queensbury Town Board. 14. Explanation to Bidders. Any explanation regarding intent and meaning of any bid documents shall be requested in writing to Joanne Watkins, Purchasing Agent, by November 25, Any such explanations or interpretations shall be made in the form of addenda to the documents and shall be furnished to all bidders who shall submit all addenda with their bids. Oral explanations and interpretations made prior to the bid opening shall not be binding. 15. Bidders Understanding. A. Prior to submitting a bid, each Bidder shall familiarize him/herself with all bidding documents. The failure of omission of any bidder to receive or examine the bidding documents and/or historical usage records shall in no way relieve any Bidder from any obligation with respect to this bid. B. No claim for extra charges will be allowed because of alleged impossibilities or because of inadequate or improper specifications. 16. Bid Requirement. A. Each Bidder shall submit one (1) properly completed and signed copy of the following: i. Bid Proposal; ii. Affidavit of Non-Collusion. iii. CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT B. Each Bidder shall satisfy to the Queensbury Town Board his/her ability, financial and 8

26 12. Provisions Required by Law. In the event that the laws of New York State require any other provisions to be part of this agreement, they are deemed incorporated herein and shall be binding upon both parties. 13. Independent Contractor. Successful Bidder agrees that it is an independent contractor and not an employee of the Town of Queensbury. As a result, Successful Bidder acknowledges and agrees that it has no authority and will not commit the Town to any particular agreement, commitment or any other course of action. Furthermore, Successful Bidder shall advise, when appropriate or necessary, any agency, person, business or organization that such matters must be agreed to or acted upon by the Queensbury Town Board. 14. Explanation to Bidders. Any explanation regarding intent and meaning of any bid documents shall be requested in writing to Joanne Watkins, Purchasing Agent, by November 25, Any such explanations or interpretations shall be made in the form of addenda to the documents and shall be furnished to all bidders who shall submit all addenda with their bids. Oral explanations and interpretations made prior to the bid opening shall not be binding. 15. Bidders Understanding. A. Prior to submitting a bid, each Bidder shall familiarize him/herself with all bidding documents. The failure of omission of any bidder to receive or examine the bidding documents and/or historical usage records shall in no way relieve any Bidder from any obligation with respect to this bid. B. No claim for extra charges will be allowed because of alleged impossibilities or because of inadequate or improper specifications. 16. Bid Requirement. A. Each Bidder shall submit one (1) properly completed and signed copy of the following: i. Bid Proposal; ii. Affidavit of Non-Collusion. iii. CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT B. Each Bidder shall satisfy to the Queensbury Town Board his/her ability, financial and 8

27 12. Provisions Required by Law. In the event that the laws of New York State require any other provisions to be part of this agreement, they are deemed incorporated herein and shall be binding upon both parties. 13. Independent Contractor. Successful Bidder agrees that it is an independent contractor and not an employee of the Town of Queensbury. As a result, Successful Bidder acknowledges and agrees that it has no authority and will not commit the Town to any particular agreement, commitment or any other course of action. Furthermore, Successful Bidder shall advise, when appropriate or necessary, any agency, person, business or organization that such matters must be agreed to or acted upon by the Queensbury Town Board. 14. Explanation to Bidders. Any explanation regarding intent and meaning of any bid documents shall be requested in writing to Joanne Watkins, Purchasing Agent, by November 25, Any such explanations or interpretations shall be made in the form of addenda to the documents and shall be furnished to all bidders who shall submit all addenda with their bids. Oral explanations and interpretations made prior to the bid opening shall not be binding. 15. Bidders Understanding. A. Prior to submitting a bid, each Bidder shall familiarize him/herself with all bidding documents. The failure of omission of any bidder to receive or examine the bidding documents and/or historical usage records shall in no way relieve any Bidder from any obligation with respect to this bid. B. No claim for extra charges will be allowed because of alleged impossibilities or because of inadequate or improper specifications. 16. Bid Requirement. A. Each Bidder shall submit one (1) properly completed and signed copy of the following: i. Bid Proposal; ii. Affidavit of Non-Collusion. iii. CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT B. Each Bidder shall satisfy to the Queensbury Town Board his/her ability, financial and 8

28 17. Preparation of Bids. otherwise, to so provide the items and/or services required if so requested by the Town Board. Each Bidder shall base his/her bid on services complying fully with the bidding documents. In the event materials or equipment which do not conform are included in the bid by the Successful Bidder, it is agreed that he/she shall be responsible for furnishing items which fully conform, at no change in the bid price. 18. Contract Type/Bid Price. This agreement shall be a firm, fixed price agreement. 19. Submission of Bids. A. Bids shall be submitted as directed in the Notice to Bidders. All bids shall be submitted on the form provided and all appropriate spaces shall be filled. Proposals shall be submitted in an opaque, sealed enveloped marked as follows: SEALED BID PROPOSAL TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS Name of Bidder B. Bidder shall not include any retailer, occupation or use taxes in his/her bid. Exemption certificates for these taxes will be furnished by the Town of Queensbury. C. Bids shall be submitted prior to the time fixed in the Notice to Bidders. Bids received after the time so indicated shall be considered as non-responsive and will be returned unopened. D. Upon written request by the Bidder, bids may be withdrawn at any time prior to the bid opening. Negligence on the part of the Bidder in preparing his bid shall not constitute a right to withdraw his bid subsequent to the bid opening. E. No proposal may be withdrawn without the Town s consent for a period of 45 days after the time for opening bids has passed. 20. Rejection of Bids. The Town of Queensbury reserves the right to reject any and all bids or to waive any and all informalities in any bid and accept any bid considered to be advantageous to the Town of Queensbury. 9

29 17. Preparation of Bids. otherwise, to so provide the items and/or services required if so requested by the Town Board. Each Bidder shall base his/her bid on services complying fully with the bidding documents. In the event materials or equipment which do not conform are included in the bid by the Successful Bidder, it is agreed that he/she shall be responsible for furnishing items which fully conform, at no change in the bid price. 18. Contract Type/Bid Price. This agreement shall be a firm, fixed price agreement. 19. Submission of Bids. A. Bids shall be submitted as directed in the Notice to Bidders. All bids shall be submitted on the form provided and all appropriate spaces shall be filled. Proposals shall be submitted in an opaque, sealed enveloped marked as follows: SEALED BID PROPOSAL TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS Name of Bidder B. Bidder shall not include any retailer, occupation or use taxes in his/her bid. Exemption certificates for these taxes will be furnished by the Town of Queensbury. C. Bids shall be submitted prior to the time fixed in the Notice to Bidders. Bids received after the time so indicated shall be considered as non-responsive and will be returned unopened. D. Upon written request by the Bidder, bids may be withdrawn at any time prior to the bid opening. Negligence on the part of the Bidder in preparing his bid shall not constitute a right to withdraw his bid subsequent to the bid opening. E. No proposal may be withdrawn without the Town s consent for a period of 45 days after the time for opening bids has passed. 20. Rejection of Bids. The Town of Queensbury reserves the right to reject any and all bids or to waive any and all informalities in any bid and accept any bid considered to be advantageous to the Town of Queensbury. 9

30 17. Preparation of Bids. otherwise, to so provide the items and/or services required if so requested by the Town Board. Each Bidder shall base his/her bid on services complying fully with the bidding documents. In the event materials or equipment which do not conform are included in the bid by the Successful Bidder, it is agreed that he/she shall be responsible for furnishing items which fully conform, at no change in the bid price. 18. Contract Type/Bid Price. This agreement shall be a firm, fixed price agreement. 19. Submission of Bids. A. Bids shall be submitted as directed in the Notice to Bidders. All bids shall be submitted on the form provided and all appropriate spaces shall be filled. Proposals shall be submitted in an opaque, sealed enveloped marked as follows: SEALED BID PROPOSAL TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS Name of Bidder B. Bidder shall not include any retailer, occupation or use taxes in his/her bid. Exemption certificates for these taxes will be furnished by the Town of Queensbury. C. Bids shall be submitted prior to the time fixed in the Notice to Bidders. Bids received after the time so indicated shall be considered as non-responsive and will be returned unopened. D. Upon written request by the Bidder, bids may be withdrawn at any time prior to the bid opening. Negligence on the part of the Bidder in preparing his bid shall not constitute a right to withdraw his bid subsequent to the bid opening. E. No proposal may be withdrawn without the Town s consent for a period of 45 days after the time for opening bids has passed. 20. Rejection of Bids. The Town of Queensbury reserves the right to reject any and all bids or to waive any and all informalities in any bid and accept any bid considered to be advantageous to the Town of Queensbury. 9

HEATING AND COOLING SYSTEM MAINTENANCE

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

More information

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

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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

More information

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

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

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

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

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

More information

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

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

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS RFP#75-18

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

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

More information

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

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

More information

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

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

More information

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

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

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

More information

WINDOW WASHING

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

More information

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

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

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

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB November 18, 2015 PURCHASING SERVICES CONTACT: Saundra L. Brady, CPPB, Purchasing Director, sbrady@swa.org TELEPHONE NUMBER: 561-640-4000

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

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

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

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

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

REQUEST FOR PROPOSALS RFP#74-18

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

More information

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

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

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

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

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

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

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

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

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 ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

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

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

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

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

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

GENERAL INFORMATION 1. SCOPE:

GENERAL INFORMATION 1. SCOPE: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and Participants require TRASH BAGS. The BOCES and Participants have agreed to form a Cooperative Bid Group as authorized by General Municipal

More information

REQUEST FOR QUOTATION

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

More information

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia

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

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

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

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

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

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

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

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

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

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

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

More information

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

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

More information

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

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

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

ATTACHMENT C SAMPLE CONTRACT

ATTACHMENT C SAMPLE CONTRACT ATTACHMENT C SAMPLE CONTRACT North Carolina Iredell County This contract is made and entered into on the last date of its execution as indicated by the date of execution herein by and between the Town

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

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

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

More information

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

RFQ #2766 Sale of Surplus Scrap Metal

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

More information

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department SOLICITATION For 2015/2016 WEED and SNOW REMOVAL SERVICES in CITY OF FORT MORGAN, COLORADO May 18, 2015 Jared R. Crone Lieutenant, Police Department POLICE DEPARTMENT P.O. BOX 100 FORT MORGAN, COLORADO

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

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

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

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

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

PUTNAM VALLEY CENTRAL SCHOOL DISTRICT SPECIFICATIONS AND BID FORM FOR STUDENT TRANSPORTATION

PUTNAM VALLEY CENTRAL SCHOOL DISTRICT SPECIFICATIONS AND BID FORM FOR STUDENT TRANSPORTATION Bid No. 2014-15-11 PUTNAM VALLEY CENTRAL SCHOOL DISTRICT SPECIFICATIONS AND BID FORM FOR STUDENT TRANSPORTATION Bids to be opened: AT: 10:00 a.m. DATE: January 13, 2015 PLACE: Business Office Putnam Valley

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

TOWN OF CUMBERLAND, RI BID #

TOWN OF CUMBERLAND, RI BID # TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

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

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

More information

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

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

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

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC. TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

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

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

REQUEST FOR QUOTATION

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

More information

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information