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

Size: px
Start display at page:

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

Transcription

1 CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION REQUEST FOR PROPOSAL RFP REQUEST FOR PROPOSAL For Scrap Metals, Tire Rims & Lead Acid Battery Recycling Cecil County, Maryland 1

2 Table of Contents I. PURPOSE. 3 II. OBJECTIVE 3 III. INQUIRIES 3 IV. METHOD OF SOURCE SELECTION. 3 V. PROPOSAL SUBMITTAL REQUIREMENTS. 3 VI. EXAMINATION SITE AND DATA 4 VII. DETERMINATION OF RESPONSIBILITY. 5 VIII. PROPOSER CERTIFICATION. 6 IX. SCOPE OF WORK 7 X. CONSTRAINTS ON THE SUCCESSFUL OFFEROR. 21 XI. PROPOSER PERSONNEL REQUIREMENTS 23 XII. RESPONSIBILITIES OF THE ORGANIZATION XIII. AGREEMENT OF TERMS AND CONDITIONS. 23 XIV. INSURANCE REQUIREMENTS.. 28 XV. BONDING REQUIREMENTS 29 XVI. INSTRUCTIONS FOR PROPOSAL.. 29 XVII. COMPLIANCE WITH THE RFP. 29 XVIII. REVISIONS DUE TO AMBIGUITY, CONFLICT OR OTHER ERRORS IN RFP. 30 XIX. IMPLIED REQUIREMENTS.. 30 XX. PROPOSALS AND PRESENTATION COSTS. 30 XXI. REJECTION OF PROPOSALS. 30 XXII. EXCEPTION TO FORMAT. 30 XXIII. REQUESTS FOR CLARIFICATION.. 31 XXIV. VALIDITY OF PROPOSALS 31 XXV. PROPOSAL SUBMITTAL FORMAT. 31 XXVI. PROPOSAL COST SHEET 32 XXVII. EVALUATION OF PROPOSAL AND AWARD. 37 XXVIII. NOTIFICATION XXIX. PROPOSAL PROTEST.. 40 XXX. TERM & TYPE OF CONTRACT 40 INDEMNITY/HOLD HARMLESS.. 41 PROPOSER CHECKLIST 27 REQUEST FOR PROPOSAL

3 I. PURPOSE: Cecil County, Maryland Department of Public Works, Solid Waste Division (SWMD) is requesting proposals for RFP 16-14; Scrap Metals, Tire Rims & Lead Acid Battery Recycling as specified within the Scope of Work from qualified firms, individuals, etc. having specific experience identified in the Request for Proposal (RFP). II. OBJECTIVE: The objective of this RFP is to solicit competitive proposals from qualified vendors with whom the County can contract for Scrap Metals, Tire Rims & Lead Acid Battery Recycling for the specified equipment. The composition of the Respondent s team or team configuration shall be clearly defined and stated with the proposal. The past experience and qualifications of the team shall be detailed in the proposal. The vendor shall be selected according to Best Value as determined by a select County Committee. III. INQUIRIES: All inquiries, questions, etc. concerning the RFP shall be forwarded to Purchasing Office by (Purchasingoffice@ccgov.org, cc; ehart@ccgov.org ) or or mail requests to Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, MD All questions shall be in writing. Any changes to the RFP will be in writing, documented and forwarded to all participating Proposers as soon as possible. Major changes or an excessive number of changes may result in cancellation of the existing RFP. IV. METHOD OF SOURCE SELECTION: Cecil County, Maryland is required to adhere to the Code of Cecil County, Chapter 92; Purchasing Code, concerning good public purchasing practices. All available information may be reviewed on the Cecil County, Maryland website ( Additional requirements are attached to the RFP requiring adherence to all Federal, State and local Regulations. V. PROPOSAL SUBMITTAL REQUIREMENTS: PROPOSAL Prospective packages shall be submitted in sealed envelopes clearly marked in the lower left-hand corner RFP 16-14; Scrap Metals, Tire Rims & Lead Acid Battery Recycling no later than 1:30 p.m. on August 13, No proposal will be accepted after 1:30 p.m. and all proposals shall be delivered to the Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, Maryland All material submitted will become the property of Cecil County, Maryland and the only information available at the proposal opening will be the names of Proposers submitting proposals. No facsimile of proposals will be accepted. 3

4 A Pre-Proposal meeting will be held on August 3, 2015 at 9 a.m. at the Cecil County Central Landfill, 758 E. Old Philadelphia Road, Elkton, MD in the Cecil County Roads Division Conference Room (upstairs), to answer questions about the RFP and the services to be provided hereunder. Attendance is not mandatory, but strongly encouraged. VI. EXAMINATION OF SITE AND DATA Before submitting proposals, prospective Proposers shall carefully examine the Proposed Contract Documents, inspect the current equipment, acquaint themselves with all governing laws, ordinances, etc. and otherwise thoroughly familiarize themselves with all matters which may affect the performance of the work. The act of submitting a proposal shall be considered as meaning that the Proposer has so familiarized himself and, therefore, no concession will be granted by the County because of any claim of misunderstanding or lack of information. Proposers are expected to read and study all specifications with special care and to observe all their requirements. Discrepancies, ambiguities, errors or omissions noted by Proposers should be reported promptly to the County for correction or interpretation before the date of the opening of proposal. 4

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

6 VIII. PROPOSER CERTIFICATION The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract. Dated at this day of, 20. State of County of, ss. By: (Title of Person Signing) (Name of Organization) being duly sworn, states he is of (Office) and that the answers to the foregoing questions and all statements therein contained are true and correct. Sworn to before me this day of 20. Notary Public (My Commission Expires: ) (NOTARY SEAL) 6

7 IX. SCOPE OF WORK: GENERAL CONCEPTS It is the intent and purpose of these specifications to secure proposals for: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling. Cecil County Government reserves the right to determine acceptability of any service being proposed. a.) Background Information i. The Cecil County Central Landfill accepts Scrap Metals and Lead Acid Batteries from residential and commercial sources within Cecil County. ii. iii. iv. Scrap Metals 1. Types of Scrap Metals collected include, but are not limited to, copper, aluminum, steel, tin, brass, and Refrigerant Units. 2. Types of Refrigerant Units collected include, but are not limited to, refrigerators, air conditioners, and freezers. 3. Recycling Scrap Metals and Refrigerant Units helps remove materials from the environment which may be hazardous, saves natural resources, energy, and saves valuable landfill space. Tire Rims The Cecil County Central Landfill also accepts tires, on the rim which are separated, the tire rims are currently removed for Scrap Metals recycling and the tires are then recycled The Cecil County Central Landfill also accepts Lead Acid Batteries from residential and commercial sources within Cecil County. Types of lead-acid Batteries collected include automotive, marine, motor cycle, lawn mower, recreational vehicle, and deep cycle Batteries. Recycling Lead Acid Batteries helps remove toxins from the environment which may be hazardous to the public, saves natural resources, energy, and saves valuable landfill space. v. The Scrap Metals and Lead Acid Battery Recycling programs have existed for over nineteen years. Tire Rim recycling has existed for over three years. 7

8 SPECIFICATIONS 1. INTENT a) The following specifications are minimal requirements to be met by the contractor submitting proposal proposals. Any changes or additional requirements submitted as part of the contractor s proposals shall be provided on a separate sheet of paper for review for possible acceptance. The County has the right to accept or refuse any change to the requirements list below. b) It is the intent of this Invitation to RFP (ITB) for Cecil County, Maryland (hereinafter "the County") to establish a term contract with a qualified and experienced Contractor to provide all labor, material, supervision and equipment necessary to provide Scrap Metals, Tire Rims, & Lead Acid recycling services (hereinafter Metal Recycling Services on site and to be collected thereafter at the Cecil County Central Landfill (hereinafter "Landfill") located at 758 E. Old Philadelphia Rd., Elkton, MD The Recycling services shall include facilitating transportation from the Landfill, any processing or sorting, and transporting the Scrap Metals to appropriate markets for sale. c) The option has been added to the RFP to propose pricing for Metal Recycling Services delivered to the proposer s facility. 2. CONTRACT ADMINISTRATION a) CONTRACT MANAGER i. The Contract Manager for this Contract shall be the County's Solid Waste Management Division Chief or his or her duly authorized representative. This shall be the Contractor's understanding in all cases throughout this document. ii. Decisions of the Contract Manager 1. To prevent misunderstanding the Contract Manager shall decide any and all questions which may arise as to the quality and acceptability of work performed and as to the manner of performance and rate of progress of said work, and shall decide all questions which may arise as to the interpretation of any or all conditions relating to the work and of the Specifications, and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. 8

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

10 3. DEFINITIONS v. All inquiries will be shared with each vendor submitting a proposal. The Purchasing Officer may issue an addendum to the Contract providing the Contract Manager's determination and/or interpretation. Unless otherwise indicated, or agreed to in the proposal, the following definitions shall be used: Business Day: Buyer: Conversion Factor: De-rim: Landfill: Lead Acid Batteries: Normal Operation Hours of Cecil County Central Landfill excluding Saturdays and Holidays listed in specifications. Shall be known as the Contractor. Shall mean 1.12 Short Ton = 1 Long Ton Conversion Factor = (2240 pounds per Short Ton / 2000 pounds per Long Ton) = 1.12 Short Ton Shall mean removing metal rims from tires and subsequent collection of rims for recycling Shall mean the Cecil County Central Landfill located at 758 E. Old Philadelphia Rd. (Rt. 7), Elkton, MD Types of lead-acid Batteries collected include automotive, marine, motor cycle, lawn mower, recreational vehicle, and deep cycle Batteries. Lead Acid Battery Contract Price: This is the final per pound Price that the Contractor will pay the County for the month of pickup of Lead Acid Batteries. This price will be reflected on the Weight Ticket(s). The Lead Acid Battery Contract Price = Dealer Buying Prices, Pittsburg Undrained, whole old batteries cents per pound high x Percentage Proposed by Contractor. Long Ton: Shall mean the weight 2,240 pounds. 10

11 Out-Throws: Metal Recyclables: Refrigerant Unit: Scrap Metals: Scrap Metals Contract Price: Shall mean non-metallic items collected with or as part of metal items. Scrap Metals, including Tire Rims, and Lead Acid Batteries Any unit or appliance which uses a refrigerant, such as Freon. Refrigerants include, but are not limited to, refrigerators, air conditioning units, and freezers. Any metal product and anything attached to it that is not metallic, including but not limited to, auto parts, trailers/campers, dryers, household appliances,, metal desks, cabinets, shelves, chairs, bicycles, fence, lawnmowers,, pipes, wire, crushed oil filters, Freon appliances or other Refrigerant Units. This definition excludes propane tanks and other gas cylinders and tanks with valves present. Tire rims and heavy equipment are not included in this definition. This is the final per Short Ton Price that the Contractor will pay the County for the month of pickup of Scrap Metals. This price will be reflected on the Weight Tickets. The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #2 Bundles per Long Ton x Percentage Proposed by Contractor x Conversion Factor Seller: Short Ton: Tire Rims: Tire Rim Contract Price: Shall be known as the County. Shall mean the weight of 2,000 pounds. Metal rims from tires This is the final per Short Ton Price that the Contractor will pay the County for the month of pickup of Tire Rims. This price will be reflected on the Weight Tickets. The Tire Rims Contract Price = Consumer Buying Prices, No. 1 Heavy Melt, Philadelphia per Long Ton x Percentage Proposed by Contractor x Conversion Factor 11

12 Weight Slips: Shall mean a ticket generated by a Weighmaster or other County employee operating the scales at the Landfill where goods shall be collected, which ticket shall identify the County, transporter (Contractor), material, and weight. 4. WORK TO BE PERFORMED a) CONTRACTOR RESPONSIBILITIES i. The Contractor shall be responsible for accepting Recyclables from the Landfill to markets for sale on an as needed or scheduled basis which will be determined by the Contract Manager s Authorized Representative. 1. The Contractor will remove Tire Rims from tires collected and may collect Tire Rims in a separate container on site 2. The Contractor will provide either a container, able to be secured, or a scheduled weekly pickup for Lead Acid Batteries. 3. The Contractor will NOT remove Scrap Metals, Tire Rims, or Lead Acid Batteries from the Landfill unless they have scheduled the removal with the Contract Manager s Authorized Representative. 4. The Contract Manager s Authorized Representative may schedule regular pickups with the Contractor in accordance with the nature of the proposal. 5. The contractor will pick up scrap metal from the Central Landfill at a rate no less than once per month. 6. The Contractor will NOT remove any Recyclables from the Landfill during Saturdays or County Holidays in which the Landfill is in operation unless prior approval is obtained. ii. The Contractor's vehicles shall be easily identifiable with Contractor's name and/or license number and the Cecil County Treasurer s Office issued Cecil County Landfill Identification sticker. 12

13 iii. Contractor shall collect Scrap Metals as is, including tires on bicycles, lawn mowers and trailers, cloth on umbrellas, wood on benches, etc. Under no circumstances shall the Contractor shred, sort, or otherwise alter/change the material to be collected at the site. 1. The contractor has the option of choosing to de-rim tires. If this option is chosen on the proposal form, tires shall be Derimmed on site. 2. At no time shall the Contractor invoice the County for any materials or contaminants within the load of Recyclables. iv. Solid Gas cylinders with valves, if found in the Scrap Metals, and deemed unacceptable by the Contractor, should be set to the side by the Contractor for recycling by a separate contractor. v. Any materials set to the side should be reported to the Contract Manager s Authorized Representative. vi. The Contractor has the option to be responsible for the removal of Freon and other ozone depleting compounds prior to recycling of materials. If this option is checked on the proposal form, Refrigerant removal shall be performed by a certified technician in compliances with the EPA Clean Air Act, Section 608. vii. The Contractor shall obtain a Cecil County Refuse Hauler License and shall report, any materials collected in Cecil County and taken elsewhere than the Cecil County Central Landfill for disposal and/or recycling biannually to the County Recycling Coordinator in accordance with the provisions of Cecil County Code 239 Refuse Haulers, Commercial. viii. The Contractor shall accept all designated Recyclables 1. At a minimum, the materials to be accepted are defined in Section III. ix. The Contractor's acceptable Scrap Metals materials may expand beyond items listed in this specification. 1. The Contractor may propose adding additional metal recyclables to the list of items during the term of this contract for the duration of the contract term including renewals upon County acceptance. 13

14 x. The Contractor for this Scrap Metals recycling services contract shall comply with all Federal, State, County and Local statutes, ordinances and regulations applicable for the removal of refrigerant(s) and marketing of Scrap Metals. xi. The Contractor shall demonstrate prior satisfactory experience in removing, hauling and marketing Scrap Metals. xii. County Landfill scales shall be used to weigh all incoming and outgoing vehicles, containers and materials. County generated tickets shall be used to invoice the Contractor at the Contract Price for that material (see Definitions). xiii. Contractor's negligent, accidental or intentional failure, to weigh in and out of the Landfill shall result in a payment to the County for that load based upon two times the highest paid amount made by the Contractor during the course of the contract to date. xiv. Contractor shall cover loads before leaving the Landfill. xv. Contractor may not separate or sort Scrap Metals at the Landfill due to lack of space and safety issues. 1. Tire Rims may be separated at the Landfill xvi. Contractor may store equipment on site for the express purpose of storing, compacting, or loading Recyclables. xvii. Contractor shall not store tools or fuel for Contractor's equipment on site. xviii. The Contractor shall collect and remove Recyclables within ten (10) business days of being contacted by the Contract Manager s Authorized Representative that there is sufficient material(s) to pickup or as otherwise scheduled with the Contract Manager s Authorized Representative. xix. Contractor shall remove Recyclables from the Landfill per specifications Monday through Friday between the hours of 7:30 a.m. and 3:30 p.m. while the scale house is staffed and operating. No pickups shall be made at any other times. xx. All material may contain a minimal amount of Out-throws. 14

15 xxi. No recyclable materials shall contain known hazardous materials other than normal refrigerants. 1. The Contractor will provide a certificate of recycling to the Contract Manager s Authorized Representative within thirty (30) days of pickup for the refrigerant collected from Refrigerant Units at the Landfill. b) COUNTY RESPONSIBILITIES i. Gas Cylinders 1. The County shall not be responsible for the removal of valves or making sure there are holes in gas cylinders. 2. The County reserves the right to separately collect, recover, and recycle gas cylinders of all types under a separate account. ii. Pickup Scheduling 1. The Contract Manager s Authorized Representative will schedule pickup of materials with the Contractor. iii. Weighing Loads iv. Collection 5. PERFORMANCE AND LAWS 1. The County shall weigh Recyclables in and out of landfill using certified scales and provide driver with a scale ticket. 1. The County shall collect Recyclables from residential and commercial sources. 2. The County shall, to the best of its ability, keep Out-throws out of the Scrap Metals. 3. At no time will the County be financially or legally responsible for any Out-throws delivered to your facility. a) All work performed shall be of high quality in accordance with good practices, procedures and industry standards. The Contractor shall conform to all Federal, State and Local laws and governmental regulations. 15

16 b) The Contractor shall assume liability for all applicable local, state and federal laws, including but not limited to transportation of Recyclables and any applicable laws governing the processing of Recyclables. 6. TITLE AND RESPONSIBILITY FOR RECYCLABLES c) The County agrees that title to the Recyclables shall pass to the Contractor at the time that Recyclables are accepted by the Contractor. The County shall assume all responsibility for the Recyclables until accepted by the Contractor. 7. QUANTITIES d) Quantities are a guideline and are not guaranteed to be available. e) The Contractor is obligated to collect all Recyclables in accordance with the specifications of the contract regardless of quantity. f) Quantities over the last ten years and the average for Scrap Metals and Lead Acid Batteries from the Cecil County Central Landfill: Table Scrap Metals, Steel Tire Rims, & Lead Acid Batteries Tons AVG Scrap Metal Steel Tire Rims Lead Acid Batteries

17 6. PRICE ADJUSTMENT a) Scrap Metals b) Tire Rims a. In submitting proposals, each Contractor shall set forth the percentage of the amount they will pay to the County for Scrap Metals in accordance with the contract. The floor price shall be $0.00 for all materials. This percentage and floor price shall remain fixed during the overall life of the contract. a. In submitting proposals, each Contractor shall set forth the percentage of the amount they will pay to the County for Tire Rims in accordance with the contract. The floor price shall be $0.00 for all materials. This percentage and floor price shall remain fixed during the overall life of the contract. 17

18 c) Lead Acid Batteries a. In submitting proposals, each Contractor shall set forth the percentage of the amount they will pay to the County for Lead Acid Batteries in accordance with the contract. The floor price shall be $0.00 for all materials. This percentage and floor price shall remain fixed during the overall life of the contract. 7. RECYCLABLE MATERIAL PRICING METHODOLOGY g) Scrap Metals i. The Contractor shall, within thirty days of the effective County invoice date, pay the County a percentage of a per ton fee determined from the following methodology: ii. The value of this material shall be based on the Consumer Buying Prices, Philadelphia Market, Grade No. 2 bundles, Long Ton price in the American Metal Market (AMM) for Scrap Metals. iii. This price shall be adjusted upon the first AMM issue each month for material delivered until the next month's issue. iv. If the published rate is a range, the high figure shall be used to determine the market price. If no price is posted, then the previous month's price shall remain in effect. The value of this material shall have a floor price of Zero ($0.00) for the contract period. The Scrap Metals Contract Price = 18 i. This material does not include tire rims, which will be collected separately. 1. The Contractor shall pay the Scrap Metals Contracted Price by the Short Ton. The Tire Rim Contracted Price is calculated by using the following formula: AMM Consumer Buying Prices, Philadelphia #2 Bundles per Long Ton x % Proposed x Conversion Factor 2. The Conversion Factor is 1.12 Short Tons per Long Ton and is determined by dividing 2240 pounds per Short Ton by 2000 pounds per Long Ton. The Conversion Factor is used to convert Long Tons to Short Tons for the purposes of determining the Scrap Metals Contract Price

19 b. Tire Rims 3. Example: AMM August 1, 2013 Consumer Buying Prices, Philadelphia #2 Bundles = $220 per Long Ton Scrap Metals Contract Price = $ per Long Ton x 80% proposed x 1.12 Scrap Metals Contract Price = $ per Short Ton i. The Contractor shall, within thirty days of the effective County invoice date, pay the County a percentage of a per ton fee determined from the following methodology: ii. The value of this material shall be based on the Consumer Buying Prices, Philadelphia Market, Grade No. 1 Heavy Melt, Long Ton price in the American Metal Market (AMM) for Scrap Metals. iii. This price shall be adjusted upon the first daily issue of AMM each month for material delivered until the next month's issue. The Tire Rims Contract Price = iv. If the published rate is a range, the high figure shall be used to determine the market price. If no price is posted, then the previous month's price shall remain in effect. The value of this material shall have a floor price of Zero ($0.00) for the contract period. v. At no time will the County pay for the service of having Tire Rims removed from tires. The Contractor will remove tires from rims and recycle the Tire Rims. vi. Tire Rims shall be separate from Scrap Metals in order to weigh them separately across the Landfill scales. vii. The Contractor shall pay the Tire Rims Contracted Price by the Short Ton. The Tire Rim Contracted Price is calculated by using the following formula: AMM Consumer Buying Prices, Philadelphia #1 Heavy Melt per Long Ton x % Proposed x Conversion Factor viii. The Conversion Factor is 1.12 Short Tons per Long Ton and is determined by dividing 2000 pounds per Short Ton by 2240 pounds per Long Ton. The Conversion Factor is used to convert Long Tons 19

20 to Short Tons for the purposes of determining the Scrap Metals Contract Price ix. Example: AMM October 9, 2012 Consumer Buying Prices, Philadelphia #2 Bundles = $303 per Long Ton Tire Rims Contract Price = $ per Long Ton x 50% proposed x 1.12 Tire Rims Contract Price = $ per Short Ton c. Lead Acid Batteries i. The Contractor shall, within thirty days of the effective County invoice date, pay the County a per pound fee according to fair market value, based on the American Metal Market Index, for Undrained, whole Lead Acid Batteries at the time of pickup from the Landfill. ii. This price shall be adjusted upon the first daily issue of AMM each month for material delivered until the next month's issue. iii. If the published rate is a range, the high figure shall be used to determine the market price. If no price is posted, then the previous month's price shall remain in effect. The value of this material shall have a floor price of Zero ($0.00) for the contract period. iv. The month of effective price quotation corresponds to the month that the day of pickup falls in. v. The Lead Acid Battery Contract Price = ''Non Ferrous Scrap Prices" for Undrained Whole Old Batteries (high side) Pittsburg area x % proposed by Contractor vi. Example: AMM August 1, 2012 Lead Undrained Whole Old Batteries Pittsburg (high) = $0.26 per pound Lead Acid Batteries Contract Price = $0.26 per pound x 70% proposed Tire Rims Contract Price = $0.18 per pound 20

21 Notes: 1. Vendors may propose on Options A, B, or C or any combination thereof on the proposal sheet. 2. Note: Any vendor is able to provide a proposal for one or all items listed on the Proposal Form. Additionally, for each Option listed the vendor is asked to describe the type of service they propose to provide. If the vendor has additional or alternative processes on how they can provide that service, each process shall be provided individually and shall be treated as a separate proposal. To avoid confusion it is recommended to provide each process on a separate Proposal Form. 8. SERVICE DELIVERY FAILURES a) Failures of a Contractor to deliver services within the time specified, or the inability of a Contractor to accept or transport certain materials, or deliver services within reasonable time as interpreted by the County, shall constitute authority for the County to procure the services in the open market. On all such procurements, the Contractor shall reimburse the County, within a reasonable time specified by the County, for any expense incurred in excess of contract prices. Such purchases shall be deducted from contract quantities. X. CONSTRAINTS ON THE SUCCESSFUL OFFEROR: PERMITS All required permits shall be obtained and paid for by the PROPOSER, except those, which have been obtained by the County and are hereby made a part of this Contract. PROPOSER S RESPONSIBILITY It shall be the PROPOSER s responsibility to schedule and coordinate all work to be performed under this Contract to insure continuous and smooth operations of the work and completion within the times specified in the proposal. The Scope of Work is intended to cover the complete project. It shall be distinctly understood that failure to mention any work, which would normally be required to complete the project, shall not relieve the PROPOSER of his responsibility to perform such work. 21

22 ANNULMENT OF CONTRACT Should the PROPOSER fail to fully satisfy the customer, or to comply with orders of the County, or to perform anew such work that has been rejected as defective and unsuitable, or if the PROPOSER shall become insolvent or be declared bankrupt or shall make an assignment for the benefit of creditors or from any other cause shall not carry on the work in an acceptable manner, the County shall have the right to annul its Contract and all Departmental Contracts at the County s convenience. CONTRACT TERM Cecil County, Maryland intends that the contractor awarded a contract, will perform the work commencing upon the date specified in the Notice to Proceed or notification letter and terminate upon expiration or completion of the project unless terminated by the County with the delivery of written notification of contract termination. All contracts extending beyond the County s fiscal year (June 30 th annually) shall be subject to budget appropriation. In the event the on-going contract does not acquire funding to continue, the awarded contractor shall be notified in writing at the earliest possible date and contract termination shall be coordinated. Funding for this project in fiscal year 2016 (July 1, 2015 through June 30, 2016) and when applicable, in any subsequent fiscal year, is specifically subject to the appropriation of funding by the Cecil County Council. If funding is not appropriated by the County Council, then the vendor will be compensated for materials delivered or service up to and including date of termination. This is a service type contract under which Cecil County, Maryland is obligated during the term of the contract (Final execution of contract documents through June 30, 2016) to purchase its normal requirements of scrap metals, tire rims & lead acid battery recycling as listed within these specifications with the option of extending the contract for two (2) years in one (1) year increments by mutual agreement without changes to existing conditions or specifications. Any changes may result in the contract being re-proposal. Cecil County, Maryland reserves the right to accept or reject any option for contract renewal. APPROXIMATE QUANTITIES The PROPOSER s attention is called to the fact that the quantities given are estimated quantities and are intended as a guide to the PROPOSER but in no way bind or limit the County to the actual amount of work to be performed or the quantity of material to be furnished. Any estimates of quantities herein furnished by the County are approximate only and have been used by the County as a basis for estimating the cost of the work and will also be used for the purpose of tabulating and comparing the proposal and awarding the Contract. The County has endeavored to estimate these quantities correctly according to their knowledge and the information as shown; but, it is not guaranteed that these estimated quantities are accurate and if the PROPOSER, in making up and/or submitting his proposal or proposal relies upon the accuracy of said estimated quantities, does so at his own risk. 22

23 PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions of this Contract or in exercising any power of authority granted herein, there shall be no personal liability upon the County or its authorized assistant, it being understood that in such matters he acts as the agent or representative of the County. XI. PROPOSER PERSONNEL REQUIREMENTS: AFFIRMATIVE ACTION POLICY In accordance with Cecil County s Affirmative Action policy against discrimination, no person shall, on the grounds of race, color, creed, religion, sex, age marital status, national origin, handicap or disability, be excluded from full employment rights in, participation in, be denied the benefits of, or be otherwise subjected to discrimination. During the performance of the work and services hereunder, the PROPOSER, for themselves, their assignees and successors in interest, agrees to comply with all federal, state, and local nondiscrimination regulations. RESPONSIBILITY FOR COMPLETE PROJECT It is the responsibility of the PROPOSER to perform the work under this Contract. If mention has been omitted in the Contract Documents of any items of work or materials usually furnished or necessary for the completion or proper functioning of the equipment, it shall be included by the Proposer without extra payment. XII. RESPONSIBILITIES OF THE ORGANIZATION: INSPECTION The County may appoint such persons as they may deem necessary to properly review the proposal and presentation to select the best overall proposal for equipment purchase. XIII. AGREEMENT OF TERMS AND CONDITIONS: PROPOSAL Made this day of, Business Address 23

24 The PROPOSER declares that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this proposal or in the Contract or Contracts proposed to be taken is or are the undersigned; that this proposal is made without any connection or collusion with any person, firm or corporation making a proposal for the same work; that the attached specifications have been carefully examined and are understood; that as careful an examination has been made as is necessary to become informed as to the character and extent of the work required; and, that it is proposed and agreed, if the proposal is accepted to contract with Cecil County, Maryland, in the form of Contract heretofore attached, to do the required work in the manner set forth in the specifications. The proposal price on the attached and signed Proposal Forms is to include and cover the furnishing of all equipment, materials and labor requisite and proper and the providing of all necessary machinery, tools, apparatus and means for equipment delivery. If this proposal shall be accepted by said County and the undersigned shall refuse or neglect within ten days after receiving the Contract for execution to execute the same, and to give stipulated bond, then said County may at their option determine that the PROPOSER has abandoned the Contract; and, thereupon, the proposal and the acceptance thereof shall be null and void; and, the deposit accompanying the proposal shall be forfeited to and become the property of the County. In the case of firms, the firm s name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. If practical, the seal of the corporation shall be affixed. I/We identify by number, date and number of pages the following addenda: No. Date No. of Pages The names and addresses of all members of a firm or the names, addresses and titles of every officer of a corporation, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the proposal. METHOD OF PAYMENT All invoices shall be reviewed and approved by a PROPOSER s representative and the County s representative before submission. All invoices must be submitted to the Cecil County Finance Depart.: CC: Department of Public Works, Solid Waste Division, 200 Chesapeake Blvd, Elkton, MD All invoices will be Net Thirty (30) days and if time frame for completion is over thirty (30) days, payments and invoices shall be equally submitted every thirty (30) days and the final payment upon final acceptance of the final product. 24

25 CLAIMS Should the PROPOSER believe that it is entitled to any additional compensation; the PROPOSER shall file a written notice of claim thereof with the County. Unless otherwise specified, such notice shall be given no later than twenty (20) days after the onset of such alleged damages, losses, expenses or delays. BREACHES AND DISPUTE RESOLUTION -Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of Cecil County, Maryland. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to Cecil County, Maryland. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of Cecil County, Maryland shall be binding upon the Contractor and the Contractor shall aproposale be the decision. -Performance During Dispute - Unless otherwise directed by Cecil County, Maryland, Contractor shall continue performance under this Contract while matters in dispute are being resolved. -Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. -Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between Cecil County, Maryland and the Contractor arising out of or relating to this agreement or its breach will be decided by Binding Arbitration. By submitting a proposal you agree to these conditions. Arbitration of Dispute: In any claim, dispute or other matter in question arising out of or related to this Agreement, the Parties must submit the issue to binding arbitration in accordance with Title 3, Subtitle 2, Courts and Judicial Proceedings Article, Annotated Code of Maryland, before the Circuit Court for Cecil County prior to filing any action in any Court. Waiver of Jury Trail: The parties hereto waive their right to elect a jury trial in any dispute involving their rights under this Agreement. Costs and Attorney Fees: In the event of arbitration by any of the parties to enforce the terms of this Agreement, the prevailing party in the action shall be entitled to reasonable and necessary attorneys fees, court costs, arbitrator fees, witness fees and all expenses of suit. The reasonableness and necessity of attorneys fees, costs, witness fees and expenses, will be determined by the arbitrator. 25

26 -Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by Cecil County, Maryland, (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing. TRANSPORTATION Prices quoted shall be net, including transportation and delivery charges fully prepaid by the seller, f.o.b. destination (Cecil County, Maryland/designated locations, Elkton, MD 21921). No additional charges shall be allowed for packing, packages or partial delivery costs. By submitting their quote, all Proposers certify and warrant that the price offered for f.o.b. destination includes only the actual freight rate cost as at the lowest and best rate and based upon actual weight of the goods to be shipped. Standard commercial packaging, packing and shipping containers shall be used, except as otherwise specified herein. 26

27 STATE OF MARYLAND SALES AND USE TAX ADMISSIONS AND AMUSEMENT TAX LAWS AND REGULATIONS ISSUED BY COMPTROLLER OF THE TREASURY SALES AND USE TAX DIVISION Taxation by Other Law (c) Sales tax paid in other jurisdiction (1) To the extent that a buyer pays another state a tax on a sale or gross receipts from a sale of tangible personal property or a taxable service that the buyer acquires before the property of service enters this state, the sales and use tax does not apply to use of the property or service in this state. (2) If the tax paid to another state is less than the sales and use tax, the buyer shall pay the difference between the sales and use tax and the amount paid to the other state in accordance with the formula under (b) Nonresident Property The sales and use tax does not apply to use of tangible personal property or a taxable service that: (1) A non-resident. (i) Acquires before the property or service enter the state; and (ii) Uses: 1. For personal enjoyment or use or for a use that the Comptroller specifies by regulation, other than for a business purpose; or 2. Does not remain in the state for more than 30 days Depreciation Allowance (a) In general - a buyer is allowed a depreciation allowance as an adjustment to taxable price if: 27 (b) (1) Tangible personal property or a taxable service is acquired before the tangible personal property is brought into the state for use in the state or before the taxable service is used in the state; and (2) The use first occurs in another state or federal jurisdiction. Amount allowance - The allowance under subsection (a) of this section for each full year that follows the date of purchase is ten percent (10%) of the taxable price paid to acquire the tangible personal property or taxable service.

28 XIV. INSURANCE REQUIREMENTS: WORKER S COMPENSATION AND EMPLOYER S LIABILITY INSURANCE (a) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of his employees to be engaged in work on the project under the Contract. (b) In case any portion of the project is sublet, the Contractor shall require all of the sub-contractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of their employees to be engaged in work in the project under the Contract. (c) The Contractor and the sub-contractor shall not begin work until the Contractor has first filed with the County satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County, Maryland as an Additional Insured. ) INSURANCE REQUIREMENTS FOR VENDORS AND SUBCONTRACTORS: All vendors or contractors who perform any type of work or service on Cecil County, Maryland property or in areas where the County is responsible or liable must maintain such insurance coverage(s) as determined by the County to protect the County s interest(s). The following coverage and amount are generally required, but the County reserves the right to modify these requirements at its discretion or reject any insurance policies which do not meet these criteria. General Liability Insurance not less than $1,000,000 per occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding or limiting products/completed operations, contractual liability or cross liability. The County must be named insured and a certificate of insurance must be provided. Workman s Compensation Insurance at minimum Maryland Statutory Limits. Business Auto (includes trucks) Liability insurance not less than $1,000,000 per occurrence for all leased, owned, non-owned and hired vehicles when vehicles are utilized to perform the work or services required by the County. The Contractor shall provide a "Certificate of Insurance" naming the Cecil County, Maryland as an "Additional Insured" and showing the levels of Worker s Compensation and all Liability Coverage. No purchase order will be released until a valid certificate(s) of insurance evidencing all required insurance coverage and documentation is provided to the Purchasing Office. Professional liability insurance is generally applicable and required for each contract involving professional or technical services as defined in Chapter 93 of the Code of Cecil County. This includes, but is not limited to services provided by accountants, architects, actuaries, engineers, lawyers and physicians. 28

29 All contractors performing services for Cecil County, Maryland are required to provide notification of Certificate of Insurance cancellation days prior to cancellation. XV. BONDING REQUIREMENTS: CERTIFIED CHECK OR PROPOSAL BOND (a) No proposal will be considered unless accompanied by a official check or an acceptable proposal bond of the Proposer or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County, payable to the order of Cecil County, Maryland, for One Thousand Dollars, which will be forfeited to the County in case an award is made and the Contract and Bond are not promptly and properly executed as required within ten (10) days after the award of the Contract. (b) The official check and/or proposal bonds or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County, of all except the two (2) selected PROPOSERs shall be returned after the Contract is awarded; and, the checks of the selected PROPOSERs shall be returned after the proper execution of the Contract Documents with the selected PROPOSER. (c) If the selected PROPOSER shall fail to execute the Contract Documents as specified, he shall forfeit the proposal bond or certified check or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County as liquidated damages and the Contract may be awarded to the second selected PROPOSER as specified in the paragraph entitled METHOD OF AWARD. XVI. INSTRUCTIONS FOR PROPOSAL: Proposal shall be submitted in a sealed envelope addressed to: Cecil County Purchasing Office 200 Chesapeake Blvd. Suite 1400 Elkton, Maryland The PROPOSER s name and address shall appear in the upper left hand corner of the proposal envelope with the job name and contract number appearing in the lower left hand corner of the envelope. The PROPOSER shall submit minimally one (1) original and one (1) electronic copy (disc, PDF format only) of the proposal. Failure to submit a proposal in this manner may be considered cause for rejection of the proposal as determined by Cecil County, Maryland. XVII. COMPLIANCE WITH THE RFP: All proposals submitted shall be in strict compliance with the RFP and failure to comply with all provisions in the RFP may result in disqualification or rejection of the proposal. 29

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

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

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling Cecil County Government Purchasing Department Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING

More information

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR

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

More information

REQUEST FOR PROPOSAL For

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

More information

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

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

More information

REQUEST FOR PROPOSAL For Light Fixture Replacement

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

More information

REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION

REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION CECIL COUNTY, MARYLAND DEPARTMENT OF SENIOR SERVICES AND COMMUNITY TRANSIT REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL: DESIGN AND BUILD CANOPY EXTENSION 1 Cecil County, Maryland Table of Contents I. PURPOSE:...

More information

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

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

More information

ALL TERRAIN SLOPE MOWER

ALL TERRAIN SLOPE MOWER Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

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

More information

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

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

More information

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

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

More information

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

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

More information

REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION

REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION CECIL COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS WASTEWATER DIVISION REQUEST FOR PROPOSAL RFP 13-04 REQUEST FOR PROPOSAL: SCADA SYSTEM RELOCATION Cecil County Government 1 TABLE OF CONTENTS TITLE: PAGE:

More information

REQUEST FOR PROPOSAL For: CALVERT REGIONAL PARK EARTH WORK PHASE I

REQUEST FOR PROPOSAL For: CALVERT REGIONAL PARK EARTH WORK PHASE I CECIL COUNTY, MARYLAND DEPARTMENT OF PARKS AND RECREATION REQUEST FOR PROPOSAL RFP 15-18 REQUEST FOR PROPOSAL For: CALVERT REGIONAL PARK EARTH WORK PHASE I Cecil County, Maryland 1 TABLE OF CONTENTS: I.

More information

BOTTLED WATER AND SUPPLIES

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

More information

REQUEST FOR PROPOSAL For ON-CALL CONSTRUCTION INSPECTION SERVICES

REQUEST FOR PROPOSAL For ON-CALL CONSTRUCTION INSPECTION SERVICES RFP 14-24 ON-CALL CONSTRUCTION INSPECTION SERVICES CECIL COUNTY, MARYLAND DEPARTMENT of PUBLIC WORKS; Engineering & Construction Division REQUEST FOR PROPOSAL RFP 14-24 REQUEST FOR PROPOSAL For ON-CALL

More information

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

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

More information

REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS

REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS CECIL COUNTY GOVERNMENT REQUEST FOR PROPOSAL RFP 10-07 REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS Cecil County Government 1 TABLE OF CONTENTS TITLE: PAGE:

More information

REQUEST FOR PROPOSAL For Tire Wash Unit

REQUEST FOR PROPOSAL For Tire Wash Unit CECIL COUNTYGOVERNMENT DEPARTMENT OF PUBLIC WORKS ENGINEERING AND CONSTRUCTION DIVISION REQUEST FOR PROPOSAL RFP 13-11-53027 REQUEST FOR PROPOSAL For Cecil County Government 1 Table of Contents I. PURPOSE:...

More information

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

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

More information

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

REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES

REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ENGINEERING & CONSTRUCTION DIVISION REQUEST FOR PROPOSAL RFP 14-25-55060 REQUEST FOR PROPOSAL For The DESIGN/BUILD OF CARPENTER S POINT AREA SEWER TRENCHES

More information

REQUEST FOR PROPOSAL For. Inmate Telephone System

REQUEST FOR PROPOSAL For. Inmate Telephone System CECIL COUNTY, MARYLAND Cecil County Sheriff s Office - Detention Center/Community Corrections REQUEST FOR PROPOSAL RFP 15-24 REQUEST FOR PROPOSAL For Cecil County, Maryland 1 Table of Contents I. PURPOSE.

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

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

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

CECIL COUNTY, MARYLAND Roadway Culvert Installation

CECIL COUNTY, MARYLAND Roadway Culvert Installation CECIL COUNTY, MARYLAND BID NO. 18-02 CECIL COUNTY, MARYLAND Roadway Culvert Installation CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE 200 CHESAPEAKE

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

City of Bowie Private Property Exterior Home Repair Services

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

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES

CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES CECIL COUNTY, MARYLAND GRASS CUTTING COUNTY PROPERTIES CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON,

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

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

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

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

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

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

REMOVE AND REPLACE CONCRETE CURB

REMOVE AND REPLACE CONCRETE CURB REMOVE AND REPLACE CONCRETE CURB CECIL COUNTY GOVERNMENT Department of Public Works Roads Division CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921 REMOVE AND

More information

CECIL COUNTY, MARYLAND Guiderail Installation and Repair

CECIL COUNTY, MARYLAND Guiderail Installation and Repair CECIL COUNTY, MARYLAND BID NO. 19-03 CECIL COUNTY, MARYLAND Guiderail Installation and Repair CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

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

More information

RFP 18-03: Inmate Telephone System CECIL COUNTY, MARYLAND

RFP 18-03: Inmate Telephone System CECIL COUNTY, MARYLAND RFP 18-03 Inmate Telephone System CECIL COUNTY, MARYLAND Cecil County Finance Department/ Purchasing Division 200 Chesapeake Blvd, Suite 1400 Elkton, MD 21921 PURCHASINGOFFICE@CCGOV.ORG 410-996-5395/5396

More information

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

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

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

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

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

More information

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

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

More information

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

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

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

More information

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

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

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

More information

Bid 16-25: Pipe Liner

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

More information

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

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

More information

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

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

More information

Goal General Terms and Conditions

Goal General Terms and Conditions Appendices: Appendix A Goal General Terms and Conditions I. LEGAL STATUS The Vendor shall be considered as having the legal status of an independent contractor vis-à-vis GOAL. The Vendor, its personnel

More information

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REQUEST FOR QUOTATIONS Scrap Metal Processing, Transportation and Marketing December 5, 2018 1. INTRODUCTION The Regional District of Okanagan-Similkameen (RDOS)

More information

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

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

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

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

More information

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

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

More information

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

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

More information

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

City of Hyattsville RFP

City of Hyattsville RFP May 25, 2018 RFP #DPW18-007 City of Hyattsville RFP Request for Proposal Hyattsville Teen Center Build Out City of Hyattsville 4310 Gallatin Street Hyattsville, MD 20781 Table of Contents REQUESTS FOR

More information

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

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-14: ABATEMENT OF RUSSELLVILLE PROPERTY, REMOVAL OF SOLID WASTE SUBMISSIONS SHALL BE ACCEPTED UNTIL FRIDAY, FEBRUARY 9 at 3:30 p.m. Central AND

More information

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

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

More information

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. FARMERS MARKET AGREEMENT I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. II. III. IV. PURPOSE: The Town wishes to have an innovative Farmers

More information

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

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

More information

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT REQUEST FOR PROPOSALS RFP#03 4712p SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT ISSUE DATE: MAY 17, 2017 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

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

More information

CECIL COUNTY, MARYLAND. Bid ASPHALT OVERLAY

CECIL COUNTY, MARYLAND. Bid ASPHALT OVERLAY CECIL COUNTY, MARYLAND Bid 18-06 ASPHALT OVERLAY CECIL COUNTY, MARYLAND: DEPARTMENT OF PUBLIC WORKS ROADS DIVISION CECIL COUNTY, MARYLAND/PURCHASING OFFICE 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND

More information

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

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

More information

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

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 PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

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

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

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

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

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

TOWN OF 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

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

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

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

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

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

More information

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

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

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

More information

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CITY OF SYRACUSE REQUEST FOR QUALIFICATIONS SERVICES FOR REDUCING BLIGHTING INFLUENCES OF RESIDENTIAL STRUCTURES FUNDED BY THE CITY OF SYRACUSE DEPARTMENT OF NEIGHBORHOOD & BUSINESS DEVELOPMENT DIVISION

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

REQUEST FOR PROPOSAL: COMMISSARY SERVICES for DETENTION CENTER

REQUEST FOR PROPOSAL: COMMISSARY SERVICES for DETENTION CENTER CECIL COUNTY, MARYLAND CECIL COUNTY SHERIFF S OFFICE CECIL COUNTY DETENTION CENTER REQUEST FOR PROPOSAL RFP 13-15 REQUEST FOR PROPOSAL: COMMISSARY SERVICES for DETENTION CENTER Cecil County, Maryland SECTION

More information

Quiet Zone Installation Agreement

Quiet Zone Installation Agreement Quiet Zone Installation Agreement THIS QUIET ZONE INSTALLATION AGREEMENT is made effective this 3rd day of August, 2009, by and between WatersEdge Land Company, L.L.C. ( WatersEdge ) and the City of Overland

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

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

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

More information

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

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

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

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

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

More information