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

Similar documents
TOWN OF BARNSTABLE REGULATORY SERVICES DIVISION INVITATION FOR BID MULTIPLE FUEL EFFICIENT VEHICLE LEASE. January 26, 2011

Town of Barnstable. Request for Proposal. FOR THE LEASE OF GOLF CARTS FOR THE GOLF DIVISION At OLDE BARNSTABLE FAIRGROUNDS GOLF COURSE

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT DEPARTMENT CONSTRUCTION SPECIFICATIONS FOR THE

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Town of Barnstable. Invitation for Bid. Side Scan Sonar For Marine & Environmental Affairs Division. November 17, 2010

TOWN OF BARNSTABLE. Invitation for Bid. Service Provider for Boiler and Burner Maintenance Services for the Town of Barnstable School Facilities

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT CONSTRUCTION SPECIFICATIONS FOR

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TOWN OF BARNSTABLE DEPARTMENT OF PUBLIC WORKS INVITATION FOR BID PRECAST CONCRETE BOX CULVERT ISSUED: SEPTEMBER 26, 2011

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL RFP #14-03

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

Town of Lee Septic Tank Pumping Services

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

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

2. AMENDMENTS TO BID:

Request for Bid/Proposal

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

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

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

Request for Proposals. Assessment Center for Beverly, Peabody and Salem Police Departments

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

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

REQUEST FOR PROPOSALS RFP#75-18

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

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

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

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

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

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

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

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

PROPOSAL LIQUID CALCIUM CHLORIDE

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

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

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

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

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

GENERAL INFORMATION 1. SCOPE:

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

PURCHASING DEPARTMENT

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

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

Town of Wareham. Request for Proposals (RFP) AMBULANCE BILLING SERVICE

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR SEALED BID PROPOSAL

MELBA SCHOOL DISTRICT

City of Albany, New York Traffic Engineering

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID TOWN OF BARNSTABLE

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Town of Barnstable Barnstable Public Schools

B. The Bid is made in compliance with the Bidding Documents.

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

LONE TREE SCHOOL FLOORING REPLACEMENT

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

PURCHASING DEPARTMENT

INVITATION FOR BID TOWN OF BARNSTABLE

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

Request for Proposal # Executive Recruitment Services

City of Albany, New York

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

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

AIA Document A701 TM 1997

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

Request for Proposal Internet Access

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

REQUEST FOR SEALED BID PROPOSAL

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

PURCHASING DEPARTMENT

REQUEST FOR SEALED BID PROPOSAL

PURCHASING SPECIFICATION

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

REQUEST FOR SEALED BID PROPOSAL

Transcription:

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 every bidder who receives this bid and all associated documents electronically to check for any addenda or modification to this solicitation, if they intend to respond. The Town of Barnstable accepts no liability to provide accommodation to bidders who submit a response based upon an out of date solicitation document or bid documents obtained from a source other than the Town. Bidders may not alter (manually or electronically) the bid language or any bid documents. Unauthorized modifications to the body of the bid, specifications, terms or conditions, or which change the intent of this bid are prohibited and may disqualify a response. 1

2

Notice INVITATION TO BID TOWN OF BARNSTABLE BARNSTABLE PUBLIC SCHOOLS The Purchasing Agent of the Town of Barnstable, on behalf of the School Facilities Director and the Barnstable School Committee, is soliciting bids for the following services: Refuse Collection and Disposal for the Barnstable School Department Three Year Contract September 1, 2013 thru August 31, 2016 With two (2) one (1) year options Specifications and bid forms will be available immediately on the Town of Barnstable website, Bid & RFP System at www.town.barnstable.ma.us. Questions may be directed to the office of the Purchasing Agent/Contract Compliance Officer, 230 South Street, 3 rd Floor, Hyannis, MA 02601, telephone number (508) 862-4741, between the hours of 8:00 AM and 4:00 PM, Monday through Friday excluding holidays. Bids will be opened and read in the office of the Purchasing Agent, 230 South Street, 3 rd Floor, Hyannis, MA 02601 at 2:00 PM on Wednesday, July 10, 2013. All bids must be received in the Purchasing Agent s office, in a sealed envelope marked School Dept. Refuse Removal Bid", prior to the bid opening. The Town of Barnstable reserves the right to reject any or all bids when it deems to be in the best interest of the Town. Contract award will be made by the Barnstable School Committee within (30) thirty days of the bid opening. 3

TOWN OF BARNSTABLE BARNSTABLE SCHOOL DEPARTMENT GENERAL SPECIFICATIONS A. Attention of all bidders is directed to the General Laws of the Commonwealth of Massachusetts as most recently amended as applicable to the award of this contract. Waste Removal is exempt from M.G.L. 30B. Issuance of this IFB does not signify the Town s submission of this service to the provisions of the Act, and the contract and award will be made at the Town s discretion. B. The bidder shall submit the bid upon forms furnished by the TOWN. All bids shall be in ink or typewritten and must be filled out completely. The prices shall, without exception include all royalties and costs arising from patents, trademarks and copyrights in any way involved in the equipment and accessories supplied. C. All bids shall be signed correctly in ink by the individual or in case of a firm, partnership or corporation, by a person having the legal authority from said firm, partnership, or corporation to sign the bid. D. All bids shall be submitted to the office of the Purchasing Agent, 230 South Street, Hyannis, MA 02601, on or before the date and time stated in the "Notice". Each bid shall be in sealed envelopes, clearly marked to indicate the contents, with the name and address of the bidder. E. Bid forms shall be completely filled in. Bids which are incomplete, conditional or obscure, or which contain additions not called for, will be rejected. Use the pages of this document when submitting bids and submit contract document intact. F. Bidders may correct, modify or withdraw the original bids on or before the date and time stated in the "Notice". Corrections or modifications shall be in sealed envelopes clearly marked to indicate the contents, with the name and address of the bidder. A bidder who wishes to withdraw a bid must make the request in writing. G. Any bid received after the date and time stated in the "Notice" shall not be opened. Unopened bids will be returned to the bidder. H. Bids will be publicly opened and read at the date and time stated in the "Notice". All interested parties are invited to be present. I. At the time of the opening of bids each bidder will be presumed to have read and to be thoroughly familiar with the Contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of his/her bid. 4

J. Each bidder shall acknowledge receipt of any and all addendum issued to the invitation of bids by so indicating on Bid Sheet. Failure to do so shall be cause to reject the bid as being non responsive. K. Each bidder must sign and submit "Certificate of Non-collusion" clause and a "State Tax Certification" clause with the bid sheet. (Forms are attached to Bid Sheet). M. No award will be made to any bidder who cannot satisfy the Town that he has sufficient ability and experience in this class of work and sufficient capacity to enable him to prosecute and complete the work successfully within the time named. The Town s decision or judgment on these matters shall be final, conclusive and binding. Conditional bids will not be accepted. N. The Contract will be awarded within 60 days after the actual bid opening, subject to the availability of funds, to the lowest responsive, responsible bidder complying with the conditions set forth in the bid document, provided the bid, in the opinion of the awarding authority, is reasonable and it is in the best interest of the Town of Barnstable to accept it. O. The Contract length shall be three (3) years, from September 1, 2013 through and including August 31, 2016, with two (2) one (1) year options at the sole discretion of the Town. P. If services of the bidder are subsequently deemed to be unsatisfactory to the Town and are in violation of these specifications, the Town shall notify the said bidder in writing. If mutually agreeable arrangements cannot be achieved between the Town and the bidder, the terms of the Contract will be terminated. Q. The bidder's attention is directed to the fact that all applicable state Laws, Municipal Ordinances, and the rules and regulations of all authorities having jurisdiction over bid/purchase shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. Clarification and interpretations of this Invitation for Bid must be requested in writing. Responses shall be likewise furnished. The last day to submit written requests is June 27, 2013. After that day no requests or questions will be accepted. Please contact the Town of Barnstable for clarification of this Request for Qualifications, direct all inquiries regarding the plan to: Johanna F. Boucher Purchasing Agent/Contract Compliance Officer 230 South Street, 3 rd Floor Hyannis, MA 02601 Phone. (508) 862-4741 Fax: (508) 862-4717 Business Hours: 8:00 a.m. 4:00 p.m. Monday through Friday johanna.boucher@town.barnstable.ma.us 5

6

TOWN OF BARNSTABLE BARNSTABLE SCHOOL DEPARTMENT DETAILED SPECIFICATIONS SECTION II - DETAILED DESCRIPTION OF SERVICES Statement Of Work: The Town of Barnstable is seeking to acquire refuse/waste collection and disposal services for the School Department including twelve (9) schools and the Maintenance Facility. A. Contractor is to provide all equipment required to perform services including waste containers/compactors for each site. Trash removal site locations, number of containers, size, and approximate yearly pickups per Attachment A to this IFB. B. Contractor to include with Bid, all information on any recycling programs that are available. C. Absolutely NO pickups may be made before 6:00 am. A. Contractor to complete all attached Bid Forms and certifications requested. Bid Price Submittal to include disposal fees and any other associated costs or fees. III. Obligations of Contractor to Town A. The Contractor will provide waste removal services as indicated in Scope of Work. To this end the Contractor must have backup equipment available to him in the event of breakdowns. B. Insurance Requirement 1. Indemnification The Contractor shall indemnify, defend, and save harmless the Town, all of the Town officers, agents and employees from and against all suits and claims of liability of every name and nature, including attorney s fees and costs of defending any action or claim, for or on account of any claim, loss, liability or injuries to persons or damage to property of the Town or any person, firm, corporation or association arising out of or resulting from any act, omission, or negligence of the Contractor, subcontractors and their agents or employees in the performance of the work covered by this Agreement and/or their failure to comply with terms and conditions of this Agreement. The foregoing provisions shall not be deemed to be released, waived or modified in any respect by reason of any surety or insurance provided by the Contractor under contract with the Town. 2. General Requirements (a) The Contractor shall, before commencing performance of the contract, be responsible for providing and maintaining insurance coverage in force for the life of the contract of the kind and in adequate amounts to secure all of the obligations under the contract and with insurance 7

companies acceptable to the Town of Barnstable. All such insurance carried should not be less than the kinds and amounts designated herein, and the Contractor agrees that the stipulation herein of the kinds and limits of coverage shall in no way limit the liability of the Contractor to any such kinds and amounts of insurance coverage. Under all insurance coverage, required or not required by the Town, the Contractor shall defend, indemnify, and hold harmless the Town of Barnstable, its elected or duly appointed offices, directors and employees against any claim based upon negligent, accidental or intentional acts or omissions of the contractor, its employees or its agents in providing its services to employees of the municipality or their dependants pursuant to the agreement. (b) With the exception of Professional Services Liability for architects, designers and engineers, and Worker s Compensation, the Town of Barnstable and its employees must be named as an additional insured and a certificate of insurance will be provided indicating such for each of the insurance policies or surety bonds obtained pursuant to the requirements established by the issuance of the contract. Upon execution of the contract the Contractor will provide copies of certificates of insurance to the Town of Barnstable, Procurement & Risk Management. (c) Failure to provide and continue in force such insurance as aforesaid shall be deemed a material breach of this contract, and shall constitute sufficient grounds for immediate termination of the same. All insurance maintained as provided for in the above shall be taken out and maintained at the sole expense of the Contractor. Annually, at time of Contractor s policy renewal, updated insurance certificates shall be sent to the Town of Barnstable, Procurement & Risk Management. (d) No cancellations of such insurance, whether by the insurer or by the insured party shall be valid unless written notice thereof is given by the parties proposing cancellation to the other party and to the Town of Barnstable at least thirty (30) days prior to the intended effective date thereof, which date shall be expressed in said notice, and which shall be sent out by registered mail, return receipt requested. These provisions shall apply to the legal representatives, trustees in bankruptcy, receiver, assignee, and/or the successor in interest of the Contractor. (e) All insurance coverage shall be placed with such company as may be acceptable to the Town of Barnstable and shall constitute a material part of the contract documents. 3. Comprehensive General Liability Insurance The Contractor shall carry Commercial General Liability Insurance with an each occurrence limit of liability no less than One Million Dollars ($1,000,000.00) and a general aggregate limit of liability no less than Two Million Dollars ($2,000,000.00); and a Products/Completed Operations (as may be required) Aggregate limit no less that Two Million Dollars ($2,000,000.00) for all injury and damages to or destruction of property during the policy period. 4. Automobile Liability and Property Damage Insurance The Contractor shall carry business Automobile Liability Insurance covering all owned vehicles with a combined single limit no less than One Million Dollars ($1,000,000.00) to cover all damage caused by contracted employees of the awarded Contractor. Level of insurance must adequately cover the liability exposure of project site and is subject to Town of Barnstable Risk Manager approval. 8

5. Workers Compensation Insurance The Contractor shall carry Workers Compensation Insurance as required by Massachusetts General Law, c. 152, and Section 25, with a minimum limit of Employer s Liability as per Massachusetts General Law requirements. 6. Other Liability (as may be necessary) (a) The Town of Barnstable reserves the right to request proof of other insurance coverage depending upon the job for which the Contractor is hired. (b)the aforementioned insurance coverages shall remain in full force and effect throughout the period of the contract. Similar insurance coverage shall be provided by or in behalf of any subcontractor to cover their operations with the same minimum limits as required of the Contractor. Contractor s insurance shall be primary insurance to all insurance carried by Owner. C. The Contractor must show by past performance that he is capable of performing a Contract of this magnitude and must complete the QUALIFICATION STATEMENT attached. Please include a description of your company, fleet of equipment, and capabilities to satisfy the Town that you have the capacity to handle this contract. D. The contractor agrees not to sublet or assign this Contract in whole or in part without the approval or authorization of the School Facilities Director. However, nothing contained in this agreement shall create any contractual relationship between a subcontractor and the Town. IV. Awarding of Contract The contract shall be awarded to the responsive and responsible bidder offering the lowest price for the period beginning September 1, 2013 through and including August 31, 2016, with two (2) one (1) year options at the sole discretion of the Town. V. Force Majeure The contract shall be subject to Force Majeure considerations and in the event that either party hereto shall be prevented from the performance of any act required hereunder by reasons of strikes, lockouts, labor trouble, inability to procure materials, failure of power, fire, winds, Acts of God, riots, insurrections, war or other reason of a like nature not reasonably within the control of the party in performing any obligations shall be excused for the period of the non-performance, and the period for the performance of such obligation shall be extended for an equivalent period for no additional cost to the Municipality. Continued failure to perform for periods aggregating sixty (60) or more days, even for causes beyond the control of the contractor, shall be deemed to render performance impossible, and the municipality shall thereafter have the right to terminate this agreement in accordance with the provisions of the section entitled Termination of Contract. VII. Termination of Contract 9

Subject to the provisions of the section explaining Force Majeure, if the CONTRACTOR shall fail to fulfill in a timely and satisfactory manner its obligations under this agreement, or if the shall violate any of the covenants, conditions, or stipulations of this agreement, which failure or violation shall continue for seven (7) business days after written notice of such failure or violation is received by the CONTRACTOR, then the municipality shall thereupon have the right to terminate this agreement by giving written notice to the contractor of such termination and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Additionally, the Town reserves the right to terminate this contract with a sixty (60) day notice if deemed in its best interest. 10

QUALIFICATION STATEMENT FILL OUT COMPLETELY The undersigned offers the following information as evidence of his qualifications to perform the work as bid upon according to all requirements of the Contract Document: 1. Have been in business under present business name years. 2. Ever failed to complete any work awarded? 3. Have you ever been terminated for non performance? REFERENCES Bidders must provide a list of at least 5 towns and/or similar size customers to which similar services have been supplied, along with a name of a contact person and phone numbers. 1. Town: Contract Dates: Contact: Phone: 2. Town: Contact: Phone: 3. Town: Contract Dates: Contact: Phone: 4. Town: Contract Dates: Contact: Phone: 5. Town: Contract Dates: Contact: Phone: FIRM: SIGNATURE: ADDRESS: NAME (PRINT): TITLE: 11

TELEPHONE: DATED: EMAIL: TEL: FAX: 12

LIST OF WASTE REMOVAL EQUIPMENT Year Make Model Serial No Registration No. 1. 2. 3. 4. 5. 6. 7. 8. FIRM: SIGNATURE: ADDRESS: NAME: (Print) TITLE: TELEPHONE: DATED: 13

TOWN OF BARNSTABLE CERTIFICATE OF NONCOLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity or group of individuals. Firm: Signature: Address: Name (Print): Title: Telephone Date: ************************************************************************************ State Taxes Certification Clause I certify under the penalties of perjury that I, to my best knowledge and belief, have filed all state tax returns and paid all state taxes under law. by: * Signature of individual or Corporation Officer Corporate Name (Mandatory) (Mandatory, if applicable) ** Social Security # (voluntary) or Federal Identification # * Approval of a contract or other agreement will not be granted unless this certification clause is signed by the applicant. ** Your Social Security Number will be furnished to the Massachusetts Department of Revenue to determine whether you have met tax filing or tax payment obligations. Providers who fail to correct their non-filing or delinquency will not have a contract or other agreement issued, renewed, or extended. This request is made under the authority of Massachusetts General Law 62C, S. 49A. 14

TOWN OF BARNSTABLE BARNSTABLE SCHOOL DEPARTMENT BID SUMMARY SHEET A. Receipt of Addendum Number(s) is hereby acknowledged and reflected in the bid price(s) shown above. B. The undersigned proposes to provide refuse removal services complete the services in accordance with the Specifications prepared by the Town of Barnstable, BARNSTABLE SCHOOL DEPARTMENT, dated May 30, 2013 for the stated pricing. C. The undersigned agrees that if presented with the Notice of Acceptance for a Contract, he will within ten days, Saturdays, Sundays and legal holidays excluded, execute a Contract in accordance with the terms of this bid. D. The Town of Barnstable reserves the right to reject any and all bids when it deems it to be in the best interest of the Town. TOTAL REGULAR PICKUPS TOTAL INDIVIDUAL PICKUPS* TOTAL YEAR 1 $ + $ = $ YEAR 2 $ + $ = $ YEAR 3 $ + $ = $ Opt Yr 1 $ + $ = $ Opt Yr 2 $ + $ = $ Opt Yr 3 $ + $ = $ GRAND TOTAL FOR 3 YEARS + 2 OPTIONS YEARS = $ Attach ATTACHMENT A to this bid sheet. Bidders MAY NOT make any adjustments to forms. * This total used to determine low bidder. Actual contract value will be based on number of individual pickups requested. RULE FOR AWARD: THE LOWEST BIDDER WILL BE DETERMINED BY THE GRAND TOTAL INDICATED ABOVE. ONLY RESPONSIVE, RESPONSIBLE BIDDERS WILL BE CONSIDERED. Firm: Signature: Address: Name (Print): 15

Date: Title: Telephone: Fax: Email: 16

BARNSTABLE PUBLIC SCHOOLS Dr. Mary Czajkowski, School Superintendent ADMINISTRATION CENTER P.O. Box 955 Hyannis, Massachusetts 02601 ACCEPTANCE OF BID Date: is herewith notified that their bid for in accordance with the Invitation dated, has been accepted. It is requested that acknowledgement of this ACCEPTANCE be indicated by endorsement hereon, a copy sent via return facsimile to 508-862-4717, and the original be returned to the Purchasing Department, 230 South Street 3rd Floor, Hyannis, MA 02601. A contract will be issued in accordance with the terms offered on the Invitation for Bid and is subject to final approval by the School Committee. Margeaux Weber School Committee Chair Receipt is hereby acknowledged for the above ACCEPTANCE OF BID. BY: DATE: Signature: PRINT NAME: TITLE: 17

TOWN OF BARNSTABLE AGREEMENT BETWEEN CONTRACTOR AND OWNER CONTRACT THIS AGREEMENT, made this day of, 2013 by and between the TOWN OF BARNSTABLE, Massachusetts, hereinafter called the OWNER, and with legal address and principal place of business at hereinafter called CONTRACTOR. WITNESSETH - That for and in consideration of payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to supply the OWNER with Refuse Removal Services as specified in Invitation for Bid dated and bid submittal dated for the period of three years, from 9/1/13 through 8/31/2016, with two (2) one (1) year options at the sole discretion of the OWNER and subject to the appropriation of funding for each year beyond FY2014. Rates are per attachment A, and shall not exceed $ /year for a maximum possible contract value of $ 1. Services. The CONTRACTOR shall provide refuse removal and recycling services for the OWNER as scheduled and on demand as outlined in the Invitation for Bid dated and Attachment A hereto. 2. Billings. The CONTRACTOR shall bill the Barnstable School Department monthly for services rendered. A detailed invoices of services provided shall be submitted to Barnstable School Maintenance, 832 Falmouth Road, Hyannis, MA 02601, Attention: Facilities Director 3. Force Majeure - The Contract shall be subject to Force Majeure considerations and in the event that either party hereto shall be prevented from the performance of any act required there under by reasons of strikes, lockouts, labor trouble, inability to procure materials, failure of power, fire, winds, Acts of God, riots, insurrections, war or other reason of a like nature not reasonable within the control of the party in performing any obligations shall be excused for the period of non-performance, and the period for the performance of such obligation shall be extended for an equivalent period for no additional cost to the Owner. Continued failure to perform for periods aggregating sixty (60) or more days, even for causes beyond the control of the Contractor, shall be deemed to render performance impossible, and the Owner shall thereafter have the right to terminate this agreement in accordance with the provisions of the section entitled Termination of Contract. 4. Termination of Contract - Subject to the provisions of the section explaining Force Majeure, if the Contractor shall fail to fulfill in a timely and satisfactory manner its obligations under this agreement, or if the Contractor shall violate any of the covenants, conditions, or stipulations of this agreement, which failure or violation shall continue for seven (7) business days after written notice of such failure or violation is received by the contractor, then the municipality shall thereupon have the right to terminate this agreement by giving written notice to the contractor of such termination and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Additionally, the OWNER, by written notice provided 60 days in advance, may terminate this contract, in whole or in part, when it is in the OWNERS s best interest. If this contract is terminated, the OWNER shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. 6. Insurance - The Contractor shall maintain insurance with minimum limits as defined in the Invitation for Bid, Section 4, Special Conditions for the entire duration of the project work to be performed, and provide a certificate of insurance with the Town of Barnstable named as an additional insured. Renewal certificates of insurance must 18

be submitted to the Town of Barnstable, Risk Management, 230 South St., Hyannis, MA 02601 on a yearly basis. 7. Governing Law This contract is governed by the laws of the Commonwealth of Massachusetts. The Invitation for Bid dated entitled Barnstable School Refuse Removal and Recycling, and the bid submittal dated, are made a part hereof and collectively evidence and constitute the Contract. The OWNER agrees to pay the CONTRACTOR for the performance of the contract and to make payments in the amount of $. The total contract amount shall not exceed $, if the estimated full quantity is ordered and received, without written authorization of the OWNER. This Agreement constitutes the entire Contract and there are no other agreements than those incorporated herein. This Agreement may not be changed, altered, amended, modified, or terminated orally and any such change, alteration, amendment, or modification must be in writing executed by the parties hereto. IN WITNESS WHEREOF, the parties to these presents have executed this Contract in the year and day first above mentioned. By VENDOR Approved as to form William Butler, School Attorney By School Committee This is to certify that the Town of Barnstable, Massachusetts, has an appropriation which is adequate to cover the cost of this contract for the current fiscal year. Subsequent years are subject to the appropriation of funding.. Gareth Markwell, Deputy Finance Director 19