LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES

Size: px
Start display at page:

Download "LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES"

Transcription

1 LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES The City of Attleboro ( City ) invites sealed bids for towing and storage of motor vehicle services in accordance with BID SPECIFICATIONS prepared by the City. Bids will be received at the following address: Purchasing Assistant, Attleboro City Hall, 77 Park Street, Attleboro, MA until 11:00 a.m. on Friday, December 22, 2017, at which time they will be opened and read aloud. INFORMATION FOR BIDDERS, the SPECIFICATIONS and BID FORM FOR TOWING AND STORAGE OF MOTOR VEHICLES may be obtained in person from the Purchasing Assistant, Attleboro City Hall, 77 Park Street, Attleboro, MA 02703, or electronically at purchasing@cityofattleboro.us The City reserves the right to waive any informalities in or reject any or all bids as may, be in the best interest of the City. Barry K. LaCasse, Esq. Director of Budget and Administration City of Attleboro, Massachusetts (508) x 3234 P age 1 26

2 CITY OF ATTLEBORO INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES INFORMATION FOR BIDDERS 1.0 PURPOSE, RECEIPT and OPENING OF INVITATION TO BID 1.1 The City of Attleboro, acting under the authority of its duly appointed Chief Procurement Officer or his designee, herein called the City and/or Awarding Authority, will receive sealed bids (hereinafter bid, bids or bid form ) for Towing and Storage of Motor Vehicles ( towing services ). 1.2 The purpose of this Invitation to Bid (hereinafter referred to as "ITB") is to secure vehicle towing and related services for vehicles ordered towed by the Attleboro Police Department ("APD"). The agreements resulting from this ITB will support removal of unsafe or inoperable vehicles from the roadways, removal of abandoned vehicles before they become safety hazards, and storage and protection of vehicles that may be connected to crimes. The successful Bidder will be an integral part of the City's public safety response. The vehicles will be located within the Attleboro city limits. The services include, but are not limited to, towing, storing, protecting, and releasing or otherwise disposing of vehicles. See Exhibit A for the proposed Agreement for Towing and Storage of Motor Vehicles. 1.3 Approximated towing information for the years 2012 through 2017 are as follows: Year Approximate number of tows (as of December 7, 2017) The quantities provided therein are for informational purposes only. There is no guarantee as to the actual quantity of services that will be required from the successful Bidder(s). The initial term of the agreement shall be one (1) year. At the discretion of the City, the agreement may be extended in one (1) year increments for an additional two (2) years. P age 2 26

3 1.4 Such bids, addressed to the Purchasing Assistant s Office, and marked on the outside of the envelope "TOWING SERVICES BID", will be received on behalf of the City, at the Attleboro City Hall, 77 Park Street, Attleboro, MA 02703, until 11:00 a.m. prevailing time, on Friday, December 22, No bids received after the time and date established herein for the opening of bids shall be accepted or considered, regardless of the cause for delay in the receipt of such bids. 2.0 BID FORM 2.1 Each bid shall be submitted on the required Bid Form, a copy of which is attached hereto as Exhibit B. 2.2 Bid forms must be completed in ink or by typewriter. 2.3 The Contractor will be required to pay to the City an annual administrative fee (Annual Administrative Fee), payable in full upon the execution of the Agreement, and thereafter upon each subsequent annual renewal date. For the purposes of this ITB, the Annual Administrative Fee must be at least One Hundred and Ten Thousand Dollars ($110,000.00). Any offer below the minimum Annual Administrative Fee will result in proposal disqualification. 3.0 BID DEPOSIT 3.1 Each Bid submitted shall be accompanied by a bid deposit in the form of a bid bond, or cash, or a certified check, or a treasurer's or cashier's check issued by a bank or trust company in the amount of five (5%) percent of the value of the proposed bid, payable to the City. 3.2 All bid deposits of general bidders, except those of the three highest responsible and eligible bidders, shall be returned within five (5) days, Saturday, Sunday and legal holidays excluded, after the opening of bids. The three deposits held shall be returned upon execution and delivery of the Contract; except that if the selected bidder fails to execute a contract and furnish the required bonds and insurance certificates, the bidder's deposit shall become the property of the Awarding Authority as liquidated damage in an amount not to exceed the difference between the bidder's bid price and that of the next highest responsible bidder. 3.3 In case of death, disability, or other unforeseen circumstances affecting the bidder which materially impairs the bidder's ability to perform, such bid deposit may be returned. 3.4 After execution of the Contract and acceptance of the bonds by the City, the bid deposit accompanying the proposal of the successful bidder will be returned. P age 3 26

4 3.5 All bid deposits will be returned on the execution of a Contract, or if no award is made within 60 days after the date of opening of bids, unless forfeited under the conditions stipulated above. 4.0 COMPARISON OF BIDS Bids will be compared on the basis of the amount bidders propose to pay the City for awarding the Contract to the successful bidder. In addition, the City shall consider awarding an agreement only to responsible bidders. Responsible bidders are those that have, in the sole judgment of the City, the financial ability, character, reputation, resources, skills, capability, reliability, and business integrity necessary to perform the requirements of the agreement. 5.0 WITHDRAWAL OF BIDS Any bid may be withdrawn prior to the opening of bids. However, bidders may not withdraw or modify their bids for a period of sixty (60) days, Saturday, Sunday or legal holidays excluded, following the opening of bids. 6.0 ADDENDA AND INTERPRETATIONS All questions by prospective bidders as to any information contained within this bid package must be submitted in writing to the Purchasing Assistant, Attleboro City Hall, 77 Park Street, Attleboro, MA 02703, or electronically at purchasing@cityofattleboro.us, at least 10 (10) days before the date set herein for bid opening. 7.0 DELETIONS FROM CONTRACT The Awarding Authority reserves the right, prior to award of contract, to delete any portion of the Contractor's work and to adjust the quantities of work at any time. 8.0 EXAMINATION By submitting a bid, the bidder warrants that s/he has thoroughly examined the Specifications (Exhibit C) and is fully acquainted with all conditions and restrictions pertaining to the bid items. No claim for any extra work or extension of time will be allowed for failure to observe this requirement. Conditional bids will not be accepted. 9.0 PERFORMANCE BOND AND INSURANCE 9.1 The selected bidder shall provide a Performance Bond at the time of execution of the contract. 9.2 The bond shall be in the amount of the proposed Annual Administrative Fee, shall be issued by a surety qualified to do business under the laws of the Commonwealth and satisfactory to the Awarding Authority, and shall be in a form substantially similar to Exhibit D. P age 4 26

5 9.3 The selected bidder shall maintain such insurance as will protect it from claims under the workmen's compensation acts and claims for bodily injury, death, or property damage which may arise from the performance of its service under the proposed Contract. The bidder shall maintain insurance coverage as follows: (a) Garage Liability Insurance with a combined single limit of five hundred thousand ($500,000.00) dollars for personal injury and property damage including, without limitation, damage to towed vehicles due to negligence in towing, theft, fire loss or vandalism sustained while the vehicle is in storage. (b) Automobile Liability Insurance that has a combined single limit for personal injury and property damage of five hundred thousand ($500,000.00) dollars. (c) Workmen's Compensation in the statutory amounts. The Selected Contractor shall furnish evidence of any or all insurance coverages at least thirty (30) days prior to the award of contract or at any time throughout the contract period. The City will be listed on all required policies as an additional named insured as its interest may appear ABILITY AND EXPERIENCE 10.1 The Awarding Authority will not award a contract to any bidder who cannot furnish satisfactory evidence of its ability in this type of work and that it has sufficient manpower to enable it to prosecute and complete the work as required The Awarding Authority may make such investigations as it deems necessary to determine the above, and a bidder shall furnish any information requested in this regard and shall furnish the same under oath, if required The Awarding Authority has determined that the Contractor must be able to respond to any location in City within fifteen (15) minutes with a proper towing vehicle which is adequately staffed by trained personnel. In the event the Contractor does not respond to a tow service call within fifteen (15) minutes, the City may contact another tow company for the service call. In such an event, the Contractor shall not be entitled to any credit or adjustment from the City RIGHTS OF THE AWARDING AUTHORITY 11.1 The Awarding Authority may reject Bids that are incomplete, conditional, or obscure or that contain additions or erasures that are not initialed or other irregularities The Awarding Authority reserves the right to reject any and all bids as may be in the best interest of the City. P age 5 26

6 12.0 EXECUTION OF THE CONTRACT 12.1 Within ten (10) days of the receipt of a Contract signed by the successful bidder and receipt of an acceptable bond, the Awarding Authority shall sign the Contract and return a duplicate of the executed Contract to the Contractor Unless otherwise specified in the Bid Specifications, a Notice to Proceed shall be issued within ten (10) days of the execution of the Agreement. This time may be extended by mutual agreement of the Awarding Authority and the Contractor NON-DISCRIMINATION IN EMPLOYMENT 13.1 A Contract for work under this proposal shall obligate the Contractor not to discriminate in employment practices Bidders must, if requested, submit compliance reports concerning their employment practices and policies in order to maintain their ability to receive an award of Contract. Bidders must, if requested, submit a list of all subcontractors who will perform work on this Contract CONTRACTOR RECORDS The Contractor shall retain his/her records for at least six (6) years after final payment. During this six (6) year period, any authorized representative of the City shall have the right to inspect these records CONFLICTING SPECIFICATIONS Wherever a conflict exists between the Specifications and Massachusetts laws, rules, or regulations, the laws or rules or regulations of the Commonwealth of Massachusetts shall prevail LAWS AND REGULATIONS The bidder's attention is directed to the fact that all applicable Federal, State, and municipal laws, regulations and by-laws shall apply to the contract as though they were written out in full METHOD OF AWARD The Contract will be awarded on the basis of the highest bid amount to be paid to the City by a qualified bidder. P age 6 26

7 EXHIBIT A P age 7 26

8 AGREEMENT FOR TOWING AND STORAGE OF MOTOR VEHICLES THIS AGREEMENT is made this day of, 2018, by and between the City of Attleboro, a municipal corporation, organized and existing under the laws of the Commonwealth of Massachusetts, hereinafter referred to as the City, and, of, Massachusetts, hereinafter referred to as the Contractor. WHEREAS, the City finds it necessary to order that certain vehicles be towed to and stored at a place convenient to the City; WHEREAS, the Contractor is willing to provide such towing and storage services at the request of the Chief of Police or his designee; and WHEREAS, it is the City's, intent, and the Contractor agrees, that this Contract to tow and store shall not be exclusive. NOW, THEREFORE, in consideration of the mutual promises contained herein, the parties hereby agreed as follows: 1. SCOPE. Upon the request of the Chief of Police or his designee, the Contractor agrees to tow and to store all motor vehicles ordered removed pursuant to applicable law. Such services shall be delivered in accordance with this Contract, and with the Specifications, the Bid, and the Invitation for Bid, all of which are attached hereto and all of which are incorporated herein by reference and made a part of this Contract. The City expressly reserves the right to obtain towing services from tow companies other than the Contractor both for general towing and in times of snow emergencies or other emergencies or if the Chief of Police or his designee for any reason determines it to be in the best interest of the City. The City further reserves the right to obtain the services of a tow company other than the Contractor in the event that a vehicle used to carry oil or any hazardous material must be towed, unless the Contractor has insurance in the amount of five million ($5,000,000.00) Dollars which covers any liability for environmental damage which may arise out of the transportation of oil and hazardous materials. If the Contractor does have the insurance specified above, the City may, but is not required, to have the Contractor provide towing services for a vehicle used to carry oil or any hazardous material. 2. TERM The initial term of the Agreement shall be one (1) year, commencing on, 2018, and extending through. At the discretion of the City, the Agreement may be extended in one (1) year increments for an additional two (2) years, for a maximum term of three (3) years. P age 8 26

9 If the Chief of Police determines that the Contractor is at any time in default under the terms of the Specifications, fails to give satisfactory service to the City under the terms of the Specifications or has failed to comply with all applicable statutes, ordinances, and regulations, the City may suspend or terminate this Contractor by giving the Contractor written notice of said suspension or termination, specifying the effective date thereof, at least five (5) days prior to said effective date. 3. PAYMENTS TO THE CONTRACTOR The Contractor shall collect and receive payment for all services rendered under this Contract from the vehicle owners, with the exception of motor vehicles towed and disposed of as refuse pursuant to G.L. c. 90, s. 22C, in which case the City shall be responsible for payment. The City shall not be liable in any way for the collection or payment of any towing or storage charge for any vehicle ordered towed by an authorized public official other than for motor vehicles towed and disposed of pursuant to G.L. c. 90, s. 22C. 4. ANNUAL ADMINISTRATIVE FEE Upon execution of the contract, Contractor shall pay to the City, without offset, deduction, prior notice, or demand, as the "Annual Administrative Fee, the sum of ($ [amount as bid]). If this Agreement is extended and renewed, then said Annual Administrative Fee shall also be due and payable to the City on each of said renewal dates. Any late payment shall constitute a breach of contract, giving rise to City's remedies as set forth below. Further, any late payment will be subject to a late penalty consisting of an administrative charge on the late amount, calculated at the rate of five percent (5%) of the amount of the late payment or portion thereof. The parties agree that the late charge represents a fair and reasonable estimate of the costs the City will incur because of late payment. Acceptance of the late charge by the City shall not constitute a waiver of Contractor s default for the overdue amount, nor prevent the City from exercising the other rights and remedies granted under this Contract. 5. INSURANCE Not less than thirty (30) days prior to the effective date of this Contract or any extension thereof, the Contractor must submit to the City an acceptable certificate of insurance evidencing insurance coverage of the following types and in the following minimum amounts, which insurance coverage shall be maintained throughout the term of this Contract. a. Garage Liability Insurance with a combined single limit of five hundred thousand ($500,000.00) dollars for personal injury and property damage including without limitation P age 9 26

10 damage to towed vehicles due to negligence in towing, theft, fire loss or vandalism sustained while the vehicle is in storage. b. Automobile Liability Insurance that has a combined single limit for personal injury and property damage of five hundred thousand ($500,000.00) dollars. c. Workmen's Compensation in the statutory amounts. The certificate of insurance should provide that the City shall be listed as an additional named insured as its interest may appear and the City shall have thirty (30) days advance notice of cancellation. 6. HOURS OF OPERATION AND LOCATION OF STORAGE FACILITY. Towing services must be provided in accordance with the Specifications attached hereto and incorporated herein by reference. Vehicles are to be removed to a convenient place that meets the requirements of the Specifications, the location of such storage facility being on file with the Chief of Police. The City reserves the right to inspect such storage facility and all vehicles and equipment used by the Contractor in the performance of the Contract at any time. The Contractor warrants that it has, and will continue to have for the term of this Contract or any extension thereof, storage space which safely and adequately meets the requirements of the Specifications. 7. EQUIPMENT The Contractor warrants that it has, and will continue to have for the term of this Contract or any extension thereof, the towing equipment required by the Specifications. 8. PERSONNEL The Contractor further warrants that it has, and will continue to have for the term of this Contract or any extension thereof, in its employ a sufficient number of persons experienced in towing operations such that the Contractor's obligations under this Contract will be safely and promptly carried out in accordance with the requirements of the Specifications. 9. STANDARDS OF PERFORMANCE The Contractor warrants that it is experienced in towing and storage operations, and agrees that it may be held to the standards usually adhered to by persons or entities who are experienced in towing and storage operations. 10. RECORDS The Contractor shall, upon request, provide the Chief of Police, or his designee, with any records, statistics, or other information pertaining to the towing and storage undertaken by the Contractor pursuant to this Contract including without limitation the information and reports required in the specifications. P age 10 26

11 11. COMPLIANCE WITH THE LAW In performing any work under this Contract, the Contractor shall comply with all Federal laws, state laws, and by-laws applicable to the aforesaid work, as well as with all rules, regulations and policies of any regulatory agency or tribunal having jurisdiction over the aforesaid work and the reasonable requests of the Police Department. 12. INDEMNIFICATION The Contractor shall assume all responsibility for the work performed under this Contract, and shall take all precautions for preventing injuries to persons or damage to property in performing the work required hereunder. The Contractor shall indemnify and hold harmless the City from all claims, damages, judgments and/or settlements, and from any and all liability of every nature and description which the Contractor or its agents or employees or other third persons may suffer through damage to property, personal injuries (including death) or which otherwise arise out of the work provided under this Contract, by reason of the acts or omissions of the Contractor, its agents or employees in the performance of this Contract. 14. AMENDMENT This Contract may be modified or amended only by a written instrument signed by both parties. 15. SEVERABILITY If any term or provision of this Contract or any Exhibit attached hereto or to the application thereof to any person or circumstances shall, to any extent be invalid or unenforceable, the remainder of this Contract and the application of such term or provisions to persons or circumstances other than those as to which is held invalid or unenforceable shall not be affected thereby, and each term or provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 16. ENTIRE AGREEMENT The Contract represents the entire agreement of the parties with respect to the towing and storage of motor vehicles at the request of the Chief of Police, his designee, and supersedes any prior agreement understandings and representations whether written or oral. 17. NOTICES Except as otherwise provided all notices required or permitted to be given hereunder shall be in writing and shall be delivered by certified or registered mail to the parties at the following address or such other address or addresses to which a party shall have notified the other party in accordance with this Section. P age 11 26

12 If to the City: with a copy to: Mayor Attleboro City Hall 77 Park Street Attleboro, MA Chief of Police 12 Union Street Attleboro, MA If to the Contractor: 18. GOVERNING LAW This Agreement shall be governed by and construed in accordance with the laws of the Commonwealth of Massachusetts. 19. DEFAULT If either party shall fail to keep any of the agreements herein or to make any payments herein provided for, in addition to any other remedies available at law or in equity, the other party may, by giving the party in default written notice, cancel and terminate this agreement as and from the expiration of three (3) days from the receipt of said notice 20. ASSIGNMENT The Contractor has no right to assign this Contract to any other person, entity or successor. Any attempted assignment by the Contractor shall be deemed a material breach of this Contract. IN WITNESS WHEREOF, the parties hereto have set their hands and seals to this instrument and five others of like tenor as of the date first written above. CONTRACTOR: By: Title: CITY: By: Title: APPROVED AS TO FORM: By: City Solicitor P age 12 26

13 EXHIBIT B P age 13 26

14 BID FORM TOWING AND STORAGE OF MOTOR VEHICLES TO: PURCHASING ASSISTANT ATTLEBORO CITY HALL 77 Park Street Attleboro, MA The undersigned submits the below quotations and other information required for the TOWING AND STORAGE OF MOTOR VEHICLES within the City and declares that it is made in good faith and without collusion or fraud with any person, (which term includes any natural person, business, partnership, corporation, union, committee, club or other organization, entity, or group of individuals) making any other proposal or who otherwise would make a proposal and agrees to furnish the services described in accordance with the specifications which consist of this bid form and all attached documents and instructions. 2. The undersigned agrees that no person in the employ of the City is pecuniary interested in this proposal or in the CONTRACT which s/he proposes to execute, and that s/he has informed him/herself fully in regard to all specifications pertaining to the performance of the CONTRACT for towing and storage services. 3. The undersigned agrees that s/he will, within ten (10) DAYS after acceptance by the City of this proposal, deliver to the City, where directed, a properly executed contract on the form annexed with such non-material changes, if any, that the City deems appropriate. 4. Bid Price: A. Contractor agrees to tow municipal vehicles at no charge: [ ] YES [ ] NO B. The Contractor will be required to pay to the City an annual administrative fee (Annual Administrative Fee), payable in full upon the execution of the Agreement, and thereafter upon each subsequent annual renewal date. For the purposes of this ITB, the Annual Administrative Fee must be at least One Hundred and Ten Thousand Dollars ($110,000.00). Any offer below the minimum Annual Administrative Fee will result in proposal disqualification. Annual Administrative Fee the Contractor is willing to pay to the City of Attleboro (stated in numbers) $ Annual Administrative Fee the Contractor is willing to pay to the City of Attleboro (stated in words) P age 14 26

15 5. The Contractor owns, leases or has an agreement to own or lease each item of equipment that s/he intends to use to perform the services required under the Contract. A. The following equipment is currently owned, leased, or under agreement to own or lease. (If not owned, the form indicates owner and documents concerning lease or purchase agreement are attached.) (i) (ii) (iii) (iv) Year Make Registration number Equipment type Lift capacity Operating condition/mileage Owner of equipment Year Make Registration number Equipment type Lift capacity Operating condition/mileage Owner of equipment Year Make Registration number Equipment type Lift capacity Operating condition/mileage Owner of equipment Year Make Registration number Equipment type Lift capacity Operating condition/mileage Owner of equipment (See additional sheets if necessary) B. Other equipment - which Contractor intends to use, and whether owned, leased or under agreement to own or lease: 6. Number of repair plates available: P age 15 26

16 Registration Number of each: 7. Address where tow trucks will be housed during the term of this Agreement or any extension thereof: Owner of Property: 8. Address of lot(s) where towed vehicles will be stored in City. Contractor certifies that use of such lot(s) conforms with zoning bylaws. (If more than one location is proposed, Contractor has submitted information pertinent to each location, using separate sheets as necessary). 9. For each storage lot not owned by Contractor, documentation is attached indicating Contractor's agreement with the owner to use such lot. 10. a. Indoor storage will be provided as follows: 1. Number of storage spaces: 2. Size of storage spaces: 3. Describe access drives to facilities: 4. Is building heated? 5. Rate per 24 hour period or any part thereof $ 6. Location: 7. Owner: b. Outdoor storage will be provided as follows: 1. Total square feet available: 2. Maximum number of automobiles which can be accommodated at any time: 3. Is area paved? 4. Is area fenced? If so indicate height of fence: 5. Location of access drives: 6. Is area lighted? 7. Location: 8. Owner: (Additional sheet(s) attached if more than one location.) 11. The following communication equipment is used by the Contractor: A. Type of equipment: 1. Purchased: [ ] Leased [ ] DATE: B. Base location: C. Call letters/number: D. F.C.C. License: P age 16 26

17 E. Following Vehicles are radio equipped: 12. The Contractor (has/does not have) space for emergency towing (that is, in case of a serious of snow storms or unusual emergency) in addition to normal storage facilities? If so: a. Number of spaces: b. Where located: 13. Number of experienced individuals available for: a. Towing service during normal 8-hour day: b. Towing service nights, holidays, and Sundays: For each such experienced individual, the-following information is provided: (1) Complete Name: first name middle initial last name Current Address: Prior Address: Driver's License Number: Date of Birth: (2) Complete Name: first name middle initial last name Current Address: Prior Address: Driver's License Number: Date of Birth: (3) Complete Name: first name middle initial last name Current Address: Prior Address: Driver's License Number: Date of Birth: P age 17 26

18 (4) Complete Name: first name middle initial last name Current Address: Prior Address: Driver's License Number: Date of Birth: Copies of Driver s Licenses to be submitted with this bid form. Attached is an executed form granting the police department authorization to investigate any criminal offender record information concerning such individuals and reveal the same to the City in connection with the evaluation and awarding of a contract as a result of this bid. 14. The following car opening equipment is available for use in connection with the towing of vehicles: 15. Attached to this proposal are the following: A. A copy of Massachusetts Department of Public Utilities Certificate to Tow rights; and B. Certificates or Binders of the following insurance: 1. Garage Liability Insurance with a combined single limit of five hundred thousand ($500,000.00) dollars for personal injury and property damage including without limitation damage to towed vehicles due to negligence in towing, theft, fire loss or vandalism sustained while the vehicle is in storage. 2. Automobile Liability Insurance that has a combined single limit for personal injury and property damage of five hundred thousand ($500,00.00) dollars. 3. Workmen's Compensation in the statutory amounts. NOTE: Contractor agrees to add the name of the City as an additional named insured. 16. Number of years providing tow service: Other Municipalities for which towing services provided: THIS PROPOSAL IS SIGNED BY ALL AUTHORIZED PERSONS. CONTRACTOR ACKNOWLEDGES THAT THIS PROPOSAL MAY BE REJECTED IF FULL AND ACCURATE INFORMATION IS NOT GIVEN. P age 18 26

19 The following completed section applies to Contractor: A. Individual owner: State full name and address of owner. If business is carried in a name other than that of owner, state such name and address. B. Partnership: State full name and address of all partners: C. Corporation: Incorporated in the state of: President is: Treasurer is: Place of business in is: Stockholders: Directors: DATE: CONTRACTOR SUBMITTING THIS BID: Signature: Name: Title: (if applicable) The undersigned authorizes the Police Chief to review and release to the City of Attleboro any criminal offender records pertaining to me for use in determining may suitability for performing work in connection with a Contract for towing and storage. DATE: P age 19 26

20 EXHIBIT C P age 20 26

21 SPECIFICATIONS FOR THE TOWING AND STORAGE OF MOTOR VEHICLES NOTE: Failure to comply with the requirements of these specifications shall be grounds for the suspension or termination of a Contract awarded to the successful bidder. 1. The Contractor shall tow each and every vehicle that the Chief of Police or his designee orders to be towed. The Contractor shall respond to the location of each such request within fifteen (15) minutes with appropriate equipment and personnel. In the event the Contractor does not respond to a tow service call within fifteen (15) minutes, the City may contact another tow company for the service call. In such an event, the Contractor shall not be entitled to any credit or adjustment from the City. 2. Fees for the towing and storage of all vehicles by order of the Chief of Police or his designee under the proposed contract shall not exceed the maximum rate for towing established by the Department of Public Utilities pursuant to G.L. c. 159B, Section 6B, and the maximum rate for storage as set forth in G.L. c. 159B, Section 6B. The Contractor shall attach to his/her bid a copy of the certificate from the Department of Public Utilities authorizing the operations to be performed under the proposed Contract and a copy of the tariff filed with the Department of Public Utilities, containing all the rates and charges for the transportation of property and other services required under the proposed Contract. Within seven (7) days of the execution of a Contract for Towing and Storage of Motor Vehicles, the Contractor shall file a copy of the same with the Department of Public Utilities. The Contractor shall post conspicuously at the place where owners and operators may pick up a vehicle that has been towed, the current rate in effect under G.L. c. 159B, Section 6B, and the regulations thereunder. 3. Vehicles are to be towed to a convenient place in the City. Any outside area to be used for the storage of vehicles under the Contract must be enclosed by a fence and adequately secured, as approved by the Chief of Police. The Contractor must have spaces to store at least thirty (30) vehicles. 4. The Chief of Police reserves the right to inspect the premises and all vehicles and equipment used to provide the services required under the proposed Contract. P age 21 26

22 5. Towing Service must be available twenty-four (24) hours per day, seven (7) days per week. The Contractor shall be open each day to release any towed motor vehicle at least during the hours of 7:00 a.m. and 7:00 p.m. 6. When an APD officer is present at the vehicle location, the Contractor shall coordinate with the officer for clean up and removal of vehicle debris. Unless directed by APD to not clean up or remove debris, the Contractor shall treat oil or gasoline spills, and remove broken glass or other vehicle debris or parts associated with the vehicle to be impounded. 7. If any vehicle is towed at the request of the Attleboro Police Department and remains in storage for a period exceeding ten (10) days, the Contractor shall notify the Police Department immediately in order that proper notification may be made in accordance with the requirements of G.L. c. 90, Section 22C and G.L. c.135, Section In the event that the Contractor is ordered by the APD to tow a vehicle to a lot owned or used by the City, no storage fee shall be assessed for such storage. 9. The Contractor shall permit the operator/owner of the motor vehicle to remove his or her personal property (not otherwise affixed to the motor vehicle) from the motor vehicle prior to towing the same, provided that the operator or owner of the motor vehicle is present at the time of the towing. The Contractor shall permit the operator/owner of the motor vehicle to remove his or her personal property (not otherwise affixed to the motor vehicle) at least during the hours of 7:00 a.m. and 7:00 p.m. each day that the vehicle is in storage. 10. Before the Contractor hires or allows any individual to be operationally or administratively involved in the towing, storage or disposal of motor vehicles under its Contract with the City, the Chief of Police must be given the following information: the name of the individual, his/her current address his previous address, his/her driver's license number, his/her date of birth, and authorization to check and disclose to the City his/her criminal record, as more specifically set out in the attached Personnel Disclosure Form. 11. The Contractor shall give to the owner a receipt stating all charges paid by the owner. A copy of each such receipt must be given to the Police Department at the end of each calendar month. 12. The Chief of Police may request that an individual performing work for the Contractor under the proposed Contract cease performing said work. The Chief of Police shall state the reasons for such request. Upon receipt of said request, the contractor shall immediately reassign said individual. 13. The Contractor shall provide the Chief of Police or his designee access to or copies of any records, statistics or other information pertaining to towing and storage provided under the Contract. Within thirty (30) days of the end of each month that the Contractor performs services under the Contract, the Contractor shall submit to the Police Department the reports set out in the attached proposed Agreement for Towing and Storage of Motor Vehicles. P age 22 26

23 14. The Contractor shall provide the following vehicles: (a) one truck with a crane capable of lifting ten (10) tons; (b) tow trucks, including at least one (1) flat bed ram truck and one (1) wheel lift truck. (c) The following additional vehicles: Each vehicle shall contain the following equipment: One hundred (100) continuous feet of 3/8 inch cable, two (2) snatch blocks, one (1) broom and receptacle to pick up debris, one (1) fire extinguisher, one (1) first aid kit, one (1) 4" and one (1) 6" pinch bar, one (1) set of flares, and one (1) hydraulic jack. Each vehicle shall be equipped with dual tires in the rear and shall have an amber light capable of rotating 360 degrees. 15. All municipal vehicles will be towed at no charge to the City. P age 23 26

24 PERSONNEL DISCLOSURE FORM For each individual, give the following information: Name: (Complete name, first name, middle initial, last name) Current Address: Previous address if moved within last year: Driver's License No.: Date of Birth: The undersigned authorizes the Police Chief to review and release to the City of Attleboro any criminal offender records pertaining to me for use in determining may suitability for performing work in connection with a Contract for towing and storage. DATE: P age 24 26

25 EXHIBIT D P age 25 26

26 PERFORMANCE BOND We, the undersigned, (Name of Contractor), (Address of Contractor) (Corporation, Partnership, or Individual) hereinafter called Principal, and, (Name of Surety), (Address of Surety) hereinafter called Surety, are held and firmly bound unto CITY OF ATTLEBORO, 77 Park Street, Attleboro, MA 02703, hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made. We hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of this obligation is such that the Principal entered into a certain contract with the Owner, dated the day of, 2018, a copy of which is attached hereto and made a part hereof, for the project known as and the Principal and Surety bind themselves to the Owner for the performance of the contract. Now, therefore, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the guaranty period set forth in the contract, and if it shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by a reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise, this bond shall remain in full force and effect; provided, further, that the said Surety for value received hereby agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. Provided, further, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed on this, 2018 day of CONTRACTOR AS PRINCIPAL SURETY P age 26 26

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508) WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter

More information

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS Sections 38-26-105 and 38-26-106, CRS 1973, as amended, shall apply to all grants that require the contracting (or subcontracting) for construction

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT This Agreement is made and entered into as of by and between SOUTH TEXAS COLLEGE P.O. BOX 9701 MCALLEN, TEXAS, 78502 hereinafter referred to as STC AND (Individual or Entity name)

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and Contractor Name & Address, as Surety, are hereby held and firmly bound unto Surety

More information

BID: Escanaba WWTP Digester Roof Restoration

BID: Escanaba WWTP Digester Roof Restoration BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF CONTRACT BETWEEN THE CITY OF JACKSONVILLE AND REPUBLIC SERVICES OF FLORIDA, LIMITED PARTNERSHIP d/b/a SOUTHLAND RECYCLING SERVICES FOR RECEIPT, PROCESSING AND SALE OF RESIDENTIAL RECYCLING MATERIALS THIS

More information

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) CITY OF PLACERVILLE PAVEMENT REHABILITATION PROJECT PROJECT NO. xxxx THIS AGREEMENT ( Agreement ) approved by the City Council this 26th day of June, in the year

More information

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD PARTIES: PUBLIC UTILITY DISTRICT No. 1 of SKAMANIA COUNTY, WASHINGTON, a Washington municipal corporation, hereinafter called PUD, and [Name] a [State

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

3/12/14. TERMS AND CONDITIONS TO SUPPLY and SALES AGREEMENTS

3/12/14. TERMS AND CONDITIONS TO SUPPLY and SALES AGREEMENTS 1 Universal Environmental Services LLC, 411 Dividend Drive Peachtree City, GA. 30269 3/12/14 TERMS AND CONDITIONS TO SUPPLY and SALES AGREEMENTS Acceptance of Terms: Seller's acceptance of Buyer's order

More information

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE August 18, 2015 GENERAL SPECIFICATIONS 1. SPECIFICATIONS The specifications are described as including and incorporating

More information

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter

More information

MASTER INTERLOCAL AGREEMENT BETWEEN LOTI CLEAN WATER ALLIANCE AND THURSTON COUNTY

MASTER INTERLOCAL AGREEMENT BETWEEN LOTI CLEAN WATER ALLIANCE AND THURSTON COUNTY MASTER INTERLOCAL AGREEMENT BETWEEN LOTI CLEAN WATER ALLIANCE AND THURSTON COUNTY 13 1..fa ~ n. ThisbAgreement is entered into in duplicate originals this ' day of f 'JUVf,JrJ.lj 20 fl between the LOTI

More information

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] THIS MEMORANDUM OF AGREEMENT (the Agreement ) is made and entered into this day of, 201, by and between the city of

More information

HARRISBURG SCHOOL DISTRICT CONSULTING CONTRACT AGREEMENT

HARRISBURG SCHOOL DISTRICT CONSULTING CONTRACT AGREEMENT HARRISBURG SCHOOL DISTRICT CONSULTING CONTRACT AGREEMENT THIS CONSULTING CONTRACT AGREEMENT (this Agreement ) is made this 21 st day of September 2015, by and between HARRISBURG SCHOOL DISTRICT (the District

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT This agreement made as of the day of,. BETWEEN: AND The above parties, sometimes hereinafter referred to collectively as the Parties

More information

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

More information

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business

More information

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018 CERTIFICATE OF DEVELOPMENT CONFORMANCE Per UDO Section 340-90, the submittal andd acceptance of a Certificate of Development Conformanc ce (CDC) shall be a prerequisitee to the approval of a Final Plat

More information

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: ) SUBDIVISION IMPROVEMENT AGREEMENT Tract Map No.: (Date of Subdivision Map Recordation: ) THIS AGREEMENT is between the City of Fontana, a municipal corporation, County of San Bernardino, State of California

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 CONSENT CALENDAR 6 Weapons Firing Range License Agreement between College of the Sequoias Public Safety Training

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT zo ~GooL-8 PERSONAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR PERSONAL SERVICES is made by and between the County of Nueces, hereinafter called "County" and Crystal Lyons, hereinafter

More information

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO. CONTRACT DOCUMENTS & SPECIFICATIONS for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE in CITY OF FORT MORGAN, COLORADO June 30, 2010 Doug Linton Light and Power Superintendent LIGHT AND POWER DEPARTMENT

More information

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND Contract Number Draft CVEA Professional Services Agreement INDEX SECTION 1. SCOPE OF SERVICES...1 SECTION

More information

FUNDAMENTAL PROVISIONS.

FUNDAMENTAL PROVISIONS. LICENSE AGREEMENT This LICENSE AGREEMENT for temporary space (the Agreement ) is made effective June 5, 2013 by and between the parties identified in Section 1 as Licensor and Licensee upon the terms and

More information

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007 Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007 Product: The Topsfield Water Department is requesting pricing for Potassium Hydroxide solution (45% by weight) meeting AWWA

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND TABLE OF CONTENTS 1. TERM... 1 2. SCOPE OF WORK... 2 3. COMPENSATION... 2 4. AGREEMENT DOCUMENTS... 2 5. BROKER'S

More information

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT Agreement Number: This Energy Service Provider Service Agreement (this Agreement ) is made and entered into as of this day of,, by and between ( ESP ), a organized and existing under the laws of the state

More information

Invitation to Submit Tenders

Invitation to Submit Tenders You are invited to submit a tender for: Road Grader Maintenance Contract Invitation to Submit Tenders To submit a tender, complete the attached Contract for Road Grader Maintenance Contract and submit

More information

Saddles for Sale RFSB # N

Saddles for Sale RFSB # N PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia

More information

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER Attachment J CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter

More information

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) KNOW ALL MEN BY THESE PRESENTS: Bond Number: That ( OWNER ) and ( CONTRACTOR ), both as principals, hereinafter collectively

More information

LICENSE AGREEMENT RECITALS:

LICENSE AGREEMENT RECITALS: LICENSE AGREEMENT THIS LICENSE AGREEMENT ("License") is made and entered into effective as of January 1, 2004, by and between THE COUNTY BOARD OF ARLINGTON COUNTY, VIRGINIA, a body politic ("Licensor"

More information

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and EXHIBIT WARRANTY BOND ITEMS MDX PROCUREMENT/CONTRACT NO.: Bond No.: KNOW ALL PERSONS BY THESE PRESENTS: That we, (Name) of (Address), hereinafter called Principal, and (Name) of (Address), hereinafter

More information

Public Notice Advertisement for Bids

Public Notice Advertisement for Bids Public Notice Advertisement for Bids Sealed bids for the purchase of multiple self-contained breathing apparatus (SCBA) and related equipment for the Fire Department will be received by the City of Bucyrus

More information

Invitation to Submit Tenders

Invitation to Submit Tenders 1 You are invited to submit a tender for: Roadside Mowing Contract Invitation to Submit Tenders To submit a tender, complete the attached Contract for Roadside Mowing and submit it to the Birch Hills County

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. 143-128.1C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. Any contract entered into between a private developer and a contractor

More information

THE MARYMOUNT MANHATTAN COLLEGE RESIDENCE WITNESSETH:

THE MARYMOUNT MANHATTAN COLLEGE RESIDENCE WITNESSETH: THE MARYMOUNT MANHATTAN COLLEGE RESIDENCE This LICENSE AGREEMENT (this License Agreement ) made as of this, by and between EDUCATIONAL HOUSING SERVICES, INC., a New York not-for-profit corporation, having

More information

CONSTRUCTION LICENSE AGREEMENT

CONSTRUCTION LICENSE AGREEMENT CONSTRUCTION LICENSE AGREEMENT This Construction License Agreement (this 11 Agreement") is made and entered into as of, 2013 (the "Effective Date 11 ) by and between (a) the City of Los Angeles ("City''),

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER TOWN OF LABRADOR CITY FORM OF TENDER TLC-13-18 RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER 1. The undersigned bidder has carefully examined the proposed project and all conditions

More information

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

LAND IMPROVEMENT AGREEMENT

LAND IMPROVEMENT AGREEMENT LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:

More information

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement for Maintenance of Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered

More information

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the INTERGOVERNMENTAL COOPERATION AGREEMENT between the CITY OF CREVE COEUR, MISSOURI, and the EXECUTIVE OFFICE PARK WATERSHED COMMUNITY IMPROVEMENT DISTRICT Dated as of TABLE OF CONTENTS ARTICLE I DEFINITIONS

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). Deletions by Engineer

More information

F O R M OF P R O P O S A L

F O R M OF P R O P O S A L 1 F O R M OF P R O P O S A L Ready Hall Addition Wake Technical Community College SCO ID #16-15897-02A Contract: General Construction Bidder: Date: The undersigned, as bidder, hereby declares that the

More information

AGREEMENT AND DECLARATION OF TRUST

AGREEMENT AND DECLARATION OF TRUST AGREEMENT AND DECLARATION OF TRUST THIS AGREEMENT AND DECLARATION OF TRUST Is made and entered into this day of, 20, by and between, as Grantors and Beneficiaries, (hereinafter referred to as the "Beneficiaries",

More information

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V

More information

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT, dated as of, 20 (this Agreement ), is made and entered into by and between William Marsh Rice University, a Texas non-profit corporation

More information

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS All property owners on record with Tooele County MUST be listed as Applicants. They must each sign and have

More information

City of Hyattsville RFP

City of Hyattsville RFP Date July 30, 2018 RFP#ADM073018 City of Hyattsville RFP Election Services and Equipment City of Hyattsville 4310 Gallatin Street Hyattsville, MD 20781 City of Hyattsville Office of the City Clerk Table

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

AGREEMENT between BROWARD COUNTY and CITY OF FORT LAUDERDALE for PARKING ACCESS IN THE COUNTY PARKING GARAGE

AGREEMENT between BROWARD COUNTY and CITY OF FORT LAUDERDALE for PARKING ACCESS IN THE COUNTY PARKING GARAGE AGREEMENT between BROWARD COUNTY and CITY OF FORT LAUDERDALE for PARKING ACCESS IN THE COUNTY PARKING GARAGE This AGREEMENT ("Agreement") between Broward County, a political subdivision of the State of

More information

Home Foundation Subcontractor Services Agreement

Home Foundation Subcontractor Services Agreement Home Foundation Subcontractor Services Agreement This Packet Includes: 1. General Information 2. Instructions and Checklist 3. Step-by-Step Instructions 4. Home Foundation Subcontractor Services Agreement

More information

SALES REPRESENTATION AGREEMENT. This Agreement, entered into as of this day of,20,by and between

SALES REPRESENTATION AGREEMENT. This Agreement, entered into as of this day of,20,by and between SALES REPRESENTATION AGREEMENT This Agreement, entered into as of this day of,20,by and between ( Representative ) and (COMPANY NAME), a corporation organized under the laws of the State of California,

More information

COMMERCIAL SPACE LICENSE AGREEMENT

COMMERCIAL SPACE LICENSE AGREEMENT Standard Popup License 1 COMMERCIAL SPACE LICENSE AGREEMENT THIS COMMERCIAL SPACE LICENSE AGREEMENT (this Agreement ), dated (hereinafter Effective Date ), is for an occupancy to commence on (hereinafter

More information

NAPA SANITATION DISTRICT

NAPA SANITATION DISTRICT IMPROVEMENT AGREEMENT SANITARY SEWER IMPROVEMENTS NAPA CREEK CONDOMINIUMS THIS AGREEMENT is made as of this day of, 20 by and between NCCH 103 Napa, LP, a Delaware limited partnership (" DEVELOPER ) and

More information

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement Guaranteeing Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered into as

More information

Warehouse Agreement. WHEREAS, Warehouse Operator is in the business of warehousing and storing goods; and

Warehouse Agreement. WHEREAS, Warehouse Operator is in the business of warehousing and storing goods; and Warehouse Agreement This Warehouse Agreement, dated as of [DATE] (this Agreement ), is entered into between [WAREHOUSE OPERATOR NAME], a [STATE OF ORGANIZATION] [TYPE OF ENTITY] ( Warehouse Operator )

More information

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter Authority )

More information

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION CONTRACT BETWEEN THE AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter HACSJ ) and Company Name (hereinafter Contractor ) is hereby

More information

OHIO DEPARTMENT OF TRANSPORTATION

OHIO DEPARTMENT OF TRANSPORTATION OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 WEST BROAD STREET, COLUMBUS, OHIO 43223 TED STRICKLAND, GOVERNOR JAMES G. BEASLEY, P.E., P.S., DIRECTOR April 24, 2008 2610 CRESCENTVILLE RD WEST

More information

BLAINE PANTEC MINI STORAGE LLC LEASE AGREEMENT

BLAINE PANTEC MINI STORAGE LLC LEASE AGREEMENT BLAINE PANTEC MINI STORAGE LLC LEASE AGREEMENT 943 Boblett Street Blaine, WA 98230 Phone: (360) 332-6111 Fax: (360) 332-7742 Email: Pantec@PantecBlaine.com Please remit rent to BLAINE PANTEC MINI STORAGE

More information

THEATRE USER LICENSE AGREEMENT

THEATRE USER LICENSE AGREEMENT NOTICE: Cancellation of an Event may result in the forfeiture of a portion of your security deposit. Please see Section 36 below for details on the cancellation policy. THEATRE USER LICENSE AGREEMENT THIS

More information

E-RATE CONSULTING AGREEMENT

E-RATE CONSULTING AGREEMENT E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement Agreement is made and entered into on this 19 th day of October, 2015 between the School District of the City of Harrisburg (the District )

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into as of [date] by and between the City of Malibu (hereinafter referred to as the "City"), and (hereinafter referred to as "Consultant").

More information

SAMPLE AGREEMENT FOR TOWING SERVICES. THIS AGREEMENT is entered into by and between the Sheriff of Manatee

SAMPLE AGREEMENT FOR TOWING SERVICES. THIS AGREEMENT is entered into by and between the Sheriff of Manatee SAMPLE AGREEMENT FOR TOWING SERVICES THIS AGREEMENT is entered into by and between the Sheriff of Manatee County, an independent constitutional officer of Manatee County ( MCSO ) and, a Florida corporation

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

!! 1 Page! 2014 PEODepot. All rights reserved. PEODepot and peodepot.com are trademarks of PEODepot. INITIAL! BROKER AGREEMENT

!! 1 Page! 2014 PEODepot. All rights reserved. PEODepot and peodepot.com are trademarks of PEODepot. INITIAL! BROKER AGREEMENT BROKER AGREEMENT THIS BROKER AGREEMENT (the Agreement ) is by and between you (the Broker ) and PEODepot, Inc., a Florida corporation (together with its affiliates and subsidiaries, MGA ) with an address

More information

BIOMASS SUPPLY AGREEMENT Agreement Version 2/9/2018 (Check for updated agreements at:

BIOMASS SUPPLY AGREEMENT Agreement Version 2/9/2018 (Check for updated agreements at: BIOMASS SUPPLY AGREEMENT Agreement Version 2/9/2018 (Check for updated agreements at: http://www.mbioex.com/contracts) THIS BIOMASS SUPPLY AGREEMENT (the Agreement ) is made this day of, 20, by and between

More information

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) SUMMARY PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Time of Completion

More information

LICENSE OF OCCUPATION

LICENSE OF OCCUPATION LICENSE OF OCCUPATION Country Gardens RV Park Ltd. (Owner) - AND Name: Date of Birth: (Site User/Contracting Party: hereinafter the OCCUPANT ) #1 Name: Date of Birth: (Site User/Contracting Party: hereinafter

More information

Non-Recourse Dealer Agreement

Non-Recourse Dealer Agreement This Non-Recourse Dealer Agreement ( Agreement ) is entered into between Freedom Truck Finance, LLC ( FTF ), a Texas limited liability corporation, and the undersigned dealership ( Dealer ) effective as

More information

LICENSE AGREEMENT FOR PRIVATE GRADE CROSSING

LICENSE AGREEMENT FOR PRIVATE GRADE CROSSING READING BLUE MOUNTAIN & NORTHERN RAILROAD COMPANY LICENSE AGREEMENT FOR PRIVATE GRADE CROSSING This agreement, dated as of this 1 st day of between READING BLUE MOUNTAIN & NORTHERN RAILROAD COMPANY, a

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this Agreement ), effective as of, 2017 (the Effective Date ), is by and between, a New York corporation having a principal place

More information

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No.

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No. PAYMENT AND INDEMNITY AGREEMENT No. THIS PAYMENT AND INDEMNITY AGREEMENT (as amended and supplemented, this Agreement ) is executed by each of the undersigned on behalf of each Principal (as defined below)

More information

ELECTRIC VEHICLE CHARGING STATION PLACEMENT AGREEMENT

ELECTRIC VEHICLE CHARGING STATION PLACEMENT AGREEMENT ELECTRIC VEHICLE CHARGING STATION PLACEMENT AGREEMENT THIS ELECTRIC VEHICLE CHARGING STATION PLACEMENT AGREEMENT (this Agreement ) is made and entered into this day of, 2011 by and between GREEN MOUNTAIN

More information

EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) DRUMORE, PA ADDRESS Proposals will be opened and read at approximately 1:00 P.M.

EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) DRUMORE, PA ADDRESS Proposals will be opened and read at approximately 1:00 P.M. MS-970 (11-09) A. DEPOSIT OF PROPOSALS. EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) ( INSTRUCTIONS ON PAGE 5 ) (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) All envelopes containing Bid proposals

More information

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION PAYMENT BOND

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION PAYMENT BOND Bond Number: [NUMBER] UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the University of Kentucky (the Owner ) and [CONTRACTOR S

More information

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT Agreement Number Executed Date / / This Excess Maintenance Agreement ( Agreement ) is made and entered into, by, and between the and the USER,, FID/SS Number, with offices located at. DEFINITIONS Appurtenance

More information

CONSIGNMENT AGREEMENT - FINE JEWELRY

CONSIGNMENT AGREEMENT - FINE JEWELRY CONSIGNMENT AGREEMENT Contemplating a Vendor and Retailer Relationship concerning Fine Jewelry AGREEMENT made to be effective as of, by and between, a corporation located at ("Vendor") and a corporation

More information

MASSACHUSETTS WATER RESOURCES AUTHORITY $ Multi-Modal Subordinated General Revenue Bonds Series REMARKETING AGREEMENT

MASSACHUSETTS WATER RESOURCES AUTHORITY $ Multi-Modal Subordinated General Revenue Bonds Series REMARKETING AGREEMENT MASSACHUSETTS WATER RESOURCES AUTHORITY $ Multi-Modal Subordinated General Revenue Bonds Series Massachusetts Water Resources Authority Charlestown Navy Yard 100 First Avenue Boston, Massachusetts 02129

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN

More information