DEPARTMENT OF PUBLIC WORKS - Barnstable
DEPARTMENT OF PUBLIC WORKS
INVITATION FOR BIDS
TRANSMITTAL COVER SHEET
A. GENERAL INFORMATION
1. Item Description: ONE TANDEM AXLE TRACTOR
2. Project or Other Req _DPW operating Capital_____________________
3. Funding Source (Acct)__637504 702020__________ Unencumb Bal $
4. Estimated Total Cost $_160,000.00__________
B. DOCUMENT CHECK-OFF LIST (Check Items Attached)
1. Bid Notice....................[x]..Dated....[x]..Contract No...[x]
2. General Specifications........[x]..Dated....[x]
3. Detailed Specifications.......[x]..Dated....[x]
4. Bid Sheet.....................[x]..Dated....[x]..Contract No...[x]
5. Certificate of Non Collusion..[x]..Dated....[x]
6. State Taxes Certificate.......[x]..Dated....[x]
7. Contract......................[x] Dated....[x] Contract No...[x]
8. Bid Bond......................[ ]..Dated....[ ] N/A
9. Performance Bond..............[ ]..Dated....[ ] N/A
10.Payment Bond..................[ ] Dated....[ ] N/A
11.DLI Prevailing Wage Rates.....[ ]..Dated....[ ] N/A
12.MBE and WBE Requirements......[ ]..Dated....[ ] N/A
13.Other
Goods and Services Bull.__....[ ]..Dated....[ ]
__________________________....[ ]..Dated....[ ]
NOTICE
INVITATION TO BID
TOWN OF BARNSTABLE
DEPARTMENT OF PUBLIC WORKS
The Department of Public Works, Town of Barnstable is soliciting bids for the following equipment, in accordance with Chapter 30B M.G.L:
TANDEM AXLE TRACTOR
Specifications and bid forms will be available at the Town of Barnstable Bid & RFP System at the Town website at town.barnstable.ma.us. Bids are due at the Department of Public Works, Administration, School Administration Building, 230 South Street, Hyannis, MA 02601 no later than 2:00 pm on August 15, 2007. If you are unable to obtain the bid documents on the internet, please contact the bid administration at (508) 862-4741, preceding the bid opening, between the hours of 8:00 AM and 4:00 PM, Monday through Friday, excluding holidays.
Bids will be opened and read at in the office of the Department of Public Works, 230 South Street, 4th floor, Hyannis, MA. 02601 at 2:00 p.m. August 15, 2007.
All bids must be received prior to the 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 of Barnstable.
Contract award will be made by the Town Manager, Town of Barnstable, within 60 days of the bid opening.
TOWN OF BARNSTABLE
DEPARTMENT OF PUBLIC WORKS
GENERAL SPECIFICATIONS
A. Attention of all bidders is directed to Chapter 30B of the General Laws of the Commonwealth of Massachusetts and to all other applicable sections of the General Laws as most recently amended which govern the award of this contract.
B. The bidder shall submit the bid upon forms furnished by the DPW on the Town of Barnstable online Bid & RFP System. All bids shall be in ink or typewritten and the bid form must be filled out completely. The price 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 the 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 Department of Public Works, 230 South Street, 4th Floor, Hyannis, MA 02601, on or before the date and time stated in the "Bid Notice". Each bid shall be in a sealed envelope, clearly marked on the outside of the envelope to indicate the contents, and 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 proposal 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 "Bid 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. A bidder may withdraw a bid after the public opening of the bid only if a mistake is clearly evident on the face of the bid document, but the intended correct answer is not evident.
H. Any bid received after the date and time stated in the "Bid Notice" shall not be opened. Unopened bids will be returned to the bidder.
I. Bids will be publicly opened and read at the date and time stated in the "Bid Notice". All interested parties are invited to be present.
J. No award will be made to any bidder who can not satisfy the DPW that he has sufficient ability and experience in this class of work and sufficient capital and plant to enable him to execute and complete the work successfully within the time named. The owner's decision or judgment on these matters shall be final, conclusive and binding. Conditional bids will not be accepted.
K. 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 bid.
L. Each bidder shall acknowledge receipt of any and all addendum issued to the invitation for bids by so indicating on the Bid Sheet. Failure to do so shall be cause to reject the bid as being non responsive.
M. The contract will be awarded within sixty days after the actual public bid opening date, 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 is in the best interest of the Town of Barnstable to accept it.
N. All bids shall be based on delivery of the equipment and its components to the DPW Highway Division located on Route 28, Hyannis, MA.
O. Any items missing when the equipment is delivered will result in the DPW retaining a minimum of 10% of the net cost until all items are supplied.
P. New equipment and accessories to be supplied under these bids shall be the manufacturer's latest model and design. The firm/individual shall supply all standard items contained in the manufacturer’s published specifications, unless the enclosed specifications call for an optional item to replace the standard item. The manufacturer’s published specifications must be included in the bid submitted. All equipment and accessories must meet all Federal, State, and local safety standard
Q. Payment for the equipment will be processed after final acceptance of the equipment. The bidder will submit an original bill or statement. The bidder will receive payment 30 days after submission of an approved invoice.
R. 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.
S. Each bidder must sign and submit a "Certificate of Noncollusion" clause and a "State Tax Certification" clause with the bid sheet. (Forms are attached to Bid Sheet).
T. If the services are subsequently deemed to be unsatisfactory to the Town and are in violation of the General and/or Detailed Specifications, the DPW shall notify the said bidder. If mutually agreeable arrangements cannot be achieved between the DPW and the bidder, the terms of the contract will be immediately terminated.
U. In the event of tie bids the Contract will be awarded to the Bidder who has most recently supplied the same service/equipment to the Town. If a tie bid still exists the bidders names will be placed in a container and the name drawn will be awarded the contract.
V. Bidder is to supply equipment in “turn key” condition suitable for it’s intended operation. All components must function together as an integrated unit. The owner's decision or judgment on these matters shall be final, conclusive and binding.
BARNSTABLE DEPARTMENT OF PUBLIC WORKS
EQUIPMENT PROPOSAL
DETAILED SPECIFICATION TABLE
TANDEM AXLE TRACTOR
It is the intent of these specifications to describe the minimum requirements for a 56,000 GVWR Tandem axle tractor located at the Transfer Station. The truck will be used by the DPW for routine heavy hauling of various materials and trailers.
This unit shall be a currently advertised production model, been in production for over one (1) year, as modified per specifications and approved by the Town of Barnstable. Furnished with all standard equipment advertised even if not specifically called for here, except where the item is replaced by optional over standard equipment of if conflicting equipment is specified. The unit shall be complete with all equipment required and ready for immediate operation to function as listed above. All transportation charges shall be included. The unit must meet all applicable codes, regulations and standards.
Description of Minimum Bid
Equipment Requirements Offer
Manufacturer Please state ______________
Manufacturer’s Model # Please state ______________
Year Current Model Year ______________
Maximum GVW 56,000 lbs. ______________
Wheel base Not less than 190”
or more than 200” ______________
Cab to Axle Not less than 105”
or more than 110” ______________
Front Axle Capacity 12,000 lbs. ______________
Front Spring Capacity 12,000 lbs. ground load
rating (two leaf spring) ______________
Front Shock Absorbers HD Required ______________
Front Tires (2) 11R24.5 16 ply
All position tread ______________
Brakes-front Meritor “S” Cam
15”X4” Q+ or
equal with dust shields ______________
Brake drums-all Cast, outboard mounted ______________
Wheels-All Steel disc 24.5X8.25
10-hole hub-piloted
11 ¼” BC , HD ______________
Load platform Please state ______________
Tandem Rear Axle Capacity 44,000 lbs Multileaf Spring
(Camelback, Hendrickson or
equivalent.) ______________
Suspension-Axle spacing Not more than 57 in. ______________
Dual Reduction Rear end Required ______________
Rear Axle Ratio 4.1 - 4.5 ______________
Rear Tires (8) 11R24.5 16 ply
traction tread ______________
Rear Brakes Meritor “S” Cam
16.5”X 7” Q+ or
equal with dust shields ______________
Automatic Slack Adjusters Required ______________
Spring Brake Chambers (4 rear) 30/30 Haldex or equivalent ______________
Transverse Torque rod (rear) Required ______________
Bronze Trunion Bushing Required ______________
Power Divider In-cab manual lockout
w/warning light and buzzer ______________
Engine Manufacturer Please State ______________
Manufacturer’s Model # Please State ______________
Engine type 13 Liter in-line 6 cyl Diesel ______________
Engine Horsepower (peak) not less than 400 @ 1500-1700 RPM ______________
Engine Torque 1660 lbs.ft max torque @
1200 RPM w/minimum
58% torque rise ______________
Engine Block Heater 120V 1500 watt emersion ______________
Engine Brake Jacobs, Powerleash or
equivalent, no exhaust brake ______________
Air Compressor 18 CFM Meritor or equal ______________
Air Cleaner Under hood element type ______________
Alternator Delco 12V, 130 amp min ______________
Batteries (4) 12V 650/2600 CCA
threaded stud type with
rotary disconnect switch ______________
Coolant Protection to -40F
w/conditioner ______________
Radiator H-D required ______________
Diesel Particulate Filter Vertical mount RH side back
of cab, outboard ______________
DPF Regeneration control In motion auto/man,
stationary manual ______________
Exhaust after treatment sys Ceramic, catalyzed ______________
Exhaust Single, bright finish, heat
shield and stack ______________
Fan belt Poly-V or equal with auto
tensioner ______________
Fan drive Behr or equal electronically
modulated fan drive ______________
Fuel Heater Required ______________
Fuel-water separator Racor or equal w/12V heater
w/intergral fuel/water separator ______________
Hand primer pump Required ______________
Transmission 10 speed manual (overdrive)
8 speed with two deep reduction
gears, triple counter shaft or equal
with low of at least 17.35 and
overdrive of .73. ______________
Reverse gear minimum 4 speed options ______________
Transmission oil cooler Required ______________
Clutch Eaton/Fuller CL7982 or equal
15.5” two-Plate w/dampened
ceramic facings 1700# Cap ______________
Air Clutch Assist Required ______________
Clutch Brake(two piece) Required ______________
Driveline-main Dana-Spicer 1810HD or equal
w/coated splines ______________
Driveline-interaxle Dana-Spicer 1710HD or equal
w/coated splines ______________
Frame 11.81”x3.54”x.37” ______________
20.6 cu in Steel section
modules/RBM 2,470,000
in lbs. per rail ______________
Tapered and flanged rail ends Required ______________
Cross-members Highway severe duty, boxed
and tapered ______________
Bumper-Front Stainless steel clad aluminum
flush Mtd ______________
Towing device-front 2 clevis type ______________
Fifth wheel Fixed-LH release (bolted to
outboard MTD angles)
Holland FW-35 series or equal ______________
Outboard mounted angles with
mounting holes ______________
Fuel tanks (1) Minimum 115 gallon each _____________
Hydraulic oil tank (1) unpainted Aluminum w/stainless
steel straps. Isolate RH tank for
use as hydraulic oil tank ______________
Deck Plate Low profile usable CA 82-99” ______________
Rear Fenders Full stainless w mud-flaps ______________
Air Dryer Spin-on cartridge type, heated
Midland or equivalent ______________
Dual Air brake System Required ______________
Air Reservoirs Minimum 2 unpainted alum. ______________
Manual drain valve & lanyard Required all air tanks ______________
Anti-lock Brake system Meritor ABS or equal with
auto traction control ______________
Brake control valves two valve dual brake system-
trailer supply and tractor-trailer
park w/hand control for trailer ______________
Trailer connections (1) 12 ft. (7) wire cord with
(7) wire plugs on each end
(2) 12 ft air hoses w/glad hands
integral glad hand/elect. plug
holder storage bracket,
breakaway safety valve and
conspicuity treatment to cab ______________
Chassis mounted pogo stick Required ______________
(hose tender)
Trailer air lines 12 ft non-coiled ______________
Trailer electrical line 12 ft non-coiled ______________
Hydraulic Reservoir RH fuel tank isolated w/shut-
off valve, vent and gauge ______________
Hydraulic system-dual 1. (3) line (2 pressure 1 return)
with control valve inside cab
for live-floor/push out trailers ______________
2. (1) line with control valve for
trailer-dump operation ______________
Hydraulic Pump Minimum 35 GPM@1800rpm ______________
Hyd pump manufacturer please state w/model # ______________
Hydraulic piping and hoses Required ______________
Hydraulic filter Required ______________
Hyd-PTO Air-operated, in-cab control ______________
Trailer connection hoses 1” hydraulic hose w/spin-on
female Aeroquip or equal
fittings on each end.(size 16b
for pressure and 20b for return)
with protective caps ______________
Tractor connections Aeroquip or equivalent spin-on
male fittings (16b-pressure, 20b
return) mounted rigidly to chassis
behind cab and forward or
within deck plate ______________
Back-up alarm Required ______________
Lighting ICC requirements ______________
Electric circuit protection fuse or breaker protection ______________
Electrical connections (oem) All waterproofed with Glyptol
or equivalent ______________
Headlights Halogen-replaceable bulbs ______________
Trailer Hook-up light Flood with in-cab pilot light ______________
Paint-cab Red(Dupont #96766-H or equal)
to match current DPW fleet
with urethane clear coat ______________
Paint-chassis/running gear Black-urethane ______________
Paint-Wheels Pre-finished Gray ______________
Cab Galvanized steel w/galvanized
steel visibility doors ______________
Cab-mounting (2) air bags and shocks at rear ______________
Cab-heat Required ______________
Air Conditioning Required ______________
Dome lights Switch and door activated ______________
Gauge cluster Shall include: air psi, voltmeter
exhaust pyrometer, trans. oil temp
coolant temp, oil psi, fuel level,
hour meter, tachometer, speedometer,
Hydraulic oil level, PTO Status. ______________
Interior trim package Please state ______________
Windshield Safety, tinted/shaded 2 piece ______________
Windshield wipers 2 speed w/intermittent delay
electric ______________
Windshield washer Electric w/reservoir under hood ______________
Glass-side and rear Tinted ______________
Window Controls RH side power LH hand crank ______________
Grab handles Bright finish both sides behind doors ______________
Grille Chrome with black background ______________
Horns (2) single trumpet air and
standard “city” style electric ______________
Mirrors-doors Heated with 8”convex(also heated)
both sides ______________
Mirrors-fenders(front) 8” convex both sides ______________
Radio(stereo) AM/FM/Weatherband ______________
Aux power leads Required ______________
CB antenna Prewired to dash ______________
Seat(driver) Bostrom Talladega 915 (air ride)-
cloth, mid-back or equivalent ______________
Seat(rider) Standard mid-back w/storage
compartment ______________
Tilt steering wheel Required ______________
Sun visor-interior Padded vinyl (both) ______________
Diagnostics Computer software with service
links and adapters for laptop ______________
Laptop-specifications only Please state ______________
Manuals; engine, chassis, body
Parts-Service-Operators Required in English ______________
Number of days for delivery 180 days ______________
Descriptive literature on all main components must be provided ______________
One spare tire and wheel to be included (all position tread) ______________
All lighting shall be in conformance with all current state and federal
DOT regulations. ______________
All controls and instrumentation shall be clearly identified and
permanently labeled. Any specialty tools required for normal operation,
maintenance, and adjustment shall be provided upon delivery. ______________
All hydraulic lines, pipes and fittings shall be of sufficient capacity
to accommodate the volume of oil without undue heating or turbulence
in the system. Hydraulic lines shall be routed to minimize interference
with equipment and chassis components requiring periodic servicing.
Appropriate support brackets, grommets, and tie-wraps shall be provided
to protect lines from abrasion, cutting and impact damage. Hoses shall
not be installed near manifold or exhaust system components so as to be
affected by extreme heat. ______________
Regardless of any minimum specification contained herein, the hydraulic
system must be of adequate size with appropriate bypass, relief, check, and
flow control valves as well as filters. ______________
All wiring connections other than oem plug connectors are to be liquid
tape sealed or heat shrink protected. ______________
Any and all parts, components and installations not specifically noted
but necessary to complete the equipment shall be furnished by the
successful firm/individual. All parts, components and installations shall
conform in strength, quality of material and workmanship to what is
provided by good engineering practice. All parts and components shall
be of current manufacture and in production at the time of installation. ______________
Normal replacement parts shall be available within 24 hrs of order ______________
The bidder shall have an enclosed repair facility with factory certified
mechanics. ______________
All standard Factory Warranties, expressed or implied, to begin
upon delivery to Solid Waste Facility. Warranty shall cover parts and
service with no deductible. Minimum basic warranty period 1 year,
100,000 mile with no deductible, to include roadside assistance and
towing. Minimum 3 year, 300,000 mile engine and driveline warranty. ______________
Each bidder shall submit with the bid a detailed letter explaining the
standard warranty that is offered at no cost as well as any extended
warranties including towing that are available in addition to the bid.
Extended warranty options will be available for purchase for one
year from delivery. ______________
TRAINING
On site training in operation and repair of the unit and optional equipment shall be provided. This training shall prepare personnel in operation and normal maintenance.
WARRANTIES
All standard Factory warranties express or implied, to begin upon delivery to the DPW. Warranty shall cover parts and service with no deductible. Minimum basic warranty period, 1 year, 100,000 miles with no deductible. Minimum 2 year 200,000 mile engine and driveline warranty. Minimum 5 year unlimited mileage corrosion protection. Copy of manufacturer's warranty shall be enclosed.
MANUALS
Chassis manufacture- one set total, operations and service in English ______________
Engine manufacture- one set total, operations and service in English ______________
Body manufacturer- one set total, operations, parts and service in English _________________
REPAIR CAPABILITY
The bidder shall have an enclosed repair facility with factory certified mechanics.
PARTS AVAILABILITY
Normal replacement parts shall be available within 24 hours of order.
DELIVERY
Within 180 days of award
TRADE-IN EQUIPMENT
The trade-in item is available for viewing at the Barnstable DPW Solid Waste Division, 45 Flint Street, Marstons Mills, Ma. 02648. Monday thru Friday by appointment between the hours of 8:00 a.m. and 3:00 p.m. Two way radios are not included in the trade and will be removed by the town.
Item 1 1989 Freightliner, tandem axle tractor
1FUYZCYB4KH409969, our asset # 466, available upon delivery of new unit.
The bid award will be awarded based on the bid price for the truck, minus the bid price for the trade-in item listed above. The town may, at its option, choose to retain any trade-in item at the price entered by the bidder on the bid form.
In the event the Town elects to retain the trade in item(s), the total bid price will be defined as the bid price for the truck minus the price of trade(s) not retained.
REFERENCES
Bidders must provide a list of at least 5 towns to which similar equipment has been supplied, along with a name of a contact person and phone numbers. If towns have not been supplied provide a list of 5 customers which may be contacted.
1. Town:
Contact: Phone:
2. Town:
Contact: Phone:
3. Town:
Contact: Phone:
4. Town:
Contact: Phone:
5. Town:
Contact: Phone:
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 _________________________
TOWN OF BARNSTABLE
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 Corporate 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 Mass. G.L. 62C s. 49.A.
TOWN OF BARNSTABLE
DEPARTMENT OF PUBLIC WORKS
BID SHEET
Purchase of Tandem Axle Tractor as per attached specifications;
Bid Price for truck per bid $
Trade in item #1 -$
Total Bid Price $
Estimated Delivery Date:
Contract will be awarded to the low, responsive, responsible bidder who submits the lowest Total Bid Price. Total Bid Price to be the Bid Price for the truck with dump body, hydraulic system, associated equipment and sander installation minus the trade in(s).
In the event the Town elects to retain the trade in item(s) at the bid price listed above, the total bid price will be defined as the bid price for the truck minus the price of trade(s) not retained.
The undersigned agrees to furnish the equipment including all labor and materials required to assemble a complete, operable, "turn key" truck with combination Tandem Axle Tractor in accordance with these specifications prepared by the town of Barnstable Department of Public works dated July 25, 2007, including delivery to the Barnstable DPW Garage for the payments as shown.
The undersigned agrees that if presented with the notice of acceptance for this contract, he will within five business days execute a contract in accordance with the terms of this bid.
It is understood by the firm/individual submitting bids, that the trade-in items will not become available until the new vehicle has been delivered in “turn key” condition suitable for the intended purpose at the DPW.
Receipt of Addendum Number (s) _____________________is hereby acknowledged and reflected in the Bid price (s) shown on previous page.
The undersigned proposes to furnish the equipment including all labor and materials required to complete the Contract by supplying a truck in “Turn Key” condition in accordance with the specifications prepared by the Town of Barnstable, Department of Public Works, dated July 25, 2007 for the Bid price (s) shown.
The undersigned agrees that if presented with Notice of Acceptance for this Contract, he will within five days, Saturdays, Sundays and legal holidays excluded, execute a Contract in accordance with the terms of this Bid.
The Town of Barnstable reserves the right to reject any or all bids and to waive minor informalities as provided under Chapter 30B, M.G.L.
FIRM:___________________________ SIGNATURE: ______________________
ADDRESS:________________________ NAME (print)______________________
________________________________ TITLE:____________________________
TELEPHONE:______________________ DATE:_____________________________
All bids must received at the office of the Director, Department of Public Works, 230 South Street, 4th Floor, Hyannis MA 02601 prior to the time stated in the Bid Notice. Please mark envelope "Ten Wheeler Bid”
Required attachments:
(1) Certificate of Non-Collusion
(2) State Taxes Certification Clause
3) Completed Detailed Specification Table
4) References
Office of the Town Manager
367 Main Street, Hyannis MA 02601
Office: 508-862-4610 John C. Klimm
Fax: 508-790-6226 Town Manager
[pic]
Start typing below this line:
Start typing below this line:
ACCEPTANCE OF BID
is hereby notified that their bid for a truck with and associated equipment in the amount of $ , submitted on has been accepted.
Please complete the "AGREEMENT BETWEEN CONTRACTOR AND OWNER" and return to the Department of Public Works, 230 South Street, 4th Floor, Hyannis, MA. 02601.
____________________________
John C. Klimm
Town Manager
TOWN OF BARNSTABLE, MASSACHUSETTS
AGREEMENT BETWEEN CONTRACTOR AND OWNER
CONTRACT
THIS AGREEMENT, made this ________day of ____, 2007, by and between the TOWN OF BARNSTABLE, MASSACHUSETTS, hereinafter called the owner, and ______________, with legal address and principal place of business at _____________________., herein called CONTRACTOR.
WITNESSETH: That for and in consideration of payment and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees, with the OWNER, to supply the OWNER with a truck, at a total price of $_____________________ and the trade in equipment described in the July 25, 2007 bid document, delivered to the Highway Division, 382 Falmouth Road, Hyannis, MA. 02601, within 180 days of the execution of this Agreement in accordance with the following requirements.
The Bid Specifications entitled (General Specifications( and (Detailed Specifications( dated July 25, 2007, for a Tandem Axle Tractor, and the Bid, 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 payment in the amount of $______________ and the trade-in equipment, for the Tandem Axle Tractor. The Agreement constitutes the entire Contract and there are no agreements other 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 and 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 ________________________________
________________________________
CONTRACTOR
Approved as to form
_
OWNER'S ATTORNEY
By ______________________________
OWNER
This is to certify that the Town of Barnstable, Massachusetts has an appropriation which is adequate to cover the cost of this Contract.
________________________________
OWNER'S ACCOUNTANT
................
................
In order to avoid copyright disputes, this page is only a partial summary.
To fulfill the demand for quickly locating and searching documents.
It is intelligent file search solution for home and business.
Related download
Related searches
- department of public service administration
- alabama department of public education
- department of public examinations maldives
- illinois department of public health worker registry
- department of public and social services
- department of public education wisconsin
- department of public services california
- nd department of public education
- department of public works baltimore
- department of public works kzn
- baltimore department of public works bids
- department of public works baltimore county