Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)

Size: px
Start display at page:

Download "Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)"

Transcription

1 Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC) Issue Date: November 12, 2014 Tender Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 Tender Closing Date and Time Tenders must be received at the Purchasing Department prior to: 3:00 p.m. (15:00 hrs) Pacific Time, November 25, 2014 City Contact Person for all Enquiries Chris Wood, Supervisor of Facilities Maintenance Phone: Mandatory Site Meeting A mandatory site meeting will commence at 9:00 a.m., November 18, 2014 at Nanaimo Ice Centre, 750 Third Street, Nanaimo, B.C., convening in the main lobby. Only those Bidders attending the mandatory site visit will be eligible to submit a Tender. Tenders will not be opened in Public

2 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC SECTION 1.0 PROJECT SUMMARY 1.1 The City of Nanaimo (the City ) is seeking qualified Contractors to supply, prepare and install 2 x2 mosaic tile in the showers in various rooms at the Nanaimo Ice Centre, 750 Third Street, Nanaimo, B.C. 1.2 The general workscope includes the following: Supply and install 2 x2 mosaic floor tile and base for shower bases. Fibreglass grating to cover trench drains. ColourMax stain resistant urethane grout. Grind floors to remove paint. Render floor slope. 1.3 Areas of Work: All dressing room showers Referee s room Flex room 1.4 It is the responsibility of the Bidder to take accurate measurements, ask questions and be familiar with the site to determine the existing conditions, layouts and limitations. 1.5 The successful Contractor will be responsible for scheduling and coordinating the installation work with the Owner on a room by room basis. Although, the completion date is flexible, the work should be performed within a reasonable time upon award notification. 1.6 All required materials, equipment, removal, disposal etc. are the sole responsibility of the Contractor. 1.7 In the event of a multiple employer workplace, the Bidder is to be designated as the Prime Contractor for this project per WorkSafe BC OH&S Regulations Sections 20.2 Notice of Project and 20.3 Coordination of Multiple Employer Workplaces and Workers Compensation Act, Section 118 Coordination of Multiple-Employer Workplaces (1) and (2). The Bidder should also understand the general duties of the City as defined in the Workers Compensation Act, Section 119 General Duties of City. The Bidder should have the necessary qualifications and be willing to accept the responsibilities as Prime Contractor for the project. Refer to Prime Contractor forms in the Appendix. The Prime Contractor will be required to coordinate the safety of all workers on the work site including their employees, subcontractors, City workers and the general public. SECTION 2.0 INSTRUCTIONS TO BIDDERS 2.1 Mandatory Site Meeting A mandatory site visit will commence at 9:00 a.m., November 18, 2014 at Nanaimo Ice Centre, 750 Third Street, Nanaimo, B.C., convening in the main lobby. Bidders must sign the attendance sheet. 2

3 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC The purpose of the mandatory site visit is for Bidders to determine the existing conditions, layouts, limitations and to take accurate measurements and ask any questions relevant to providing a Tender. Questions posted by Bidders and answered at the facility site meetings may not be further documented or disseminated. Questions which are taken under advisement at the meeting will be documented and responses shall be distributed to the Bidders recorded as attending the meeting. 2.2 Closing Time and Delivery Instructions Tenders must be received by the Purchasing Department prior to 3:00 p.m., local time, November 25, Tenders may be delivered by one (1) of the following three (3) methods: i. By hand/courier delivery to the only acceptable address and department: Purchasing Department, 2020 Labieux Road, Nanaimo, BC V9T 6J9. The Tender should be enclosed in a sealed envelope, clearly marked RFT 1585 Supply and Installation of Mosaic Tile and should include one (1) hard copy of the Tender. ii. Electronically submitted at the only acceptable address: purchasinginfo@nanaimo.ca Please note: Maximum file size limit is 8MB, or less. Iii Via Facsimile at the only acceptable fax number of Tenders received after the closing date & time will not be considered. It is the Bidder s sole responsibility to ensure they allow themselves enough time to submit their Tender to the Purchasing Department. The wall clock in the Purchasing Department Office is the official time piece for the receipt of all Tenders. 2.3 Mandatory Requirement Tenders not clearly demonstrating that they meet the following mandatory requirements will be excluded from further consideration during the evaluation process. Item # Mandatory Requirements 1. Tender(s) must be received at the closing location specified prior to 3:00 p.m. (15:00 hr) Pacific Time on November 25, Bidders must attend the mandatory site meeting and signed the attendance sheet. 3. Tender Form 1585 must be submitted and signed by an authorized person in a position to legally bind the Bidder to statements made in response to this Request for Tender. 2.4 Tender Form 1585 The Tender Form 1585 must be submitted and signed by an authorized person in a position to legally bind the Contractor and Bidder to statements made in response to this Request for Tender. Tender Forms that do not contain a signature will be disqualified. 3

4 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC 2.5 Receipt Confirmation Form For any further distributed information about this Request for Tender, please return this form by fax to or to The City will attempt to send information directly to Bidders that have returned the Receipt Confirmation Form, but it is the responsibility of the Bidders to ensure that all information has been received. Addendums will also be available on the City website under the Business tab, then Bid Opportunities tab, then tender 1585 tab. 2.6 Examination of RFT Tender Documents The Bidder shall carefully examine the RFT and the site of the proposed works and is solely responsible for making allowance in the Tender for any conditions likely to be encountered. 2.7 Liability for Errors The City and its employees and agents shall not be held liable or accountable for any error or omission in any part of this Request for Tender or response to Bidder questions. While the City and/or its employees and agents have made efforts to ensure an accurate representation of information in this RFT, the information contained in the RFT is supplied solely as a guideline for Bidders. The information is not guaranteed or warranted to be accurate by the City and/or its employees or agents, nor is it necessarily comprehensive or exhaustive. Nothing in this RFT is intended to relieve Bidders from the responsibility of conducting their own investigations and research and forming their own opinions and conclusions with respect to the matters addressed in this RFT. Bidders will be solely responsible to ensure their Tender meets all requirements of the RFT, to advise the City immediately of any apparent discrepancies or errors in the RFT and to request clarification if in doubt concerning the meaning or intent of anything in the RFT. 2.8 Bidders Costs for Tender All costs associated with the preparation and submission of the Tender, including any costs incurred by the Bidder after the Closing Time, will be borne solely by the Bidder. 2.9 Questions Questions are to be sent to the attention to the contact person below. Chris Wood, Supervisor of Facilities Maintenance chris.wood@nanaimo.ca Phone: Information obtained from any other person or source is not official and is not to be relied upon. Inquiries and responses will be recorded and may be distributed to all Bidders in the form of written addenda issued by the Purchasing Department. If the City determines that an addendum is required to this RFT, the City s Purchasing Department will issue an addendum to Bidders who have returned the Receipt Confirmation Form. It is the sole responsibility of the Bidder to check the City Website for addendums prior to submitting their Tender. 4

5 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC 2.10 Addenda Each addendum will be incorporated into and become part of the RFT document. No addendum of any kind to the RFT is effective unless it is contained in a written addendum issued by the City s Purchasing Department Tender Revisions Prior to the closing date & time, revisions to a Tender that has already been submitted may be made by submitting the changes to the Purchasing Department in writing Withdrawal of Tender The Bidder may withdraw their Tender at any time prior to the Tender closing time by contacting the Purchasing Department in writing Currency and Taxes All prices are in Canadian Dollars exclusive of all applicable taxes. Applicable taxes are to be shown as a separate line item Litigation Clause The City may, in its absolute discretion, reject a Tender submitted by Bidders if the Bidder, or any officer or director of the Bidder is or has been engaged either directly or indirectly through another corporation in a legal action against the City, its elected or appointed officers and employees in relation to: (a) Any other Contract for works or Services; or (b) Any matter arising from the City s exercise of its powers, duties or functions under the Local Government Act for another enactment within five years of the date of this Request for Tender. In determining whether to reject a Tender under this clause, the City will consider whether the litigation is likely to affect the affect the Bidder s ability to work with the City, its consultants and representatives and whether the City s experience with the Bidder indicates that the City is likely to incur increased employees and legal costs in the administration of this Contract if it is awarded to the Bidder Acceptance of Tender The lowest or any Tender will not necessarily be accepted The City s Discretion (a) Tenders that contain qualifying conditions or otherwise fail to conform to the Instructions to Bidders may, at the sole discretion of the City, be disqualified or rejected. (b) In the event that all Tenders received are over budgetary expectations, the City reserves the right to cancel the Request for Tender process and negotiate with the lowest priced or any Bidder, or with any firm whether or not it submitted a Tender. (c) Preference will be given to Contractors within the Regional District of Nanaimo where quality, service and price are equivalent Conflict of Interest By submitting a Tender, the Bidder warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Bidder, has any financial or 5

6 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict Ownership of Tender and Freedom of Information and Privacy Protection Act All documents, including Tenders, submitted to the City become the property of the City. They will be received and held in confidence by the City, subject to the provisions of the Freedom of Information and Privacy Protection Act (FOIPPA) Tender Validity Tenders shall be irrevocable and shall remain open for acceptance by the City for thirty (30) calendar days after the closing date and time. SECTION 3.0 SPECIFICATIONS 3.1 To supply delivery and install 2 x2 mosaic tile in accordance to the Manufacturer s installation instructions at the Nanaimo Ice Centre. The work includes preparation of floor as well as the supply and installation of bases, fibreglass grating and floor slope rendering. General workscope: Supply and install 2 x2 mosaic floor tile and base for shower bases. Fibreglass grating to cover trench drains. ColourMax stain resistant urethane grout. Grind floors to remove paint. Render floor slope. Areas of Work: All dressing room showers Referee s room Flex room 3.2 Installations are to be scheduled and co-ordinated with the Arenas Manager or authorized representative on a room by room basis dependent on availability. 3.3 Hours of Work Nanaimo Ice Centre: 5:00 a.m. 1:00 a.m. Monday to Friday, excluding statutory holidays. 3.4 All materials must be new. 3.5 Preparation and installation will be in accordance to the Manufacturer s instructions. 3.6 All required materials, equipment, removal, disposal etc. are the sole responsibility of the Contractor. 3.7 The Contractor must only employ skilled and qualified tradesmen to perform the Work. 3.8 Inspection (a) All materials and installation will be subject to inspection and will meet the approval of the City and the City s decision will be final and binding upon all parties. 6

7 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC (b) Should materials or installation be defective in quality of workmanship or otherwise fail to conform within the specifications set forth, the City will have the right to reject them or require their immediate correction. (c) Materials or installation requiring correction will be removed or re-installed for correction at no expense to the City. (d) If the Contractor fails to take proper action promptly when requested by the City, the City may replace or correct materials as necessary and charge the cost of such replacement to the Contractor, or the City may terminate the contract. 4.0 GENERAL TERMS AND CONDITIONS 4.1 Acceptance of Terms All the terms and conditions of this RFT are assumed to be accepted by the Bidder and incorporated in its Tender, except those revisions that are proposed or requested in the Tender and accepted by the City. 4.2 Contract and Contract Documents The City s preferred form of Contract is the City of Nanaimo s official Purchase Order and the Contract documents will include and consist of: Tender Submission; All amendments and attachments; City of Nanaimo Business License; General Commercial Liability Insurance; WorkSafe BC Clearance Letter; The City s official purchase order; and If applicable, Prime Contractor forms The City is not obligated to any Bidder in any manner until a City of Nanaimo Purchase Order has been issued and signed by an authorized person of the City. 4.3 Payment Terms Payment Terms will be Net thirty (30) days from invoice date. 4.4 Holdback This work will be subject to a ten percent (10 %) holdback in accordance with the British Columbia Builders Lien Act. The holdback shall not be released until the expiry of fiftyfive (55) days after substantial completion of the project, or as required by the Act. 4.5 No Additional Payment Except as otherwise provided in this Contract, no payment for extras shall be made unless such extras and prices have the City s prior written consent 4.6 Laws, Permits and Regulations (a) This RFT will be governed by the laws of the Province of British Columbia. (b) The Contractor is responsible for complying with all applicable laws, bylaws, and other statutory regulations including obtaining and paying for all necessary permits, licenses and approvals, in order to perform the Work. 4.7 Assignment The Contractor shall not assign any of its obligations without the City s prior written consent. 7

8 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC 4.8 Insurance Requirements (a) The Contractor shall be required to carry not less than two (2) million dollars Commercial General Liability Insurance, naming the City of Nanaimo as an additional insured, Automobile Liability Insurance on all vehicles operated or licensed in the name of the Contractor in an amount not less than (2) million dollars per occurrence for bodily injury, death and property damage, Contractors Equipment insurance in an all risks form covering construction machinery and equipment used for the performance of the project from insurers licensed in the Province of British Columbia and in forms and amounts acceptable to the City. (b) All insurance must be primary; and not require the sharing of any loss by an insurer of the City. (c) The Contractor shall provide, maintain, and pay for, any additional insurance which it is required by law to carry, or which it considers necessary to cover risks not otherwise covered by insurance specified in this Section in its sole discretion. (d) The Contractor shall place and maintain, or cause any of its sub-contractors to place and maintain, such other insurance or amendments to the foregoing policies as the City may reasonably direct. (e) The Contractor hereby waives all rights of recourse against the City for loss or damage to the Contractor's property. 4.9 WorkSafe BC The Contractor and any of its sub-contractors shall be required to provide proof of good and active standing with the Workers Compensation Board of B.C. Such compliance shall be maintained for the duration of the Contract otherwise the City may terminate the Contract without penalty or liquidated damages being assessed by the Contractor against the City City of Nanaimo Business License The Contractor shall be required to obtain a City of Nanaimo or Inter-Municipal Business License prior to Contract award. No Contract will be awarded to any Company who cannot obtain a City of Nanaimo Business License. The costs shall be borne by the successful Contractor Sub-Contracting The Contractor will preserve and protect the rights of the City with respect to any Work performed under sub-contract and incorporate the terms and conditions of this Contract into all sub-contracts as necessary to preserve the rights of the City under this Contract. The Contractor will be as fully responsible to the City for acts and omissions of subcontractors and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor Indemnity The Contractor shall indemnify and save harmless the City of Nanaimo including without limitation, the City of Nanaimo Mayor, its Council Members, agents, servants and employees from and against all claims, demands, losses, damages, costs and expenses made against or incurred, suffered or sustained by the City at any time where the same are based upon or arise out of anything tortuously done or omitted to be done by the Contractor or the designated employees. 8

9 Request for Tender No Supply & Installation of Mosaic Floor Tile at NIC 4.13 Minimum Rate of Pay Minimum rate of pay for work performed under this Contract or under sub-contract shall be as classified in the current Agreement between the City of Nanaimo and the Canadian Union of Public Employees, Local No Default (a) The City may by notice of default to the Contractor, terminate in whole or in part the Contract if the Contractor fails to make delivery of the goods or to perform any provision of this Contract within the time specified, or within a reasonable time if no time is specified. In the event the City does terminate the Contract in whole or in part as specified above, the City may procure goods or services similar to those so terminated and the Contractor will be liable to the City for any excess costs for such similar goods or services. (b) The Contractor will not be liable for any excess costs if failure is due to strike, lockout, or Acts of God. The City will not be liable where delivery sites are not available due to strike, lockout, or Acts of God Dispute Resolution In the event of a dispute arising between the City and the successful Bidder as to their respective rights and obligations under the Agreement, both parties agree to resolve the dispute by: (a) Frank and open negotiations whereby both parties use their best efforts to resolve the dispute by mutual agreement including the most Senior Management of both parties. (b) If, after thirty (30) calendar days, the dispute is not resolved, both parties agree to appoint a mediator to resolve the dispute. All costs to be split equally. (c) If, after the mediation process is complete and the dispute is not resolved, the parties shall proceed to arbitrations following the rules of procedures as per the British Columbia International Commercial Arbitration Centre located in Vancouver, BC. All costs, with the exception of legal fees, shall be borne equally. 9

10 TENDER 1585 NIC SHOWER TILE INSTALLATION PROJECT TENDER FORM Page 1 of 1 The undersigned has examined Tender 1585 and having full knowledge of the requirements of the City, do hereby agree to be bound by the Terms, Conditions, Statements and Representations contained herein. PRICING LUMP SUM PRICE GST Total Contract Price $ $ $ MATERIALS & WORKMANSHIP WARRANTY ACCEPTANCE Company Name & Mailing Address: Address: Authorized Signature: Printed Name: Date:

11 Prime Contractor General Information Form This document does not replace the Workers Compensation Act or OH&S Regulations Sections 118 of the Workers Compensation Act: multiple employer workplace means a workplace where workers of 2 or more employers are working at the same time. Note: Workers of one employer do not necessarily have to come in contact with workers of the other They do not have to be in the same place at the same time Workers activities could affect the health and safety of another employer s workers. This is true even if the workers at the workplace are workers of the owner or contractor. prime contractor means, in relation to a multiple-employer workplace, (a) the directing contractor, employer or other person who enters into a written agreement with the owner of that workplace to be the prime contractor for the purposes of this Part, or (b) if there is no agreement referred to in paragraph (a), the owner of the workplace. The prime contractor of a multiple employer workplace must Ensure that the activities of all employers, workers (including the owners), and other persons at the workplace relating to occupational health and safety are coordinated and Do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with the WC Act and the Regulation in respect of the workplace Each employer of workers at a multiple employer workplace must give to the prime contractor the name of the person the employer has designated to supervise the employer s workers at that workplace. For the sake of clarity, the following apply in determining whether there is a multiple-employer workplace: Two or more adjacent workplaces do not constitute a multiple-employer workplace, even though the activities at one place might affect the health and safety of workers at an adjacent workplace. In contrast, the workplace will generally be a multiple-employer workplace in the following situations: -Workers of different employers are present at the same time working on the different projects; or -Workers of different employers are present at the same time working on the same project. In either case the workplace would be considered a multiple-employer worksite. -1-

12 Prime Contractor General Information Form Page 2 of 3 In determining whether workers of 2 or more employers are working at the same time, the phrase at the same time will be given such fair, large and liberal construction as may best attain the objectives of section 118. At the same time does not mean that, at any precise point in time, there are workers of 2 or more employers present in the workplace. Rather, it means that, over an appropriate interval, there are workers of 2 or more employers present in the workplace, whether or not the 2 or more groups of workers are actually present together in the workplace at any precise point in time at all. The duration of the interval of time to be considered will depend upon the circumstances of the individual workplace. Whether the workers of the one employer come into actual contact with the workers of the other employer does not generally affect the determination of whether the workplace is a multiple-employer workplace. An employer, the employer s workers and their activities could well affect the health and safety of another employer s workers who come into the workplace later in the day or on another day, even though there may be no actual contact between the two groups of workers. However, the degree to which the activities of the first employer and its workers affect the health and safety of the second employer s workers will generally affect the determination of the responsibilities of the prime contractor and of the two employers under Part 3 and the regulations Virtually all workplaces will be visited by workers of other employers. For example, workers may deliver or pick up mail, goods or materials or enter to inspect the premises. Short term visits of this type, even if regular, do not make the workplace a multiple-employer workplace for purposes of section 118(1). The written agreement referred to in section 118(1) of the Act must be made available within a reasonable time if requested by a Board officer. There can be only one "prime contractor" at a workplace at any point in time. If an owner enters into more than one agreement purporting to create a "prime contractor" for the same period of time, the owner is considered to be the prime contractor. -2-

13 Prime Contractor General Information Form Page 3 of 3 Section 119 of the Workers Compensation Act: Every owner of a workplace must (a) provide and maintain the owner's land and premises that are being used as a workplace in a manner that ensures the health and safety of persons at or near the workplace, (b) give to the employer or prime contractor at the workplace the information known to the owner that is necessary to identify and eliminate or control hazards to the health or safety of persons at the workplace, and (c) comply with this Part, the regulations and any applicable orders. Prime Contractor Qualified Coordinator OH&S Regulations 20.3: If a work location has overlapping or adjoining work activities of 2 or more employers that create a hazard to workers, and the combined workforce at the workplace is more than 5, (a) the owner, or if the owner engages another person to be the prime contractor, then that person must (i) appoint a qualified coordinator for the purpose of ensuring the coordination of health and safety activities for the location, and (ii) provide up-to-date information as specified in subsection (4), readily available on site, and (b) each employer must give the coordinator appointed under paragraph (a)(i) the name of a qualified person designated to be responsible for that employer's site health and safety activities. (3) The duties of the qualified coordinator appointed under paragraph (2)(a)(i) include (a) informing employers and workers of the hazards created, and (b) ensuring that the hazards are addressed throughout the duration of the work activities. (4) The information required by subsection (2)(a)(ii) includes (a) the name of the qualified coordinator appointed under subsection (2)(a)(i), (b) a site drawing, which must be posted, showing project layout, first aid location, emergency transportation provisions, and the evacuation marshalling station, and (c) a set of construction procedures designed to protect the health and safety of workers at the workplace, developed in accordance with the requirements of this Regulation. -3-

14 Prime Contractor Preconstruction Meeting Form Date: Meeting Location: Firm Name: Contract #: Prime Contractor: Prime Contractor s Superintendent: City s Contract Representative: AGREEMENT The Prime Contractor: Acknowledges appointment as Prime Contractor defined by WorkSafe BC OH&S Regulations Sections 20.2 and 20.3, and in the Workers Compensation Act, Sections 118 Clauses 1 and 2. Understands the Owners duties as defined in the Workers Compensation Act, Section 119. Understands for any discrepancy establishing health and safety protocol, WorkSafe BC OH&S Regulation and/or the Workers Compensation Act (Part 3) shall prevail. Acknowledges being informed of any known workplace hazards by the owner or owner s delegate, by signing attached Existing Known Hazard Assessment form. Shall communicate known hazards to any persons who may be affected and ensure appropriate measures are taken to effectively control or eliminate the hazards. Shall ensure all workers are suitably trained and qualified to perform the duties for which they have been assigned. Shall ensure or coordinate first aid equipment and services as required by WorkSafe BC OH&S Regulation. Shall coordinate the occupational health and safety activities for the project. Assumes responsibility for the health and safety of all workers and for ensuring compliance by all workers with the Workers Compensation Act (Part 3) and WorkSafe BC OH&S Regulation. Understands any WorkSafe BC violation by the Prime Contractor may be considered a breach of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City. Understands any penalties, sanctions or additional costs levied against the Prime Contractor will be the responsibility of the Prime Contractor. Confirms the Prime contractor s safework procedures and risk assessments were prepared by, or approved by a Qualified Person as defined by WorkSafe BC OH&S Regulations. Accepts the following required documents shall be maintained and made available upon request from the City and/or WorkSafe BC Prevention officer at the workplace.

15 The documents required to be maintained and available by the Prime Contractor will include, but not be limited to: All notices which the Prime Contractor is required to provide to WorkSafe BC as per WorkSafe BC OH&S Regulation. Any written summaries of remedial action taken to reduce occupational health and safety hazards within the area of responsibility. All directives and inspection reports issued by WorkSafe BC. Records of any incidents and accidents occurring within the Prime Contractor s area of responsibility. Completed accident investigations for any incidents and accidents occurring within the Prime Contractor s area of responsibility. On a construction workplace, these additional documents are required to be maintained and available by the Prime Contractor: Records of all orientation and regular safety meetings held between contractors and their workers, including topics discussed, worker names and companies in attendance. Written evidence of regular inspections within the workplace. Occupational first aid records. Worker training records. Current list of the name of a qualified person designated to be responsible for each subcontractor (employer s) site health and safety activities. Diagram of the emergency route to the hospital. The following information must be provided to the City Contract Representative: WorkSafe BC Notice of Project WorkSafe BC Clearance Letter Prime Contractor s OH&S Safety Program Prime Contractor s OH&S Safety Program Document First Aid Attendants: Safety Supervisor: Location of First Aid Station: Signature of Prime Contractor: Signature of City Contract

16 Representative: EXISTING KNOWN HAZARD ASSESSMENT Discussion between the Prime Contractor and the City Contract Representative Date: Meeting Location: Prime Contractor: Prime Contractor Representative: City Contract Representative to make the Prime Contractor aware of any known extraordinary pre-existing hazards peculiar to the contract. It is recognized the known pre-existing hazards identified may not be a comprehensive list and due caution is always required. Use additional pages if necessary. Comment: Identified Extraordinary Hazards Action required to eliminate or control hazards and ensure worker safety Comment: Comment: Prime Contractor Representative (signature) City Contract Representative (signature) Prime Contractor Representative (printed) City Contract Representative (printed)

17 RECEIPT CONFIRMATION FORM City of Nanaimo Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre Closing Date & Time: Prior to 3:00 P.M. (15:00hrs) Pacific Time, November 25, 2014 For any further distributed information about this Request for Tender, please return this form by fax or as soon as possible to: or Fax: COMPANY NAME: STREET ADDRESS: CITY/PROVINCE: POSTAL CODE: PHONE NUMBER: FAX NUMBER: PHONE NUMBER: CONTACT PERSON: TITLE: ADDRESS:

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME REQUEST FOR TENDER No. 1717 GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME Issue date: February 10, 2016 Closing location: Purchasing Department 2020 Labieux Road Nanaimo,

More information

REQUEST FOR PROPOSAL. Request for Proposal No Playground Equipment for Oceanview Park

REQUEST FOR PROPOSAL. Request for Proposal No Playground Equipment for Oceanview Park REQUEST FOR PROPOSAL Request for Proposal No. 1440 Playground Equipment for Oceanview Park Issue date: May 14, 2013 Closing Location: Purchasing Department 2020 Labieux Road Nanaimo, B.C. V9T 6J9 City

More information

Request for Proposals 1363

Request for Proposals 1363 RFP 1363 CLOSING DATE 2012-AUG-24 Request for Proposals 1363 Urban Design Analysis and Corridor Design Guidelines Preparation for the Harewood Neighbourhood Plan INTRODUCTION The City of Nanaimo OFFICIAL

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing REQUEST FOR PROPOSAL Proposals are to be submitted to Reception prior to: 2:00 PM (14:00 hrs) Pacific Time on September 28 th, 2017 to the attention of: Laura Hooper, Head of Parks and Environmental Services

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS REQUEST FOR QUOTATIONS Title: LANDSCAPE MAINTENANCE CITY-WIDE ROUGH MOW Reference No.: 1220-040-2016-024 FOR THE SUPPLY OF GOODS AND/OR SERVICES (General Services) TABLE OF CONTENTS 1. INTRODUCTION...

More information

REQUEST FOR TENDERS No Gloves, Safety and Industrial Supplies - Three Separate Categories

REQUEST FOR TENDERS No Gloves, Safety and Industrial Supplies - Three Separate Categories REQUEST FOR TENDERS No. 1839 Gloves, Safety and Industrial Supplies - Three Separate Categories Closing Date and Time: Tenders must be received by 3:00 p.m. (15:00 hours), Pacific Time on Wednesday, August

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STEEL PIPE Bidders are requested to respond to this Quotation call as instructed subject to the provisions

More information

REQUEST FOR PROPOSAL No Local Election Ballot Printing. DATE ISSUED: April 26, 2018

REQUEST FOR PROPOSAL No Local Election Ballot Printing. DATE ISSUED: April 26, 2018 REQUEST FOR PROPOSAL No. 2183 Local Election Ballot Printing DATE ISSUED: April 26, 2018 Closing Location: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME: Proposals must

More information

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM REQUEST FOR PROPOSALS 2016-2020 The City of Cranbrook is requesting proposals for a five-year agreement for the provision of a Mosquito Control Program. The Program will be for the five year period 2016

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TURN OUT BOOTS FOR RICHMOND FIRE-RESCUE Bidders are requested to respond to this Quotation call

More information

City means the municipal corporation, generally known as the City of Richmond.

City means the municipal corporation, generally known as the City of Richmond. General Conditions of Contract for General Construction Services on City of Richmond Property 1.0 Definitions The following words and terms, unless the context otherwise requires, shall have the meanings

More information

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents. Administrative Procedure 515 FACILITIES AND MAINTENANCE TENDERING Background Golden Hills School Division believes in purchasing goods and services at competitive prices, treating suppliers fairly and

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS P.O. Box 186, Bella Coola, BC V0T 1C0 Phone (250) 799-5291 Fax (250) 799-5750 Email: info@ccrd-bc.ca REQUEST FOR PROPOSALS CENTRAL COAST REGIONAL DISTRICT and CENTRAL COAST REGIONAL HOSPITAL DISTRICT for

More information

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following: INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

Invitation to Quote ADM Golden Raven Marketing Program Review

Invitation to Quote ADM Golden Raven Marketing Program Review Invitation to Quote ADM-16-01 The Regional District of Fraser-Fort George is seeking quotations from qualified vendors to conduct an assessment of the Golden Raven Cultural Marketing Program. Three (3

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TEMPORARY FENCING Bidders are requested to respond to this Quotation call as instructed subject

More information

Request for Proposal Kelowna Office Renovation. Request for Proposals (RFP)

Request for Proposal Kelowna Office Renovation. Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by Kelowna Office Renovation 2018RFP-25 First Nations Health Authority (FNHA) Issue date October 20, 2017 Closing date/time FNHA Contact Information

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS REQUEST FOR QUOTATIONS Title: PARK TREE PLANTING SERVICES Reference No.: 1220-040-2017-117 FOR THE SUPPLY OF GOODS AND SERVICES (General Services) TABLE OF CONTENTS 1. INTRODUCTION... 3 2. ADDRESS FOR

More information

INVITATION TO TENDER TENDER FORM

INVITATION TO TENDER TENDER FORM INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing

More information

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Robson Valley Region Marketing Coordinator Services Invitation to Quote DS Closing Date: November 22, 2016

Robson Valley Region Marketing Coordinator Services Invitation to Quote DS Closing Date: November 22, 2016 Invitation to Quote DS 16-02 Closing Date: November 22, 2016 Prepared by: Regional District of Fraser-Fort George 155 George Street, Prince George, BC V2L 1P8 Telephone 250-960-4400 / Toll Free 1-800-667-1959

More information

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION REQUEST FOR QUOTES 2015-2020 Village of Port Alice PO Box 130 1061 Marine Drive Port Alice, BC V0N 2N0 Telephone: (250) 284-3391 Fax: (250) 284-3416 INSTRUCTIONS

More information

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls REQUEST FOR PROPOSAL RFP to Construct Modular Concrete Segmented Retaining Walls Please submit complete proposal using the attached forms, in a sealed envelope quoting above proposal number and closing

More information

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014.

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014. REQUEST FOR PROPOSAL Project: WWTP Landscaping Design & Construction Request For Proposal #: R14-129 Date of Issue: March 26 th, 2014 Closing Location: by hand, mail or courier to: Regional District of

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Stores Request: Supply and Delivery of GLOVES Bidders are requested to respond to this Quotation call as instructed subject

More information

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance

More information

=====================================================================

===================================================================== Purchasing Department, 3330 22nd Ave., Prince George BC V2N 1P8 Phone: 250-561-5809, Fax: 250-561-5842, email: purchasing@cnc.bc.ca June 30, 2009 TO: FAX : Attention: FROM: Helene Rohn FAX: 250-561-5842

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

More information

TENDER GRAVEL CRUSHING PWT

TENDER GRAVEL CRUSHING PWT The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur ON L9V 0G8 TENDER FOR GRAVEL CRUSHING PWT- 2018-01 TENDER BIDS - on forms as supplied by the Township of MULMUR, in sealed envelopes

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Pest Control Services

Pest Control Services Pest Control Services Quotation #276 Issue Date: Friday, September 1, 2017 Jan Romer, Buyer Issued by: The Thames Valley District School Board Return Date: 4:00:00 pm, local time, Friday, September 15,

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

More information

Request for Tender. Humidifier Replacement February 19, 2013

Request for Tender. Humidifier Replacement February 19, 2013 Request for Tender For: Humidifier Replacement February 19, 2013 1602 Telesat Court Rick Moore Supervisor, Property & Facility Management Telephone: 613 747-7800 Ext. 2872 Index of Sections Section A -

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI 15-101 ISSUE DATE: Tuesday, April 21 st, 2015 CLOSING DATE: Friday May 1 st, 2015 TIME: LOCATION: 12:00 p.m. (local time) Township of North

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, L9V 0G8 TENDER FOR LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT-2017-03 TENDER BIDS - on forms as supplied by the

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

FORM OF TENDER 32/2010

FORM OF TENDER 32/2010 FORM OF TENDER 32/2010 ELECTRIC PANEL UPGRADES CANADA GAMES COMPLEX -- for the Facilities & Fleet Department -- Page 1 of 9 I/We, the undersigned, do hereby tender and offer to enter into contract with

More information

Request for Proposals (RFP) Vehicle Purchase & Requirements

Request for Proposals (RFP) Vehicle Purchase & Requirements Request for Proposals (RFP) Vehicle Purchase & Requirements RFP # 2013RFP-09 RFP issued by First Nations Health Authority (FNHA) Issue date February 27, 2014 Closing date/time Proposals must be received

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

REQUEST FOR PROPOSALS ON-CALL ELECTRICAL MAINTENANCE AND REPAIR FOR WASTEWATER SERVICES

REQUEST FOR PROPOSALS ON-CALL ELECTRICAL MAINTENANCE AND REPAIR FOR WASTEWATER SERVICES REQUEST FOR PROPOSALS ON-CALL ELECTRICAL MAINTENANCE AND REPAIR FOR WASTEWATER SERVICES Issue Date: April 22, 2015 Closing Date and Time: 4 complete hard copies plus 1 electronic (CD or USB) copy prepared

More information

HEATING AND COOLING SYSTEM MAINTENANCE

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

More information

CS ENERGY LIMITED SERVICE CONDITIONS

CS ENERGY LIMITED SERVICE CONDITIONS CS ENERGY LIMITED SERVICE CONDITIONS 1. DEFINITIONS In these Conditions: Agreement means the agreement between CS Energy and the Contractor for the provision of Services and comprises the relevant Service

More information

WESTBANK FIRST NATION

WESTBANK FIRST NATION WESTBANK FIRST NATION Request for Quotation 2018-07 Surveying Services Issue Date: February 15, 2018 Closing Date: 2pm PST, March 01, 2018 Surveying Services Prepared by: Westbank First Nation Purchasing

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Scope of Service RFP # RFP issued by Request for Proposals (RFP) PeopleSoft Financial systems enhancement project 2016RFP-16 First Nations Health Authority (FNHA) Issue date July 25, 2016 Amount N/A Closing

More information

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2 POST BID ADDENDUM Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: 504-6955 Addendum No.: 2 Project Address: 2349 Virlow St., Idaho Falls, Idaho 83401 Date: 8/29/2016 Owner: Corporation of the Presiding

More information

REQUEST FOR QUOTATION

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

More information

Request for Proposals Waterworks Operations and Maintenance Contract

Request for Proposals Waterworks Operations and Maintenance Contract Request for Proposals Waterworks Operations and Maintenance Contract Cowichan Bay Waterworks District (the District) is seeking proposals from qualified operators to provide services as outlined in this

More information

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

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

More information

NEW BRUNSWICK POWER CORPORATION GENERAL CONDITIONS FOR MISCELLANEOUS CONSTRUCTION

NEW BRUNSWICK POWER CORPORATION GENERAL CONDITIONS FOR MISCELLANEOUS CONSTRUCTION GENERAL CONDITIONS FOR MISCELLANEOUS CONSTRUCTION Instructions to Tenderers General Requirements Province of New Brunswick, Short Form Contract For Standard Construction Contract, Crown Construction Contracts

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

More information

Western Water Development Consultant Accreditation Deed

Western Water Development Consultant Accreditation Deed Western Water Development Consultant Accreditation Deed Western Water ABN 67 433 835 375 and Company name: ABN : February 2018 TABLE OF CONTENTS 1. DEFINITIONS AND INTERPRETATION... 1 1.1 Definitions...

More information

CORPORATION OF THE TOWN OF GANANOQUE

CORPORATION OF THE TOWN OF GANANOQUE CORPORATION OF THE TOWN OF GANANOQUE Request for Proposal for: Shuttle Services RFP NUMBER ED-2016-01 Sealed proposals, clearly marked TOWN OF GANANOQUE SHUTTLE SERVICES will be received by the until March

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

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

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

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

Construction Waste Removal Vancouver Island Health Authority (Island Health) RFP Number: 972 Issue date: December 1, 2017

Construction Waste Removal Vancouver Island Health Authority (Island Health) RFP Number: 972 Issue date: December 1, 2017 Construction Waste Removal Vancouver Island Health Authority (Island Health) RFP Number: 972 Issue date: December 1, 2017 Island Health Contact Person All enquiries related to this RFP are to be directed,

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation On Call PRESSURE WASHING AND WINDOW WASHING Contractor Bidders are requested to respond to this Quotation call as instructed

More information

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

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

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

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

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

More information

Region of Waterloo Terms and Conditions

Region of Waterloo Terms and Conditions Region of Waterloo Terms and Conditions Note: These Terms and Conditions, as applicable, together with the attached Purchase Order form a legally binding agreement (the Agreement ) between the Vendor and

More information

District of Sechelt Request for Quotation # Pickup Truck Purchase

District of Sechelt Request for Quotation # Pickup Truck Purchase District of Sechelt #2018-17 Pickup Truck Purchase Date of Issue: May 7, 2018 Closing Location: District of Sechelt Attention: Procurement Agent 2 nd Floor, 5797 Cowrie Street Sechelt, BC, V0N 3A0 Closing

More information

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Tender. For: Boiler Replacement November 21, Telesat Court Request for Tender For: Boiler Replacement November 21, 2016 1602 Telesat Court 1 Index of Sections Section A - Information for Tenderers and General Conditions Section B - Form of Tender Section C - Form

More information

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

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

More information

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations to provide services, equipment and materials for the water blasting of wading pools within

More information

REQUEST FOR QUOTATIONS NO. PS (the RFQ ) SERVICES OF QUALIFIED PROFESSIONAL TO REPLACE THE SCREENS AT DEISTER SCREEN DECK OF THE ASPHALT PLANT

REQUEST FOR QUOTATIONS NO. PS (the RFQ ) SERVICES OF QUALIFIED PROFESSIONAL TO REPLACE THE SCREENS AT DEISTER SCREEN DECK OF THE ASPHALT PLANT AT DEISTER SCREEN DECK OF THE ASPHALT PLANT Quotations are to be addressed to the Supply Chain Management office, 4 th Floor, City of Vancouver, 453 West 12 th Avenue, Vancouver, British Columbia, Canada,

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT CLAIMS ADMINISTRATION SERVICES AGREEMENT This Claims Administration Services Agreement (the "Agreement") is made and entered into by and between XYZ School District ("Client") and Keenan & Associates ("Keenan").

More information

T E N D E R Tender # T Bike Trails Parking and Pump Track

T E N D E R Tender # T Bike Trails Parking and Pump Track T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC)

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC) AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC) FOR USE IN CONJUNCTION WITH THE FORMS OF MAIN CONTRACT FOR PUBLIC WORKS ISSUED BY THE OFFICE OF GOVERNMENT PROCUREMENT, DEPARTMENT OF PUBLIC EXPENDITURE

More information

CONFERENCE AUDIO & RECORDING SYSTEM

CONFERENCE AUDIO & RECORDING SYSTEM REQUEST FOR PROPOSALS FOR CONFERENCE AUDIO & RECORDING SYSTEM RFP #: R18-398 ISSUED ON: March 21, 2018 CLOSING DATE AND TIME: April 11 th, 2018 at 3:00pm Local Time SITE MEETING: March 29, 2018 at 10am

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by Employment Engagement Survey 2018RFP-26 First Nations Health Authority (FNHA) Issue date November 22, 2017 Closing date/time Proposals must

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Website Re-Design and Development

Website Re-Design and Development Request for Proposal Website Re-Design and Development Sealed proposals will be received in the office of the: Corporate Officer Town of Gibsons 474 South Fletcher Road, Box 340 Gibsons, BC V0N 1V0 Electronic

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

Regional District of North Okanagan Kal Lake Pump Station Primary Service Unit Substation Equipment Installation

Regional District of North Okanagan Kal Lake Pump Station Primary Service Unit Substation Equipment Installation 1115 St. Paul Street Kelowna, BC Canada V1Y 2C6 T 250.717.8813 F 250.717.8814 July 12, 2016 Regional District of North Okanagan Kal Lake Pump Station Primary Service Unit Substation Equipment Installation

More information

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

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

More information

REQUEST FOR QUOTATION

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

More information

REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS TO SUPPLY AND SERVICE PORTABLE TOILETS

REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS TO SUPPLY AND SERVICE PORTABLE TOILETS REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS Issue Date: March 1, 2013 The City invites your company to provide a price quotation: TO SUPPLY AND SERVICE PORTABLE TOILETS Quotations will be

More information