THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2016 CANADA DAY FIREWORKS DISPLAY

Size: px
Start display at page:

Download "THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2016 CANADA DAY FIREWORKS DISPLAY"

Transcription

1 THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2016 CANADA DAY FIREWORKS DISPLAY Proposals will be received by the Town of Midland for: Labour, Materials, and Insurance for the 2016 Canada Day Fireworks Display in the Town of Midland Proposal forms and specifications may be obtained at the Town of Midland municipal offices or alternatively on the municipal website Contractors may receive proposal forms/specifications by calling (705) ext 3206 or at All proposals must be received by Friday, April 21 st, 2016, 12:00 Noon to be considered. Proposals may be delivered or mailed to: Town of Midland, 575 Dominion Ave Midland, ONT L4R1R2 The Town of Midland reserves the right to reject any or all proposals or any part thereof at its discretion. The Town further reserves the right to negotiate directly with any and all contractors concerning any matter related to any proposal.

2 TABLE OF CONTENTS NOTICE TO BIDDERS... 3 PREFACE... 4 CONTRACTOR SELECTION PROCESS... 4 PROGRAM BUDGET... 4 FIREWORKS QUALITY... 4 METHOD OF SET-UP AND FIRING OF AERIAL SHELLS... 4 FIREWORK OPERATORS... 5 SPECIFICATIONS... 5 FIREWORKS... 5 FIREWORKS BUDGET... 6 SUPPLIES, EQUIPMENT and TRAINING... 6 DATE OF DISPLAY AND RAIN DATE... 6 FIREWORKS OPERATORS... 7 PROGRAM DISPLAY TIME CONDITIONS... 7 DELIVERY, INSPECTION, STORAGE, SET-UP, DISMANTLING AND UNEXPLODED SHELLS... 7 FIRING SITE AND SPECTATOR CONTROL... 8 INSURANCE... 8 HEALTH AND SAFETY.. 9 TOWN CONTACT 9 EVALUATION OF PROPOSALS... 9 WORKSHEET A WORKSHEET B WORKSHEET C PROPOSAL FORM

3 NOTICE TO BIDDERS Bids will be received by the Town of Midland on or before 12:00 Noon on: Friday, April 21 st, 2016 for: Labour, Materials, and Insurance for the 2016 Canada Day Fireworks Display in the Town of Midland Proposal forms and specifications may be obtained at the Town of Midland municipal office at 575 Dominion Ave, L4R 1R2, Midland or alternatively on the municipal website No proposal will be considered unless the proposal forms (included) are properly completed and enclosed in a sealed envelope, marked: "MIDLAND CANADA DAY FIREWORKS In addition, the Town of Midland (referred hereafter as the Town ) will not consider any proposal which has not been received prior to the published time, date and year of proposal opening (fax and transmittals will not be accepted). The Town reserves the right to reject any or all proposals, or any part thereof at its discretion, and to waive any irregularities in the submission process. The Town may also split proposals at its discretion. The Town further reserves the right to negotiate directly with any and all businesses concerning any matter related to any proposal. All Town request for proposals are prepared so as to afford all businesses the equal opportunity for fair and equitable competition. The Town assumes no liability or responsibility for any errors or oversights in the preparation and/or publication of proposals

4 LABOUR, MATERIALS AND INSURANCE SPECIFICATIONS PREFACE The following pages within this document outline the Town s request for proposals for fireworks contractors and specifications for the 2016 Canada Day Fireworks Display. Contractors are to be aware: The Town is soliciting proposals for fireworks contractors. The proposal format gives the Town greater flexibility in evaluating fireworks program proposals from Contractors; The Contractor will be given the opportunity to provide any variety of fireworks program packages as long as the proposal falls within the program budget; and All Contractor s proposals must be received by the Town of Midland no later than Friday, April 21, 2016 at 12:00 Noon. Instructions on mailing or delivering are detailed on the Invitation to Submit Proposals. CONTRACTOR SELECTION PROCESS Proposals received from fireworks Contractors will be evaluated on: the quality of the program proposal; the quantity of the program proposal; the Town s past experience with the Contractor, if any. The Contractor shall demonstrate within the proposals they are ready to provide the highest quality fireworks falling within the program budget and prepared to provide a qualified and experienced operator capable of handling and firing the program within industry guidelines and time frames set forth within these specifications. PROGRAM BUDGET The complete Canada Day Fireworks Program budget is a total of $10, (including applicable taxes). The Contractor s proposal shall include all elements and costs involved with the program including labour, materials and insurance as specified within this document. FIREWORKS QUALITY The contractor shall also note the following: All shells shall properly fit the mortars; All shells shall be the freshest possible with the least exposure to moisture or humidity. METHOD OF SET-UP AND FIRING OF AERIAL SHELLS The Town will require its 2016 Canada Day Fireworks Display to be fired by electronic means. A copy of the location setup and site plan layout is to be submitted to the Midland Fire Department for approval by Thursday June 16 th, 2016 latest

5 FIREWORK OPERATORS The Contractor has the option to select his/her own employees/operators/pyrotechnicians for the Town program. The Lead Pyrotechnician shall be a certified operator by an accredited organization adhering to the industry and governmental standards governing the handling and firing of fireworks. Fireworks crew members shall also be trained by the Contractor in the latest safety standards. The Lead Operator/Pyrotechnician shall be certified and all crew members trained formally by industry standards; and The Operator/Pyrotechnician will fire the aerial display by electronic means. People who handle and operate fireworks must complete certified training for the levels of: Display Assistant Display Supervisor Display Supervisor with Endorsements (if applicable) *The training is provided by the Explosive Regulatory Division (ERD) of Natural Resources Canada (NRCan).* SPECIFICATIONS FIREWORKS a) Aerial Shells The Contractor shall provide the Town with an all aerial display consisting of general aerial fireworks pieces. No ground displays. b) Contractor Proposal Options The Contractor has the option to submit any one, or more, program options not to exceed total cost of $10,000.00, including labor and insurance costs: Program and materials not to exceed $10, that may include: an Opening Barrage; the Core Aerial Display; a Finale At minimum the Contractor s proposal must contain the core aerial display and a finale. All program proposals must not exceed the $10, budget encompassing all expenses. c) Shell Selection The Contractor may provide an assortment of authorized domestic shells and import shells in 3, 4 and 5 calibre. The use of cakes to enhance the aerial display will be considered however it may not exceed 5% of the total program. The program shall consist of less expensive single-break shells, medium quality multiple-break shells/multicolor shells/multicolour report/flash report/salute shells and highest quality special/fancy shells

6 d) Shell Information and Listing In order for the Town to evaluate the aerial fireworks proposal by the Contractor, the Contractor shall provide the following information on the Proposal Form: 1. Type/Name of Shell 2. Colour 3. Shell Rating (Single Break, Multiple Break or Special/Fancy) 4. Number of Shells 5. Firing It is important for the Contractor to provide adequate information on Type/Name of Shell, Shell Rating and Number of Shells so the Town is able to evaluate the proposed program. The Contractor is asked to provide the highest quality shells within the framework of the program's budget. e) Shell Quality Distribution (1) Aerial Shells The Contractor shall be requested to identify the quality ranking of each aerial shell, i.e.: Single Break, Multiple Break, Special/Fancy, etc., on the worksheet forms. (2) Finale The finale shall consist of star shells and aerial salutes and any additional combination of aerial shells wicked and racked accordingly. The Finale should consist of a storied effect with low, medium height and maximum height breaks. f) Pre-Display Set-Up The 2016 Canada Day Fireworks Display shall be completely set-up prior to the start of the program. FIREWORKS BUDGET Total Budget Allocation is $10, inclusive. SUPPLIES, EQUIPMENT and TRAINING The Contractor shall provide all necessary supplies and equipment to successfully and safely operate and fire the Town display including, but not limited to: Mortars and racking to accommodate electronic firing [Mortar counts and sizes must match the number of shells in each category); Tarps and/or approved covering for all pre-set pieces; Shovels and other tools; Employee safety equipment including hard hats, ear and eye protection, first aid supplies, fire extinguishers and other safety equipment deemed necessary; Approved vehicles to transport fireworks and equipment; Other equipment deemed necessary; and Proper Training/Certification of all fireworks operators. DATE OF DISPLAY AND RAIN DATE The Canada Day Fireworks Display shall be conducted on Friday, July 1, 2016, beginning no earlier than 10:00 p.m. or when sufficient darkness sets in

7 a) Rain Date If the program cannot be fired because of rain, drizzle or adverse wind conditions, the program will be cancelled and fired the next day, Saturday, July 2, 2016 under the same time conditions or an alternate date to be determined by the Town. b) Cancellation Fees The Contractor will not assess the Town extra fees or charges if the display is cancelled and rain date is utilized due to adverse weather conditions. FIREWORKS OPERATORS The Contractor shall provide a knowledgeable, experienced and trained Lead Pyrotechnician to supervise the program set-up, firing, dismantling and post-display policing of the grounds. The Lead Pyrotechnician shall be trained and certified and familiar with all industrial, governmental codes regulating the safe handling and firing of fireworks. Auxiliary staff shall also be trained by the Contractor prior to the display. The Contractor shall provide to the Town the following employee information no later than Friday, June 3 rd, 2016; A complete listing of each employee hired by the Contractor for the event; Experience and/or training received by each employee; Written verification that each of the Contractor s employees are covered under Workmen s Compensation Insurance, as per Ontario statutory requirements; and the above is to be submitted on Contractor s letterhead. PROGRAM DISPLAY TIME CONDITIONS The Contractor shall fire the specified fireworks program in no less than twenty (20) minutes and no more than thirty (30) minutes. DELIVERY, INSPECTION, STORAGE, SET-UP, DISMANTLING AND UNEXPLODED SHELLS Delivery of fireworks shall be made in vehicles in conformance with all local, provincial, and federal laws. Delivery shall be made by contractor on the display date and coordinated with the Culture, Tourism and Special Events Manager, unless other approved arrangements are agreed to by contractor and Town. Upon delivery, the Town retains the right to inspect fireworks shells to make certain that the material is in conformance with specifications. A detailed packing list must accompany order. The Contractor may begin the set-up of mortars, finale racks, electronic rigging, etc., beginning at 9:00 a.m. on the display date and/or rain date or at a mutually agreed time/date. The Contractor must remove all mortars, finale racks, boxes, paper and trash at the conclusion of the display. All mortar holes are to be filled and replaced as found; and The Contractor shall be responsible for locating and disposing of all unexploded shells. The Contractor's employees shall search all areas around the firing site, including shallow water near the firing site for live shells. Two searches shall be conducted once immediately after the display and the second at day-break the following day. The Contractor is liable for damages associated with live shells left at the firing site

8 FIRING SITE AND SPECTATOR CONTROL a) Firing Site The 2016 Canada Day Fireworks Display shall take place at Little Lake Park in Midland. The Contractor shall fire the display on the volleyball courts in Little Lake Park. The Contractor shall select the exact locations, given wind conditions, etc., with approval from the Town's representative. b) Spectator Control by Police After 8:30 p.m. on the display date, the volleyball courts at Little Lake Park will be closed off to general and/or pedestrian traffic by the security/police coordinated by the Town. c) Spectator Control by Contractor The nearest body of spectators to the firing site is approximately 1,200' away separated by land. The security/police will do its best to stop and turn back pedestrians. The Contractor, however, must be especially vigilant of persons who may wander into the firing area. INSURANCE a) Worker's Compensation Insurance The Contractor shall purchase coverage and provide the following documents for confirmation; Clearance Certificate from WSIB Liability coverage of $2,000,000 (minimum) b) Comprehensive General Liability Insurance The Contractor shall purchase and provide a Certificate of Insurance, naming the Corporation of the Town of Midland as "additional insured" on all policies and related documents for the following Comprehensive General Liability Insurance: a) Bodily Injury - Combined Single Limits $2,000,000 (minimum) b) Property Damage - Combined Single Limits $2,000,000 (minimum) c) Auto Liability - Combined Single Limits $2,000,000 (minimum) c) Delivery of Certificates The Contractor shall provide Certificates of Insurance to the Town no later than June 3 rd,2016. The Certificates shall also indicate both the primary display date and the Rain Date policies are in effect. The Town of Midland is to be named "Additional Insured" upon all certificates. d) Proposal Form Complete submission must include Worksheet A, B and C as well as the Proposal Form reflecting costs involved with both Worker's Compensation and General Liability Insurance

9 HEALTH AND SAFETY HS-14 Contractor Contract and Pre-Job Checklist must be completed and signed along with all applicable documents enclosed as stated on the checklist and shall be submitted with the tender. TOWN CONTACT Nicole Major, Culture, Tourism and Special Events Manager 575 Dominion Ave, Midland, ON L4R 1R2 Tel: (705) ext EVALUATION OF PROPOSALS The Town will evaluate proposals based upon the quality of the program proposal, quantity of fireworks, quality of the fireworks, accuracy of the worksheets describing shell types, price of fireworks materials and ability to comply with insurance specifications. The Contractor's proposal will also be evaluated by specifically identifying the fireworks operator, loaders/tube cleaners, their experience and credentials

10 WORKSHEET A OPENING BARRAGE Provide information on all aerial shells you intend to furnish In the above noted component of the program. Type/Name of Shell Colour *Shell Rating # of Shells Firing REFERENCE Type: Shell Ratings: Single Break Two Break/Multiple Special Fancy Firing: Electronic

11 WORKSHEET B CORE AERIAL DISPLAY Provide information on all aerial shells you intend to furnish In the above noted component of the program. Type/Name of Shell Colour *Shell Rating # of Shells Firing REFERENCE Type: Shell Ratings: Single Break Two Break/Multiple Special Fancy Firing: Electronic

12 WORKSHEET C FINALE Provide information on all aerial shells you intend to furnish In the above noted component of the program. Type/Name of Shell Colour *Shell Rating # of Shells Firing REFERENCE Type: Shell Ratings: Single Break Two Break/Multiple Special Fancy Firing: Electronic

13 Date: PROPOSAL FORM PROPOSAL: Labour, Equipment, Materials and Insurance for the 2016 Canada Day Fireworks Display in Midland We the undersigned, do hereby agree to furnish all labour, equipment, materials and insurance for the Canada Day Fireworks Display in Little Lake Park, Midland in conformance with attached specifications for the following amount: Fireworks Opening Barrage - Worksheet A Core Aerial - Worksheet B Finale - Worksheet C Subtotal Fireworks $ $ $ $ Additional Expenses Labour/Related Expenses Required Insurance Coverage (as outlined) Other: (specify) Applicable Tax (HST) $ $ $ $ TOTAL PROPOSAL AMOUNT (Including fireworks, labour, insurance and other) $ Submitted by: FIRM: ADDRESS: PROVINCE: POSTAL CODE: BY: TITLE: SIGNATURE: Complete submissions must include applicable Worksheets (A, B and C) and the Proposal Form

14 Town of Midland Contractor Contract Health and Safety Agreement Period: to (year) In consideration of the Town of Midland permitting the Contractor to perform various services for and on behalf of the Town as and when required during the period specified above and other consideration the sufficiency of which is hereby acknowledged, it is agreed that: 1. The terms set out herein shall: a. be effective and applicable in relation to all contracts entered into between the Contractor and the Town and of Midland; b. prevail over any standard pre-printed clauses contained in the Contractors purchase orders (or similar) save and except where such clauses exceed the provisions set out herein; during the period specified above. 2. The Contractor shall at all times during the performance of the work comply with all applicable Federal, Provincial, or Municipal Occupational Health and Safety legislative requirements, applicable regulations, and all applicable industry standards and guidelines pertaining to the work being performed. 3. Where the Contractor employs supervisors and employees, the Contractor shall ensure that appropriate policies and procedures relating to health and safety aspects of the work, appropriate training and appropriate monitoring and enforcement of safety aspects of the work are carried out respecting supervisors and employees. 4. If a Contractor requires to Sub-contract work they were hired to perform for the Town of Midland, the Contractor hired by the Town of Midland must notify the Town of Midland immediately prior to hiring the Sub-contractor. Sub-contractors must be approved by the Town of Midland prior to being hired to perform the work by meeting the Town of Midland Health and Safety requirements, including but not limited to HS-14 Contractor Checklist and Contract. 5. If it is determined by the Town of Midland and agreed upon by the Contractor that the Contractor hired to perform the work shall become the Constructor, this contract is null in void and the Contractor must agree, comply with and sign the HS-14 Constructor Contract provided by the Town of Midland. Constructor as defined in the Occupational Health and Safety Act is; a person who undertakes a project for an owner and includes an owner who undertakes all or part of a project by himself or by more than one employer. 6. The Contractor shall be solely responsible for the means, methods, techniques, sequences, procedures or coordinating the work performed under the work being hired to perform unless specifically directed by the Town. The Contractor shall be solely HEALTH AND SAFETY FORM HS-14 March 2016 Page 1 of 3

15 Town of Midland Contractor Contract Health and Safety Agreement Period: to (year) responsible for ensuring that all supervisors and employees are informed of all known or foreseeable health and safety hazards at the work location. 7. The Town of Midland shall have access to the work site for the purpose of inspecting the work site to determine compliance with the Occupational Health and Safety Act and Regulations. It is understood if any violations of the Act are noted; the Town of Midland shall create an Order to Comply and will be submitted to the Contractor. All Orders must be dealt with in a timely manner. Failure to comply will result in a Stop Work until such orders are completed. 8. The Contractor shall furnish evidence of compliance with all requirements of the Workplace Safety and Insurance Act and the Workplace Safety and Insurance Board. Such evidence to include a certificate of good standing issued prior to the commencement of work and shall remain valid until completion of work. 9. The Town of Midland has the right to stop work if the Contractor does not supply proof of a valid WSIB Clearance Certificate while working for the Town and work will not commence until such documentation has been provided. 10. The Contractor shall furnish evidence of Liability Insurance (minimum $2,000,000, two million dollars), unless otherwise specified, prior to commencement of work and to establish coverage until completion of work prior to payment of any amounts due. 11. The Town of Midland has the right to stop work if the Contractor does not supply proof of a valid insurance certificate while working for the Town of Midland and work will not commence until such documentation has been provided. 12. The Contractor must provide a copy of its Health and Safety Policy to the Town of Midland upon request. The Contractor agrees that the Town of Midland s receipt of a copy of the Contractor s policy shall in no way be construed as the Town endorsing the contents of the same. 13. The Town s Corporate Health and Safety Policy and Procedure, respective Department s Standard Operating Procedures, WHMIS and other related documentation required by the Occupational Health and Safety Act are available to the Contractor. 14. The Contractor shall complete and supply to the Town of Midland the Contract Pre-Job Checklist HS-14 prior to commencement of work. 15. The Contractor agrees to indemnify and hold the Town of Midland harmless from and against any and all liability, loss or damage due to bodily injury or death to any third party or damage to property to the extent such bodily injury or death or damage to property is caused by the Contractors negligent performance and/or willful misconduct under this HEALTH AND SAFETY FORM HS-14 March 2016 Page 2 of 3

16 Town of Midland Contractor Contract Health and Safety Agreement Period: to (year) Agreement. As used herein, a third party shall not include the Contractor or the Town of Midland or the Council members, officers, employees or agents of the Contractor or the Town of Midland. 16. The Contractor expressly agrees and authorizes that the Town of Midland to defer payment of up to 100% of the labour portion of any invoice supplied by the Contractor at the sole discretion of and without liability to the Town of Midland, until all required documentation and information as set out in the HS-14 Contract Pre-Job Checklist has been received by the Town of Midland. 17. Except as expressly provided in this agreement, no amendment or waiver of this agreement shall be binding unless executed in writing by the party to be bound. No waiver of any provision of this agreement shall constitute a waiver of any other provision, nor shall any waiver of any provision of this agreement constitute a continuing waiver unless otherwise expressly provided. 18. A facsimile or electronic copy of an executed version of this agreement shall constitute an original. 19. The Contractor acknowledges this Agreement has been read and understands this agreement, and acknowledges they had the opportunity to obtain independent legal advice with respect to the Agreement and in any event has read and fully understand the terms set out in this Agreement. Contractor Company Name Name of Contractor Signature of Contractor Date HEALTH AND SAFETY FORM HS-14 March 2016 Page 3 of 3

17 TOWN OF MIDLAND Contract Pre-Job Checklist Date Revised: March 2016 (To be completed for all jobs under the Industrial and Construction Regulations) 1. A Safety Plan (if required) shall be submitted for review to the contact person responsible for the contract before the start date. 2. The contractor shall review the Town of Midland H&S manual where applicable prior to the start date. 3. An Emergency Plan for the contract (if required) shall be submitted to the contact person responsible prior to the start date. Company Name: Contractors Name: Contractor name and Phone #: address: Number of Staff Employed (Full and Part time): Contractor H&S Representatives Name and Telephone Numbers: Worker Representative: Management Representative: To be completed by all Contractors Documents/Licenses (check applicable boxes) Provided Posted N/A WSIB Clearance Certificate Independent Operator Status (WSIB Questionnaire to be completed) Liability Insurance (minimum $2,000,000 unless otherwise specified ) Current WSIB Neer Statement Company s Health and Safety Policy Copies of MSDS for chemicals on site Electrical Licenses Copy of trade licenses for skilled trades Other Licenses (list all applicable Licenses): Health and Safety Form HS-14 April 2010 Page 1 of 4

18 TOWN OF MIDLAND Contract Pre-Job Checklist Date Revised: March 2016 (To be completed for all jobs under the Industrial and Construction Regulations) Current Training/Certificates applicable to the Job being performed (provide copies of applicable certificates) WHMIS Generic (Legislation overview) WHMIS Specific Chemical Review First Aid Fall Protection Working at Heights Transportation of Dangerous Goods Confined Space Traffic Control Emergency Procedures Trenching/Shoring/Excavation Lock out/tag out Forklift Chainsaw Electrical Safety- CSA Z462 Training (and any other applicable Electrical training) Ladder Crane/Rigging Safety Manual Material Handling Rescue/Retrieval Designated Substances Yes/ Provided No N/A MOL Worker Awareness in 4 steps or Supervisor awareness in 5 steps Other (please list and provide) Personal Protective Equipment Requirement (specific to the job) (Contractors must provide and ensure PPE is maintained in good order) Hard Hats Safety Glasses Safety Goggles Face Shields Hearing Protection Safety Boots Gloves Safety Harness (full body) Personal Flotation device/life jackets Traffic Vests Respiratory Protection Protective Clothing (gowns, masks, tyvek etc) Other (please specify) Yes No N/A Health and Safety Form HS-14 April 2010 Page 2 of 4

19 TOWN OF MIDLAND Contract Pre-Job Checklist Date Revised: March 2016 (To be completed for all jobs under the Industrial and Construction Regulations) Notices to be submitted to the Ministry of Labour applicable to this project: Yes N/A Trenching Excavation Notice of Project Work Permits Yes No N/A Lock out/tagout Other: Applicable to Construction Projects to be posted at the site Posted N/A Confined space training certification Confined Space entry permits Copy of OHSA posted Copy of WHMIS Regulations/Specific Chemical Review First Aid Training Certificates and First Aid kit Form Registration of Constructors and Employers Engaged in Construction Notice of Project Job Site Civic Address in a conspicuous location Inspection logs of equipment on site (MTO and OHSA) Designated Substance List (please list) Hazard Assessments Conducted with Project Yes No N/A Lockout/Tag Out items Pressurized Lines Hearing Protection Traffic Control Site Plan (signs, barricades, flagging etc) Trenches Confined Space Lift Devices Fall Protection Pedestrian Safety Compressed Air Overhead Wires Traffic Control Environmental Issues Other (please list) Health and Safety Form HS-14 April 2010 Page 3 of 4

20 TOWN OF MIDLAND Contract Pre-Job Checklist Date Revised: March 2016 (To be completed for all jobs under the Industrial and Construction Regulations) Corporate Electrical Program Please refer to the Electrical Work Acknowledgement Form to comply with our Electrical Program. It is understood that the Contractor will comply with the Town of Midland Electrical Requirements any time where electrical work will be performed. OTHER: Provided Posted Available N/A Please refer to the OHSA Construction Regulations and/or Industrial Regulations and the Town of Midland H&S manual and list any other safety issues, and provide any other applicable documents required not mentioned in this form. The undersigned hereby acknowledges and represents that the information set out in the form is accurate as of the date of signing. Any changes of the required information, training documentation, licenses and/or certificates going forward of the signed date will be forwarded to the Town of Midland immediately. This also includes all required information on any new hires from the date of signing. Non-compliance of Town Policies and Legislative requirements may result in suspension of work for the Town of Midland for up to 12 months. This shall be determined on a case by case basis by the Town Manager. The Contractor understands that the Town of Midland will defer payment of up to 100% of the labour portion of any invoice supplied by the Contractor at the sole discretion of and without liability to the Town of Midland until all required documentation is received by the Town of Midland. Dated at this day of (location) (month) (year) Signature of Authorized Contractor Name of Contractor Title Health and Safety Form HS-14 April 2010 Page 4 of 4

THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY

THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY Proposals will be received by the Town of Midland for: Labour, Materials, and Insurance for the 2017 Ontario 150

More information

TOWN OF GLOCESTER RFP FIREWORKS

TOWN OF GLOCESTER RFP FIREWORKS TOWN OF GLOCESTER RFP 2015-03 FIREWORKS Sealed bids, in quadruplicate, plainly marked ASealed Bid B RFP-2015-3 FIREWORKS@ will be received until 4:00 p.m. prevailing time, June 1, 2015 at the Office of

More information

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Town of South Bruce Peninsula. Tender PW Asphalt Paving Town of South Bruce Peninsula Tender PW 18-09 Asphalt Paving Town of South Bruce Peninsula Tender PW 18-09 Asphalt Paving The Town of South Bruce Peninsula is requesting tenders for the supply and placement

More information

REQUEST FOR TENDERS SIDEWALK EXTENSIONS

REQUEST FOR TENDERS SIDEWALK EXTENSIONS REQUEST FOR TENDERS SIDEWALK EXTENSIONS - 2016 May 11, 2016 Revision 2016.05.25 Town of Tecumseh 917 Lesperance Rd., Tecumseh, ON N8N 1W9 Telephone (519) 735-2184 Facsimile (519) 735-6712 Email: info@tecumseh.ca

More information

2015 SIDEWALK REPAIR REQUEST FOR TENDER

2015 SIDEWALK REPAIR REQUEST FOR TENDER The Corporation of the Town of Tecumseh 2015 SIDEWALK REPAIR REQUEST FOR TENDER September, 2015 * * * The Corporation of the Town of Tecumseh 917 Lesperance Road Tecumseh, ON N8N 1W9 Phone (519) 735-2184

More information

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

Town of South Bruce Peninsula. Quotation PW Tree Removal Services Town of South Bruce Peninsula Quotation PW 18-06 Tree Removal Services Town of South Bruce Peninsula Quotation PW 18-06 Tree Removal Services The Town of South Bruce Peninsula is requesting quotations

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 FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING & STOCKPILING 2015

THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING & STOCKPILING 2015 Tenders will be received by: Tender Closing Date: Thursday, February 26, 2015 Tender Closing Time: 2:00 p.m. Tender Opening Time: 2:50 p.m. THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING &

More information

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01 11 01 SAFETY, HEALTH, AND EMERGENCY RESPONSE A. Pursuant to Section 107 of the Contract Work Hours and Safety Standards Act and DOL Regulations set forth in

More information

RULES, REGULATIONS AND GENERAL SPECIFICATIONS FOR SUB CONTRACT WORK

RULES, REGULATIONS AND GENERAL SPECIFICATIONS FOR SUB CONTRACT WORK AGS AUTOMOTIVE SYSTEMS RULES, REGULATIONS AND GENERAL SPECIFICATIONS FOR SUB CONTRACT WORK All Contractors working on the premises of A.G. Simpson Automotive Inc. or A.G. Simpson (USA), Inc., (as the case

More information

1.3 All employees are equally responsible for complying with the Ontario Occupational Health & Safety Act and its Regulations.

1.3 All employees are equally responsible for complying with the Ontario Occupational Health & Safety Act and its Regulations. Revision No: 1 Page: 1 of 14 1.0 PURPOSE 1.1 The purpose of this policy is to establish guidelines for contractors in order to provide and maintain a safe work environment for all employees. Advance planning

More information

CN Course Exercise. c. Ensure all employees have received the required training for their work.

CN Course Exercise. c. Ensure all employees have received the required training for their work. CN Course Exercise First Name Last Name If you facilitated this course and persons other than you went through this course, please fill out their names below. Each student must be individually regis tered

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

CONTRACTOR SAFETY AGREEMENT

CONTRACTOR SAFETY AGREEMENT CONTRACTOR SAFETY AGREEMENT All contractors and self-employed persons working on Pembina Trails School Division property must comply with the Safety and Health Act and Regulations of Manitoba in the performance

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

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F18-047891 Information Technology Strategic Plan Carolyn Tripp January, 2015 Chief Administrative Officer The Corporation of the Town

More information

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

Town of South Bruce Peninsula. Tender PW Maintenance Gravel Tender PW 17-05 Maintenance Gravel Tender PW 17-05 Maintenance Gravel The Town of South Bruce Peninsula is requesting tenders for the supply, application, and stockpile of granular A maintenance gravel

More information

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels TOWNSHIP OF SEVERN Contract No. PW2017-06 Low Sulphur (clear) Diesel Fuels TOWNSHIP OF SEVERN TENDER FOR THE SUPPLY OF LOW SULPHUR (CLEAR) DIESEL FUELS Sealed Tenders, in an envelope clearly labelled DIESEL

More information

TENDER FOR THE TOWNSHIP OF SEVERN

TENDER FOR THE TOWNSHIP OF SEVERN TENDER FOR THE TOWNSHIP OF SEVERN Contract No. PW2017-1O 1 Page S Contract No. PW2017-1O The Corporation of the Township of Severn Tender Closing Date is February 17, 2017 at 10:00 a.m. Local Time Lowest

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

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs Town of South Bruce Peninsula Quotation PW 17-03 Sale of Hardwood Logs Town of South Bruce Peninsula Quotation PW 17-03 Sale of Hardwood Logs The Town of South Bruce Peninsula is requesting quotations

More information

DEMOLITION 535 Fraser Street

DEMOLITION 535 Fraser Street DEMOLITION 535 Fraser Street Request for Quotations 201602 Quotations are invited for the demolition and removal of a house and site remediation located at 535 Fraser Street, Esquimalt. The Township of

More information

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018 TABLE OF CONTENTS PART 1: SPECIAL PROVISIONS - GENERAL... 3 A. GENERAL:... 3 B. SCOPE:... 3 C. TENDER DEPOSIT:... 4 D. RIGHT TO ACCEPT OR REJECT TENDERS:... 4 E. UNACCEPTABLE TENDERS:... 4 F. ABILITY AND

More information

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line Town of South Bruce Peninsula Tender PW 17-14 Resurfacing of D Line Town of South Bruce Peninsula Tender PW 17-14 Resurfacing of D Line The Town of South Bruce Peninsula is requesting tenders for the resurfacing

More information

FIREWORKS DISPLAY SERVICES

FIREWORKS DISPLAY SERVICES City of Coatesville - 1 City Hall Place - Coatesville, Pennsylvania 19320 Phone: 610.384.0300 Fax: 610.384.3612 City of Coatesville Request for Proposals (RFP) FIREWORKS DISPLAY SERVICES The City of Coatesville

More information

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process. City of Coralville Coralville Parks & Recreation Invitation to Bid Turf and Horticulture Contract The City of Coralville seeks qualified bidders for a maintenance contract related to contract mowing, tree,

More information

Procedure for Electronic Bid Submission

Procedure for Electronic Bid Submission Procedure for Electronic Bid Submission Tendering Procedures, Requirements and Materials The following tendering procedures shall apply to the purchase of Goods and/or Services in an amount estimated to

More information

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department SOLICITATION For 2015/2016 WEED and SNOW REMOVAL SERVICES in CITY OF FORT MORGAN, COLORADO May 18, 2015 Jared R. Crone Lieutenant, Police Department POLICE DEPARTMENT P.O. BOX 100 FORT MORGAN, COLORADO

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FOR THE PROVISION OF THE STUDY AND ANALYSIS OF POLICING SERVICES MIDLAND POLICE SERVICE AND OPP FILE # F18-051116 Andrea Fay May 16, 2016

More information

Corporation of The TOWNSHIP OF BLACK RIVER - MATHESON PUBLIC WORKS DEPARTMENT

Corporation of The TOWNSHIP OF BLACK RIVER - MATHESON PUBLIC WORKS DEPARTMENT Corporation of The TOWNSHIP OF BLACK RIVER - MATHESON PUBLIC WORKS DEPARTMENT TENDERS WILL BE RECEIVED BY: CASSANDRA CHILD, CLERK/TREASURER P.O. BOX 601-429 PARK LANE MATHESON, ONTARIO P0K 1N0 Tenders,

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

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

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

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number TENDER FOR: 2017-01 Name of Firm (The Contractor) Address Telephone Number and Fax Number Name and Position of Person Signing for Contractor Email TENDER CLOSING DATE: 1:30 Friday, June 16 th, 2017 Tenders

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL WATERPROOFING WORKS AT BANK OF MAURITIUS TOWER BUILDING 1. The Bank of Mauritius (Bank) invites bids from eligible and qualified firms for waterproofing works at its premises in Port

More information

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021 BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised 8-17-18 ANNUAL TREE PRUNING Fall 2018- Spring 2021 I. INTENT OF THE VILLAGE It is the intention of the Village of Ottawa Hills to receive competitive sealed

More information

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 The Board of Trustees of Illinois Valley Community College District No. 513 is seeking a Proposal for Food

More information

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND REQUEST FOR PROPOSAL (RFP) PW2017-12 CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND RFP Closing: July 10, 2017 at 11:00 a.m. RFP Opening: Immediately following the closing

More information

SHORELINE AREA TREE TRIMMING

SHORELINE AREA TREE TRIMMING CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

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

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

NHSA Exhibitor Contract Terms and Conditions

NHSA Exhibitor Contract Terms and Conditions NHSA Exhibitor Contract Terms and Conditions The terms and conditions set forth below become a part of the contractual agreement between the National Head Start Association, a nonprofit organization with

More information

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16 TOWNSHIP OF BLANDFORD-BLENHEIM Labour, Materials, Equipment and Services Required for the Installation of a Recreation Trail LABOUR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FOR THE INSTALLATION OF A

More information

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION FERTILIZATION & WEED CONTROL

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION FERTILIZATION & WEED CONTROL You are invited to submit a quote for Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by 2:00 pm on September 21, 2017. Joliet Junior College reserves

More information

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted Quotation No. 16-Q35 REQUEST FOR QUOTATION THE CORPORATION OF THE CITY OF CORNWALL PURCHASING SERVICES 100 Water Street East, Suite 104, CORNWALL, ONT. K6H 6G4 TEL # (613) 932-6252 FAX (613) 932-5919 (purchasing@cornwall.ca)

More information

INVITATION TO BID FIREWORKS

INVITATION TO BID FIREWORKS INVITATION TO BID FIREWORKS PROPOSAL NUMBER: RFP 16-002PR ISSUE DATE: April 8, 2016 The City of Villa Rica Parks & Recreation Department seeks sealed bids for its Sunday, July 3, 2016 Fireworks Display.

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES For The Corporation of the City of Thunder Bay -- Tourism Thunder Bay, division of Community and Emergency Services Department--

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

Arts/Crafts/Business Vendor Booth Application

Arts/Crafts/Business Vendor Booth Application Gardendale Civic Center, 875 Main St. April 26 (5pm-10pm) & April 27, 2018 (10 am 5 pm) Arts/Crafts/Business Vendor Booth Application VENDOR BOOTHS WILL BE SATURDAY APRIL 27th ONLY. Friday Night: Limited

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

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

WORKING WITH CONTRACTORS POLICY AND PROCEDURE

WORKING WITH CONTRACTORS POLICY AND PROCEDURE WORKING WITH CONTRACTORS POLICY AND PROCEDURE CROWN SECURITY CONTRACTORS & OSH (i) Preface Contract work is becoming increasingly common in the modern workplace management culture, and has been a feature

More information

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

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 Financial Services Purchasing and Payment Unit REQUEST FOR QUOTATION Title Email address: bids@gwemail.ryerson.ca Date April 19, 2011 Telephone Number (416) 979-5000 ext. 6988 Solicitation Number Fax Number

More information

TENDER REQUEST #T

TENDER REQUEST #T Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 TENDER REQUEST #T44.2018 J.D. KLINE WATER SUPPLY PLANT SLUDGE REMOVAL Bids submitted on the

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016 **AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number:

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

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

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont 1. INVITATION TO BID 1.1 The Town of Rockingham, VT is seeking sealed bids on a 2018 stationary compactor,

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

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

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

MATERIALS MANAGEMENT SUPPLIER INFORMATION STANDARD PURCHASE ORDER TERMS AND CONDITIONS

MATERIALS MANAGEMENT SUPPLIER INFORMATION STANDARD PURCHASE ORDER TERMS AND CONDITIONS MATERIALS MANAGEMENT SUPPLIER INFORMATION STANDARD PURCHASE ORDER TERMS AND CONDITIONS INTRODUCTION The St. Thomas Elgin General Hospital s (hereafter referred to as STEGH) procurement of supplies, equipment,

More information

Presented by The Hartselle Area Chamber of Commerce September 15, 2018 (8:00a.m.-4:00p.m.) Artist, Non-Profit, Crafter, Vendor, Business Application:

Presented by The Hartselle Area Chamber of Commerce September 15, 2018 (8:00a.m.-4:00p.m.) Artist, Non-Profit, Crafter, Vendor, Business Application: September 15, 2018 (8:00a.m.-4:00p.m.) P.O. Box 817, Hartselle, Alabama 35640 Festival located in Historic Downtown Hartselle Artist, Non-Profit, Crafter, Vendor, Business Application: NO REFUNDS AFTER

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

Safety & Health Manual

Safety & Health Manual Safety & Health Manual Chapter 8 Sub-Contractor Policy 8-1 Sub-Contractor Policy engages the services of sub-contractors and values its relationships with these essential service providers. In the interest

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

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

L IBERTY C OUNTY, T EXAS

L IBERTY C OUNTY, T EXAS L IBERTY C OUNTY, T EXAS Bid Documents for ROAD CONSTRUCTION SERVICES BID # 18-18 BIDDER S CHECKLIST 1. The Bid Form/Bidder Certification has been signed and is the first page of the bid. 2. The Specifications

More information

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES TOWN OF TOLLAND, CONNECTICUT DEPARTMENT OF PUBLIC WORKS 2016 TOWN OF TOLLAND 21 TOLLAND GREEN TOLLAND CT 06084 INVITATION TO BID Notice is hereby

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 Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

MUNICIPAL EXCESS LIABILITY JOINT INSURANCE FUND 9 Campus Drive, Suite 216 Parsippany, NJ Telephone (201) BULLETIN MEL 18-08

MUNICIPAL EXCESS LIABILITY JOINT INSURANCE FUND 9 Campus Drive, Suite 216 Parsippany, NJ Telephone (201) BULLETIN MEL 18-08 Date: January 1, 2018 MUNICIPAL EXCESS LIABILITY JOINT INSURANCE FUND 9 Campus Drive, Suite 216 Parsippany, NJ 07054 Telephone (201) 881-7632 BULLETIN MEL 18-08 To: From: Re: Fund Commissioners of Member

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information