TENDER #T Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked:

Size: px
Start display at page:

Download "TENDER #T Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked:"

Transcription

1 Procurement Services 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) TENDER #T DISPOSAL OF RESIDUAL MATERIAL AT THE LAKE MAJOR WSP AND J.D. KLINE WSP Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Tender #T Addressed to: Halifax Water Attn: Brent Hickman Procurement Services 450 Cowie Hill Road P.O. Box 8388, RPO CSC Halifax, NS B3K 5M1 Will be received until 2:00 p.m. Atlantic Time, Tuesday, October 17, 2017 for the above Tender as per the specifications and terms and conditions. Check for changes to this request - Before submitting your bid, visit the Provincial Government Web Portal at or contact our office to see if any Addenda detailing changes have been issued on this tender. Changes may be posted up until the tender closing time. It is the bidders responsibility to acknowledge and take into account all Addenda. Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed. Bids received after the time and date specified shall be rejected. Electronic and facsimile bids are accepted. The lowest or any submission will not necessarily be accepted. Tender Issue Date October 3, 2017

2 Page 2 of 12 PROPONENT S SUBMISSION SHEET The undersigned hereby acknowledges that he/she, as an officer of the stated corporation, has read and understands the specifications, requirements, and proposed agreement regarding Disposal of Residual Material at the Lake Major WSP and J.D. Kline WSP required by Halifax Water. He/she further acknowledges that the seller s proposed product, equipment, materials, and services fully meet or exceed those as specified in Halifax Water s Tender. Additionally, the Proponent agrees that all its bid documents and responses to the aforementioned Tender will, at the option of Halifax Water, become a legally binding and essential portion of the final contract between the successful Proponent and Halifax Water. The following information must be completed to ensure tender acceptance. ADDENDA No. to INCLUSIVE WERE CAREFULLY EXAMINED. DATED THIS DAY OF, PROPONENT S COMPANY NAME: ADDRESS: CITY/ PROVINCE: POSTAL CODE: PHONE NO.: FAX NO.: ADDRESS: WEBSITE: CONTACT NAME (please print): TITLE (please print): PHONE NO.: AUTHORIZED SIGNATURE: HST REGISTRATION NO: WCB COVERAGE: YES NO * The proponent shall list and initial all addenda received during the period and shall take them into consideration when preparing their bid submission. A signed copy of each Addendum must be included with the bid submission. Failure to comply may be cause for rejection of bid submission. HALIFAX WATER RESERVES THE RIGHT TO REJECT ANY OR ALL SUBMISSIONS THE LOWEST OR ANY SUBMISSION WILL NOT NECESSARILY BE ACCEPTED. This tender will adhere to Halifax Water s Standard Terms & Conditions. They can be found on our website at

3 Page 3 of 12 INTRODUCTION Halifax Water is accepting bids from trucking/excavating firms for the loading and trucking of residual material from the Lake Major Water Supply Plant and J.D. Kline Water Supply Plant drying beds to GFL Environmental Inc., 1569 Walton Woods Rd., Cogmagun, NS. The objective of this tender is for the transportation of residual material from the Lake Major Water Supply Plant and the J.D. Kline Water Supply Plant to GFL Environmental Inc. The Lake Major Water Supply Plant facility will be completed first followed by the J.D. Kline Water Supply Plant. Commencement of the work MUST start no later than October 30, 2017 and be completed no later than November 17, The successful bidder will have three (3) weeks to transport the material. Hours of operation at GFL Environmental Inc. are Monday to Friday, 8:00 a.m. 5:00 p.m. The successful bidder will transport approximately tonnes per day. Off-loading of material as needed. The total volume at each plant is approximately 2000 tonnes. The quantity is an estimate only. Halifax Water reserves the right to increase or decrease quantities based upon site conditions and the quality of material. All bidders responding to this tender are deemed to have familiarized themselves with the facilities included in this tender. To arrange for an inspection of the facilities listed above, please contact: Lake Major Water Supply Plant Colin Waddell, Plant Supervisor Tel: (902) J.D. Kline Water Supply Plant Andrew Houlihan, Plant Supervisor Tel: (902) GFL Environmental Inc. Bruce Brown, Office Administrator Tel: (902) , Cell: (902) or Scott Ogilvie, District Manager II Tel: (902) , Cell: (902) Bidders to provide pricing as indicated in Appendix B Bid Form. Bidders with questions of a technical nature regarding this tender may direct them to Brent Hickman, S.C.M.P., Procurement Officer, procurement@halifaxwater.ca, Tel: (902) Bid submissions must be received in the Office of Halifax Water, 450 Cowie Hill Road, Halifax, NS no later than 2:00 PM local time, Tuesday, October 17, Tenders may be submitted by to: procurement@halifaxwater.ca or fax: (902) SCOPE OF WORK The scope of work is generally described as follows: Quoted price per tonne to include all costs incurred by the bidder associated with access, loading equipment, transportation to the GFL Environmental Inc. facility and any permitting fees. Halifax Water will pay all tipping fees at the GFL Environmental Inc. facility. A scraping fee of $40.00 will be charged by GFL Environmental Inc. to Halifax Water if required, to remove any excess sludge that has accumulated in the tandem. The successful bidder can only gain access to the Lake Major and J.D. Kline facilities after 7:45 a.m.

4 Page 4 of 12 and must depart each facility no later than 4:00 p.m. Loaded trucks will only be accepted at the GFL Environmental Inc. facility between the hours of 8:00 a.m. to 5:00 p.m., Monday to Friday. Bidders are assumed to have familiarized themselves and investigated existing site and working conditions at the Lake Major Water Supply Plant and J.D. Kline Water Supply Plant and to have included all relevant site related costs in their price. No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time. Bidders are responsible for determining the appropriate route between the Lake Major Water Supply Plant and the GFL Environmental Inc. facility, as well as, between the J.D. Kline Water Supply Plant and the GFL Environmental Inc. facility, subject to all trucking weight restrictions. Selection of trucking equipment (i.e. tandems, tri-axles, tandems with trailers), and excavation equipment (i.e. loaders, excavators, etc.) to be at the discretion of the successful bidder as deemed appropriate for conditions. All trucks MUST be covered. All trucks to be used must be identified with their full load volume presented to the plant supervisor for agreement. Payment will be based on the weigh ticket received at the GFL Environmental Inc. facility. All receipts must be submitted to the Lake Major WSP supervisor and the J.D. Kline WSP supervisor the morning after the delivery date to calculate total tonnes delivered. ISO ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) Halifax Water has established and is committed to maintaining an EMS which is consistent with the principles set out in the National Standard of Canada CAN/CSA-ISO (ISO 14001:2004). The scope of the Halifax Water EMS includes potential environmental impacts and risks associated with the activities and operations of the specific facilities identified in this tender. The scope of this EMS is formally stated as follows: The J. Douglas Kline Water Supply Plant, the Lake Major Water Supply Plant, the Bennery Lake Water Supply Plant, and the Herring Cove Wastewater Treatment Plant - facilities owned and operated by the Halifax Regional Water Commission. The EMS encompasses internal issues specific to the plant operations including water treatment processes, wastewater treatment process, sludge handling, fuel and chemical management, miscellaneous waste management, dam management and employee relations. Halifax Water has developed an Environmental Policy to document its commitment to the effective management of its environmental priorities and staff at the J. Douglas Kline, Lake Major and Bennery Lake water supply plants and the Herring Cove wastewater treatment plant, and is committed to operating the facility and conducting associated operations in a manner which ensures implementation of these policy commitments. The policy has been endorsed by the General Manager of Halifax Water, and will be circulated to all staff and personnel working on behalf of Halifax Water.

5 Page 5 of 12 Environmental aspects have been developed based on Halifax Water s EMS scope and environmental policy that can have significant impact on the environment. Halifax Water shall ensure that any person performing tasks on its behalf will comply with the scope and the environmental policy. OCCUPATIONAL HEALTH & SAFETY Working safely and in compliance with all N.S. Safety regulations is a priority at Halifax Water. A safe workplace for our staff is a top priority for Halifax Water. Contractors are advised that it is their responsibility to ensure that the personnel assigned to this work are familiar with and fully knowledgeable and comply with the Occupational Health and Safety Act of the Province of Nova Scotia, Halifax Water s Contractor Health and Safety Policy, outlined in Appendix C, and other Provincial and Municipal safety requirements. The successful bidder must hold a certificate of recognition issued jointly by the Nova Scotia Department of Labour and an Occupational Health and Safety organization approved by the NS Department of Labor or have a letter of good standing from an occupational health and safety organization approved by NS Transportation and Public Works indicating that the contracted party is in the process of qualifying for the certificate of recognition. SMOKE FREE WORKPLACE POLICY Please be advised that effective September 1, 2014, Halifax Water has become a Smoke free Workplace. Due to the health hazards, fire risks and environmental concerns associated with smoking, Halifax Water will prohibit the use of smoking materials on all property owned by Halifax Water. This includes all tobacco products, products consumed by smoking, as well as, electronic cigarettes or vaporizers. Anyone using or consuming any of these products must leave Halifax Water property to do so. NOVA SCOTIA CONSTRUCTION SAFETY ASSOC. (NSCSA) The successful contractor(s) must provide a valid Letter of Good Standing of the Certificate of Recognition Program issued to the Contractor by the Nova Scotia Construction and Safety Association or another recognized association, indicating the Contractors current status. WORKERS COMPENSATION BOARD (WCB) The contractor must provide proof of good standing status with the Workers Compensation Board (WCB) for the entire period of the contract. The successful bidder will notify Halifax Water if their status with the WCB changes and is to provide Halifax Water with the updated proof of status as required. WORKPLACE SAFETY CERTIFICATE OF RECOGNITION (COR) The Contractor shall provide Certified Proof and a Valid Workplace Safety Certificate of Recognition (COR) from an authorized institution as listed by the WCB. INSURANCE COVERAGE The contractor must provide a Certificate of Insurance stating the contractor has two million dollars ($2,000,000) of Public General Liability Insurance and Halifax Water is added as an additional named insured in

6 Page 6 of 12 the Certificate of Insurance. The contractor shall pay for and maintain during the contract period the above insurance in the name of the contractor, and Halifax Water as named additional insured and as unnamed insured all persons employed directly or indirectly by the contractor indemnifying the contractor, and Halifax Water against all claims, damages, costs, charges, and expenses either party may incur or sustain by reason of the work being performed and in the amounts and coverage stated above. Certificated copies of all the Certificates requested must be submitted with the bidder s quotation documents. POLICE RECORD CHECK All contractors, consultants and their employees working for Halifax Water must obtain a Police Record Check (PRC). The process for obtaining PRCs is outlined in Appendix A. EVALUATION CRITERIA Halifax Water will evaluate the Tender based upon the following criteria: o Price o Ability to meet ALL specifications as outlined in this invitation Tender Bid Submission Format: The following information to be provided to ensure each bid receives full consideration. Bids not containing this information may be considered incomplete, and may be rejected: A fully completed and signed Bidder Information Sheet. (Use enclosed Form Pg. 2). A fully completed Bid Form (Appendix B ). Three References for whom you have provided relevant contract services REFERENCES Contractors are to provide a list of three (3) references for any work of a similar nature done by your firm in the past three years. References from Halifax Water staff cannot be considered as it might be perceived as a conflict of interest. Halifax Water staff shall be sole judge if their references are suitable to carry out this work. The contractor must be qualified in this field of work and through references and past performance must demonstrate their firm is qualified to carry out this work. 1 Company Contact Number Description of work provided 2 Company Contact Number Description of work provided

7 Page 7 of 12 3 Company Contact Number Description of work provided TERMS AND CONDITIONS 1. INQUIRIES All questions related to this Tender shall be directed to: 2. UNIT PRICING and EXTENSIONS Brent Hickman, S.C.M.P. Procurement Officer Halifax Water procurement@halifaxwater.ca Phone: (902) The bid price shall include all wages, fringe benefits, insurance, transportation, working tools, equipment costs, etc. and other charges incurred to provide the required services. All prices should be extended and totalled. The extended price is derived by multiplying the unit price by the quantity of units required. In the event of an error in calculation of the extended price, the unit price will be taken as correct and will govern in the Bid evaluation and contract administration. Prices to be submitted on the pricing sheet provided. See Appendix B. 3. TAXES EXCLUDED The Bid prices shall exclude HST. Do not include any Provincial or Federal Sales tax. 4. CURRENCY All prices should be quoted in Canadian dollars. Please Bid your net price on each of the above commodities or services, F.O.B. destination Halifax Water, prepaid. 5. PAYMENT & INVOICING Payment shall be based on Net 30 Days from date of invoice or receipt of goods/ services, whichever is later. If special payment terms or schedules are required, these must be specified in the Bid; otherwise, Halifax Water payment terms (net 30 days) will apply. Invoices are to be ed to: Accounting_dept@halifaxwater.ca Halifax Water administers its payables via an electronic payment process known as EDI payment. Payments for this solicitation and following contract will be administered via the electronic payment process.

8 Page 8 of EXPLANATION TO BIDDERS No verbal agreement or conservation with any officer, agent or employee of Halifax Water either before or after execution of the contract shall effect or modify any of the terms or obligations contained in any of the documents comprising the said contract. 7. RIGHT TO REJECT; FINANCIAL STABILITY; NON-COMPLIANCE Failure to comply with any of the mandatory terms or conditions contained or referenced in the tender documents may result in the rejection of the Bid. All of the terms, conditions and/or specifications stated or referenced in the tender are assumed to be accepted by the Bidder and incorporated in the Bid. Bidders may be required to demonstrate financial stability, authorization to provide the goods/services being acquired, and/or regulatory agency approval, licensing or registration as needed, or otherwise clarify Bidder s capability to satisfy the tender requirements. Halifax Water reserves the right to reject Bids from any Bidder that it feels is incapable of providing the necessary labour, materials, equipment, financing or management resources to perform the work or supply the goods in a satisfactory and timely manner. Halifax Water reserves the right to waive minor non-compliance where such non-compliance is not of a material nature in its sole and absolute discretion, or to accept or reject, in whole or in part any or all Bids, with or without giving notice. Such minor non-compliance will be deemed substantial compliance and capable of acceptance. Halifax Water will be the sole judge of whether a Bid is accepted or rejected. Halifax Water reserves the right to split an award amongst Bidders as deemed in the best interest of Halifax Water. 8. CANCELLATION; NO AWARD Issuing a tender implies no obligation on Halifax Water to accept any Bid or a portion of any Bid submitted. Halifax Water does not bind itself to accepting the lowest or any tender received, but reserves the right to award the tender to its best advantage. Tenders may be cancelled in whole or in part without penalty, when a) the price Bid exceeds the funds allocated for the purchase; b) there has been a substantial change in the requirements after the tender has been issued; c) information has been received by Halifax Water after the tender has been issued that Halifax Water feels has substantially altered the procurement; or d) there was insufficient competition in order to provide the level of service, quality of good or pricing required. If no compliant Bids are received in response to a tender, Halifax Water reserves the right to enter into negotiations with one or more vendors in order to complete the procurement. Halifax Water will be the sole judge of whether there is sufficient justification to cancel any tender. No action or liability will lie or reside against Halifax Water in its exercise of its rights under this section.

9 Page 9 of INDEMNIFICATION The contractor agrees to indemnify and save harmless Halifax Water from and against all claims, actions, losses, expenses, costs or damages of every nature and kind whatsoever which may occur through the performance of this contract. 10. ADDENDA, CORRECTIONS OR EXTENSIONS OF THE TENDER Periodically, Halifax Water is required to issue notification of changes or corrections to a bid document. Normally these notifications will have a direct bearing on the cost of a project and will influence the way you bid. Halifax Water reserves the right to modify the terms of the tender at any time prior to closing, at its sole discretion. Information regarding addenda will be made available to all bidders by visiting the Provincial Government Web Portal at or contacting our office. Bidders are instructed to sign the Addenda and return it with their bid submission. Bidders are responsible for ensuring that they are aware of and have complied with all Addenda. Failure to comply with the instructions on an advisory of addendum will result in rejection of your submission, regardless of whether the changes noted in the advisory or addendum are included in the tender or not. 11. HOURS OF WORK Halifax Water core hours of operation are Monday to Friday, 8:30 am to 4:30 pm. 12. COOPERATIVE PURCHASING Halifax Water reserves the right to extend this offer to other governmental entities, including HRM, Province of Nova Scotia and other MASH sector entities.

10 Page 10 of 12 APPENDIX A POLICE RECORDS CHECK (PRC) PROCESS FOR OBTAINING POLICE RECORD CHECK FOR CONTRACTORS/CONSULTANTS 1. All contractors, consultants and their employees working for Halifax Water must obtain a Police Record Check (PRC). 2. It is the responsibility of the Halifax Water staff member that engages a contractor/consultant to ensure that a PRC is conducted. 3. To obtain a PRC, contractors or consultants should either: a) Book an appointment with or visit their local Police Department. Once completed, the results of the PRC should be sent to the address below indicating the organization the individual is currently employed with, the HW Project Manager, and the name of the project that the PRC s relate to. Halifax Water Safety & Security Dept. 450 Cowie Hill Road Halifax, NS B3P 2V3 or by patriciaj@halifaxwater.ca b) Go online to If this method is chosen, the individual will have to create a personal account with mybackcheck. They have the option of verifying their ID either online by answering a couple of quick questions regarding their credit history or in person at any of the 5000 participating Canada Post locations nationwide. Once verified, the Police will complete the PRC. The individual will receive an indicating the results are in. They will then have to login to their mybackcheck account and choose to Share the results with Halifax Regional Water Commission again indicating the organization the individual is currently employed with, the HW Project Manager and the name of the project that the PRC s relate to. For residents of the United States, a FBI record check is acceptable. 4. The Safety & Security Department will notify the Halifax Water Project Manager who requested the PRC whether the contractor/consultant has received clearance. 5. If a contractor/consultant requires Card Access to a Halifax Water facility(s) the Project Manager will schedule an appointment with the Human Resources Department to have a Contractor Card created and access granted, based on the contractors/consultant s needs. 6. Certain contractors/consultants, depending on the work or services they are providing, may require a fingerprint-based check. Halifax Water reserves the right to request fingerprints where applicable. 7. All contractors, consultants and their employees are required to renew their PRC every 3 years.

11 Page 11 of 12 APPENDIX B BID FORM TENDER # DATE CLOSING DATE CONTACT T October 3, 2017 October 17, 2017 Brent Hickman DESCRIPTION PRICE Lake Major Water Supply Plant all inclusive price per tonne J.D. Kline Water Supply Plant all inclusive price per tonne $ $ HST Extra (Do not include in price) List and describe the number and types of trucks to be used:

12 Page 12 of 12 APPENDIX C - CONTRACTOR HEALTH AND SAFETY POLICY

13 OCCUPATIONAL HEALTH & SAFETY PROGRAM MANUAL Contractor Health & Safety Policy Section 5 Rev: March 2016 Page Purpose To promote the health and safety of both Halifax Regional Water Commission (Halifax Water) employees and contracted personnel at all times when conducting work on behalf of Halifax Water. This policy does not relieve employees or contracted personnel from adhering to the Occupational Health and Safety Act (OHSA) Scope This procedure applies to all Halifax Water administered Work where the Contractor controls the Place of Work within the street right of way, public easement or Halifax Water property Definitions Corrective Action Plan (CAP) A specific plan developed to address a safety deficiency or required improvement to a safe work practice. The plan should contain tasks or changes required to mitigate future risks, provide a timeline for implementation of the tasks and identify the responsible person. Place of Work Specific Safety Plan Is a tool to identify all tasks that the Contractor will be performing throughout the duration of the Work and shall include a hazard analysis for each task identifying the controls the Contractor will be putting in place to address the hazard. The Contractor Place of Work specific safety plan shall be kept up-to-date throughout the duration of the Work. Near Miss Is an unplanned event that did not result in injury, illness, or damage but had the potential to do so. Note in the context of the OHSA the Contractor is the Constructor 5.04 References Occupational Health & Safety Act of Nova Scotia ( OHSA ) Occupational Safety General Regulations

14 OCCUPATIONAL HEALTH & SAFETY PROGRAM MANUAL Contractor Health & Safety Policy Section 5 Rev: March 2016 Page Roles and Responsibilities Owner The Owner is responsible to ensure the implementation of and adherence to this policy at all times, which includes monitoring the Work. Contractor Contractors must comply with this policy at all times and are responsible to ensure their employees, sub-contractors, suppliers and agencies comply with this policy at all times. Contractors must communicate all safety concerns and deficiencies to the Owner. A Corrective Action Plan (CAP) shall accompany the notification Implementation The Contractor must adhere to the following after securing the Contract with Halifax Water: Ongoing Compliance Throughout the duration of the Contract, the Contractor must immediately provide the Owner with copies of any regulatory inspections, such as: compliance orders; notices of compliance; directives; and/or fines administered by any regulatory authority in connection with the Work Place of Work-Specific Safety Plan Review A Contractor Place of Work Specific Safety Plan (see attached) shall be submitted to the Owner, prior to commencement of Work. The Contractor Place of Work Specific Safety Plan shall be reviewed with the Contractor at the Place of Work, before the Work commences. Accident/Near Miss Reporting and Safety Deficiencies Contractors must follow their own work safe procedures for incident/near Miss reporting and inspections processes. Contractors must immediately report all incidents and Near Misses to the Owner. If a Contractor does not have a Near Miss program, the Owner s Near Miss form may be used (see attached). If a Contractor is given notice of a safety deficiency, the Contractor must comply with the Safety Deficiency Notice for Contractors (see attached) and correct deficiencies as immediately.

15 OCCUPATIONAL HEALTH & SAFETY PROGRAM MANUAL Contractor Health & Safety Policy Section 5 Rev: March 2016 Page 5.3 Work within Halifax Water Facilities When Work is to occur within facilities operated by Halifax Water, the following forms are to be completed by the owner and Contractor: Halifax Water Safe Work Permit Contractor Orientation Sign-Off 5.07 Forms Place of Work-Specific Safety Plan Near Miss Reporting Form Safety Deficiency Notice for Contractors Halifax Water Safe Work Permit Contractor Orientation Sign-Off

16 SECTION 1- GENERAL INFORMATION: PLACE OF WORK SPECIFIC SAFETY PLAN Date: Work: Scope: Owner: Contractor: Signature Contractor Representative: Signature SECTION 2 SITE HAZARD EVALUATION Excavations, Power Lines and Traffic Control *Note: All excavations must comply at all times with Part 14 of the Occupational Safety General Regulations Excavations Method of Protection: Sloping Trench Sheild Approved Shoring Manufactured System Geotech Engineer s Certificate Have all buried utilities been located? Yes No Have all locate certificates been obtained? Yes No Is blasting required? Yes No Note: Blasting is not permitted in HRM without a valid permit. If no, go to Power Lines. HRM Blasting Permit Obtained? Yes No Permit #: Date: Name of Blasting Contractor: Address: Name of Blaster in Charge: Blaster License, Class: Number: All blasting activity must comply with the Blasting Safety Regulations Power Lines Has a Safe Clearance Report been obtained from NS Power? Yes No Copy Provided? Yes No Date of Clearance: Temporary Workplace Traffic Control Is the Contractor using his own TCP and Signers? Yes No Do they have current certificates? Yes No Has a Traffic Control plan been prepared? Yes No Is a sub-contracted service to be used? Yes No If no, go to Mobile Cranes. Name of Sub: Address: Note: Contractor will provide written verification that all sub contractors will have only certified personnel on the project and at least 1 will have a valid Emergency First Aid Certificate. Mobile Cranes (Over 5 Tonnes) Contractor shall ensure any Mobile Crane use on a Halifax Water project has a valid Engineers Certificate of Inspection and a Licensed Operator. SECTION 3 - INFORMATION RE: HAZARDOUS MATERIALS ON PROJECT Owner to provide information on hazardous materials that the contractor can potentially come into contact within the performance of the contract. Contractors shall provide MSDS sheets for all materials brought on site which require labeling. Inform affected Halifax Water personnel of noxious or hazardous materials to be brought on site by the contractor. Check if Complete

17 SECTION 4 GENERAL HALIFAX WATER SAFETY RULES Provide name of worker safety representative for crews between 5 to 19 employees: Provide contractor with facility map and general Halifax Water safety policy. Review foot protection requirements. (CSA safety shoes or boots required on Halifax Water administered projects) Review head protection requirements (Hard hats are required at all time on Halifax Water administered projects). Review vehicle use on Halifax Water property maximum 15 kph speed limited. Contractor vehicles are permitted on Halifax Water property only for transportation of tools and materials for the work. Parking of construction and contractor vehicles, as directed, by Halifax Water personnel. Review good housekeeping practices, disposal of construction materials, cardboard, and general refuse from Halifax Water property. Contractors shall report all near misses and incidents to the Halifax Water employee in charge of the project. Review drug and alcohol policy, reporting to work under the influence. Drugs and alcohol are prohibited. It is prohibited to bring into Halifax Water or posses weapons as described in Provincial legislation. Tool box minutes shall be submitted with each progress payment request. SECTION 5 WORK PERMITS Confined Space Entry Does the contractor have a confined space entry procedure? Yes No Has the entry procedure been reviewed within the last year? Yes No Do all workers have valid training cards, within the past 2 years? Yes No Hot Work Permit Review Review hot work procedures for welding, burning, and grinding. Total Energy Lock Out and Tag Out (LOTO) Review Is LOTO required? Yes No If no, go to Fall Protection. Review LOTO safety policy. Review process of locking out a device. Review process of tagging out a device. Fall Protection Is work from ladders, elevated working surfaces, or lifts required? Review legal requirements for fall protection while working from elevated work surfaces. Review legal requirements for fall protection while working from elevated lifts. SECTION 6 EMERGENCY PROCEDURES Halifax Water Alarm System Review Review alarm and when it should be used (Halifax Water evacuation, fire, spill, release). Review emergency exit routes. Halifax Water Emergency Response Review Review how to contact ambulance, fire, and police. Provide contractor with primary project contact (Project Manager, Halifax Water Engineering/Construction rep., OHS Mgr.). Review how to respond to a medical emergency (Project Manager, Halifax Water Engineering/Construction rep., OHS Mgr.). SECTION 7 TRAINING Review specific training required. Review verification of training. Check if Complete

18 Near Miss Reporting Form Reported To: Reported By: Description: Date: Region/Dept: Signature of Reporter: Corrective Actions: Signature of Supervisor: **You can also report a near miss by sending an to HWSafety@halifaxwater.ca**

19 Safety Deficiency Notice for Contractors Objective: This form is to be used by the Owner to document Contractor safety deficiencies. A copy of this notice must be given to the Contractor immediately. The Contractor must correct deficiencies immediately and return a copy of this report to the Owner within 48 hours of receipt. The Contractor must acknowledge corrective action to be taken immediately and preventative measures to be taken in the future to avoid repeat of the same incident or deficiency. To: Date & Time of Safety Deficiency: Date: Location of Safety Deficiency: Description of Safety Deficiency (include who observed safety deficiency): Work Stop Ordered (circle one)? Yes No Contractor Reply (Corrective Action Plan): Sign Off: Owner Signature Date Contractor/Representative Signature Date

20 Halifax Water Safe Work Permit THIS PERMIT IS ONLY VALID IF ALL SECTIONS ARE COMPLETED AND ACKNOWLEDGED NO WORK IS ALLOWED EXCEPT THAT SHOWN ON THIS PERMIT Date of Issue: Date of Expiry: Time of Issue: Time of Expiry: Location of Work: Description of Work: Department / Company: SECTION A HAZARDOUS MATERIALS (check one) YES NO N/A 1. Hazardous Materials in the Immediate Work Area: Toxic Corrosive Flammable Other If NO or N/A for all, continue to Section B 2. Cleaning and purging of equipment: Flushing with water Inert gas purging Air ventilation Collection Drums/Trays 3. Is an adequate supply of fresh air assured? (Circle one) YES NO SECTION B LOCK OUT / TAG OUT 1. Lock Out / Tag Out Equipment Isolation: N/A Has equipment been isolated and de-energized adequately by: Electrical switch lock out and necessary tags installed Documented in the lockout log at the power supply Blanking and blocking off SECTION C HOT WORKS N/A 1. Is any of the following required? Burning / Welding / Cutting Grinding / Sandblasting 2. Fire Protection Measures: Fire extinguishers Watchperson Other 3. Are all combustible materials removed or made safe? 4. No flammable liquids, vapours, gases or dusts are present 5. Smoke/heat detectors are isolated/protected 6. Fire alarm/monitoring equipment temporarily disabled and monitoring company informed SECTION D CONFINED SPACE ENTRY N/A (Requires separate confined space entry permit) 1. Has the confined space entry permit been reviewed and signed off? 2. Has the permit been displayed at point of entry? 3. Has the confined space been prepared for safe entry? 4. Have all persons concerned been briefed on emergency procedures? Shutting, locking, and tagging appropriate valves Disconnection Draining and/or venting SECTION E AGREEMENT AGREEMENT: I have checked both the permit and the job. I understand the nature and extent of the work and the precautions to be followed in completing the work. All safety work permits must be discussed and signed by both the issuers and receivers BEFORE work is started and AFTER work is complete. This permit must be displayed on the appropriate board BEFORE any works are undertaken. Issuer (print): Issuer (signature): Job Title: Receiver (print) Receiver (signature): Company: SECTION F AGREEMENT Job Completed and/or the Work Site Clean, Safe, and Secure To be filled out if job is longer than one day: Issue Date Start Time Finish Time Issuer s Signature Receiver s Signature Site Clean and Safe NEXT SECTION TO BE COMPLETED WHEN JOB IS COMPLETED Job completed? (circle one) YES NO Signature of Issuer: Time: Signature of Receiver: Time: Is job site in safe and satisfactory condition? (circle one) YES NO Signature of Issuer: DATE: Signature of Receiver:

21 Halifax Water Facilities and Halifax Water Controlled Work Sites Contractor Safety Orientation Sign-Off Objective: A Halifax Water Supervisor or Employee must review safety orientation issues with all Contractors in Halifax Water controlled facilities or work sites in order to ensure the Contractor has the information necessary to ensure the health and safety of workers in the facility or work site. This will be done prior to work commencement and when the information on this form changes. This form will be kept on file at the facility or in the project file for a period of not less than 2 years. Contractors and visitors who are accompanied by Halifax Water staff while they are in a Halifax Water facility or work site are not required to undergo the orientation. Acknowledgment: I, the undersigned, acknowledge that I have received a Safety Awareness Orientation. Information covered in the orientation is indicated by checking the boxes below: Communication of known hazards Location of sanitary facilities. Response and rally point in the event of an evacuation or fire alarm. Restricted and non-restricted access areas in the building. General security awareness. Required personal protective equipment. Appropriate disposal of solid and liquid waste. Location of safety facilities, such as fire extinguishers, showers, eyewash stations, etc. Sign-Off: Safe Work Permit Required? Yes No Name Signature Company Supervisor or Designate Date Date K:\Forms and Templates\Engineering\6 - Tender Phase\Tender Document\Health and Safety\Section 5 - Contractor Orientation Sign Off.docm

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

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

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

T E N D E R Tender # T Washroom Upgrades Carnegie Building

T E N D E R Tender # T Washroom Upgrades Carnegie Building T E N D E R Tender # 2010-085102T Washroom Upgrades Carnegie Building 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

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

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

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

REQUEST FOR PROPOSAL FOR PREMIUM SPIRITS UNITS 4 NSLC RETAIL STORES NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA

REQUEST FOR PROPOSAL FOR PREMIUM SPIRITS UNITS 4 NSLC RETAIL STORES NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA REQUEST FOR PROPOSAL FOR PREMIUM SPIRITS UNITS 4 NSLC RETAIL STORES NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA NSLC REFERENCE NO: CN-41-I-12 Closing Location: Nova Scotia Liquor

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

Strait Regional School Board

Strait Regional School Board Strait Regional School Board Request for Proposals Chain Link Fence SRSB - 45 England Avenue Mulgrave, NS Closing Date: Thursday, July 27, 2017 Closing Time: 2:00 p.m. Opening Time: 2:30 p.m Closing Location:

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

CSAP-RFP Hotels 2018

CSAP-RFP Hotels 2018 CSAP-RFP-2017-03 Hotels 2018 Responses to this Tender are to be received by: Simon Robichaud, B.A.A. Procurement Agent 9248 Highway 1, Meteghan River, N.S. B0W 2L0 Tel: (902) 769.5472, Fax: (902) 769.5461

More information

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-11-H-15

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

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

===================================================================== 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 FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

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. 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

TENDER #T SUPPLY ONE (1) 2014 TANDEM CAB & CHASSIS. Sealed bids submitted on the included bid form ONLY in a plain envelope marked:

TENDER #T SUPPLY ONE (1) 2014 TANDEM CAB & CHASSIS. Sealed bids submitted on the included bid form ONLY in a plain envelope marked: Procurement Department 450 Cowie Hill Rd., Halifax, NS B3P 2V3 Telephone: (902) 490-4998 TENDER #T37.2014 SUPPLY ONE (1) 2014 TANDEM CAB & CHASSIS Sealed bids submitted on the included bid form ONLY in

More information

Contractor Guidelines

Contractor Guidelines Contractor Guidelines This Guideline has been written to detail the minimum expectations with regards to contractor safety at Sodexo business units. It is the responsibility of the contractor to understand

More information

Appendix I: Safety Orientation Checklist GENERAL Department Safety Program, Crop and Soil Sciences, Washington State University

Appendix I: Safety Orientation Checklist GENERAL Department Safety Program, Crop and Soil Sciences, Washington State University Appendix I: Safety Orientation Checklist GENERAL Department Safety Program, Crop and Soil Sciences, Washington State University Employee: Supervisor: NOTE: Ensure that employees/students who use English

More information

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( )

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( ) REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 (2013-02) The Toronto Zoo invites qualified suppliers to submit a quotation for the rental or purchase of one (1) events tent for the period 2013-05-01 to 2013-10-31.

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

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

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( ) 2014-06-25 REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 (2014-06) The Toronto Zoo invites you to submit a quotation for the supply of all labour, tools, materials and equipment necessary

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

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

Contractor Health and Safety Code of Practice. Updated June 4, 2018

Contractor Health and Safety Code of Practice. Updated June 4, 2018 Contractor Health and Safety Code of Practice 2018 Updated June 4, 2018 Updated June 4, 2018 TABLE OF CONTENTS A. DEFINITIONS...3 B. PURPOSE...7 C. STRATEGIC ALIGNMENT...7 D. REGULATORY CONSIDERATIONS...7

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

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category]

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] RFP Language Contract Language 1. Contractor recognizes the importance of performing the work in a safe and responsible manner

More information

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS The following requirements apply to all subcontractors including tier subcontractors, vendors, deliveries, visitors and the like (herein known

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

Policy for Occupational Health, Safety and Environment Requirements for Contracted Construction and Maintenance Work

Policy for Occupational Health, Safety and Environment Requirements for Contracted Construction and Maintenance Work Policy for Occupational Health, Safety and Environment Requirements for Contracted Construction and Maintenance Work Policy Statement Rationale Construction and Maintenance work undertaken by contracted

More information

GASCADE Gastransport GmbH HSE-GUIDELINE-CONTRACTORS. Version 5 Status: 15th May 2017

GASCADE Gastransport GmbH HSE-GUIDELINE-CONTRACTORS. Version 5 Status: 15th May 2017 GASCADE Gastransport GmbH HSE-GUIDELINE-CONTRACTORS Version 5 Status: 15th May 2017 CONTENT 1. Preamble... 2. Scope... 3. General requirements, access, intoxicants... 4. Responsibility / organisation /

More information

Halifax Regional Municipality Standard Terms and Conditions for Goods, Services and Standing Offers

Halifax Regional Municipality Standard Terms and Conditions for Goods, Services and Standing Offers 1. The goods and services described in the Request for Quotation or Tender and any subsequent contract are subject to the following terms and conditions and the Bidder/Vendor/Contractor agrees to be bound

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 QUOTATIONS SNOW CLEARING AND SALTING SERVICES

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES OCT 2018 SNOW CLEARING AND SALTING SERVICES The purpose of this Request for Quotes is to select a vendor to provide snow removal and salting services

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 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

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

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

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE Tender Number: PW # 4-18 Sealed Tenders will be received by: Corporation of the Township of Ryerson 28 Midlothian Road, R R # 1 Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date & Time: Opening

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

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

Municipality of Dysart et al. Landfill Cover and Compaction Maintenance Services October 1 st, 2016 to September 30 th, 2017

Municipality of Dysart et al. Landfill Cover and Compaction Maintenance Services October 1 st, 2016 to September 30 th, 2017 Municipality of Dysart et al TENDER for the provision of the Landfill Cover and Compaction Maintenance Services October 1 st, 2016 to September 30 th, 2017 ISSUE DATE: August 3, 2016 CLOSING DATE: August

More information

DEPARTMENT OF TRANSPORTATION & WORKS INVITATION TO TENDER REFIT & DRY- DOCKING,

DEPARTMENT OF TRANSPORTATION & WORKS INVITATION TO TENDER REFIT & DRY- DOCKING, Invitation to Tender Refit & Dry-docking, Appendix A Page1. DEPARTMENT OF TRANSPORTATION & WORKS INVITATION TO TENDER REFIT & DRY- DOCKING, TENDER NUMBER: TP DATE OF INVITATION: March 31, 2014 TENDERS

More information

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

ACCIDENT PREVENTION POLICY Signature Page Assign, Sign, & Return this page only to DiFiore Construction

ACCIDENT PREVENTION POLICY Signature Page Assign, Sign, & Return this page only to DiFiore Construction To all Subcontractors: ACCIDENT PREVENTION POLICY Signature Page Assign, Sign, & Return this page only to DiFiore Construction Excellence in safety and loss prevention is an objective of all operations

More information

Power Construction Company CCIP Program Safety Requirements

Power Construction Company CCIP Program Safety Requirements Introduction The following safety requirements (herein known as safety requirements) apply to all subcontractors including tier subcontractors, employees, consultants, vendors, deliveries, visitors and

More information

REQUEST FOR QUOTATION RFQ 125 ( ) SUPPLY, PRINT AND DELIVERY OF MEMBERSHIP STANDARD PLASTIC PVC CARDS

REQUEST FOR QUOTATION RFQ 125 ( ) SUPPLY, PRINT AND DELIVERY OF MEMBERSHIP STANDARD PLASTIC PVC CARDS REQUEST FOR QUOTATION RFQ 125 (2013-02) SUPPLY, PRINT AND DELIVERY OF MEMBERSHIP STANDARD PLASTIC PVC CARDS The Toronto Zoo invites you to submit a quotation for the supply of all labour, material and

More information

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties) BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REQUEST FOR QUOTATIONS Scrap Metal Processing, Transportation and Marketing December 5, 2018 1. INTRODUCTION The Regional District of Okanagan-Similkameen (RDOS)

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

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

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

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

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

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

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

SUPPLY OF PEST CONTROL SERVICES

SUPPLY OF PEST CONTROL SERVICES . SUPPLY OF PEST CONTROL SERVICES TENDER DETAILS: DURATION: Tenders should be prepared on the basis of a twelve (12) month arrangement commencing 1 st July 2018. CLOSING DATE: Monday 28th May 2018. TENDER

More information

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

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

Contractors Induction Booklet. Contractor s Name:

Contractors Induction Booklet. Contractor s Name: Contractors Induction Booklet Date Contractor s Name: Business Name: The following information relates to Work Health & Safety and has been designed and implemented by the Owner s Corporation (OC) and

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

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

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

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: REPLACE WASTEWATER TREATMENT PLANT OUTFALL PIPE LOCATION OF WORK: Wastewater Treatment Plant Meteghan 8425 Hwy 1, Meteghan, NS

More information

Hazard Assessment, Analysis and Control

Hazard Assessment, Analysis and Control Hazard Assessment, Analysis and Control Page 1 Section 2 Hazard Assessment, Analysis and Control HAZARD ASSESSMENT POLICY Hazard Assessment Policy - Sample 1...4 Hazard Assessment Policy Sample 2...5 HAZARD

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

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

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

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

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING TOWNSHIP OF ZORRA 274620 27 th Line, PO Box 306 Ingersoll, ON, N5C 3K5 Ph. 519-485-2490 1-888-699-3868 Fax 519-485-2520 Website www.zorra.on.ca Email admin@zorra.on.ca January 23, 2018 TOWNSHIP OF ZORRA

More information

Request for Quotations for Shredding Services

Request for Quotations for Shredding Services Request for Quotations for Shredding Services Tender Number 2014-011 The Workers Compensation Board of Nova Scotia is seeking qualified quotations for on-site shredding services at its two Halifax locations

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

Contractor Safety Policy

Contractor Safety Policy Page 1 of 9 I. PURPOSE A. To ensure contractors perform work on our sites without posing a threat to their safety, the safety of our employees and guests, and the environment. B. To ensure contractors

More information

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or  me directly. Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover

More information

Diversified Engineering & Plastics General Safety & Environmental Process for Contractors

Diversified Engineering & Plastics General Safety & Environmental Process for Contractors STATUS: Issued TITLE: Diversified Engineering & Plastics General Safety & Environmental Process for Contractors NUMBER: PUR-OP-12 EFFECTIVE: 03/12/2018 LATEST REV: 5 PAGES: 5 Purpose Scope The purpose

More information

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material NHTI Concord s Community College NHTI14-70 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI Concord

More information

#P Lucasville Road Transmission Main Twinning

#P Lucasville Road Transmission Main Twinning Procurement Services 450 Cowie Hill Rd. P.O. Box 8388 RP0 CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL #P09.2018 Lucasville Road Transmission Main Twinning Sealed bids submitted

More information

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets

REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets Request for Quotation No. : 2018-RFQ-04 Issued: January 9, 2018 Submission Deadline: January 23, 2018 2:00:00 PM Page 1 of 12 SUBMISSION OF

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

REQUEST FOR PROPOSAL FM

REQUEST FOR PROPOSAL FM REQUEST FOR PROPOSAL FM2016-03 Morrison Hall Cafeteria Renovations DATE ISSUED: May 4, 2016 CLOSE DATE: May 18, 2016 CLOSE TIME: CLOSE LOCATION: 1:00 pm Atlantic Standard Time Submit via our public portal:

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

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

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

REQUEST FOR SUPPLIER QUALIFICATION

REQUEST FOR SUPPLIER QUALIFICATION PHYSICAL RESOURCES REQUEST FOR SUPPLIER QUALIFICATION Contractor Vendor of Record (VOR) List for Various Projects Issue Date: January 2018 TABLE OF CONTENTS 1.0 Introduction...3 2.0 Categories...3 3.0

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

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

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

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018 TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018 INDEX 1. Notice to Bidders 2. General Conditions and Instructions to Bidders 4. General Specifications 7. Detailed Specifications 8. Terms and Conditions Appendix

More information

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

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS Purpose The purpose of this document is to establish operating and safety requirements, policies and procedures for motor carriers conducting operations within a TRANSFLO terminal. Motor Carrier Access

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

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL Tender Number: P. W. 1-18 Sealed tenders will be received by: Corporation of the Township of Ryerson 28 Midlothian Road R R 1 Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: May 11, 2018 Closing

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category]

CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] CONTRACTOR S RESPONSIBILITY FOR PROJECT SAFETY [Major Construction Category] RFP Language Contract Language 1. Contractor recognizes the importance of performing the Work in a safe and responsible manner

More information