FORM OF TENDER 18/2016 EXTERIOR BLOCK PAINTING & REPAIR FORT WILLIAM STADIUM

Size: px
Start display at page:

Download "FORM OF TENDER 18/2016 EXTERIOR BLOCK PAINTING & REPAIR FORT WILLIAM STADIUM"

Transcription

1 FORM OF TENDER 18/2016 EXTERIOR BLOCK PAINTING & REPAIR FORT WILLIAM STADIUM For The Corporation of the City of Thunder Bay -- Construction Services -- Legal Name of Firm Mailing Address City Postal Code Telephone Number Cellular No. Fax Number Name of Contact Person Print Name Address Signature of Authorized Official Date This form must be completed, signed and received on or before the date and time specified, or your tender will not be considered. A Mandatory Site Visit is scheduled for Tuesday, April 5, 2016 The location and details are listed within tender document on page 3. Closing Date and Time 12:00 noon, local time Tuesday, April 19, 2016 Tenders are to be Delivered to: City of Thunder Bay Supply Management Victoriaville Civic Centre (main floor) 111 Syndicate Avenue South Thunder Bay, ON P7E 6S4 THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED

2 Page 2 of 17 INFORMATION TO BIDDERS Definitions Bidder(s)/Contractor(s): means all persons, partnerships or corporations who respond to this tender and includes their heirs, successors, and permitted assigns. City\Owner: means The Corporation of the City of Thunder Bay. Contract: means the agreement to be entered into between the Successful Bidder and the City with respect to the supply of the Goods and or Services. It shall be based upon this Form of Tender, with any agreed upon amendments, and shall include any plans and specifications and will be held to cover the supply of any and all work, labour, implements and materials that could be reasonably required to properly and satisfactorily supply the Goods or Services. Contract Administrator: means the person, partnership, or Corporation designated by the Owner to be the Owner s representative for the purposes of this contract. Form of Tender: means this Tender document including all schedules, parts and attachments, as issued by the City, including any addenda or amendments made to it after initial issue. May: Used in this document denotes permissive. Must/Shall/Will: Used in this document denotes imperative. Successful Bidder/Contractor/Proponent: means the Proponent/Contractor/Bidder who s tender is/are accepted and who has/have agreed to supply the Goods and/or Services as outlined herein. Document Fee: The City charges a non-refundable fee of $35.00 (inclusive of taxes) for documents payable by cheque, cash or debit. If downloaded, the fee is to be included in the submission. Submission Bidders are to submit two (2) identical copies of their bid to the City Supply Management Office at 111 S. Syndicate Avenue, Victoriaville Civic Centre (Main floor), Thunder Bay, Ontario, P7E 6S4. One (1) copy should be clearly marked Original. Bids are to be submitted on the tender document provided and are to be sealed in the preprinted tender envelope or with the return label affixed to the outside of the envelope when provided. The bid documents provided are not to be altered by the bidder other than inserting information where requested on the RFQ document. Consideration will be given to your tender if received in the Supply Management Office not later than the date and time shown on the front page. Tender will be opened publicly in the board room of Supply Management Office, Victoriaville Civic Centre at 2:30 p.m. of the same day.

3 Page 3 of 17 Facsimile, , or telephone submissions will not be accepted. Late Submissions Tenders received after the deadline will not be considered. The City will assume no responsibility for submissions that do not arrive in the Supply Management Office by the specified closing date and time. Late submissions will be returned unopened to the bidder. Submissions in English All submissions are to be in English. Any submission received by the City that is not entirely in the English language may be disqualified. Grounds for Disqualification of Submission The City will disqualify or deem submissions non-compliant for the following reasons, unless otherwise noted in this document: Failure to submit documents in accordance with the closing date and time on the cover page or subsequent agenda. Failure to complete and sign tender on the form provided. Failure to comply with any of the mandatory requirements. Unauthorized changes to bid document. Litigation No bid shall be accepted from any Contractor, its principals, directors or any officer of that firm, or another related person (as determined by the Manager Supply Management, in his or her sole and unreviewable discretion), with whom the City is engaged in unresolved litigation. A one-time only Mandatory Site Visit is scheduled as follows: Date: Tuesday, April 5, 2016 Time: Location: 3:30 p.m. Fort William Stadium, 300 Legion Track Drive in Thunder Bay, Ontario (meet at the entry between Delaney Arena and Fort William Stadium) Bidders must register (sign-in) with the City representative conducting the site meeting. Failure to attend and to register (sign-in) will result in your bid being disqualified. Each bidder must visit the site of the work before submitting his bid and must satisfy himself by personal examination as to the local conditions to be encountered during the design, delivery, installation, and commissioning of the work. He shall make his own estimate of the difficulties to be encountered. He is not to claim at any time after submission of its tender that there was any misunderstanding of the terms and conditions of the contract relating to site conditions. Any statement or commentary provided by any of the City Representatives during the site visit is non-binding.

4 Page 4 of 17 Bidders are not to seek commitments from any of the City Representatives during a site visit or otherwise seek an unfair competitive advantage. Any questions or need for clarification must be directed to the individual listed in the document for questions/inquiries. All interested parties are asked to meet with: Kelvin Jankowski, Construction Services (or designate) Ph: (807) Questions/Inquiries Communications concerning this Form of Tender are to be in writing and directed to; Nancy Bauer (or designate) Supply Management phone (807) fax (807) nbauer@thunderbay.ca Inquiries must not be directed to other City employees or Elected Officials. Directing inquiries to other than those designated may result in your bid being rejected. The deadline for questions/inquiries will be Tuesday, April 12, 2016 at 12:00 noon, local time. All clarification requests are to be sent in writing to the individual mentioned above. No clarification requests will be accepted by telephone. Acknowledgement of Addenda Any and all changes will be issued by Supply Management in the form of a written addendum. If addenda are issued, their receipt is to be acknowledged by the bidder in the appropriate section of the tender document. The City will assume no responsibility for oral instructions or suggestions. Addenda will be provided to all who have registered with the City Supply Management Office as well will be posted on the City s website for download It is the bidder s responsibility to check the website prior to closing for any issued addenda. The City will assume no responsibility for any addendum not received. All bidders are to indicate and confirm the following on the line below: Number of Addenda received: Review of Requirements All bidders should carefully review this solicitation for defects or questionable matter. Comments or the need for clarification must be made in writing. Protests based on any omission or error, or on the content of the

5 Page 5 of 17 solicitation, will be disallowed if these faults have not been brought to the attention of Supply Management as per the terms set out in this tender. Submissions shall be in accordance with City of Thunder Bay Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations and the City by-law Number For additional information about the City of Thunder Bay and its policies and by-laws visit References The submission of a tender authorizes the City to contact all references provided. Failure to provide references & details of experience may result in this submission not being considered. Qualifications Submissions will be evaluated from firms or individuals that can demonstrate that they have the necessary staffing, facilities, experience, ability and financial resources to perform the work in a satisfactory manner. Proven track record must be demonstrated. The City reserves the right to inspect the bidder s facility and to perform such investigations as may be deemed necessary to insure that competent personnel and management and suitable equipment/material will be used in the performance of this contract. Freedom of Information All submissions to the City become the property of the City, and as such, are subject to the provisions of the Municipal Freedom of Information and Protection of Privacy Act. This will confirm that the City will not use/disclose the information provided, without proper authorization, and will keep the information in a physically secure location to which access is given only to staff requiring access. Rights Reserved by the City Submission of a tender indicates acceptance by the firm of the conditions contained in this tender, unless clearly and specifically noted in the document and in any contract between the City and the firm(s) selected. The City reserves the right without prejudice to accept or reject any or all submissions and to waive technical defects, irregularities, formalities and omissions at its sole discretion, if in doing so, the best interest of the City will be served. The City may, in its discretion, take any one or more of the following steps, at any time and from time to time, in connection with the review of a tender: independently consider, investigate, research, analyze, request or verify any information of documentation whether or not contained in any tender; conduct reference checks relevant to the tender with any or all of the references cited in a tender, or with any other person not listed in a tender, to verify any and all information regarding a bid, including its directors, officers and Key Individuals;

6 Page 6 of 17 conduct any background investigations that it considers necessary in the course of the competitive bid process; The City is not responsible for any costs incurred by the bidders in the preparation of their response to the tender. The City will not accept responsibility for any delays or costs with any reviews or approval process. The City reserves the right to be the sole judge of the acceptability of the service offered, and to purchase the service which in its opinion most closely meets the operating requirements of the using department. The City, unless it otherwise states, reserves the right to award by item, or part thereof, groups of items or all items of the tender, and to award contracts to one or more bidders submitting identical bids as to price; to reject any and all submissions in whole or in part; to waive technical defects, irregularities and omissions, and to negotiate minor changes, if in so doing, the best interests of the City will be served. The City reserves the right to award this contract in whole or in part without recourse or penalty that which is deemed most advantageous to the City. The City reserves the right to cancel this tender without cause and without incurring any liability whatsoever if deemed in the best interest of the City to do so. The City reserves the right to terminate the contract without notice if due to non-performance and unsatisfactory service and unsatisfactory product performance. The City reserves the right to call in alternate services if the proponent is unable to provide the service when it is requested. Tender Deposit Each supplier shall include a FIVE THOUSAND DOLLAR ($5,000.00) tender deposit in the form of a Certified Cheque, or an Irrevocable Unconditional Bank Letter of Credit, payable to The Corporation of the City of Thunder Bay. No interest shall be payable. Failure to include the tender deposit shall result in the tender not being considered. Tender deposits shall be returned to unsuccessful bidders within a reasonable time after consideration and award of the contract. The tender deposit of the successful tenderer shall be held until satisfactory completion of all work. Tender deposits are subject to forfeiture, should a bidder be unable or unwilling to enter into a contract. Indemnity The successful bidder shall indemnify and hold the City harmless from and against any liability, loss, claims, demands, costs and expenses, including reasonable legal fees, occasioned wholly or in part by any acts or omissions either in negligence or in nuisance whether wilful or otherwise by the bidder, it s agents, officers, employees or other persons for whom the bidder is legally responsible.

7 Page 7 of 17 Insurance The successful proponent shall, at its own expense, obtain and maintain until the termination of the contract, and provide the City with evidence of: Comprehensive general liability insurance on an occurrence basis for an amount not less than Five Million ($5,000,000 dollars) and shall include the City as an additional insured with respect to the City s operations, acts and omissions relating to its obligations under this Agreement, such policy to include non-owned automobile liability, personal injury, broad form property damage, contractual liability, owners' and contractors' protective, products and completed operations, contingent employers liability, cross liability and severability of interest clauses; Automobile liability insurance for an amount not less than Five Million ($5,000,000) dollars on forms meeting statutory requirements covering all vehicles used in any manner in connection with the performance of the terms of this Agreement. The policies shown above will not be cancelled or permitted to lapse unless the insurer notifies the City in writing at least thirty (30) days prior to the effective date of cancellation or expiry. The City reserves the right to request such higher limits of insurance or other types of policies appropriate to the work as the City may reasonably require. The successful proponent shall not commence work until such time as evidence of insurance has been filed with and approved by the Manager Supply Management for the City. The successful Firm shall further provide that evidence of the continuance of said insurance is filed at each policy renewal date for the duration of the contract. Workplace Safety and Insurance Act (From Successful Contractor Only) The Contractor shall also furnish evidence of compliance with all requirements of the Workplace Safety & Insurance Act with a Certificate of Clearance. In Reference To Workplace Safety & Insurance Act (From Successful Contractor Only) The City requires all contractors, exempt contractors and independent operators to have a Status Ruling done from the WSIB prior to any work being carried out for the City. Any contractor deemed to be WSIB exempt, not required by law, an independent operator or ineligible for a clearance certificate must provide an equivalent professional liability insurance policy that includes coverage not limited to loss of earnings benefits and health care coverage. The City may not issue a purchase order until the appropriate requirements have been satisfied. It is also the responsibility of the contractor to ensure that coverage does not lapse for the entire duration of the contract. Upon expiry of a clearance certificate a valid certificate should be forwarded to the City. Certificates Required: (From Successful Contractor Only) Prior to the commencement of any work under this contract the successful Contractor will file with the City, to the attention of the Manager -Supply Management a Certificate of Insurance, Signed Undertaking to Comply and

8 Page 8 of 17 Contractors Responsibilities Acknowledgement Form and Current WSIB Clearance. Attachments Drawings Architectural A1 A5 inclusive Pre-renovation DSS Report A-099 as prepared by True Grit Consulting Ltd. Hazardous Materials Specifications for Fort William Stadium Renovations as prepared by True Grit Consulting Ltd. Undertaking to Comply Attachment A Certificate of Insurance - $5 million Contractor Responsibilities Acknowledgement Form Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations SPECIFICATIONS The City of Thunder Bay Asset Management Division, Construction Services Section requires Exterior Block Painting and Repair to Fort William Stadium at 300 Legion Track Drive in Thunder Bay, Ontario, all in accordance with the attached Specifications, Scope of Work, Drawings, and General Terms and Conditions. Construction must include all materials and labour required for a complete installation ready to operate. The successful contractor shall be responsible for the supply, delivery, installation, testing and training (if applicable). Contractor must complete the installation in a complete and operable manner. First class quality workmanship and material are required throughout. No defective, unsound or improper material for workmanship shall enter into the work or be brought on the premises. Where specific items are specified in regards to manufacturer and model, the City will consider approved equivalents providing the make and model being offered are equal to or exceed the items being asked for in regards to design, quality, material, and performance. The specifications in this tender request are the basic minimum requirements that are necessary to obtain the desired performance, reliability and low cost of operation and maintenance. Alternate products will only be reviewed if submitted to the Contract Administrator seven (7) calendar days before bid closing. The Contractor shall request in writing and submit full documentation of product that is requested to be an alternate. All plan holders will be notified by means of an addendum of any alternates that are approved. The City shall be the sole judge as to the acceptability of any alternative offered without recourse or penalty. Basis of award of this tender is subject to budget availability. Progress and Completion The Contractor shall commence the Work within seven (7) days upon receiving notice of award of the Contract and shall complete the Work in accordance with the time indicated on the Schedule of Pricing. Time shall be of the essence of the Contract and under all Contract Documents.

9 Page 9 of 17 Job Scheduling All work and access to the site is to be coordinated with the Owner s contact: Kelvin Jankowski, Contract Coordinator (or designate) Ph: (807) ; Fax: (807) kjankowski@thunderbay.ca GENERAL CONDITIONS / REQUIREMENTS Permits The Contractor will be responsible for all applicable permits. All contracts for construction projects must specify the following: 1) That no work shall be started until the pre-construction meeting has been completed with Construction Services. 2) That the final payment will not be released until a final inspection has been completed and any deficiencies corrected, to the satisfaction of the Construction Services Section. All construction under this Contract must be in strict accordance with all applicable federal, provincial and municipal codes and by-laws. Tender Evaluation For purposes of tender evaluation the total cost of the base price as specified in the tender, excluding options, will be considered, although optional items may be added or deleted as deemed necessary by the City. Intent of Drawings & Specifications Should any work or materials be required which are not detailed in the drawings or specifications, either directly or indirectly, but which are nevertheless necessary for the proper carrying out of the intent hereof, the Contractor is to understand the same to be implied and required, and shall perform all such work and furnish any such material as fully as if they are particularly delineated or described. No after claim will be allowed or entertained for obstructions or work necessary to fully complete the Work whereon said Contractor made tender. Examination of Documents and Site The Contractor is required, and, where applicable, the Contractor shall require of its Subcontractors to investigate all existing site and/or building features visible at the time of tender that may affect the Work and account for all associated work required to accommodate the existing site and/or building and to achieve the design as shown in the drawings and specifications regardless of whether such work is specifically indicated in the Contract Documents. In the case of existing conditions not accounted for in the Contract Documents, the Contractor shall propose to the Contractor Administrator a reasonable solution to accommodate the existing site conditions, which can be completed at no increase to the Contract Price.

10 Page 10 of 17 It is understood and agreed that the Contractor by careful examination, satisfied himself as to the nature and location of the Work, the quality and quantity of materials to be encountered, the character of equipment and resources needed in the completion of the Work in conformance with the completion date. Construction Schedule The Contractor shall submit a construction schedule within seven (7) days upon receiving notice of award of the Contract. The construction schedule shall indicate the timing of the major activities of the Work and provide sufficient detail of critical events and their inter-relationship to demonstrate the Work will be completed in conformity with the completion date noted. The construction schedule shall be provided in a Gantt chart form and clearly indicate the critical path for the Work in its entirety. The Contractor shall monitor the progress of the Work relative to the construction schedule and update the schedule on a monthly basis or as requested by the Contract Administrator. Supervision The Contractor shall provide all necessary supervision and appoint a competent representative who shall be in attendance at the place of the Work while work is being performed. The appointed representative shall not be changed except for a valid reason and written confirmation from the Contract Administrator. The appointed representative shall be competent with respect to the Occupational Health & Safety Act, R.S.O. 1990, c.0.1. The appointed representative shall represent the Contractor at the place of the Work. Information and instructions provided by the Contractor Administrator to the appointed representative shall be deemed to have been received by the Contractor. Labour and Products All products and workmanship shall be in every respect first class and the Work shall be performed in accordance with the best modern practice. Whenever the Contract Documents, or directions of the Contract Administrator admit of a reasonable doubt about what is permissible, and when they fail to state the quality of any Work, the interpretation that requires the best quality of Work is to be followed. The Contractor shall ensure that all persons employed on the project shall be fully qualified to perform the Work required. Personnel, deemed unqualified by the Owner, shall not be allowed to work on the project. The Owner shall also have the right, acting reasonable, without charge at any time to request that the Contractor remove any of its employees or any of its Subcontractors from the performance of the Work and the Contractor shall comply, provided that such request is lawful, reasonably justified in writing and the Contractor is given an opportunity to respond and address such issues consistent with the Contract and its obligations under Applicable Laws. The Contractor shall not employ or hire any employees who are employed by the Owner. All products and materials brought onto the place of the Work by the Contractor shall be deemed to be the property of the Owner, but the Owner shall be under no liability for loss thereof or damage thereto arising from any cause whatsoever. The said products and materials shall be at the sole risk of the Contractor.

11 Page 11 of 17 Payment The City may withhold any or all payments to the Contractor or portions thereof if circumstances where the Contractor is considered by the Owner or Contract Administrator to be unreasonably in default of specified times for completion of the Work. The Work within this Contract shall be subject to a 10% statutory holdback, with final payment released as set out in the Construction Lien Act. The Contractor shall furnish the Contract Administrator with satisfactory evidence in the form of a WSIB Certificate of Clearance that is has made suitable provision for meeting any liability under the WSIA, prior to the release of any monthly progress payment. The Contractor shall furnish the Contract Administrator with a Statutory Declaration that all liabilities incurred by the Contractor and its Subcontractors in carrying out the Contract have been discharged and that all liens in respect of the Contract have expired or have been satisfied, discharged or provided for by payment. The Statutory Declaration shall be provided prior to all monthly progress payments except the first one. In the event of a Lien at the location of the Work as a result of the Contractor and should the Contractor fail to discharge or vacate any such lien, or to have any such written notice of lien withdrawn, then the Owner, may at its option, do so and set off and deduct from any amount owing to the Contractor, all costs and expenses of so doing including the costs of borrowing the appropriate cash, letter of credit or bond as security and legal fees and disbursements. If there is no amount owing by the Owner to the Contractor, then the Contractor shall reimburse the Owner for all of the said costs and expenses etc. of so doing. The Contractor shall furnish the Contract Administrator with such additional documents as the Contract Administrator may reasonably require. Changes to Work In the event of Changes to Work are required after the award of contract, the valuation of a change in the work is to be determined either by estimate and acceptance in a lump sum or by cost and fixed, percentage fee or mark up, the valuation shall be in accordance with the following: For work performed by General Contractor s own forces, General Contractor shall be entitled to: 1. For each extra work request up to $1, performed by General Contractor s own forces, General Contractor shall be entitled to 10% for overhead on actual cost of material and labour and an additional 10% for profit on the above total. 2. For each extra work request up to $5, performed by General Contractor s own forces, General Contractor shall be entitled to 10% for overhead on actual costs of materials and labour and an additional 5% for profit on the above total. 3. For each extra work request up to $15, performed by General Contractor s own forces, General Contractor shall be entitled to 7% for overhead on actual costs of materials and labour and an additional 5% for profit on the above total. 4. For each extra work request over $15, performed by General Contractor s own forces, General Contractor shall be entitled to 5% for overhead on actual costs of materials and labour and an additional 5% for profit on the above total.

12 Page 12 of 17 For Work performed by subcontractors: 1. For each extra work request up to $1, performed by subcontractors, subcontractors shall be entitled to 10% for overhead on actual costs of material and labour and an additional 10% for project on the above total. The General Contractor shall be entitled to 5% of subcontractor s total for overhead and profits. 2. For each extra work request up to $5, performed by subcontractors, subcontractors shall be entitled to 10% for overhead on actual costs of material and labour and an additional 5% for project on the above total. The General Contractor shall be entitled to 3% of subcontractor s total for overhead and profits. 3. For each extra work request up to $15, performed by subcontractors, subcontractors shall be entitled to 7% for overhead on actual costs of material and labour and an additional 5% for project on the above total. The General Contractor shall be entitled to 3% of subcontractor s total for overhead and profits. 4. For each extra work request over $15, performed by subcontractors, subcontractors shall be entitled to 5% for overhead on actual costs of material and labour and an additional 5% for project on the above total. The General Contractor shall be entitled to 3% of subcontractor s total for overhead and profits. All extra work over and above this contract must be authorized in writing by an authorized City Representative. Work Delays If the Contractor is delayed in the performance of the Work by labour disputes, strikes, lock-outs (including lockouts decreed or recommended for its members by a recognized contractors' association, of which the Contractor is a member or to which the Contractor is otherwise bound), fire, unusual delay by common carriers or unavoidable casualties, or without limit to any of the foregoing, by a cause beyond the Contractor's control, then the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The extension of time shall not be less than the time lost as the result of the event causing the delay, unless the Contractor agrees to a shorter extension. The Contractor shall not be entitled to payment for costs incurred by such delays unless such delays result from actions by the Owner. Public Conveniences and Condition of Site During the performance of the work it shall be the contractor's responsibility to protect and not interfere with the public or Owner s employees. The contractor shall not deposit any material upon any sidewalks, boulevards, etc., but must remove all rubbish and other material, clean up and thoroughly restore all such places to as good and tidy a condition as found. Protection of Existing Works In carrying out the works from their inception and until final acceptance, the contractor must be careful to cause as little injury or damage as possible to any adjacent property, public or private or to any sidewalk, roadways, curbs, boulevards, sodding, trees, shrubs, or any other structures in the vicinity and must make good the same at his own expense. The Contractor shall furnish and bear the cost of any watchman it may require for protection to perform this Contractor

13 Page 13 of 17 The Contractor shall provide and maintain hoarding and dust screens in accordance with local by-laws and Construction Safety Council, and to the Owner s acceptance. The Contractor shall locate hoarding either in accordance with instructions received from the Owner at first site meeting or as called for in the Contract Documents. The Contractor shall provide protection as may be additionally specified in more detail elsewhere in the Contract Documents. Cleaning Up The contractor shall leave the site of the work in a clean, tidy condition and completely free of any debris which may have accumulated from his construction activities. Accessibility for Ontarians with Disabilities The Bidder shall comply with the provisions of the Accessibility for Ontarians with Disabilities Act, 2005, and the Regulations there under with regard to the provision of its goods or services to persons with disabilities. The Bidder acknowledges that pursuant to the Accessibility for Ontarians with Disabilities Act, 2005, the City of Thunder Bay must, in deciding to purchase goods or services through its procurement process, consider the accessibility for persons with disabilities to such goods or services. Prior to the commencement of any work the successful contractor/consultant shall furnish evidence of compliance with the Accessibility for Customer Service Regulation 429/07 Section 6; Training for staff. (The City of Thunder Bay may, at its discretion provide training.) Health and Safety All work performed under this contract shall be in conformity with the Occupational Health & Safety Act, R.S.O. 1990, c.0.1 and latest revisions thereof and with the Corporate Safety Standards and Policies of the City of Thunder Bay. All persons working on City contracts shall be required to wear personal safety equipment at all times. The Contractor shall be solely responsible for construction health and safety within the place of the Work and for compliance with the OHSA. So as to avoid any misunderstanding as to the extent of the Contractor s responsibility, the Contractor, by executing the Contract, unequivocally acknowledges that the Contractor is the Constructor. All personnel on the job site must be wearing: Safety Footwear, CSA Class 1 with sole protection ( Green Patch ) Safety Hard Hat Face Shield and Work Gloves (where applicable) Hearing Protection (where applicable) Safety Vests (where applicable) shall be worn, safety vests shall be reflective fluorescent and coloured blaze orange or red. Failure to comply with Safety Regulations may result in the immediate cancellation of this contract.

14 Page 14 of 17 WHMIS All work performed must comply with WHMIS Legislation & Regulations. Warranty The warranty period under the Contract shall expire on the later of one (1) year from the date of Total Performance of the Work or those periods specified in the Contract Documents for certain portions of the Work or products. For Work undertaken during the Warranty Period, the Contractor shall extend the guarantee on replaced parts and workmanship for a period of one (1) year from the date of acceptance of the replacement parts and workmanship. The contractor, at his own expense, is to amend and make good any faults in work arising from improper or defective materials or workmanship which may appear within a minimum of one (1) calendar year from the date of the final inspection. (Where manufacturer's warranties are of a longer duration, the extended time period shall be honoured by the successful bidder. Defective Work Incorrectly fabricated, misplaced or omitted components will be considered defective Work. Should a Contract Administrator s independent inspection and testing company find defective Work or otherwise unacceptable Work, the Contractor shall pay for all costs of retesting, redesign, corrective measures and all related expenses. In addition, costs mutually agreed to by both the Owner and the Contractor, acting reasonably, incurred by the Owner for additional testing, inspection, review and redesign of defective Work will be deducted from the Contract Price. The Contractor shall rectify, in a manner acceptable to the Owner, all defective work and deficiencies throughout the Work, whether or not they are specifically identified by the Owner or the Contract Administrator. The Contractor shall prioritize the correction of any defective work, in the sole discretion of the Owner, adversely affects the day-to-day operations of the Owner. Tests (if applicable) All necessary tests are the responsibility of the contractor. Experienced personnel to be on site during start-up operations and testing. Such tests are to be at NO EXPENSE TO THE CITY. C.S.A. And Ontario Hydro Approved (if applicable) All equipment supplied must be approved by the Canadian Standard Association and Ontario Hydro and bear labels as such. Utility Locates Where applicable, any and all Utility Locates are the responsibility of the successful bidder and must sign all required documentation.

15 Page 15 of 17 Past Projects List current or past projects of similar capacity and the locations where they were performed. Please provide contact names and phone numbers and some description of the length of operation and scale. 1) 2) 3)

16 Page 16 of 17 LIST OF SUBCONTRACTORS From (Bidder): (Company name) We, the above-named bidder, propose to use for the above tender, the Subcontractors named below: Item of Work Name of Subcontractor

17 Page 17 of 17 SCHEDULE OF PRICING EXTERIOR BLOCK PAINTING & REPAIR FORT WILLIAM STADIUM I/We, the undersigned, do hereby tender and offer to enter into contract with the City of Thunder Bay for Exterior Block Painting and Repair at the Fort William Stadium in accordance with the attached "City Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations" and all the specifications and terms of the City s tender which are set forth below and attached at the prices indicated in the space provided for that purpose, all to the entire satisfaction of the Manager - Supply Management or his appointed agent. The price(s) quoted Include all duty, taxes (other than HST), customs, clearances, cartage, freight and all other charges now or hereafter imposed or in force and is a Total Firm Price. Harmonized Sales Tax (HST) to be Extra and must be shown separately on invoicing. All pricing is to be in Canadian Funds. A CASH DISCOUNT of % will be allowed if accounts are paid within 20 (twenty) days after the receipt of the invoice in Accounts Payable (address as shown on the purchase order) for goods or services that are acceptable. Terms of Payment (cash discount) will be taken into consideration as part of the award and the City will not consider cash discounts for payment periods less than 20 days. The City is requesting a price breakdown as shown. The City reserves the right to award all portions of the work or remove any portion or portions of the work as deemed necessary to remain within budget or to not award any work at all dependent upon budget availability. Description of the Work Masonry Resetting/Repointing $ Price Painting Doors & Frames $ Painting Other Metals $ Painting - Masonry $ Sign Work $ FOR A TOTAL BASE BID OF: $ Additional Pricing Required (Not to be included in the Base Bid) Provide a price per linear foot for additional block repointing work which is not within the scope of project: $ /linear foot I/We agree to commence the job in seven (7) calendar days after notification of award of tender and complete within calendar days. It is anticipated the award will be made within five (5) calendar days of the closing of this tender. Completion date is expected to be prior to Thursday, June 30, 2016.

18

19

20 From: Ph: City of Thunder Bay Supply Management Division Victoriaville Civic Centre 111 Syndicate Ave S (main floor) THUNDER BAY ON P7E 6S4 CLOSING DATE TENDER # When Downloading Tender Documents, cut or fold this page in half and Affix this ADDRESS LABEL to your tender submission envelope. Please indicate the Tender #. Also include your firm s name in the top left corner.

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

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

FORM OF TENDER 30/2016 SPECIAL PROJECTS ASPHALT/CONCRETE REPAIR AND ROAD PATCH SERVICES

FORM OF TENDER 30/2016 SPECIAL PROJECTS ASPHALT/CONCRETE REPAIR AND ROAD PATCH SERVICES FORM OF TENDER 30/2016 SPECIAL PROJECTS ASPHALT/CONCRETE REPAIR AND ROAD PATCH SERVICES For The Corporation of the City of Thunder Bay -- Infrastructure and Operations Environment Division-- Legal Name

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

Proposal Closing Date and Time Wednesday June 7 th 2017 at 4:00 p.m., local time

Proposal Closing Date and Time Wednesday June 7 th 2017 at 4:00 p.m., local time REQUEST FOR PROPOSAL 06/2017 PHOTOGRAPHY REQUIREMENTS 2017 Scheduled for: Thunder Bay, September1-10, 2017 Proposal Closing Date and Time Wednesday June 7 th 2017 at 4:00 p.m., local time Proposals are

More information

REQUEST FOR QUOTATION Q PLAYGROUND SAFETY INSPECTIONS For The Corporation of the City of Thunder Bay -- Parks & Open Spaces Division --

REQUEST FOR QUOTATION Q PLAYGROUND SAFETY INSPECTIONS For The Corporation of the City of Thunder Bay -- Parks & Open Spaces Division -- REQUEST FOR QUOTATION Q-084-2018 PLAYGROUND SAFETY INSPECTIONS For The Corporation of the City of Thunder Bay -- Parks & Open Spaces Division -- Legal Name of Firm Mailing Address City Postal Code Telephone

More information

REQUEST FOR PROPOSAL 47/2016 SUPPLY, INSTALL AND CONFIGURATION OF AN ENTERPRISE DISK ENCRYPTION SOLUTION

REQUEST FOR PROPOSAL 47/2016 SUPPLY, INSTALL AND CONFIGURATION OF AN ENTERPRISE DISK ENCRYPTION SOLUTION REQUEST FOR PROPOSAL 47/2016 SUPPLY, INSTALL AND CONFIGURATION OF AN ENTERPRISE DISK ENCRYPTION SOLUTION For The Corporation of the City of Thunder Bay -- Corporate Information Technology -- Proposal Closing

More information

FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS

FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS For The Corporation of the City of Thunder Bay -- Fleet Services Section -- Legal Name of Firm Mailing Address City

More information

REQUEST FOR PROPOSAL 3/2014. SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre)

REQUEST FOR PROPOSAL 3/2014. SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre) REQUEST FOR PROPOSAL 3/2014 SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre) For The Corporation of the City of Thunder Bay Proposal Closing Date and Time Tuesday,

More information

REQUEST FOR PROPOSAL 10/2011 PRIME CONSULTANT FOR INTERIOR RENOVATIONS AT VICTORIAVILLE CIVIC CENTRE

REQUEST FOR PROPOSAL 10/2011 PRIME CONSULTANT FOR INTERIOR RENOVATIONS AT VICTORIAVILLE CIVIC CENTRE REQUEST FOR PROPOSAL 10/2011 PRIME CONSULTANT FOR INTERIOR RENOVATIONS AT VICTORIAVILLE CIVIC CENTRE For The Corporation of the City of Thunder Bay (City) -- Facilities and Fleet Department -- Proposal

More information

REQUEST FOR PROPOSAL 25/2017. SUPPLY & DELIVERY OF DAIRY PRODUCTS (for various Civic Locations)

REQUEST FOR PROPOSAL 25/2017. SUPPLY & DELIVERY OF DAIRY PRODUCTS (for various Civic Locations) REQUEST FOR PROPOSAL 25/2017 SUPPLY & DELIVERY OF DAIRY PRODUCTS (for various Civic Locations) For The Corporation of the City of Thunder Bay Proposal Closing Date and Time Wednesday, June 28, 2017 at

More information

Proposal Closing Date and Time Thursday, September 22, 2016 At 4:00 p.m., local time

Proposal Closing Date and Time Thursday, September 22, 2016 At 4:00 p.m., local time REQUEST FOR PROPOSAL 03/2016 FOR TRAVEL REQUIREMENTS & TOURISM PACKAGES FOR THE 2017 WBSC-U-18 BASEBALL WORLD CUP Scheduled for: Thunder Bay, September1-10, 2017 Proposal Closing Date and Time Thursday,

More information

REQUEST FOR PROPOSAL 35/2017. INSTALLATION and OPERATION OF VENDING MACHINES At the Canada Games Complex, Arena Concessions and Marina

REQUEST FOR PROPOSAL 35/2017. INSTALLATION and OPERATION OF VENDING MACHINES At the Canada Games Complex, Arena Concessions and Marina REQUEST FOR PROPOSAL 35/2017 INSTALLATION and OPERATION OF VENDING MACHINES At the Canada Games Complex, Arena Concessions and Marina - For the Corporation of the City of Thunder Bay Community Services

More information

FORM OF TENDER 46/2010 Supply & Delivery of CISCO ROUTERS for REMOTE LOCATIONS

FORM OF TENDER 46/2010 Supply & Delivery of CISCO ROUTERS for REMOTE LOCATIONS FORM OF TENDER 46/2010 Supply & Delivery of CISCO ROUTERS for REMOTE LOCATIONS For the City of Thunder Bay Corporate Information & Technology Division Page 1 of 8 I/We, the undersigned, do hereby tender

More information

REQUEST FOR PROPOSAL 33/2015 UPGRADE OF NETWORK INFRASTRUCTURE & IMPLEMENTATION OF A VOIP BUSINESS SOLUTION

REQUEST FOR PROPOSAL 33/2015 UPGRADE OF NETWORK INFRASTRUCTURE & IMPLEMENTATION OF A VOIP BUSINESS SOLUTION REQUEST FOR PROPOSAL 33/2015 UPGRADE OF NETWORK INFRASTRUCTURE & IMPLEMENTATION OF A VOIP BUSINESS SOLUTION For The Corporation of the City of Thunder Bay -- Thunder Bay Police Service -- Proposal Closing

More information

REQUEST FOR PROPOSAL 10/2018 LAND SURVEY SERVICES. Proposal Closing Date and Time Wednesday February 28, 2018 at 4:00 p.m.

REQUEST FOR PROPOSAL 10/2018 LAND SURVEY SERVICES. Proposal Closing Date and Time Wednesday February 28, 2018 at 4:00 p.m. REQUEST FOR PROPOSAL 10/2018 LAND SURVEY SERVICES For The Corporation of the City of Thunder Bay -- Realty Services Division -- Proposal Closing Date and Time Wednesday February 28, 2018 at 4:00 p.m.,

More information

REQUEST FOR PROPOSAL 03/2018. To Provide Professional COLLECTION AGENCY SERVICES. -- For the City of Thunder Bay Court Services and Community Services

REQUEST FOR PROPOSAL 03/2018. To Provide Professional COLLECTION AGENCY SERVICES. -- For the City of Thunder Bay Court Services and Community Services REQUEST FOR PROPOSAL 03/2018 To Provide Professional COLLECTION AGENCY SERVICES -- For the City of Thunder Bay Court Services and Community Services Proposal Closing Date and Time Wednesday, January 10,

More information

REQUEST FOR PROPOSAL 12/2018 FIREWORKS DISPLAY FOR CANADA DAY JULY 1, 2018

REQUEST FOR PROPOSAL 12/2018 FIREWORKS DISPLAY FOR CANADA DAY JULY 1, 2018 REQUEST FOR PROPOSAL 12/2018 FIREWORKS DISPLAY FOR CANADA DAY JULY 1, 2018 For The Corporation of the City of Thunder Bay Proposal Closing Date and Time Wednesday, March 14, 2018 at 4:00 p.m., local time

More information

REQUEST FOR PROPOSAL 14/2016 SERVICING OF EMS VEHICLES (EAST OF THUNDER BAY)

REQUEST FOR PROPOSAL 14/2016 SERVICING OF EMS VEHICLES (EAST OF THUNDER BAY) REQUEST FOR PROPOSAL 14/2016 SERVICING OF EMS VEHICLES (EAST OF THUNDER BAY) For The Corporation of the City of Thunder Bay -- Superior North Emergency Medical Services -- Proposal Closing Date and Time

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

FOR PRICE SCHEDULE - SEE PAGES 4-7. FORM OF TENDER 22/2010 Supply, Deliver & Install Office Furniture. Page 1 of 10

FOR PRICE SCHEDULE - SEE PAGES 4-7. FORM OF TENDER 22/2010 Supply, Deliver & Install Office Furniture. Page 1 of 10 FORM OF TENDER 22/2010 Supply, Deliver & Install Office Furniture -- FOR THE CITY OF THUNDER BAY, CONSTRUCTION RENOVATION SERVICES -- Page 1 of 10 I/We, the undersigned, do hereby tender and offer to enter

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

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

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

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

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

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

More information

Request for Tender. Humidifier Replacement February 19, 2013

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

More information

June 2017 BIDDING PROCEDURES No. 90

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

More information

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

REQUEST FOR PROPOSAL 2/2018. SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre)

REQUEST FOR PROPOSAL 2/2018. SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre) REQUEST FOR PROPOSAL 2/2018 SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre) For The Corporation of the City of Thunder Bay Proposal Closing Date and Time Wednesday,

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 Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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

PART INSTRUCTIONS TO BIDDERS

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

More information

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

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

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

More information

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

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

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

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

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

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

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

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

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

Request for Quotation

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

More information

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

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

More information

REQUEST FOR 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

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

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

REQUEST FOR QUOTATION REMOVAL OF EXISTING UNDERGROUND TANKS AND SUPPLY OF NEW A/G FUEL TANK RFQ 27 ( )

REQUEST FOR QUOTATION REMOVAL OF EXISTING UNDERGROUND TANKS AND SUPPLY OF NEW A/G FUEL TANK RFQ 27 ( ) REQUEST FOR QUOTATION REMOVAL OF EXISTING UNDERGROUND TANKS AND SUPPLY OF NEW A/G FUEL TANK RFQ 27 (2016-06) The Toronto Zoo invites you to submit a quotation to provide labour, tools, materials and equipment

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

Request for Proposal (RFP) External Audit Services. RFP Finance 16-03

Request for Proposal (RFP) External Audit Services. RFP Finance 16-03 (RFP) RFP s will be received not later than: Thursday, September 1, 2016 11:00 a.m. Local Time Addressed to: Attn: Kimberley Pope, Director of Finance/Treasurer RFP, 988 County Rd 10, Millbrook, ON L0A

More information

Request for Quotation

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

More information

General Conditions for Purchase (CG-2)

General Conditions for Purchase (CG-2) Page: 2 of 5 1 Definitions - CLIENT means the party placing an order, being the legal entity as mentioned in the Purchase Order, as well as his legal successors in title; - VENDOR means the party who delivers

More information

REQUEST FOR PROPOSAL 09/2016 MARINA PARK PEDESTRIAN OVERPASS REHABILITATION DESIGN

REQUEST FOR PROPOSAL 09/2016 MARINA PARK PEDESTRIAN OVERPASS REHABILITATION DESIGN REQUEST FOR PROPOSAL 09/2016 MARINA PARK PEDESTRIAN OVERPASS REHABILITATION DESIGN For The Corporation of the City of Thunder Bay -- Infrastructure & Operations - Engineering Division -- Proposal Closing

More information

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

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

More information

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

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

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

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

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

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

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

More information

THE CORPORATION OF THE CITY OF LONDON

THE CORPORATION OF THE CITY OF LONDON THE CORPORATION OF THE CITY OF LONDON QUOTATION 13-04 GROUNDS MAINTENANCE HIGHWAY 401 GATEWAYS ANYONE DOWNLOADING THIS DOCUMENT AND INTENDING TO SUBMIT A BID MUST ENSURE THAT THEY HAVE REGISTERED WITH

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

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

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls

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

More information

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

REQUEST FOR PROPOSAL 53/2016 TROWBRIDGE FOREST MOUNTAIN BIKE TRAIL SYSTEM MASTER PLAN

REQUEST FOR PROPOSAL 53/2016 TROWBRIDGE FOREST MOUNTAIN BIKE TRAIL SYSTEM MASTER PLAN REQUEST FOR PROPOSAL 53/2016 TROWBRIDGE FOREST MOUNTAIN BIKE TRAIL SYSTEM MASTER PLAN For The Corporation of the City of Thunder Bay Infrastructure & Operations Department Parks & Open Spaces Section Proposal

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

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations to provide horse-drawn wagon and sleigh ride services (dependent upon snow conditions) for

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

TENDER GRAVEL CRUSHING PWT

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

More information

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

Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC) Request for Tender No. 1585 Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC) Issue Date: November 12, 2014 Tender Closing Location Purchasing Department 2020 Labieux Road Nanaimo,

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

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

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

Request for Quotation

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

SUBCONTRACT AGREEMENT

SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT herein called Contractor and, whose address is herein called Subcontractor, hereby agrees as follows: 1. SCOPE OF WORK AND CONSIDERATION Subcontractor agrees to furnish all materials,

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR

APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT made this day of, 201* BETWEEN: (the "Owner") AND (the "Contractor") In consideration of the mutual covenants and agreements

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

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

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

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 PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

PART D SUPPLEMENTAL CONDITIONS

PART D SUPPLEMENTAL CONDITIONS PART D SUPPLEMENTAL CONDITIONS Page 1 of 18 PART D - SUPPLEMENTAL CONDITIONS GENERAL D1. GENERAL D1.1 In addition to the General Conditions for Construction Contracts, these Supplemental Conditions are

More information

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS 1. Rejection of Bids Bids with one or more of the following may be declared informal and/or disqualified and/or rejected: a) Bids that do not comply strictly with all terms and conditions of the Bid Solicitation

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

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

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

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

REQUEST FOR PROPOSAL 15/2016 TREE PLANTING SERVICES. Proposal Closing Date and Time Wednesday, March 30, 2016 at 4:00 p.m.

REQUEST FOR PROPOSAL 15/2016 TREE PLANTING SERVICES. Proposal Closing Date and Time Wednesday, March 30, 2016 at 4:00 p.m. REQUEST FOR PROPOSAL 15/2016 TREE PLANTING SERVICES For The Corporation of the City of Thunder Bay -- Parks & Open Spaces Section -- Proposal Closing Date and Time Wednesday, March 30, 2016 at 4:00 p.m.,

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