REQUEST FOR PROPOSAL 42/2017 DESIGN-BUILD TEAM FOR THE CONSTRUCTION OF A SYNTHETIC TURF MULTI-USE FIELD IN CHAPPLES PARK

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL 42/2017 DESIGN-BUILD TEAM FOR THE CONSTRUCTION OF A SYNTHETIC TURF MULTI-USE FIELD IN CHAPPLES PARK"

Transcription

1 REQUEST FOR PROPOSAL 42/2017 DESIGN-BUILD TEAM FOR THE CONSTRUCTION OF A SYNTHETIC TURF MULTI-USE FIELD IN CHAPPLES PARK For The Corporation of the City of Thunder Bay -- Parks & Open Spaces Section -- Proposal Closing Date and Time Wednesday, August 23, 2017 at 4:00 p.m., local time A Non-Mandatory Site Visit is scheduled for August 11, 2017 at 1:00 p.m. (See page 3 for location and details) Proposals 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

2 Page 2 of 21 INFORMATION TO BIDDERS Definitions Proponents(s)/Bidder(s)/Contractor(s): means all persons, partnerships or corporations who respond to this RFP 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 RFP, 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. Request for Proposal: means this Request for Proposal (RFP) 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/Proponent/Contractor: means the Proponent/Contractor/Bidder whose RFP submission is/are accepted and who has/have agreed to supply the Goods and/or Services as outlined herein. Submission Proponent to submit, in a sealed package, to the address shown on the cover page: one (1) original signed by an authorized representative, prominently marked Original plus four (4) hard copies, identical to the original, each identified as Copy plus one (1) electronic copy in PDF format on CD-ROM, memory stick or flash drive, also identical to the original and the hard copies All submissions are to be clearly marked as to contents with the return label affixed to the outside of the package when provided. The mandatory submission forms that are required to be completed and included in your submission may not be changed other than inserting the required information. Submission Format Hard copy submissions are to be: Printed double sided Where possible, stapled Where too large for stapling, submitted in coil bindings, comb bindings, heat bound or clamped. Binders are not to be used.

3 Page 3 of 21 Non-Mandatory Site Visit and Meeting A one-time only Non-Mandatory Site Visit is scheduled as follows: Date: Time: Location: Friday August 11 th 1:00 p.m. Chapples Park, Washroom Building, 531 Chapples Drive Thunder Bay, ON Bidders should register (sign-in) with the City representative conducting the site meeting. Safety Footwear must be worn at the site meeting. Each bidder should 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. 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: Werner Schwar (or designate) Supervisor, Parks & Open Spaces Section Infrastructure & Operations City of Thunder Bay 111 Syndicate Avenue South, Victoriaville Civic Centre Thunder Bay, Ontario, P7E 4S8 Ph: (807) Fax: (807) wschwar@thunderbay.ca and/or James Taylor, Risk & Asset Management Analyst (or designate) Ph: (807) Fax: (807)

4 Page 4 of 21 Document Fee The City charges a non-refundable fee of $35.00 (inclusive of taxes) for documents payable by cheque, cash or debit or credit card. If downloaded, the fee is to be included in the submission. The fee is to be submitted in Canadian Funds. Closing Date and Time Consideration will be given to your proposal if received in the Supply Management Office not later than the date and time shown on the cover page. The lowest cost proposal will not necessarily be accepted, and the City reserves the right to reject any and all proposals and/or re-issue the RFP in its original or revised form. Facsimile, , or telephone proposals will not be accepted. Late Submissions Submissions 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 proponent. 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 any subsequent addenda. Failure to complete, sign and return submittal form provided. Failure to comply with any of the mandatory requirements. Unauthorized changes to any forms that are required to be completed and included in your submission. 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.

5 Page 5 of 21 Questions/Inquiries Communications concerning this Request for Proposal are to be in writing and directed to: Vicki Gagné-Smith (or designate) Supply Management Phone: (807) Fax: (807) vgagne-smith@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 Wednesday, August 16, 2017 at 12:00 noon, local time. All clarification requests are to be sent in writing to the individual mentioned above, and are to reference the RFP number. No clarification requests will be accepted by telephone. Responses to clarification requests will be provided to all interested parties. Any and all changes to the Request for Proposal will be issued by the Manager, Supply Management (or designate) in the form of a written addendum. Acknowledgement of Addenda If addenda are issued, their receipt is to be acknowledged by the proponent by including them as part of the proposal submission to ensure that all requirements are included in the submission. Failure to include all addenda may result in your submission not being considered. 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 Section. As well, they 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. Review of Requirements All proponents should carefully review this solicitation for defects or questionable matter. Comments or the need for clarification must be made in writing as requested in this RFP. Protests based on any omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the Supply Management Section as per the terms set out in this Request. 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

6 Page 6 of 21 Sustainable Environmental Social Initiatives The City is committed to a procurement process for Goods and Services that takes into account sustainable, environmental and ethical considerations. Potential partners of the City must respect fundamental human rights and treat their workers fairly and with respect. They are also expected to strive continually towards minimizing the environmental impact of their operations. References The submission of a proposal authorizes the City to contact all references provided. Failure to provide references and details of experience may result in this proposal not being considered. City staff, elected officials or City Departments are not to be used as references. Freedom of Information All proposals submitted 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. Bidder Debriefings As a courtesy, bidder debriefings will be offered for procurements valued at $60,000 or higher and must be requested within 60 calendar days following the date of the contract award. Rights Reserved by the City Proposals 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. Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposal, unless clearly and specifically noted in the proposal and in any contract between the City and the firm(s) selected. These reserved rights are in addition to any other express rights or any other rights which may be implied in the circumstances and the City shall not be liable for any expenses, costs, losses or any direct or indirect damages incurred or suffered by any proponent or any third party resulting from the City exercising any of its express or implied rights under this RFP. The City reserves the right to: Make public the names of any or all proponents, 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,

7 Page 7 of 21 Without prejudice, reject any or all proposals and to determine, in its own best judgement, the firm best qualified to undertake this contract, Waive formalities and accept proposals which substantially comply with the requirements of this RFP, Accept any proposal in whole or in part, Award this contract in whole or in part, without recourse or penalty, that which is deemed most advantageous to the City, Unless it otherwise states, to award by item, or part thereof, groups of items, or all items of the proposal, and to award contracts to one or more proponents submitting identical submissions 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 interest of the City will be served, Make changes, including substantial changes, to this RFP provided that those changes are issued by way of addenda in the manner set out in this RFP, Select any proponent other than the proponent whose proposal reflects the lowest cost to the City or the highest score, Negotiate minor changes with the proponent that presents the most attractive proposal, Request written clarification or the submission of supplementary written information in relation to the clarification request from any proponent and incorporate a proponent s response to that request for clarification into the proponent s proposal, Verify with any proponent or with a third party any information set out in a proposal, Disqualify any proponent whose proposal contains misrepresentations or any other inaccurate or misleading information, Disqualify any proponent or the proposal of any proponent who has engaged in conduct prohibited by this RFP, Terminate the contract without notice if due to non-performance and unsatisfactory service and unsatisfactory product performance, Call in alternate services if the proponent/contractor is unable to provide the service when it is requested, Cancel the project without cause and without incurring any liability whatsoever if deemed in the best interest of the City to do so, Cancel this RFP process at any stage and, if required, issue a new RFP for the same or similar deliverables, 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 and evaluation, including ranking, of any aspect of a proposal: Independently consider, investigate, research, analyze, request or verify any information of documentation whether or not contained in any Proposal, Conduct reference checks relevant to the Project with any or all of the references cited in a Proposal, or with any other person not listed in a Proposal, to verify any and all information regarding a Proponent, including its directors, officers and Key Individuals, Conduct any background investigations that it considers necessary in the course of the Competitive Selection Process, By submitting its proposal, the proponent authorizes the collection of information by the City,

8 Page 8 of 21 Assess a proponent s proposal on the basis of: A financial analysis determining the actual cost of the proposal when considering factors including transition costs arising from the replacement of existing goods, services, practices, methodologies and infrastructure (howsoever originally established), Information provided by references, The proponent s past performance on previous contracts awarded by the City, The information provided by a proponent pursuant to the City exercising its clarification rights under this RFP process, or Other relevant information that arises during this RFP process. The City is not responsible for any costs incurred by the proponents in the preparation of their response to the proposal call or attendance at any selection interviews. The City will not accept responsibility for any delays or costs with any reviews or approval process. Prices must be firm for the duration of the contract. This is an invitation for proposals and not a tender call. The basis of award is subject to budget availability and/or Council Approval. The City of Thunder Bay Council shall have the final authority on all matters regarding this Request for Proposal. Attachments Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations Certificate of Insurance Undertaking to Comply Attachment A APPENDIX A Location Map APPENDIX B Topographical Contour Map APPENDIX C Soils Borehole Investigation 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, services or facilities 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 most current Integrated Accessibility Standards Regulation specifically the section(s) pertaining to Training of Staff. (The City of Thunder Bay may, at its discretion provide training.) Agents or Consultants acting on behalf of the City will incorporate accessibility criteria and features when developing specifications and/or procuring goods and services, except where it is not practical to do so.

9 Page 9 of 21 Indemnity The successful proponent 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. Bid Bond, Performance Bond The successful proponent shall, at its own expense, obtain and maintain until the termination of the contract, and provide the City with evidence of: 1. Tender Security in the form of a Bid Bond, Certified Cheque or Irrevocable Letter of Credit in the amount of 10% of the total project value is required. 2. Performance and a Labour and Materials Payment Bond in the amount of 50% of the project value, is required by the successful proponent. The Consent of Surety to be issued by an approved bonding company located in Ontario, Canada Professional Liability: The successful proponent shall carry insurance covering the work and services described in this agreement. Such policy shall provide coverage for an amount not less than Two million ($2,000,000) dollars. The Owner will not accept an agreement which limits the liability of the proponent to the amount of its liability insurance coverage 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.

10 Page 10 of 21 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 Proponent Only) Upon award, the successful proponent shall submit a copy of a valid and current Clearance Certificate from the WSIB. This information is available to the Proponent on-line at Any proponent deemed to be WSIB exempt, not required by law, an independent operator or ineligible for a clearance certificate must provide an equivalent employer s professional liability insurance policy that includes coverage not limited to loss of earnings benefits and health care coverage. It is also the responsibility of the proponent 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 Proponent Only) Prior to the commencement of any work under this contract the successful proponent will file with the City a Certificate of Insurance on the City s form provided, a Signed Undertaking to Comply and a WSIB Clearance Certificate. No purchase order will be issued until all insurance, Undertaking to Comply and WSIB requirements have been satisfied. Project Schedule The following project schedule is anticipated based on best current information. PROJECT SCHEDULE DATE Non-Mandatory Site Visit August 11, 2017 Interview of up to the top three (3) proponents Present Corporate Report to City Council for approval of contract Award Design Build / Contracting Services Week of August September 12, 2017 September 15, 2017 Design and Contract Document Preparation September 18-29, 2017 Site Mobilization October 10, 2017 Project Completion June 10, 2018

11 Page 11 of 21 EVALUATION An Evaluation Committee will review and evaluate each proposal based on the criteria and scoring listed below: CRITERIA 1.. Qualifications & Proven Experience of the firm and key members of the project team, in particular: Design Build Experience, Internal Project Coordinator MAX. SCORE Compliance with Proposal Requirements, Terms of Reference, Warranty Provision of a detailed schedule, demonstrated ability to commence work immediately and complete the project within the time frame required. 4. Quality & Uniqueness of Proposal Submission, Compliance with Technical Requirements 5. Demonstrated Environmental & Social Stewardship environmental friendliness of the product or service and/or unique environmental or social initiative(s) the company has undertaken Value-Added or Innovative techniques proposed 5 Evaluation Sub-Total prior to Cost 70 For a proposal to proceed any further in the evaluation process, it must have achieved a minimum of 70% of the sub-total points available without cost being a consideration. Example: 70 x 70% = 49 At 49 points, the evaluation will continue At 48 points, the proposal would not be evaluated any further 7. Cost to the City 30 Evaluation Sub-Total prior to Interview Demonstration/Presentation/Interview (if required) 30 Total Available Points 130 The Evaluation Committee reserves the right to be the sole judge of the acceptability of any proposal, and also any alternative proposed, and to purchase the service which, in its opinion, most closely meets the operating requirements of the City. The decision of the Evaluation Committee shall be final and without recourse. In addition to the proposals submitted being reviewed and evaluated in accordance with the criteria listed, proponents may be requested to provide clarification or address specific requirements not adequately covered in the original submission.

12 Page 12 of 21 Based upon the initial evaluation results of the RFP, a presentation/interview may be required by any or all of the top three (3) highest scoring proponents prior to award; in which case, the presentation would form part of the final evaluation. All such presentations will be at the bidder's expense. Any additional information may in no way materially alter or add to the submission originally proposed. Short-listed proponent(s) will be contacted to arrange the date, time and location for their presentation. It is anticipated that presentations will occur during the week of August 21 to 25, The demonstration/ presentation/interview will consist of a brief introduction of the evaluation committee, followed by the presentation by the proponent and concluded with a question and answer period. Failure to provide a presentation on the scheduled date may be cause for disqualification. It is not mandatory that presentations be done in person; video conferencing for a presentation is also acceptable. For purposes of proposal evaluation, the total cost of the base price as specified in the proposal, excluding options, will be considered, although optional items may be added or deleted as deemed necessary by the City. The contract will be awarded per the evaluation criteria listed, and not necessarily to the lowest bidder, whose bid complies with all the provisions of the specifications. SCOPE OF WORK 1.0 PROJECT PROFILE The City of Thunder Bay (Owner) is seeking proposals from experienced designers/contractors for a design/build project involving the replacement of three existing natural turf baseball fields with one synthetic turf multi-purpose field in Chapples Park. This will be the first of two synthetic fields at Chapples Park in the north end of the park. The City will remove all existing above ground infrastructure within the site area prior to any work being started by the successful proponent. The new synthetic turf multi-purpose field shall be a minimum of 136m by 81m including aprons. Apron area sizes shall be identified in the proposal, with a minimum of 10m at each end and 8.5m on each side. The City has previously commissioned a Recreation & Facilities Master Plan (2016) and a Chapples Park Master Plan (2017) which determines the best uses and a vision for the park. All proposals shall clearly indicate adherence to these plans. Included in the project scope will be the development of a detailed design and related construction documentation including required site works to accommodate the total proposed works. The proposed scope of work for this project includes, but is not necessarily limited to, the following components: 1. Coordination and cooperation with all trades & sub-contractors relating to and affecting the installation of the synthetic turf system and related work. 2. Review and acceptance or certification of installed work of trades & sub-contractors directly affecting the Work of this Proposal, especially of the gravel base as applicable to installation of synthetic turf plus warranty implementation.

13 Page 13 of Design and construction of a new synthetic turf field built to a minimum of FIFA Recommended 2 Star quality level and capable of supporting soccer and Canadian Football complete with all required base material, performance infill material, drainage systems, goals and field markings. More detail can be found in the Technical Requirements. 4. The surface areas quoted above refer to the finished surface area of the synthetic turf portion of each field and do not account for edging surface material required for anchoring the synthetic turf around the edges. The edging surfacing materials and construction details shall be described in the proposal. 5. Provide installation and final survey of all tufted in and inlaid (as applicable) field lines (soccer and football), and markings in accordance with the Requirements. 6. Provide extra synthetic turf materials to the City of Thunder Bay for future repair and protective purposes. The amount of extra synthetic turf to be provided is to be described in the proposal. 7. Provide maintenance and operating manuals as described in the Technical Requirements. 8. Provide full replacement warranty in accordance with the requirements of the Technical Requirements. 9. Hire independent testing agency approved by City of Thunder Bay to complete G-Max testing in accordance with ASTM F355 Procedure A at the times indicated in the Performance Specifications and Warranty. 10. The project in its entirety shall meet the requirements of the Accessibility for Ontarians with Disabilities Act (AODA). The following reports and information are available upon request. Contact Vicki Gagné-Smith at vgagne-smith@thunderbay.ca: Chapples Park Master Plan City of Thunder Bay Recreation & Facilities Master Plan Geotechnical report on subsurface conditions from 8 boreholes within the study area Existing Contour information to 1m interval Any available CAD and/or GIS data including, but not limited existing road network, vegetation and amenities for the study area. These reports are prepared for design purposes, and when provided to the Proponents, are for information purposes only. Proponents bidding on or undertaking the works must rely on their own investigation and interpretation of this information, and draw their own conclusions as to how this will affect their bidding and construction techniques. 1.1 Project Structure The Supervisor -Parks & Open Space Planning or designate will act as the Owner s Project Manager for day to day contact, provide relevant background information provided by the Chapples Park Design Committee (CPDC), oversee the activities of the Design Build Team, provide overall direction, organize meetings, ensure the Design Build Team s terms of reference are met and liaise with the CPDC.

14 Page 14 of 21 Representatives from the CPDC and Project Manager will review and comment on work prepared by the Design Build Team, provide input, and attend design sessions, as required. The CPDC will include staff from the City of Thunder Bay Infrastructure & Operations Department, Soccer Northwest, and the City of Thunder Bay Parks & Open Spaces Section to ensure the successful implementation of this project and will be available for review as required. The Design Build Team will report directly to the Project Manager who will engage the CPDC as required. The Design Build Team will be expected to engage sub-consultants and contractors with expertise specific to the design and the work as may be required to fully complete the project to the required standards and specifications as outlined in the Technical Requirements. 1.2 Project Schedule See Page Project General Requirements 1. The intent of the project is to replace existing natural turf baseball fields with new granular base and synthetic turf surface including drainage and amenities all forming the base bid. 2. The project in its entirety is to be designed utilizing sustainable building practices where feasible. Firms are encouraged to use Canadian manufactured products whenever and where ever possible The project deliverable stages are at a minimum, but not limited to: preliminary design(s), design development, detailed design, contract documents, cost control, contract administration, site review, substantial completion, total completion and warranty review. 3. Additional work will not be compensated unless a written approval or request is provided by the Owner prior to the work being undertaken. 4. The upset limit for this project, not including HST is $1,250, Contractor General Responsibilities: 1. Immediately upon award of contract the Design Build Team shall provide the CPDC a written evaluation of the project timelines, milestones, and budget, each in terms of the other. In the event the proposed timelines are not realistic in the opinion of Design Build Team, provide recommendations to ensure the completion of the project as indicted in section 1.2 Project Schedule. 2. Review and define the requirements of the project, including scope, quality and overall budget and the schedule of work for this RFP. 3. Assign a Designated Senior Project Liaison to be the main contact for the Design Build Team. 4. Review project procedures, proposed programming and team structure understanding the role of all team members. 5. Visit proposed site, review existing background documents provided by the CPDC. 6. Advise and assist Project Manager and CPDC with respect to the approval process with statutory authorities and the procurement of requisite permits, if required. 7. Review project structure, tasks and milestones and, if required, propose manageable sub-entities to

15 Page 15 of 21 key project deliverables. 8. Suggest process and/or design alternatives, evaluate them, and assist the Project Manager and CPDC to decide between them to best meet the CPDC needs in terms of scope, time, quality and cost. 9. Identify to the Project Manager and CPDC the impact (time, quality, cost) of proposed changes, so that the CPDC may make well-informed decisions whether or not to proceed with the proposed changes. 10. Identify to the Project Manager and CPDC methodology associated with the make-up of lost time due to adverse weather conditions and how the schedule and construction process will be maintained in conjunction with the restrictions of the allotted construction time frame. 11. Participate in the bi-weekly construction site meetings. Provide minutes of site meetings within 48 hours of the meeting. 12. Construct the project in conformity with the approved Design. 13. It is anticipated the Design Build Team will review shop drawings within a 7 calendar day period. Copies of all shop drawings will be forwarded to the Project Manager and CPDC for approval in advance of material or equipment purchase. 14. Assign a qualified construction site superintendent to provide continuous on-site supervision of work forces during the construction process to ensure correct application and installation of systems and to ensure project is progressing as per proposed timelines and significant construction milestones are being met. The assigned construction site superintendent shall not be changed throughout the course of the project unless agreed to in writing by the Project Manager and CPDC. 15. Prepare monthly applications for payment requests and submit to the Project Manager for approval. 16. Prior to Substantial Performance participate in final deficiency review in conjunction with the Project Manager and CPDC. 17. Once the project has been deemed Substantially Performed in accordance with the Construction Lien Act, a Certificate of Substantial Performance will be issued by the Project Manager to the Design Build Team for the purpose of publication. The Design Build Team will be responsible for ensuring that the certificate is published in accordance with the Construction Lien Act. 18. Provide adequate instruction and training in the use and maintenance of all synthetic turf field assemblies. Assemble all necessary project close out information: statutory declarations, warranties, as-built drawings, manuals etc. and present the CPDC with four complete sets including one electronic copy of all closeout data, drawings and manuals. 19. Ensure that completion of deficient and/or incomplete work is carried out in a timely manner. 20. Assist the Project Manager and CPDC in determining Total Completion for proposed construction works. 2.0 PROPOSAL SUBMISSION REQUIREMENTS 2.1 Submission Requirements The City of Thunder Bay, Parks and Open Spaces Section, invites proposals from qualified firms for a in, Thunder Bay, Ontario, in accordance with the following City of Thunder Bay Standard Terms and Conditions

16 Page 16 of 21 for Tenders, Proposals, Contracts and Quotations, City By-Law Number , General Requirements and Scope of Work In order for the City to evaluate proposals fairly and completely, offers should follow the format set out herein, be numbered accordingly, and provide all of the information requested. Failure to complete and include information as required may result in your submission not being considered. The following specific requirements are identified as MANDATORY inclusions in the proposal: They are to be clearly identified. 1. The Mandatory Submittal Form MUST be signed and included. 2. Description of the Warranty provided and the manner in which the Proponent proposes to back the Warranty to be provided. 3. Identification and detailing of the lead firm s experience and that of any associated firms or organizations in undertaking similar projects or related functions. Provide a listing of similar projects of a value of at least $ 1,000,000 undertaken within the last five (5) years and include; the date of installation, purpose / use of fields, the name of the organization, the contact person, telephone number and address, and approval to contact any or all of these clients. Only firms who have completed a project of similar type to that described in this RFP and which is valued at a minimum $ 1,000,000 are deemed to be qualified to bid on this proposal. 4. Demonstration of the ability of the Design Build Team to complete the project in the timelines set out in Section 1.2, Project Schedule. The following specific requirements are identified for inclusion in the proposal: Submissions should include, but not necessarily be limited to, these items: 1. Provide the Legal name of the lead firm, its office location, telephone number(s) and a brief history of the firm, 2. Company contacts, c/w phone numbers and addresses; 3. A summary of your understanding of this proposal; 4. An outline of the services to be provided; 5. Equipment to be utilized during construction and installation; 6. Provide resumes describing the qualifications for key installation crew members that will be assigned to the project, 7. Provide a list of sub consultants, contractors or internal resources complete with company profile and/or personal profile of individuals who will be directly involved in the project. 8. Provide a demonstrated ability of the Design Build Team to manage the project budget and construction process. Describe the method(s) for maximizing the potential of, but not exceeding the budget. Indicate what cost control responsibilities the proponent would implement during each phase of the project. 9. Provide a letter of surety stating that your firm is capable of providing the bonding requirements of the contract as described on Page Provide the Company s history with particular reference to experience with the supply and installation of synthetic turf fields. Provide a list of synthetic fields completed over the past 10 years (field location and

17 Page 17 of 21 type of turf). 11. Proponents should provide at least three project references for previous projects involving the synthetic turf product being proposed. Provide the details of any outstanding unresolved construction claims or any active legal action(s) filed against the Proponent related to past or current synthetic field installations. 12. Describe the post-installation support which will be provided. Provide the details of any permanent local post-installation support personnel. 13. Describe the company s production and installation capacity and the resources the Proponent will apply to ensure that synthetic turf installation will meet the Project schedule. 14. Provide evidence of financial stability of the lead firm. 15. The fee schedule shall also include an estimate of the costs involved in providing any additional elements that are being proposed that will provide further benefits or value to the City, including the ability to integrate local firms into the project. Details shall also be provided for any potential cost saving measures that might be possible through alternative designs. 16. Provide a total fee in Canadian dollars (HST not included) for the project, a detailed breakdown of the costs of all stages of work and miscellaneous costs associated with each stage of the project (i.e. disbursements, travel costs, printing, incidentals, postage, courier, facsimile, long distance charges, etc.) 17. Include a schedule of per diem and hourly rates for all personnel. These will apply to work carried out beyond the scope of this RFP. 18. Environmental and Social initiatives your firm may have undertaken; 19. Value Added/Innovative techniques; 20. Any other supporting information you may wish to include with your submission. 2.2 Technical Requirements The following specific technical requirements are to be included in the proposal submission: 1. Drainage & Granular Base Design: complete technical data and construction methods for: 1.1. proposed granular base design & materials 1.2. surface and subsurface drainage systems, 2. Synthetic Turf System: 2.1. Complete technical data and construction methods for: synthetic turf fibre, backing, seam types, performance infill (to be of thermoplastic granules, not recycled or vulcanized, non-toxic such as Mondo Ecofill or approved equal), shock pad, adhesives and all other components) meet all current Canadian environmental regulations (for public sports field/playground use) with respect to contaminants such as lead and other hazardous materials and conform to a FIFA Recommended 2 Star rating Confirmation that the entire synthetic turf system will continue to meet all current Canadian environmental regulations upon installation Confirmation that the entire proposed synthetic turf system has been designed to withstand, without significant damage during their normal lifespan, the typical freeze / thaw conditions encountered in a normal winter in Thunder Bay Supply and installation and final survey of all tufted in and inlaid (as applicable) field lines (soccer and football), and markings in accordance with sport governing body standards.

18 Page 18 of Edging material and construction to contain the synthetic turf system and separate it from the adjacent natural turf grass 2.6. Description of the required operations and maintenance procedures for the proposed synthetic turf system) identified in the Proposal including any operations and specialized equipment which will be required by the Owner to properly maintain the synthetic turf in the future Submission of documentation for the synthetic turf system indicating any Association Accreditation for anticipated field sports activities (such as FIFA, WFDF, Football Canada etc.). The documentation is to provide the name of the Association, the exact name and description of the synthetic turf for which accreditation has been obtained and an Association contact name, address and telephone number to permit verification. 3. Warranty: 3.1. Warranties for the synthetic turf system and all products and workmanship proposed A list of any outstanding warranty claims against the Proponent in previous projects that has not been resolved to the satisfaction of the field owner Details of any additional warranty benefits offered (i.e. extended warranty duration, etc.) and the specific costs associated with each (if applicable). 4. Stormwater Management: 4.1. The Chapples Park Master Plan has indicated stormwater management Low Impact Design (LID) facilities in the area north of the proposed field between the field and the existing Chapples ring road to both increase stormwater run-off quality and reduce stormwater run-off quantity before it enters the Neebing McIntyre Floodway. While being functional, the LID facilities are to also enhance the aesthetic environment of the park integrating plant material with engineering Complete design and construction of all required components of the LID system including geotextiles, stone retention and choking layers, filter media, subdrain system, clean outs and catch basins and plant material Complete design and construction of all required stormwater components from the proposed LID facility to outlet into the Neebing McIntyre Floodway including all permitting required from the Lakehead Region conservation Authority (LRCA). 5. Perimeter Fencing: 5.1. Design, supply and installation of black vinyl chain link fencing to the extent of the synthetic turf area and in accordance with OPSD & , including one double gate (2x2400mm wide) with wheel support and one person gate (1500mm wide) on each side of the field Height to be 1800mm high 5.3. Posts on centre spacing max. 3000mm, Terminal posts will be 88.9mm OD and the line posts will be 60.3mm OD (all heavy wall schedule 40 pipe) Terminal Posts will be augured and set in concrete according to OPSD Top rail will be 42.9mm OD galvanized steel pipe. Brace rail will be 42.9mm OD galvanized steel pipe. Bottom wire shall be 4.50mm diameter marvelled tension wire Type II according to ASTM A824 with a minimum Class 5 galvanized coating Galvanized steel wire, hot dipped galvanized to 490 g/m2, 9 gauge mesh (50mm diamond pattern) 5.6. All components and hardware to be black. 6. Amenities: 6.1.Supply and installation of player seating for a minimum of 18 players per team. Sun and rain shelter to be included for a minimum of 9 players per team.

19 Page 19 of Supply and installation of officials seating for 4 officials including sun and rain shelter. 6.3.Supply and installation of aluminum KWIK soccer goals or equivalent to standard FIFA size, including netting and securing weights. 6.4.Supply and installation of Canadian Football removable goal post in a fixed metal sleeve Note Spectator Bleachers, litter containers, and other amenities will be the responsibility of the City and are not to be included in the Proposal. 7. Scheduling: 7.1. Indication of the proposed construction schedule (in weeks) for the synthetic turf installation, including the proposed sequencing and duration of the synthetic turf system manufacture, any pre-shipment testing, reporting of pre-shipment testing and delivery Confirmation whether the key dates indicated on Page 9 can be achieved. It is anticipated that work on the field component of the project can begin any time following award of contract.

20 Page 20 of 21 SCHEDULE OF PRICING DESIGN-BUILD TEAM FOR THE CONSTRUCTION OF A SYNTHETIC TURF MULTI-USE FIELD IN CHAPPLES PARK For the City of Thunder Bay, Parks and Open Spaces Section 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. Harmonized Sales Tax (HST) 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. Each of these is to be detailed and totalled separately: 1. An estimate of the costs involved in providing any additional elements that are being proposed that will provide further benefits or value to the City, including the ability to integrate local firms into the project. Details shall also be provided for any potential cost saving measures that might be possible through alternative designs. 2. A total fee in Canadian dollars (HST not included) for the project, a detailed breakdown of the costs of all stages of work and miscellaneous costs associated with each stage of the project (i.e. disbursements, travel costs, printing, incidentals, postage, courier, facsimile, long distance charges, etc.) 3. Include a schedule of per diem and hourly rates for all personnel. These will apply to work carried out beyond the scope of this RFP.

21 Page 21 of 21 MANDATORY SUBMITTAL FORM (This FORM must be completed and returned with your submission) Proponent Covenant: I/We the undersigned authorized signing officer of the proponent, hereby declare that no person, firm or corporation other than the one represented by the signature below, has any interest in this submission. I/We further declare that all statements, schedules and other information provided in this submission are true, complete and accurate in all respects to the best knowledge and belief of the proponent. I/We further declare that this submission is made without collusion, connection, knowledge, or comparison of figures or arrangement with any other company, firm or persons making a submission and is in all respects fair. I/We understand that this may result in the rejection of our submission if this declaration is found to be untrue. I/We have received, allowed for and included as part of our submission all issued Addenda. PRINT LEGAL NAME OF FIRM MAILING ADDRESS CITY POSTAL CODE NAME OF CONTACT PERSON (PRINT) PHONE NUMBER FAX NUMBER CELLULAR NUMBER ADDRESS SIGNATURE OF AUTHORIZED OFFICIAL PRINT NAME DATE

22

23

24 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 PROPOSAL # When Downloading Proposal Documents, cut or fold this page in half and Affix this ADDRESS LABEL to your proposal submission envelope. Please indicate the Proposal #. 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

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

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 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 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 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

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

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 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 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 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

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 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 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 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

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 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

FORM OF TENDER 32/2010

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

More information

REQUEST FOR 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

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

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

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

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

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

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

More information

Town of 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

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. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015 Request for Proposal Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville 1.0 Introduction and Background June 15, 2015 1.1 Fabrication and Installation of Municipal Way-finding

More information

REQUEST FOR PROPOSAL 01/2017 SUPPLY & INSTALLATION OF A REPLACEMENT DICTATION SYSTEM

REQUEST FOR PROPOSAL 01/2017 SUPPLY & INSTALLATION OF A REPLACEMENT DICTATION SYSTEM REQUEST FOR PROPOSAL 01/2017 SUPPLY & INSTALLATION OF A REPLACEMENT DICTATION SYSTEM For The Corporation of the City of Thunder Bay -- Police Services Department -- Proposal Closing Date and Time Thursday,

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

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

More information

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

PRE-QUALIFICATION #504 FOR PAVING CONTRACTORS

PRE-QUALIFICATION #504 FOR PAVING CONTRACTORS PRE-QUALIFICATION #504 FOR Issue Date: Thursday, January 11, 2018 Stacey Shoemaker, Buyer Issued by: The Thames Valley District School Board Return Date: 12:00:00 noon, local time, Thursday, February 1,

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

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

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 Proposal Employee Engagement Services

Request for Proposal Employee Engagement Services Toronto Community Housing Strategic Procurement 35 Carl Hall Road, Unit # 1 M3K 2B6 January 8, 2018 Toronto Community Housing invites sealed submissions for: Attached, please find a copy of RFP 18002 Request

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

Request for 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 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

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17, Request for Proposal for Sue Howard Closing Date: January 17, 2017 Email: sue.howard@wetaskiwin.ca Contents Purpose... 3 Background... 3 Terms of Reference... 4 1. General... 4 2. Key Dates... 5 Scope

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

Request for Proposal Supply & Install Generators at District Health Centers Project

Request for Proposal Supply & Install Generators at District Health Centers Project HSA1011SER04 Cayman Islands Health Services Authority Request for Proposal Supply & Install Generators at District Health Centers Project #HSA1314 SER08 Contents I. Instructions to Proposers... 2 II. Information

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 PROPOSAL 11/2018 PRIME CONSULTANT SERVICES FOR FUEL STORAGE SYSTEM REPLACEMENT AND PARKING LOT UPGRADES TO THUNDER BAY TRANSIT

REQUEST FOR PROPOSAL 11/2018 PRIME CONSULTANT SERVICES FOR FUEL STORAGE SYSTEM REPLACEMENT AND PARKING LOT UPGRADES TO THUNDER BAY TRANSIT REQUEST FOR PROPOSAL 11/2018 PRIME CONSULTANT SERVICES FOR FUEL STORAGE SYSTEM REPLACEMENT AND PARKING LOT UPGRADES TO THUNDER BAY TRANSIT For The Corporation of the City of Thunder Bay Asset Management

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

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

PRE-QUALIFICATION # 502 FOR ROOFING CONTRACTORS

PRE-QUALIFICATION # 502 FOR ROOFING CONTRACTORS PRE-QUALIFICATION # 502 FOR Issue Date: Tuesday, October 25, 2016 Stacey Shoemaker, Buyer Issued by: The Thames Valley District School Board Return Date: prior to 12:00:00 noon, local time, Wednesday,

More information

REQUEST FOR PROPOSAL FOR Integrated Customer Service Strategy and Customer Engagement

REQUEST FOR PROPOSAL FOR Integrated Customer Service Strategy and Customer Engagement REQUEST FOR PROPOSAL FOR Integrated Customer Service Strategy and Customer Engagement Request for Proposal No.: 2017-RFP-59 Issued: Thursday November 23, 2017 Submission Deadline: 2:00 pm on Thursday December

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

PRE-QUALIFICATION #536 HARDWOOD FLOORING CONTRACTORS FOR GYMNASIUM FLOORS

PRE-QUALIFICATION #536 HARDWOOD FLOORING CONTRACTORS FOR GYMNASIUM FLOORS PRE-QUALIFICATION #536 HARDWOOD FLOORING CONTRACTORS FOR GYMNASIUM FLOORS Issue Date: Friday, December 23, 2016 Buyer: Stacey Shoemaker Issued by: The Thames Valley District School Board Return Date: 12:00:00

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

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

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

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

CORPORATION OF THE TOWN OF GANANOQUE

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

More information

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 PROPOSAL 52/2015 MECHANICAL ENGINEERING CONSULTING SERVICES FOR HVAC UPGRADES TO THUNDER BAY COMMUNITY AUDITORIUM

REQUEST FOR PROPOSAL 52/2015 MECHANICAL ENGINEERING CONSULTING SERVICES FOR HVAC UPGRADES TO THUNDER BAY COMMUNITY AUDITORIUM REQUEST FOR PROPOSAL 52/2015 MECHANICAL ENGINEERING CONSULTING SERVICES FOR HVAC UPGRADES TO THUNDER BAY COMMUNITY AUDITORIUM For The Corporation of the City of Thunder Bay -- Asset Management Division

More information

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO)

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO) REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO) Issue Date: August 11, 2017 Closing Deadline: 16:00 hours, Friday September 1st, 2017 Delivery Method: Proponents

More information

REQUEST FOR PROPOSALS FEASIBILITY STUDY

REQUEST FOR PROPOSALS FEASIBILITY STUDY THE CITY OF QUESNEL AND CARIBOO REGIONAL DISTRICT REQUEST FOR PROPOSALS FEASIBILITY STUDY for A PERFORMING ARTS CENTRE QUESNEL, B.C. Closing Date and Time: November 22, 2017, 2:00 pm Local Time Project

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES - GENERATOR REPLACEMENT (AFRICAN RAINFOREST PAVILION) RFP # 17 ( )

REQUEST FOR PROPOSAL CONSULTING SERVICES - GENERATOR REPLACEMENT (AFRICAN RAINFOREST PAVILION) RFP # 17 ( ) REQUEST FOR PROPOSAL CONSULTING SERVICES - GENERATOR REPLACEMENT (AFRICAN RAINFOREST PAVILION) RFP # 17 (2016-07) You are invited to submit a written proposal to provide Architectural/Engineering Design

More information

Request for Proposal for Construction Management Services

Request for Proposal for Construction Management Services Request for Proposal for Construction Management Services FOR KITCHENER PUBLIC LIBRARY HEFFNER STUDIO ISSUE DATE: Monday, March 12, 2018 PROPOSALS DUE: Tuesday, April 3, 2018 Table of Contents 1. Definitions...

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

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

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Request for Proposals 1363

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

More information

Request for Proposal. for. Consultant Inspection Services 2018 Strengthening and Resurfacing (Phase I & II)

Request for Proposal. for. Consultant Inspection Services 2018 Strengthening and Resurfacing (Phase I & II) Request for Proposal for Consultant Inspection Services 2018 Strengthening and Resurfacing (Phase I & II) Request for Proposal No.: 2018-RFP-16 Issued: Wednesday April 18, 2018 Submission Deadline: 2:00pm

More information

SUDBURY EAST PLANNING BOARD

SUDBURY EAST PLANNING BOARD REQUEST FOR PROPOSALS Sealed Proposals For: FIVE (5) YEAR OFFICIAL PLAN REVIEW TO ADOPT A NEW OFFICIAL PLAN As Described Herein and Addressed: Matthew Dumont, Director of Planning 39 Lafontaine Street,

More information

The City of Moore Moore, Oklahoma

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

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

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

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan, City of Three Rivers THREE RIVERS AREA YOUTH SPORTS COMPLEX Request for PROPOSALS 333 West Michigan Ave. Three Rivers, Michigan, 49093 269 273 1075 www.threeriversmi.org Engineering Services for the Youth

More information

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

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

More information

Request for Proposals Drainage Master Plan

Request for Proposals Drainage Master Plan Request for Proposals 201-15 Drainage Master Plan The City of Dawson Creek invites proposals from qualified professionals or firms to undertake a drainage master plan. This master plan will include an

More information

REQUEST FOR PROPOSALS

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

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

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 of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

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

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

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

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

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

More information

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

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

Request for Quotation

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

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

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 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

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

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

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

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 PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

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 BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

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

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 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

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information