INVITATION TO TENDER

Size: px
Start display at page:

Download "INVITATION TO TENDER"

Transcription

1 INVITATION TO TENDER RCH Integrated Interventional OR Project Number RCH CLOSING LOCATION: Fraser Health Authority Facilities Planning and Real Estate Suite 300, Rd Street, 3rd Floor Reception Desk Surrey B.C. V3R 0Z7 CLOSING DATE AND TIME: NOTICE: 09/30/2009 AT 15:00 HOURS LOCAL TIME Please submit all pages of the Invitation to Tender with your response. The specifications in Appendix A do not need to be returned. Please submit one signed paper copy and one CD-ROM or USB Flash Drive copy of your bid Except where clearly indicated, no changes are to be made to the format or content of this document by the contractor. No bidder list or site visit list will be provided. All contractors currently prequalified by Fraser Health are potential bidders to this tender. The prequalification list may be viewed at Fraser Health website at: www. fraserhealth.ca About Us Business Center Facilities and Construction Resources SITE VISIT: A mandatory site visit is scheduled. See details enclosed. Proposals will only be accepted from proponents who attend site visit. Elizabeth Zhu Procurement Coordinator , 153rd St. Surrey BC V3R 0Z7 Tel: Elizabeth.Zhu@fraserhealth.ca Issue Date: 09/09/2009 Page 1 of 27

2 TABLE OF CONTENTS INVITATION TO TENDER...1 TABLE OF CONTENTS...2 PROFILE OF THE FRASER HEALTH AUTHORITY...3 RECEIPT CONFIRMATION FORM...4 SITE VISIT...4 PROJECT SCOPE...4 FHA PRE-QUALIFIED GENERAL CONTRACTORS...4 BONDING REQUIREMENTS...5 PRICING...6 PROJECT COMPLETION...6 PRODUCT NAME...7 SEPARATE PRICES...7 SUPERINTENDENT...7 DECLARATION...8 INFECTION CONTROL...8 SCHEDULING...8 PROPONENT INFORMATION...10 TERMS AND CONDITIONS...11 CONCERNS WITH TERMS & CONDITIONS...15 CONFLICT OF INTEREST AND STATEMENT OF FULL DISCLOSURE...16 PROPONENT ACCEPTANCE FORM...18 RECEIPT CONFIRMATION FORM...19 APPENDIX A SPECIFICATIONS...20 APPENDIX B BID AMENDMENT FORM...26 APPENDIX C SUBCONTRACTORS...27 Page 2 of 27

3 PROFILE OF THE FRASER HEALTH AUTHORITY From Burnaby to White Rock to Hope, the Fraser Health Authority serves over 1.5 million people. We are a community of people who share the common goal of ensuring every resident in the health authority has access to quality health care when they need it. Our quality health care services range from acute care hospitals to community-based residential, home health, mental health and public health services. The Fraser Health Authority is the fastest growing and most populous of the health authorities in British Columbia. The population has almost doubled in size since By 2010, the population is expected to increase to over 1.62 million. Fraser Health represents 22 municipalities and a large number of communities ranging in size from small rural communities such as Hope, to large, rapidly growing suburban centers such as Surrey. Quick facts about FHA: Oversees the operation of 12 acute care hospitals, with a total of about 2,194 acute care beds Maintains about 7,000 community residential beds Total population of 1.5 million (1/3 of British Columbia's population) Twenty-eight percent of the Fraser Valley population is considered rural. 23,000 staff; 2,300 physicians Annual budget of $2.2 billion 422,248 emergency visits (06/07 fiscal year) The Fraser Health Authority is comprised of the following health areas: (Fraser North) Servicing: Burnaby, New Westminster, Coquitlam, Port Coquitlam, Port Moody, Anmore, Belcarra, Pitt Meadows, and Maple Ridge (Fraser South) Servicing: Delta, Langley, Surrey, and South Surrey/White Rock (Fraser East) Servicing: Abbotsford, Chilliwack, Mission, and Hope Page 3 of 27

4 1. RECEIPT CONFIRMATION FORM Contractors intending to submit a proposal shall complete the Receipt Confirmation Form (enclosed) and return as soon as possible. All subsequent information regarding this TENDER including changes made to this document will be directed only to those Contractor who return the form. FHA will distribute subsequent information (if applicable) to the Contractor s contact person indicated on the completed form. 2. SITE VISIT Date: 09/16/2009 Time: 13:00 hours Local Time Meeting Location: Loading dock outside of Royal Columbian Hospital Plant Services 330 East Columbia Street New Westminster, BC, V3L 3W7 A mandatory site tour is scheduled for all Contractors bidding on this Project that conditions may be carefully reviewed. Contractors attend site visit must sign on the signing sheet provided at the site visit. 3. SUMMARY OF THE REQUIREMENT Signed Tenders on the Tender Form supplied are invited from General Contractors. Please submit one signed paper copy and one CD-ROM or USB Flash Drive copy of your bid. 4. PROJECT SCOPE The work consists of: Interior renovations to approximately 138 sq. m. of space on Level 2 of the Health Care Centre at RCH. Internal alterations will provide a new state-of-the art Hybrid Multi-Service Surgical Suite/Operation Room. This project will consist not only of a new Integrated OR which is the major component but will also include a Computer Room, Control Room, Scrub area, Satellite Sterile Core and Equipment Storage space. Project scope includes all associated demolition work, new construction and alterations to Mechanical and Electrical services as well as Structural revisions as outlined in the bid documents. 5. FHA PRE-QUALIFIED GENERAL CONTRACTORS Only General Contractors currently pre-qualified by the FHA for the Health Care (Acute) Projects 100,000 dollars or more may bid on this Tender. The prequalification lists may be viewed at the FH website under Business Center, Facilities and Construction About Us Business Center Facilities and Construction Resources Page 4 of 27

5 6. Contractors shall be solely responsible for the delivery of their Tenders in the manner and time prescribed. 7. Tenders will only be received at: Fraser Health Authority Facilities Planning And Real Estate Suite 300, Rd Street, 3rd Floor Reception Desk Surrey B.C. V3R 0Z7 Attention: Elizabeth Zhu 8. Only those Contractors who submit a bid are invited to attend the opening. 9. The name and address of the Contractor(s) and the following project information shall appear on the face of the delivery envelope: RCH Integrated Interventional OR RCH Tenders submitted via courier services must be delivered to: Fraser Health Authority Facilities Planning and Real Estate Suite 300, Rd Street, 3rd Floor Reception Desk Surrey B.C. V3R 0Z7 Attention: Elizabeth Zhu 11. Prices are to be in Canadian dollars. 12. Tenders received after the closing time will not be accepted. 13. BONDING REQUIREMENTS 14. A 10% Bid Bond must be included in the tender. The Bid Bond will be equal to 10% of the total bid price. 15. A Performance Bond equal to 50% of the total contract price and a Labour & Materials bond equal to 50% of the total contract price must be furnished within 15 calendar days from the award of a contract. 16. Certified cheques and Guaranteed Letters of Credit will not be accepted. 17. REVISIONS TO DOCUMENTS 18. The Fraser Health Authority reserves the right to modify the terms of the Contract documents, including the Invitation to Tender, at any time prior to Tender close. 19. Contractor enquiries shall be made by contacting: For Contract Issues Elizabeth Zhu Tel: Elizabeth.Zhu@fraserhealth.ca For Technical Issues Consultant at Page 5 of 27

6 CEI Architecture Planning Interiors West Georgia Street, Vancouver, B.C. V6G 2Z6 T F Attn: Sarah Bornstein, sbornstein@ceiarchitecture.com 20. AMENDMENTS TO TENDER 21. Revisions to submitted tenders will be accepted until the time of tender closing. 22. The contractor is solely responsible for delivery of the Tender in the manner and time prescribed. 23. No adjustments of any kind will be allowed after the closing time. 24. The contractor may submit an amendment to a prior submitted tender as follows: a) A hard copy letter from the bidding contractor, endorsed by the same party or parties who signed the offer, date stamped and delivered to the closing location. b) A facsimile (Fax Attn: Peter Beckett) copy of a letter from the bidding contractor, endorsed by the same party or parties who signed the offer. (See Bid Amendment Form attached) 25. Revisions/amendments to a previously submitted Tender will be directed to the same location as the closing of Tenders. 26. Fraser Health and the Consultant accept no responsibility for the failure of an amendment from being received correctly and/or on time except as properly hand delivered, date & time stamped to the address of tender closing. 27. ACCEPTANCE OF TENDER 28. Information on Sub-contractors and/or Contractors shall be provided if requested. 29. All Information as requested on the Tender Form shall be provided on the Tender. 30. The Tender Form must be Signed on the Proponent Acceptance Form. 31. Tender submissions will be irrevocable for 60 days from the closing date and time. 32. FORM OF CONTRACT 33. The Standard construction Document CCDC2/2008 Stipulated Price Contract and Fraser Health Authority Supplementary Conditions shall be used for the Project. 34. In submitting a Tender for this Project, the General Contractor, and all Subcontractors recognize the sensitive nature of the required work in reference to the work being expedited within an operating healthcare facility. 35. Exceptional care, coordination and cooperation will be required for the successful completion of this Project. 36. PRICING Project Completion Page 6 of 27

7 It is a condition of this Tender that the successful proponent shall execute the substantial performance date of this project no later then 02/28/2010. A detailed installation and payment schedule is required. Consideration may be made for after hours and weekend access to the sites if required. RCH RCH Integrated Interventional OR (as per Specifications) Having examined the Tender Documents, Drawings, we hereby offer to enter into a Contract. The work which we will be able to execute the substantial performance date no later then 02/28/2010 will cost the following: $ Cdn Funds, All Taxes included The Goods and Services tax of 5% included in the above stipulated price bid is: $ 37. Acknowledge is hereby made of receipt and inclusion of the following addenda to the Contract Documents: ADDENDUM NO. ONE (1) dated ADDENDUM NO. TWO (2) dated ADDENDUM NO. THREE (3) dated ADDENDUM NO. FOUR (4) dated Pages Pages Pages Pages 38. SUPERINTENDENT We propose the following person as the Superintendent on the project: Name The resume of the person named above as the Superintendent shall be provided if requested by the Owner. If required our proposed Asbestos Abatement Sub-Contractor shall be: Page 7 of 27

8 39. MANDATORY CRITERIA Mandatory Criteria The following are mandatory criteria for services required under this Tender. Tenders that do not meet the mandatory requirements will be rejected and returned to the respondent. Mandatory Criteria The Tender must be received at the closing location by the specified closing date and time. The Tender must be in English Responses must not be sent by Facsimile Responses must not be sent by The Respondent must sign and return the Proponent Acceptance Form. A Bid Bond equal to 10% of the total bid price must be included in the tender. The Respondent must attend mandatory site tour. 40. AWARD If awarded this tender the successful contractor will within fifteen calendar days: 1. Execute the Canadian Standard Construction Document - CCDC amended by the Fraser Health Authority Supplementary General Conditions. 2. Provide the documents as stipulated by the General Conditions and Fraser Health Authority Supplementary General Conditions. (insurance, bond & WCB, etc) 3. Provide proof of the appropriate municipal business licenses required for this project. 4. Commence the Work. 41. Infection Prevention & Control Manual & Infection Control Construction Agreement The successful contractor will be expected to follow FHA Infection Control procedures. Fraser Health has adopted CSA Std. Z Infection control During Construction or Renovation of Health Care Facilities as a requirement for all construction and renovation projects. The contractor will require approval of work procedures by the local infection control (IC) officer before work begins, and throughout the entire project. Failure to meet the IC officers requirements may result in release from the contract without compensation. All required infection control materials and equipment must be readily available onsite. All HEPA equipment must have current certification by a qualified testing agency. Inspection of the worksite by the IC officer can occur at any time, and it is the contractor s responsibility to meet the IC officer s requirements at each work area. Work will not proceed until the contractor s infection control procedure meets the IC officer s requirements. The contractor must review the Fraser Health Contractor Responsibility Document and comply with those requirements. 42. Scheduling All Fraser Health sites are fully functional facilities operating 24 hrs per day 7 days per week. Page 8 of 27

9 The successful contractor will be required to produce a proposed installation/progress schedule which will be updated bi-weekly. The contractor will be required to work with the designated Plant Services liaison at each site to coordinate work activities. Patient and departmental requirements will have overall priority, and will dictate hours of work, and hours of access to specific locations. Additionally, contractors may at any time be required to stop work in a specific location if patient health is affected. NOTE: Contractors are responsible for the safe keeping and storage of all their tools and equipment while onsite at all Fraser Health facilities. Safe work procedures: All equipment used onsite must be in good working order. No unnecessary equipment to be stored onsite. Access for staff and patients outside the immediate task area must remain unrestricted. Page 9 of 27

10 43. PROPONENT INFORMATION Organization's Name: (show complete legal name) Include organization's operating name, if different than legal name: How many years has this organization been in business under its present business name? Has this organization operated under any other name? If so, please provide details of prior name(s) and when. Street Address: Years Mailing Address: City: Prov.: Postal Code: Website: Contact Person: Phone: Fax: GST Registration No.: Response submitted by: Title Phone Number Respondent s Signature: Date: (please print) Type of business: Sole Proprietorship Partnership Corporation Other Names, titles and addresses of owners, officers, partners, principals: Page 10 of 27

11 TERMS AND CONDITIONS Advertisement: The successful Contractor/Consultant will not use the name of the Fraser Health Authority (FHA) or any of the individual Hospital/Facility site names or any contents of this document in any advertising or publications without prior written consent from the Fraser Health Authority. Affiliates or Contracted Facilities: These are independent entities and as such, reserve the right to make independent decisions that represent their best value. Agreement on Internal Trade (AIT): FHA is subject to the terms and conditions of the Agreement on Internal Trade Annex as of April 1, Amendments: Any revision/amendments to the proposal must be made in writing, before the closing date. Telephone communication will not be accepted. Appendices: If noted and attached to the Tender, RFP, RFQ or RFT are considered as part of the Tender, RFP, RFQ or RFT for all purposes. Bid Opening: Tender s will be opened in Private. Only Contractor who provides a bid may be invited to the opening. Budget and Funding: FHA reserves the right to cancel this request if the offers received do not fall within the budgets allocated for the project. Business Registration: The successful Contractor may be required to register to conduct business in the Province of British Columbia. Changes to Proposal Wording: The Contractor will not change the wording of its proposal after closing and no words or comments will be added to the proposal unless requested by FHA for purposes of clarification. Confidentiality: Responses submitted in confidence to the FHA shall so be honoured. The FHA will not release to the public, any specific information regarding any submitted responses except as may be required under law. Contract awards that equal or exceed ten thousand dollars ($10,000) are posted on external and internal media bulletin boards or sites. Contractors shall treat all information received through the competitive bidding process as confidential. Cost of Proposal Preparation: FHA will not assume any responsibility or liability for any costs incurred by the Contractor in the preparation of their proposal submission. Cross Reference: All questions or statements that cannot be answered in the space provided, or the Contractor needs to elaborate on a particular question or statement and requires additional documentation space, they may submit the additional information as an appendix and must ensure they have clearly cross-referenced the appendix back to the appropriate question or statement. The FHA will not read or interpret Contractor submitted information that is not clearly cross-referenced to the appropriate question or statement. For example, See Standard Company Brochure or Overview, Financial Statement, Service Agreement or Purchase Agreement will not be accepted as a response to a question or statement in the TENDER. Debriefing: Unsuccessful Contractors may contact the FHA for a debriefing. Only their submission will be reviewed. Page 11 of 27

12 Division of Contract Award: FHA reserves the right to divide the contract between two (2) or more contractors if applicable. Elaboration of Proposal Content: Contractors may attach further written elaboration of their Proposal. If they are included as an appendix, the Contractors are to ensure they are cross-referenced to the appropriate question or statement in the TENDER. Electronic Copy Vs Paper Copy Discrepancy: In the event of a discrepancy between FHA s electronic copy of the TENDER and the paper copy, the paper copy will prevail. Eligibility: Proposals will not be evaluated if the Contractor s current or past corporate or other interests may, in the FHA s opinion, give rise to a conflict of interest in connection with this TENDER. Proposals from non-profit agencies will be evaluated against the same criteria as those received from any other Contractor. Freedom of Information and Protection of Privacy Act ( FOIPPA ): FHA is subject to legislation governing the protection of personal privacy. FOIPPA governs the collection, use, retention, security and disclosure of Personal Information managed by public organizations. Personal Information is any recorded information about an identifiable individual, including name, home address and medical history. The proposed Agreement may involve the collection, use, retention, security and disclosure of Personal Information as defined in FOIPPA. The FHA Privacy and Protection Schedule (attached) apply to the Contractor and any subcontractor and is part of the proposed Agreement. All Contractors must provide, in their response, information about their Personal Information protection policies, explaining how they, and any subcontractor they propose to use, will comply with FOIPPA and the FHA Privacy and Protection Schedule to ensure storage of or access to Personal Information remains within Canada. Under FOIPPA, any FHA records are subject to access by the public. The FHA shall keep confidential all such information provided by the Contractor to the greatest extent permitted under FOIPPA and shall comply with the provisions of FOIPPA relating to third party information. The Contractor shall at all times comply with all requirements of the FHA to protect confidential information from disclosure. Governing Law: Any contract resulting from the TENDER will be governed by and will be construed and interpreted by the laws and courts of the Province of British Columbia. Included Words: Wherever the singular or masculine is used, the same will be deemed to include the plural or the feminine or the body corporate where the contract so requires. Industry Meanings: Words and phrases used in the TENDER or any resulting Contract that have acquired special meanings in the health care industry will be interpreted in accordance with the special meanings attached to those words and phrases in the health care industry. Irrevocability of Proposals: By submission of a clear and detailed written notice, the Contractor may amend or withdraw its proposal prior to the closing date and time. Upon closing time, all proposals become irrevocable for a period of 60 days and if required by the FHA, the Contractors shall enter into good faith negotiations with the FHA as described in this TENDER. Late Proposal Submissions: Contractor proposals or submissions that are received after the closing date and time specified will not be accepted for consideration. The Contractor s submission will be returned. Page 12 of 27

13 Law and Regulations: Contractor shall comply with and, upon request of FHA, furnish certificates of compliance with all applicable Provincial and Municipal laws and with all applicable rules, orders, regulations or requirements issued there under, and shall indemnify FHA against any damages by reason of violations of this paragraph. Any contract arising from this TENDER will be governed in all respects by the laws and courts of the Province of British Columbia. Liability for Errors: FHA has used considerable efforts to ensure an accurate representation of information in the TENDER. The information is provided as a guide for Contractors. The TENDER is not intended to relieve the Contractors from forming their own opinions and conclusions with respect to the matters addressed in the TENDER. License and Registration: All Contractors or bidders must be incorporated and have obtained licenses where required by legislation. Corporations submitting proposals shall be registered in the Province of British Columbia. Limitation of Damages: By submitting a proposal, tender or quotation to the FHA, the Contractor agrees that it will not claim damages, relating to the Contract or in respect to the Competitive Bidding process, in preparing and submitting its proposal. The Contractor also agrees to waive any claim for damages for loss of profits if no resulting contract or agreement is completed or awarded to the Contractor. No Claim: Except as expressly and specifically permitted in these Instructions to Contractor, no Proponent shall have any claim for any compensation of any kind whatsoever, as a result of participating in this process, and by submitting a response each proponent shall be deemed to have agreed that it has no claim. Non-Compliance: Submission of this bid shall be construed by the FHA to mean that the Contractor /contractor/consultant agrees to carry out all of the conditions set forth in this document as well as any Specific Terms and Conditions that may be pertinent for each requirement. Any proposed variation from these conditions must be clearly identified. Provide details of any non-compliance with the stated terms and conditions on the Terms and Conditions Statement Summary Section 5 contained herein. Failure to answer all questions or provide the requested information may disqualify your bid from consideration. At its' sole discretion, the FHA reserves the right to waive minor non-compliances. Numeric Notations or Discrepancy: In the event of a numerical discrepancy or error discovered in the Contractor s submission, the written number shall prevail. No adjustments or changes are permitted and the Contractor is required to honour their submission as stated. Ownership of Proposals: All documents will be received and held in confidence by the FHA, subject to the provisions of the Freedom of Information and Protection of Privacy Act (FOIPPA) and the Freedom of Information Protection of Privacy Amendment Act. (Bill 73). Pre-Bid Contractor Meeting: A Contractor meeting may be held at the time and location specified in the TENDER. If a meeting is held, a transcript of minutes of the meeting will be distributed to those Contractors who have returned the Receipt Confirmation Form and attended the Pre-Bid meeting. Oral questions at the meeting will be permitted, however, questions of a complex nature or questions where the Contractor requires anonymity, should be forwarded in writing, prior to the meeting and to the person designated in the TENDER. If a pre-bid meeting has been identified in the TENDER as Mandatory, only those Contractors that attend the pre-bid meeting would be eligible to submit a proposal. Attendance will be recorded for Mandatory Pre-Bid meetings. Page 13 of 27

14 Privilege Clause: FHA will not be bound to accept the lowest bid and reserves the right to accept, reject or cancel, in whole or in part, any and all proposals, Tenders or quotations. Pricing: All prices/fees/costs associated with this TENDER will be in Canadian Funds, exclusive of Provincial Sales Tax and the Goods and Services Tax. Duty and brokerage costs (if applicable) are to be included in the unit prices. Pricing information is to be submitted in accordance and in the requested format as noted herein. Signed Proposals: Contractor s proposal must be signed by a person authorized to sign on behalf of the Contractor and to bind the Contractor to statements made in response to the TENDER. Sub-Contracting: Contractors are to identify all proposed sub contractors including the company name, contact name, phone number, fax number, address, type of service the sub-contractor will be performing or providing and the length of time the Contractor has been using the Sub- Contractor. Additional Sub-Contractors will not be added nor will other changes be made to this list without the written consent of FHA. Taxes: FHA is subject to Provincial Sales Tax and the Goods and services Tax. Contractor is requested to specify the tax status of the goods/services/equipment being quoted. Trade Investment and Labour Mobility Agreement (TILMA): FHA is subject to the terms and conditions of the TILMA Agreement, as of April 1, Unsigned TENDER Submissions: Unsigned proposal submissions will not be considered. Workers Compensation Board: The contract may contain a provision that the Contractor or Contractor and any approved sub-contractors must be registered with the Worker s Compensation Board (WCB), in which case, WCB coverage must be maintained for the duration of the contract. Prior to receiving any payments, the Contractor may be required to submit a WCB Clearance letter indicating that all WCB assessments have been paid. Contractors or Contractors are responsible to provide annual Clearance letters for the duration of the contract. For international Contractors, a similar or other recognized alternative body or organization might be considered. The Contractor must demonstrate the alternative organizational certification is of equal quality and scope of the Worker s Compensation Board. Working Language: The working language of the FHA is English and all responses to the TENDER will be in English. Definitions/Terminology "RFP" means Request for Proposal, "RFT" means Request for Tender, "RFQ" means Request for Quotation. "PO", "Purchase Order" means a contract to Buy or Purchase issued by an authorized individual of the specific health area that corresponds to the submission. "FHA" means Fraser Health Authority. "FHA", "Health Area", Owner Region means the FHA and any specified health delivery in the RFP. "Supplier", "Bidder", Contractor, General Contractor, Proponent, Vendor, means an individual or company that submits or intends to submit a proposal in response to the submission. "Contract" means the written agreement or Purchase Order resulting from a submission executed by the FHA and the successful Bidder. "must, "mandatory" means a requirement that must be met in accordance for the submission to receive consideration. "should", "request", "will", "desirable", "preferred" means a requirement having a significant degree of importance to the objectives of the submission. "proposal", "submission" means the document where the information is contained that is being submitted by a Supplier which includes Mandatory information, subsequent questions and answers, clarifications, presentations, marketing information and any/all correspondence referring to the Tender/RFP/RFT/RFQ. Page 14 of 27

15 CONCERNS WITH TERMS & CONDITIONS If any of the terms or conditions within this document are not acceptable to your company please note the details below. 1. State section of TENDER 2. State Term or Condition Number 3. State explanation of Concern 4. Suggested Alternative 1. State section of TENDER 2. State Term or Condition Number 3. State explanation of Concern 4. Suggested Alternative 1. State section of TENDER 2. State Term or Condition Number 3. State explanation of Concern 4. Suggested Alternative Contractor are advised that all variations from stated conditions will be reviewed and MAY negatively impact the review/assessment of their tender. Page 15 of 27

16 Conflict of Interest and Statement of Full Disclosure Conflict of Interest The Health Area has a Conflict of Interest Policy governing all employees and medical staff. We ask that all Contractors respect the intent of this Policy and disclose any financial transactions, activities or relationships that may be viewed as a potential Conflict of Interest. If information has been previously disclosed, an update should be provided if changes or new activities are initiated. Statement of Full Disclosure A summary table is provided. Contractor is to include all funding support (including gifts) if applicable that may or may not have been provided to the FHA from April 1, 1997 to present date. Failure to identify such support in this disclosure document may result in cancellation of the contract or other contracts already signed and in force. ESTIMATED TYPE OF FUNDING SUPPORT Capital Equipment Seminars Travel Supplies Educational Support Research Support Drug Trials Projects Publications Other Major Donations Other Funding(specify) Corporate Agreement TOTAL SITE OR LOCATION DEPARTMENT RECIPIENT MARKET VALUE (Attach details as an appendix and cross- reference to this section, if this table is not sufficient space to capture the data) Page 16 of 27

17 For Information Purposes Only TITLE SECTION Conflict of Interest Board & Governance AUTHORIZATION DATE APPROVED DATE REVISED President & CEO 05 February 1997 July 2000 POLICY Persons acting in a decision-making capacity on behalf of the Region are required to disclose all potential situations in which a conflict of interest may arise, such as: Any positions or financial interests held in any concern from which the Region purchases goods or services. Any positions or financial interests held in any concern that is in competition with the Region. Any direct or indirect competition with the Region in the purchase or sale of property or property rights, interest, or services. Any governing body memberships or managerial or consultative relations with any outside concern that does business with or competes with the Region. Any other matter in which the individual's ability to act in the best interest of the Region may be compromised by a competing interest outside the Region. Departure from any of these policies by Health Board employees or members of the medical staff without prior specific approval of the Health Board or the President may be cause for dismissal or suspension of privileges. Gifts, hospitality, favours, or funds shall not be accepted from any outside concern that either provides goods or services to the Region, seeks to provide goods or services to the Region, does business with the Region, or is in competition with the Region (outside the normal exchange of hospitality between persons doing business in this province). Disclosure or use of inside information relating to the Health Board for the personal profit of the individual or to the advantage of any business entity in which the individual holds a position or has a financial interest is prohibited. Health Board members and the President are required to declare their individual potential for conflict of interest at a duly constituted meeting of the Health Board or its committees/task groups. The declaration shall be recorded in the minutes. Pertinent to the duties of the President, the Health Board shall determine the potential for conflict of interest and the extent of the restraint necessary. Whenever a Health Board member is faced with a conflict of interest arising during a Health Board or committee/task group meeting or pertinent to the business of the Health Board, that member must declare his or her interest and abstain from the discussion and voting on the issue. That member may be asked to leave the meeting for that portion concerning the conflict of interest. Where a Health Board member has declared a conflict of interest, that Health Board member shall not be counted for quorum purposes on any matter pertinent to the conflict. Provided the quorum requirements are satisfied without counting the temporarily ineligible Health Board member, a majority of the disinterested Health Board members shall provide direction and policy. Health Board members, employees and members of the medical staff shall: Not engage directly or indirectly any personal business transaction or private arrangement for personal profit which accrues from, or is based upon, their official position or authority or upon confidential or non-public information which they gain by reason of such position or authority Not have pecuniary or other interests that could conflict in any manner with the discharge of their duties. Involvement or employment outside the corporation or financial or other interests which reduce or demonstrate the potential to reduce the ability to give the corporation impartial or disinterested service must be clearly avoided. Arrange their private affairs in a manner which prevents conflicts of interest from arising Not divulge confidential or restricted information to any unauthorized person, or release such information in advance of authorization for its release PROCEDURE 1. Employees and members of a medical staff shall advise a Vice President, or designate, in writing, of the nature of the potential for conflict interest. Vice Presidents must so advise the President. 2. Pertinent to the decision-making capacity of any employee or member of a medical staff, the President or Vice President shall determine the potential for conflict of interest related to the conduct of Region business and the extent of restraint necessary. Page 17 of 27

18 PROPONENT ACCEPTANCE FORM We certify that we have read and understand the information provided in the TENDER and all subsequent documentation. The information provided in our submission is accurate and we agree to be bound by the all conditions, statements and representations contained herein. Failure of Proponent to provide signatures below will result in immediate rejection of their submission. The person signing this TENDER declares that they are duly authorized signing authority with the capacity to commit their firm/company to the conditions of this proposal. Executed this day of, 2009 Authorized Signature Printed Name Title/Position Company Name Address Phone Fax Page 18 of 27

19 RECEIPT CONFIRMATION FORM TENDER Number: RCH Description: RCH Integrated Interventional OR This form acknowledges receipt of the above noted document. Company Name: Print Contact Name: Position: Phone: Fax: Date: Send further correspondence to the above noted person. or Fax to: Elizabeth Zhu Facilities Planning and Real Estate Fax: Page 19 of 27

20 APPENDIX A SPECIFICATIONS SPECIFICATION INDEX DIVISION 0 CONSTRUCTION CONTRACT DOCUMENTS FRASER HEALTH DIVISION 0 BIDDING REQUIREMENTS FRASER HEALTH SUPPLEMENTARY CONDITIONS CCDC for info CCDC9A CCDC9B DIVISION 1 GENERAL REQUIREMENTS FRASER HEALTH STANDARD INSTRUCTIONS TO CONTRACTORS SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SUMMARY OF WORK GENERAL REQUIREMENTS ALTERATION PROCEDURES PROJECT MEETINGS SUBMITTALS CONSTRUCTION SCHEDULE CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL QUALITY CONTROL TEMPORARY UTILITIES TEMPORARY FACILITIES OCCUPATIONAL HEALTH AND SAFETY SPECIAL PROCEDURES FOR INFECTION CONTROL IC9:0400 Acute Care Infection Prevention & Control Manual Construction IC90400 Appendix A Infection Control Construction Agreement CSA Z Infection Control During Construction, Renovation and Maintenance of Health Care Facilities SECTION SECTION TEMPORARY CONTROLS MATERIALS AND EQUIPMENT Page 20 of 27

21 SECTION SECTION CONTRACT CLOSEOUT CLEANING DIVISION 2 SITEWORK SECTION SECTION HAZARDOUS MATERIALS ABATEMENT SELECTIVE DEMOLITION DIVISION 5 METALS SECTION METAL FABRICATIONS DIVISION 6 WOOD AND PLASTICS SECTION SECTION SECTION ROUGH CARPENTRY FINISH CARPENTARY ARCHITECTURAL WOODWORK DIVISION 7 THERMAL AND MOISTURE PROTECTION SECTION SECTION SECTION SECTION MODIFIED BITUMINOUS ROOFING METAL FLASHING AND TRIM FIRESTOPPING JOINT SEALERS DIVISION 8 DOORS AND WINDOWS SECTION SECTION SECTION SECTION METAL FRAMES WOOD DOORS ACCESS PANELS DOOR HARDWARE HARDWARE SCHEDULE DIVISION 9 FINISHES SECTION SECTION SECTION STEEL STUDS AND METAL FURRING GYPSUM BOARD ACOUSTIC CEILINGS Page 21 of 27

22 SECTION SECTION SECTION SECTION RESILIENT SHEET FLOORING AND WALL COVERING SANITARY WALL SURFACE PAINTING FINISHES SCHEDULE DIVISION 10 SPECIALTIES SECTION SECTION10800 SIGNAGE WASHROOM ACCESSORIES DIVISION 11 EQUIPMENT SECTION SAFETY FALL RESTRAINT APPENDIX I VENDOR SUPPLIED AND INSTALLED EQUIPMENT FOR INFORMATION PHILIPS APPENDIX II VENDOR SUPPLIED AND INSTALLED EQUIPMENT FOR INFORMATION SKYTRON APPENDIX III DIVISION 15 HAZARDOUS BUILDING MATERIALS SURVEY MECHANICAL SECTION Common Work Results for HVAC SECTION Testing, Adjusting, and Balancing for HVAC SECTION Commissioning of HVAC Systems SECTION Hangers and Supports for HVAC Piping and Equipment SECTION Meters and Gauges for HVAC Piping SECTION Thermometers and Pressure Gauges SECTION Mechanical Identification SECTION Duct Silencers SECTION Vibration Isolation for HVAC Piping and Equipment SECTION Seismic Restraint Systems for HVAC Piping and Equipment SECTION HVAC Piping Insulation SECTION Duct Insulation SECTION Common Work Results for Plumbing SECTION Common Motor Requirements for Plumbing Equipment SECTION Testing, Adjusting and Balancing for Plumbing Page 22 of 27

23 SECTION Commissioning of Plumbing SECTION Hangers and Supports for Plumbing Piping and Equipment SECTION Thermometers and Pressure Gauges for Plumbing SECTION Vibration Isolation for Plumbing Piping and Equipment SECTION Seismic Restraint Systems for Plumbing Piping and Equipment SECTION Plumbing Piping Insulation SECTION Identification for Plumbing Piping and Equipment SECTION Facility Sanitary Sewerage and Storm Drainage Systems SECTION Facility Water Distribution SECTION Gas Systems for Healthcare Facilities SECTION Plumbing Fixtures and Trim SECTION Plumbing Details SECTION Common Work Results for Fire Suppression SECTION Commissioning of Fire Suppression SECTION Fire Suppression Sprinkler Systems SECTION Fire Suppression Standpipes SECTION Fire Extinguishers SECTION Fire Protection Details SECTION Hydronic Piping SECTION Steam and Condensate Heating Piping SECTION Hydronic Specialties SECTION Steam Specialties SECTION HVAC Ducts and Casings SECTION Air Duct Accessories SECTION Air Terminal Units SECTION Air Outlets and Inlets SECTION Control Systems - General Requirements SECTION Building Management System SECTION Instrumentation and Control Devices for HVAC SECTION Controls SECTION Points List for HVAC Controls SECTION Mechanical Forms SECTION Schedules for HVAC Equipment SECTION HVAC Equipment Manufacturers SECTION HVAC Subtrades Page 23 of 27

24 DIVISION 16 ELECTRICAL SECTION General Electrical Provisions SECTION Work Included SECTION Related Work Specified Elsewhere SECTION Codes and Fees SECTION Operation and Maintenance Manuals SECTION Demonstration and Instruction Sessions for Electrical Equipment and Systems SECTION Electrical Spare Parts and Maintenance Materials SECTION Identification SECTION Seismic Restraints SECTION Conduit SECTION Surface Raceways and Fittings SECTION Wire and Cable SECTION Outlet Boxes SECTION Pull and Junction Boxes SECTION Switches SECTION Dimmers SECTION Receptacles SECTION Plates SECTION Supporting Devices SECTION Grounding SECTION Transformers Dry Type SECTION Overcurrent Protective Devices SECTION General Requirements for Lighting SECTION Lamps SECTION Ballasts and Accessories SECTION Luminaires SECTION Exit Lights SECTION Miscellaneous Equipment Wiring SECTION Patient Care Area Installations SECTION General Provisions for Electronic / Computerized Equipment SECTION Fire Alarm System SECTION GPS Clock System Page 24 of 27

25 SECTION Nurse Call System SECTION Data / Voice Cabling System SECTION Testing and Training SECTION Motors SECTION Motor Starters SECTION Disconnects SECTION Motor Control Centres Appendix: RCH Shop Drawings Revision RCH Skyvision Conduit Drawing RCH Skytron Aurora II Electrical Details RCH Skyvision Hybrid II Site Requirements Page 25 of 27

26 APPENDIX B BID AMENDMENT FORM To be used to submit bid amendments by fax up to the closing time stated on page 1 of the invitation to tender. The signed original bid must be received in hardcopy by the closing date & time. Project Name Project Number FAX Number Date We amend our bid prices as follows: Identify if you are Adding or Subtracting to the previously submitted price. GST and PST are to be shown as separate line items in bid prices. We are amending time as follows: Identify if you are Adding or Subtracting to the previously submitted time. Company Name Telephone Name & Title (please print) Signature Page 26 of 27

27 APPENDIX C SUBCONTRACTORS The following Subcontractors are proposed for this project. Fraser Health reserves the right to approve all subcontractors. Name of Subcontractor Trade Section Architectural Woodwork Section Modified Bituminous Roofing Section Firestopping Section Metal Frame Section Wood Doors Section Door Hardware Section Glazing Section Steel Studs and Metal Furring Section Gypsum Board Section Acoustic Ceilings Section Resilient sheet Flooring and Wall Covering Section Sanitary Wall Surface Division 15 Mechanical Division 16 Electrical Page 27 of 27

INVITATION TO TENDER

INVITATION TO TENDER INVITATION TO TENDER General Contractors for MH & A Tertiary Adult Rehabilitation Program (TARP) at Parkholm Place Project Number REG 05-105 ISSUE DATE 10/07/2010 CLOSING LOCATION: Fraser Health Authority

More information

TABLE OF CONTENTS - ADDENDUM NO. 3

TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS Addendum No. 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Article I-2.4 - Contract Completion Time Article I-14.4 - Participation by SBE

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 Proposals (RFP) Vehicle Purchase & Requirements

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

More information

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 Proposals (RFP)

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

More information

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

More information

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

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

More information

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

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

More information

REQUEST FOR 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 PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

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

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

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

More information

Request for Quotation

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

More information

WESTBANK FIRST NATION

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

More information

Invitation to Quote ADM Golden Raven Marketing Program Review

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

More information

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

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

More information

Request for Proposals (RFP)

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

More information

External Consultants & General Contractors Contracts

External Consultants & General Contractors Contracts The University of British Columbia Land and Building Services Prepared by: Frank Geyer Work Procedure Approved by: David Barnes External Consultants & General Contractors Contracts Issue Date: 21 November

More information

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

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

More information

INVITATION TO TENDER TENDER FORM

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

More information

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 Quotation

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

More information

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

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

More information

Request for 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

INSTRUCTIONS TO BIDDERS

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

More information

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

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

More information

Request for Proposal Contractor for Kitasoo Manor Roof Project. Request for Proposals (RFP)

Request for Proposal Contractor for Kitasoo Manor Roof Project. Request for Proposals (RFP) Request for Proposal Contractor for Kitasoo Manor Roof Project Scope of Service RFP # RFP issued by Request for Proposals (RFP) Contractor for Kitasoo Manor RCABC warrantied Roof Replacement Project 2018RFP-40

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by SharePoint Support Services 2018RFP-32 First Nations Health Authority (FNHA) Issue date November 22, 2017 Closing date/time Proposals must

More information

Information to Bidders

Information to Bidders Information to Bidders Stockey Centre Building Remediation 0. General Information The Town of Parry Sound (The Town) is seeking Bids from experienced contractors for repairs at The Charles W. Stockey Centre

More information

Request for Proposals # Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan. Issued February 21, 2018

Request for Proposals # Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan. Issued February 21, 2018 Request for Proposals #2018-01 Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan Issued February 21, 2018 CLOSING DATE AND TIME: Thursday, March 21, 2018 up to 2:00 p.m.

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

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

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

Educational & Performing Arts Center: Downriver Campus

Educational & Performing Arts Center: Downriver Campus Educational & Performing Arts Center: Total Estimated Project Construction Cost: $ 18.04 million Groundbreaking: September 2006 Percentage Completed: 100 percent Anticipated Completion Date: Completed

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

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

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

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

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

More information

Subsection Policies (policy #)

Subsection Policies (policy #) Section Finance CAPITAL REGIONAL DISTRICT LEGISLATIVE POLICY Subsection Policies (policy #) Title 1. POLICY PROCUREMENT POLICY AND PROCEDURES This policy will ensure that all goods, services and construction

More information

Insurance Brokerage Services

Insurance Brokerage Services Request for Proposal Insurance Brokerage Services Request for Proposal No. 2017-11 Date of Issue: October 26, 2017 Proposal Submission Deadline: N o v e m b er 17, 2017 2:00 p.m. Closing Location: Attention:

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

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

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

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

INVITATION TO TENDER N0. PS (the ITT ) RE-ROOFING SERVICES FOR VICTORIA COMMUNITY HALL

INVITATION TO TENDER N0. PS (the ITT ) RE-ROOFING SERVICES FOR VICTORIA COMMUNITY HALL INVITATION TO TENDER N0. PS20170606 (the ITT ) Tenders are to be addressed to the Supply Chain Management office, 4 th Floor, City of Vancouver, 453 West 12 th Avenue, Vancouver, British Columbia, Canada,

More information

REQUEST FOR PROPOSAL ORGANIZATIONAL REVIEW OF THE VILLAGE OF BURNS LAKE. November 2013

REQUEST FOR PROPOSAL ORGANIZATIONAL REVIEW OF THE VILLAGE OF BURNS LAKE. November 2013 REQUEST FOR PROPOSAL ORGANIZATIONAL REVIEW OF THE VILLAGE OF BURNS LAKE November 2013 Page 2 of 14 SUMMARY OF KEY INFORMATION Request for Proposals to Deliver a Organizational Review for the Village of

More information

TENDER REQUEST #T

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

Procurement of Works

Procurement of Works AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Commission Standard Bidding Documents Procurement of Works Provision of Minor Maintenance Works Under Framework Contract Procurement Number: AUC/AFMD/ST/W-017/2016

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

Request for Expression of Interest Pre-Qualification of Proponents

Request for Expression of Interest Pre-Qualification of Proponents CITY OF GRAND FORKS Request for Expression of Interest Pre-Qualification of Proponents City Hall Re-Construction Project MARCH 28, 2014 Request for Expression of Interest (RFEOI) Pre-Qualification of Proponents

More information

stipulated price contract

stipulated price contract 2 2 stipulated price contract 2 0 0 8 Apply a CCDC 2 copyright seal here. The application of the seal demonstrates the intention of the party proposing the use of this document that it be an accurate and

More information

SPECIFICATIONS FOR BUILDING MAINTENANCE

SPECIFICATIONS FOR BUILDING MAINTENANCE SPECIFICATIONS FOR BUILDING MAINTENANCE Table of Contents Advertisement...3 1.0 General Terms and Conditions...4 1.1 Format of Response...4 1.2 Late Submissions...4 1.3 Amendment of Specifications...4

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

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

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

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

Request for Proposals

Request for Proposals Request for Proposals Alberni-Clayoquot Regional District Transfer Station and Recycling Services Closing location 3008 5 th Avenue Port Alberni, BC V9Y 2E3 March 29, 2018 2:00 PM PST Contact Person: Randy

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/04/2017 Date: 17.07.2017 Sub: Invitation of sealed quotation for Supply, Installation, Testing & Commissioning

More information

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

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

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

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 PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

CONFERENCE AUDIO & RECORDING SYSTEM

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

More information

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions Sam Lin Manager Project Development Unit 1402 Maple Street March 12, 2018 Redwood City, CA 94063 650-369-4766 slin@smcgov.org Addendum #02 CMR Services Responses to RFP Questions To All Respondents, Please

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 8423 must include the 1 616). Name of Company

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In

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 PROPOSALS MOSQUITO CONTROL PROGRAM

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

More information

REQUEST FOR QUOTATION 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 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

CAPITAL PROJECT PROCESS

CAPITAL PROJECT PROCESS CAPITAL PROJECT PROCESS May 2009 GETTING STARTED What is a project? A project is defined as all work (maintenance & repair or renovation) that requires 5,000 or more in time and materials and/or is sufficiently

More information

CONTRACTOR QUALIFICATION FORM

CONTRACTOR QUALIFICATION FORM CONTRACTOR QUALIFICATION FORM Please TYPE or print in all blanks accurately, provide attachments and fax, mail or e-mail to: INTEGRITY CONSTRUCTION SERVICES, LLC. 829 WEST MAIN STREET, SUITE C GAYLORD,

More information

INVITATION TO TENDER N0. PS (the ITT ) KERRISDALE ARENA CHILLER REPLACEMENT

INVITATION TO TENDER N0. PS (the ITT ) KERRISDALE ARENA CHILLER REPLACEMENT INVITATION TO TENDER N0. PS20180938 (the ITT ) Tenders are to be addressed to the Supply Chain Management office, 4 th Floor, City of Vancouver, 453 West 12 th Avenue, Vancouver, British Columbia, Canada,

More information

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RFP Coordinator: Brian Foster, Superintendent Tel: (207) 864-3312 e-mail: bfoster@rangeleyschool.org Fax: _(207) 864-2451 From the time this RFP is issued

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

INVITATION TO TENDER NO. PS (the ITT ) KITSILANO POOL BOILER REPLACEMENT

INVITATION TO TENDER NO. PS (the ITT ) KITSILANO POOL BOILER REPLACEMENT (the ITT ) Tenders are to be addressed to the Purchasing Services Office, City of Vancouver, 453 West 12 th Avenue, Vancouver, British Columbia, Canada, V5Y 1V4, and must be received prior to 3:00 p.m.,

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

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Motor Vehicle Parking

Motor Vehicle Parking Motor Vehicle Parking TransLink Tax Bulletin Bulletin 105 Issued by the South Coast British Columbia Transportation Authority (TransLink) under the South Coast British Columbia Transportation Authority

More information

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

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

More information

Request For Proposal (RFx) - Terms and Conditions

Request For Proposal (RFx) - Terms and Conditions CANADIAN PACIFIC RAILWAY COMPANY - and - [Supplier Invited to Submit a Proposal] ( PROPONENT ) For full and valuable consideration, a receipt and sufficiency of which is confirmed by a Proponent submitting

More information

Request for Proposal (RFP) CBDHA Renal Dialysis Unit - Room Renovations North Side General Hospital. CLOSING Nov.

Request for Proposal (RFP) CBDHA Renal Dialysis Unit - Room Renovations North Side General Hospital. CLOSING Nov. =============================================================== Request for Proposal (RFP) CBDHA12-0027 Renal Dialysis Unit - Room Renovations North Side General Hospital Issued Oct. 16, 2012 CLOSING Nov.

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT Department of Buildings and General Services Office of Purchasing & Contracting 109 State Street [phone] 802-828-2211 Montpelier VT05609-3001 [fax] 802-828-2222 http://bgs.vermont.gov/purchasing Agency

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

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

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

REQUEST FOR QUOTATION (RFQ) Sidewalk Trip Hazard Remediation Concrete Sidewalk Shaving

REQUEST FOR QUOTATION (RFQ) Sidewalk Trip Hazard Remediation Concrete Sidewalk Shaving REQUEST FOR QUOTATION (RFQ) Sidewalk Trip Hazard Remediation Concrete Sidewalk Shaving A. INTRODUCTION The is accepting quotations for the remediation of concrete sidewalks in Kindersley, Saskatchewan.

More information

Westmount Place Renovations Policy

Westmount Place Renovations Policy Conditions Precedent to the Implementation of Renovations 1. Condominium Bylaws and Regulations No renovations or modifications shall be implemented without authorization of the Board of Directors. All

More information

Request for Proposal Health Attitudes and Beliefs Research. Request for Proposals (RFP)

Request for Proposal Health Attitudes and Beliefs Research. Request for Proposals (RFP) Scope of Service RFP # RFP issued by Request for Proposals (RFP) Health Attitudes and Beliefs Research 2018RFP-38 First Nations Health Authority (FNHA) Issue date January 3, 2018 Closing date/time Proposals

More information

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

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

More information

REQUEST FOR 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

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding 1 ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO SPECIFICATION NO. O-OA COVERING General Conditions - Instructions for Bidding DIVISION: DEPARTMENT: UNIT: DATE: ENG. REF.: PREPARED BY: SUMMARY: A specification

More information