Town of Newmarket Procurement Services Department T: (905) Mulock Drive, P.O. Box 328 STN Main F: (905)

Size: px
Start display at page:

Download "Town of Newmarket Procurement Services Department T: (905) Mulock Drive, P.O. Box 328 STN Main F: (905)"

Transcription

1 Town of Newmarket Procurement Services Department T: (905) Mulock Drive, P.O. Box 328 STN Main F: (905) Newmarket, ON L3Y 4X7 Revised: Tender Building/Renovation Template: February 21, 2017 REQUEST FOR TENDER T Magna Centre Southlake Renovation The Corporation of the Town of Newmarket (the Owner) shall ONLY accept ELECTRONIC BID SUBMISSIONS submitted through the Owner s Bidding System Website. Bid submissions submitted and/or received by any other method shall be rejected, unless the Owner has instructed otherwise by published Addendum. ELECTRONIC BID SUBMISSIONS ONLY shall be received by the Bidding System, no later than 3:00:00 p.m. (15:00:00 hours) local time, on Tuesday, January 30, The fee to purchase the Bid document online is the non-refundable sum of $75.00 (including H.S.T.) This document is available for purchase at If you require assistance to purchase online please contact the Procurement Services Department at The onus is on Bidders to ensure their Electronic Bid Submission is received no later than the closing time and date stated above. Bidders are cautioned that the timing of their Bid Submission is based on when the Bid is RECEIVED by the Owner s Bidding System, not when a Bid is submitted by a Bidder, as Bid transmission can be delayed in an Internet Traffic Jam due to file transfer size, transmission speed, etc. A Bid Submission will only be considered to have been submitted once it has been RECEIVED by the Owner s Bidding System, regardless of when the Bid was submitted by the Bidder. For the above reasons, the Owner recommends that Bidder allow sufficient time to upload their bid submission and attachment(s) (if applicable) and to resolve any issues that may arise. The closing time and date shall be determined by the Owner s Bidding System web clock. Bidders should contact the Procurement Representative listed below, at least twentyfour (24) hours prior to the closing time and date, if they encounter any problems. The Bidding System will send a confirmation to the Bidder advising that their bid was submitted successfully. If you do not receive a confirmation , contact the Procurement Representative immediately. The Corporation of the Town of Newmarket Page 1 of 21

2 Late Bids shall not be accepted by the Owner s Bidding System. To ensure receipt of the latest information and updates via regarding this bid or If a Bidder has obtained this Bid Document from a third party, the onus is on the Bidder to create a Bidding System Vendor account and register as a Plan Taker for the bid opportunity at the at Questions: If a Bidder needs to address any discrepancies, errors and/or omissions in the Bid Document or if they are in doubt as to any part thereof they shall submit questions in writing through Newmarket s Bid Opportunities website using the Submit a Question link associated with this bid opportunity. The deadline to submit a question is Monday, January 22, The Owner shall not be responsible for responding to questions that are sent other than this method. The Owner may not respond to questions received after the Deadline for Questions, as stated above. No such communications are to be directed to anyone other than the Procurement representative. The Owner is under no obligation to provide additional information, and the Owner is not responsible for any information provided by or obtained from any source other than by written addendum issued by the Procurement Representative. Procurement Representative: Sharon Jones, CPPB Senior Procurement Officer, Procurement Services Procurement Services Department The Corporation of the Town of Newmarket reserves the right to accept or reject all or part of any Bid (if the Bid Document states that Part Bids will be accepted by the Owner), the right to accept other than the lowest Bid, and the right to cancel this Bid Call at any time without obligation.

3 Table of Contents PART I Electronic Bid Submission Currency Definitions Blackout Period Lobbying Prohibited Litigation/Probation/Suspension Contractor Performance Enquiries Bid Call Documents Bid Deposit and Agreement to Bond Subcontractors Alternative or Green Products Bid Closing Time and Date Addendum/Addenda Withdrawal/Edit Bids Checking of Bids Bid Irregularities Consideration of Award Owner s Rights and Privileges Bid Acceptance Avoid Vague Terms Execution of Agreement Notice Insurance Liquidated Damages PART II: SCHEDULE OF PLANS, SPECIFICATIONS AND DOCUMENTS: PART III: PREVIEW OF ON-LINE BIDDING SYSTEM SCHEDULES The Corporation of the Town of Newmarket Page 3 of 21

4 1. Electronic Bid Submission The Corporation of the Town of Newmarket (the Owner) shall only accept and receive Electronic Bid submissions through the Owner s Bidding System, hereafter called the BIDDING SYSTEM. HARD-COPY BID SUBMISSIONS SHALL NOT BE ACCEPTED. 2. Currency All bids submitted shall be in Canadian dollars (CAD). H.S.T. is additional. 3. Definitions All initially capitalized terms shall have the meanings ascribed thereto in the Owner s Procurement Bylaw Number , as it may be amended, restated, supplemented or replaced from time to time. 4. Blackout Period The Blackout Period begins when the Bid Call Document is issued and ends when the agreement is signed by the Owner and the selected Bidder. During the Blackout Period, Bidders must conduct all communication about the procurement only with the Procurement Representative stated in this Bid Call Document. Any communication initiated by a Bidder to elected officials or staff of the Owner other than to the Procurement staff during the Blackout Period may be grounds for disqualifying the offending Bidder from consideration for contract award. During the competitive period (Blackout Period) Bidders may submit questions, as stated on Page 2 of this Bid Document. The Procurement representative may issue a written addendum to provide clarification or modification to the Bid Call Document. The addendum will be published on the Owner s Bid Opportunities website. 5. Lobbying Prohibited If any director, officer, employee, agent or other representative of a Bidder, including any other parties that may be involved in a joint venture, consortium or similar business relationship with the Bidder, makes, from the time the Bid Documents are released until a contract is executed, any representation or solicitation to any elected representative or employee or agent of the Owner including project consultants, or to the media, with respect to the Bidder s Bid, the Owner will be entitled to reject the Bid. This requirement does not extend to any public deputations. The Corporation of the Town of Newmarket Page 4 of 21

5 6. Litigation/Probation/Suspension The Bid Review Panel shall (except the exceptions stated in the Procurement Bylaw as amended) reject a Bid from any Bidder or any other party (including any related or affiliated entities and any principal thereof) who is in unresolved litigation with the Owner or who is currently serving a Suspension Period, in accordance with the Owner s Contractor Performance Procedure. Furthermore, the Owner shall retain the right to reject Bids which may have been received and/or awarded by the Owner, notwithstanding efforts by the Owner to screen the acceptance of Bids from parties engaged in unresolved litigation with the Owner or serving a Suspension period, once the Owner becomes aware of such unresolved litigation or Suspension period. 7. Contractor Performance The Owner s representative shall be responsible for monitoring the performance of this project, in accordance with the Owner s Contractor Performance Procedure, 8. Enquiries If a Bidder needs to address any discrepancies, errors and/or omissions in the Bid Document or if they are in doubt as to any part thereof they shall submit questions in writing through Newmarket s Bid Opportunities website using the Submit a Question link associated with this bid opportunity prior to the stated deadline date for questions. Verbal clarifications shall not be interpreted to change any of the term or conditions of the Bid Call Documents. Bidders shall only rely on information provided by the Owner in an addendum. 9. Bid Call Documents The Owner s Bid Call Document shall include, but is not limited to,, Part I: Instructions to Bidder, Part II: Schedule of Plans, Specifications and Documents, Part III Preview of On- Line Bidding System Schedules and the following additional documents and forms: Document/Form Name Revision Date Owner s Standard Terms and Conditions February 2, 2017 Owner s Bidding System Terms of Service February 2, 2017 Owner s Purchase Order Terms and Conditions April 1, 2015 Owner s Insurance Form February 20, 2015 Owner s Change Order Form February 21, Bid Deposit and Agreement to Bond Corporation of the Town of Newmarket Page 5 of 21

6 10.1 Bidders shall upload both their Bid Deposit and Agreement to Bond (as instructed in 10.2), to the Owner s Bidding System, in the bid submission file labelled Bid Deposit and Agreement to Bond Bidders shall create a single zip file (see Bidding System instructions on how to create a zip file) containing both their Bid Deposit and Agreement to Bond and upload the zipped file to the file labelled Bid Deposit and Agreement to Bond. Bid Deposit A Bid Bond using CCDC 220, or the same format and content as in CCDC 220 or other form used by a Surety company, authorized by law to do business in the Province of Ontario, and acceptable to the Owner. A Bid Deposit in the amount of ten (10) percent of the Sub Total Contract Amount, shall be submitted with your Bid Submission The Bid Deposit shall be in the form of one of the two following Bid Deposit options and shall be submitted with your Electronic bid submission, as instructed above in 10.1 and Option # 1: A Digital Bid Bond. Bidders shall up-load a copy of the Digital Bid Bond and follow the upload instructions as stated in 10.1 and If Bidders are using this option, the Bidder and the Bidder s Surety should refer to the e- bonding information on Surety Association of Canada s website. Information at this site includes; A list of third parties that provide online surety digital bond services such as Mobile Bonds or Xenex. The Owner does not endorse or promote any third party digital bond service provider. An Industry Checklist which Digital Bonds provided should meet. All instruction details for accessing authentication should be included with the up-loaded Bond. Option # 2: A Scanned Paper Bid Bond (Pdf Format) Bidders shall scan and up-load a copy of the Paper Bid Bond and follow the upload instructions as stated in 10.1 and If this alternative is used, Bidders should request either; an Ink seal from their Surety or trace over the embossed seal prior to scanning to allow for the seal to be visible to the Owner. Applicable to both above options: Corporation of the Town of Newmarket Page 6 of 21

7 Bonds shall be issued by reputable Bonding Companies, licensed to issue surety bonds in the Province of Ontario. Bid bonds must be irrevocable and open for bid acceptance for at least ninety (90) days from the date of bid opening. The Bid Deposit is provided as assurance that should the bid be accepted by the Owner, a Contract will be entered into for the proper performance of the work within ten (10) calendar days following written notification from the Owner to the selected Bidder. Once the unofficial bid results have been posted to the Bidding System by the Owner, the Bid Deposit of all Bidders, except the three lowest Responsible and Responsive Bidders, shall be returned upon the request of the Bidder. When the Contract is executed by the selected Bidder and the Owner, the Bid Deposit of the selected Bidder and the second and third lowest Responsible and Responsive Bidder shall be returned, upon request of the Bidder. Agreement To Bond The selected Bidder shall supply upon award: a) A Performance Bond for the due completion of the Work in accordance with the terms and conditions of the Contract, the bond shall be in an amount equal to 50% of the Sub Total Contract Price (excluding all applicable taxes) in the form of CCDC 221 or the most recent Ontario Provincial Standard Form or the Surety Association of Canada s new process enhanced performance bond; and; Note: The bond provided shall be amended to read: It is a condition of this bond that any suit or action must be commenced before the expiration of two (2) years from the earlier of (1) the date on the Completion Certificate for the contractor, or, if no such definition exists, the date when the work is ready for use or is being used for the purposed intended, or (2) the date on which the Principal is declared in default by the Obligee. b) A Labour and Material Payment Bond, the Bond shall be in an amount equal to 50% of the Sub Total Contract Price (excluding all applicable taxes) in the form of CCDC 222 or the most recent Ontario Provincial Standard Form. All Bonds shall be issued by reputable Bonding Companies, licensed to issue surety bonds in the Province of Ontario. All bonds may be subject to the approval of the Owner. All Agreement to Bonds shall be irrevocable and open for acceptance for 90 days from date of closing The Bonds received from the selected Bidder shall remain in force throughout the duration of the Contract including the guarantee, warranty or maintenance period of the Contract and/or until the Contract is deemed complete by the Owner. The Agreement to Bond shall be in one of the two following options and shall be submitted with your Electronic bid submission. Bidders may also use either the Owner s Agreement to Bond Form (enclosed in this web link) and also provided in Item 9 Bid Call Documents or other form used by a Surety Corporation of the Town of Newmarket Page 7 of 21

8 company, authorized by law to do business in the Province of Ontario, and acceptable to the Owner shall be submitted with your Bid. Option # 1: Digital Agreement to Bond The same instructions and terms as stated for the Digital Bid Bond shall apply. Option # 2: A Scanned Paper Agreement to Bond (Pdf) The same instructions and terms as stated for the Scanned Paper Bid Bond shall apply. 11. Subcontractors 11.1 Bidders shall in their Bid submission submit the names of all of the Subcontractors which the Bidder shall use to perform Work under the Contract and the division or section of Contract Work to be completed by each Subcontractor Bidders shall ensure that all Subcontractors selected and named have experience in the Subcontract Work described, have submitted their Subcontract prices in strict accordance with the Bid Documents, and that they shall execute their Work with competence and within the required time frame Bidders shall ensure that all Subcontractors included in a Bid shall be actively engaged in Work of the type described and shall be able to show proof upon request by the Owner of previous Work of similar nature performed by them Bidders shall not show Own Forces in their list of Subcontractors, except where the Bidder s intent is to employ the Bidder s own qualified on-staff personnel to perform such work Bidders shall not indicate TBD (To Be Determined) or TBA (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. One Subcontractor name shall be indicated for each Subcontractor category Bidders shall list in their list of Subcontractors, all of the Subcontractors who shall perform work under the Contract No names, either of Subcontractors or Own Forces may be changed after submission of the list of the Subcontractors unless prior written approval is received from the Owner. Such approval shall only be considered after receipt by the Owner of a written request for the change by the Contractor with a full explanation of the reasons for the requested change and a letter from the previously named Subcontractor agreeing to withdraw its bid to the Contractor, with no consequences to the Owner The Owner reserves the right to reject a Subcontractor for reasonable cause. Upon such rejection, the Bidder shall be required to propose an alternate Subcontractor without resulting change to the Bid. 12. Alternative or Green Products Corporation of the Town of Newmarket Page 8 of 21

9 Prior to the stated deadline date for questions, Bidders may submit for consideration by the Owner, alternative or green product(s); provided the alternative or green product(s) meet the Owner s minimum specifications in writing through Newmarket s Bid Opportunities website using the Submit a Question link associated with this bid opportunity. The product information submitted by the Bidder should include manufacturer name, model and a similar scope reference project. The Owner reserves the right to request additional information by the Bidder. The Owner will issue an Addendum to all Bidders for each alternative and/or green product that is approved by the Owner as acceptable for the solicitation. The Owner shall be the sole judge in determining if an alternative or green product is acceptable. All Bidders may bid on the original product and/or on any alternative or green products which have been approved by the Owner through an Addendum. Bids which submit an alternative or green product(s) that has not received written approval from the Owner by addendum prior to the Closing Date will be rejected. 13. Bid Closing Time and Date All Bidders shall have a Bidding System Vendor account and be registered as a Plan Taker for this Bid opportunity, which will enable the Bidder to download the Bid Call Document, to receive Addenda/Addendum notifications, download Addendums and to submit their bid electronically through the Bidding System. Bid submissions shall be received by the Owner s Bidding System not later than (15:00:00 hours) 3:00:00 p.m. Eastern local time, on the specified closing date. The closing time shall be determined by the Bidding System web clock. Bidders are cautioned that the timing of Bid Submission is based on when the Bid is RECEIVED by the Bidding System, not when a Bid is submitted by a Bidder, as Bid transmission can be delayed in an Internet Traffic Jam due to file transfer size, transmission speed, etc. 14. Addendum/Addenda 14.1 Addendum/Addenda, if required, issued by the Procurement Representative shall form part of the Bid Document. Bidders shall acknowledge receipt of any addenda when submitting their Bid through the Bidding System. Bidders shall check a box for each addendum/addenda and any applicable attachments that has been issued before a Bidder can submit their Bid submission online Addendum/Addenda will typically be issued through the Bidding System, Forty-eight (48) Hours prior to Closing Time and Date In the event an addendum is issued within Forty-eight (48) Hours prior to Closing Time and Date, it may include an extension of the Closing Time and Date. It is the responsibility of the Bidder to have received all Addendum/Addenda that have been issued. Bidders should check online at prior to submitting their Bid and up until the Bid closing time and date in the event additional addendums are issued. Corporation of the Town of Newmarket Page 9 of 21

10 14.4 The Owner encourages Bidders not to submit their Bid prior to forty-eight (48) hours before the Bid closing time and date, in the event that an addendum is issued. If a Bidder submits their bid prior to this or at any time prior to the bid closing and an addendum/addenda is issued by the Owner, the Bidding System shall WITHDRAW their Bid submission and change their Bid submission to an INCOMPLETE STATUS (NOT accepted by the Owner) and the Withdrawn Bid can be viewed by the Bidder in their MY BIDS section of the Bidding System. The Bidder is solely responsible to: i) make any required adjustments to their Bid; and ii) iii) acknowledge the addendum/addenda; and Ensure the re-submitted bid is RECEIVED by the Bidding System no later than 3:00:00 p.m. (15:00:00 hours) local time, on the Bid Closing Date. NOTE: Additional company contacts are recommended for the reasons outlined below: Do not invite any additional contacts that you do not want to have access to view, edit, submit and/or withdraw or who may be in direct competition for example (a company may have two divisions that could compete for the same Bid Opportunity ). You are strongly urged when creating or updating a Bidding System Vendor account to add additional company contacts to create their own login to the Bidding System. This will permit your invited contacts that have created their own login to manage (register, submit, edit and withdraw) Bids which your Company is a Registered Plan Taker for. In the event you are on vacation, or due to illness, etc. these additional contacts may act on your Company s behalf and have the authority to; receive addendum notifications from the Bidding System, and where permitted by the terms and conditions of the Bid Call Document, to submit Bids electronically through the Bidding System and/or withdraw and/or edit and/or acknowledge addendum/addenda, on your behalf. If you are an invited company contact it is imperative that you create your login from the link contained in the invitation. Do NOT go directly to Newmarket s Bid Opportunity website and create a separate vendor account. 15. Withdrawal/Edit Bids Bidders may edit or withdraw their Bid submission prior to the closing time and date. However the Bidder is solely responsible to: i) Ensure the re-submitted bid is RECEIVED by the Bidding System no later than 3:00:00 p.m. (15:00:00 hours) local time, on the bid closing date. 16. Checking of Bids 16.1 Bids are opened and checked by the Procurement Representative and Consultant (if applicable) to ensure that: i. The required Bid Deposit and Agreement to Bond or Alternative Form are properly executed and satisfy the requirements of the Bid Documents. ii. Bids comply with the Bid Documents, and that all items as specified have been bid on and are complete, unless part Bids are permitted under the Solicitation. Corporation of the Town of Newmarket Page 10 of 21

11 Any Bid Irregularities shall be dealt in the manner described in the Bid Call Documents. iii. All mathematical extension calculations are correct. Where there is an obvious error in the extended price the unit price stipulated shall govern and shall be calculated accordingly with the estimate quantity. Where there is an obvious calculation error in the addition of individual lump sum prices into a subtotal price, the Owner may make the appropriate mathematical correction to the subtotal price and/or subtotal contract price, as the case may be, so that the calculation is correct. 17. Bid Irregularities Bid Irregularities shall be dealt with in accordance with Procurement Bylaw , Schedule B Bid Irregularities (applicable to Electronic bidding), as amended. All Bid Irregularities shall be forwarded to the Bid Review Panel for review, consideration, and determination in accordance with Section 9 Bid Review Panel of the Procurement By-law. 18. Consideration of Award 18.1 In evaluating Bids received, the Owner is entitled to accept the Bid the Owner deems the most favourable to the interests of the Owner or that may provide the greatest value advantage and benefit to the Owner based upon but not limited to the following criteria; a) Price b) Ability c) Lead times d) Quality of Work and/or Product, (guarantees, warranties, etc.) e) Service (service depot location) f) Accessibility g) Previous experience h) Performance Evaluations i) Completion history (including extended completion dates) j) Qualification k) Alternative Bid and/or a Green Alternative Bid. l) Meet Owners Specifications 18.2 Contract award shall be communicated by written notification from the Owner to the selected Bidder, if any. The decision of the Owner is final. Corporation of the Town of Newmarket Page 11 of 21

12 18.3 In the event that the Sub Total Contract Bid amount from the lowest Responsive and Responsible Bidder exceeds the Owner s budget for the Solicitation, the Owner reserves the right to: Where in the opinion of the Owner it is possible to do so, award part of the Solicitation to the Responsible and Responsive Bidder that submitted the lowest Sub Total Contract Amount, for the Solicitation as originally bid or Cancel the Solicitation in its entirety Owner s Additional Considerations: The Owner reserves the right to consider, during the evaluation of Bids: ii. iii. iv. Information provided in the Bid Submission itself; Information provided through clarification with a Bidder; Information provided in response to enquiries of credit, experience and industry references set out in the Bid Submission; v. Information received in response to enquiries made by the Owner of third parties, apart from those disclosed in the Bid in relation to the reputation, reliability, experience and capabilities of the Bidder; vi. vii. The manner in which the Bidder provides services to others; The experience and qualification of the Bidder s senior management, and project management; viii. The compliance of the Bidder with the Owner s requirements and specifications; ix. Safety records. Bidders with poor safety records shall not be considered for award. x. Staff or sub consultant qualifications and experience; xi. xii. Equipment of the Bidder; Bidders determined not to be Responsible (i.e. not fully capable to meet all of the requirements of the Bid including but not limited to; financial and technical) shall not be considered for award The Bidder acknowledges and agrees that the Owner may rely upon such criteria as the Owner deems relevant, even though such criteria may not have been disclosed to the Bidder in the Bid Document Bidder Profile A Bidder shall submit, in addition to any information required to be included in the Bid submission, if requested by the Owner, evidence of experience, ability, quality of Work, service, past experience, and qualifications necessary to meet satisfactorily the requirements set forth or implied in the Bid Call Documents Approvals Corporation of the Town of Newmarket Page 12 of 21

13 Bidders acknowledge that the Work, or portions thereof, are subject to the procurement and issuance of certain permits, authorizations, licenses, easements and other approvals (the Approvals ) as may be required from third parties, including applicable government agencies, under applicable laws, statutes & regulations in order to commence and perform the Work. In the event, and to the extent, any such Approvals are not issued in order to permit commencement or performance of the Work, the Owner reserves the right to either: i. Not award the Contract and cancel the Bid; or ii. iii. Award the Contract in whole or in part, subject to the right of the Owner to cancel all or part of the Contract at any time after award; or Delay the consideration of the award of the Contract until such time as the required Approvals have been obtained. 19. Owner s Rights and Privileges 19.1 The Owner hereby reserves the right, privilege, entitlement and absolute discretion, for any reason whatsoever, to: i. Award to the lowest Responsible and Responsive Bidder, ii. iii. iv. Accept a Bid which is not the lowest submitted Bid, or reject a Bid that is the lowest Bid even if it is the only Bid received; Cancel this Bid at any time, either before or after the Closing Time and Date; Accept or reject any and all Bids, whether in whole or in part, and award any part of any Bid; v. Award the Contract in its entirety or in part, to one or more Bidders, in accordance with the Bid Call Document, where more than one primary Contractor is provided for; vi. vii. viii. ix. Subject to, Bid Irregularities, accept any unbalanced, irregular, or informal Bids, or waive any informalities, requirements, discrepancies, errors, omissions, or any other defects or deficiencies or any other forms of noncompliance with the Tender Documents in relation to any Bid Form or Bid Submission; Seek clarification from any Bidder with respect to a Bid Submission after the Closing Time and Date without becoming obligated to seek clarification of any other Bid; Reject any Bidder who is involved in litigation with the Owner; Reject any Bidder to due to past performance, in accordance with the Owner s Contractor Performance Procedure. x. Reject any Bidder who was a Consulting firm involved in preparing or assisting in developing the scope of Work and/or specifications for the project which is the subject of the Contract. Corporation of the Town of Newmarket Page 13 of 21

14 19.2 By submitting a Bid, the Bidder acknowledges and accepts the Owner s rights and Privileges, under this Section and, subject to paragraph below, absolutely waives and releases any right, or cause of action against the Owner and its consultants, by reason of the Owner s failure to accept or reject the Bid submitted by the Bidder, or the acceptance or rejection of any other Bid, or the manner in which this Tender was conducted, whether such right or cause of action arises in contract, negligence, or otherwise Without limiting the generality of the above paragraph, by submitting a Bid, the Bidder further acknowledges and agrees that should a Court of competent jurisdiction determine that the above paragraph is not enforceable by the Owner, the limit of the Owner s liability and the liability of its consultants to the Bidder for damages of any kind whatsoever arising out of the Bid Call, including, but not limited to, the costs of preparing a Bid, damages for lost opportunity, and damages for lost profits or overhead, arising from, contributed by or related to any act or omission of the Owner or its consultants of any kind whatsoever in the course of the Bid Call, including, without limitation, in the manner in which the Bid Call was conducted or any award of Contract that was made, is the lesser of: i. the demonstrable cost to the Bidder of preparing its Bid; and ii. $50, Bid Acceptance Open to Acceptance 20.1 Each Bid shall be open for acceptance by the Owner until the selected Bidder executes the formal Contract or until Sixty (60) Calendar Days after the Closing Date and Time, whichever event occurs first All awards are subject to the approval of Department Head, the C.A.O., Committee and/or Council (if applicable) and the availability of funds All expenses involved with the preparation and submission of Bids to the Owner, or any work performed in connection therewith shall be borne by the Bidder. No payment shall be made for any Bid received, nor for any other effort required of, or made by, the Bidder prior to the commencement of the Work. 21. Avoid Vague Terms The use of N/A should be avoided. N/A can mean several things: Not Available, Not Applicable because there is no charge for the item, or Not Applicable because the item is not proposed. 22. Execution of Agreement 22.1 The selected Bidder, if any, shall endeavour to sign the CCDC2 Agreement Form, in quadruplicate (4) and provide the following documents, within ten (10) Calendar Days of written notification of acceptance and prior to the commencement of any Work. Corporation of the Town of Newmarket Page 14 of 21

15 22.2 The following documents, as listed, shall be submitted by the selected Bidder prior to or at the time of signing the Contract; i. Owners Standard Insurance Certificate Form. ii. A Performance Bond for the due completion of the Work in accordance with the terms and conditions of the Contract, which bond shall be in an amount equal to 50% of the Sub Total Contract Price (excluding all applicable taxes) in the form of CCDC 221 or the most recent Ontario Provincial Standard Form or the Surety Association of Canada s new process enhanced performance bond; and A Labour and Material Payment Bond, which Bond shall be in an amount equal to 50% of the Sub Total Contract Price (excluding all applicable taxes) in the form of CCDC 222 or the most recent Ontario Provincial Standard Form. iii. A current copy of the Workplace Safety and Insurance Certificate of Clearance; iv. The Bidder s Health and Safety Policy; v. The Work Schedule; vi. The Notice of Project filed with the Ministry of Labour; and vii. The name and contract information of the responsible representative at the Surety for purposes of communication The above Contract Security shall be kept in force throughout the duration of the Contract including the guarantee, warranty or maintenance period of the Contract and/or until the Contract is deemed complete by the Owner Should the selected Bidder either; attempt to withdraw their Bid submission, or fail to or refuse to execute the Contract and/or provide the necessary documentation, within the time specified, the selected Bidder s Bid Deposit shall be forfeited and retained and applied for use by the Owner. In addition, at the discretion of the Owner, the Bidder may be suspended for a period of two (2) years in accordance with the Contractor Performance Procedure set out in the Owner s Procurement Bylaw Number , as it may be amended, restated, supplemented or replaced from time to time. The Owner reserves the right to either award to the next lowest Responsible and Responsive Bidder or cancel the solicitation The Owner may grant additional time to fulfill the necessary requirements, if in the opinion of the Owner, the extension does not compromise the interests of the Owner The Contractor shall be responsible for ensuring all change orders approved by the Owner, are provided to their Surety. The Contractor shall be responsible for obtaining and providing the Owner, at the Contractor s cost, an adjusted Bond to reflect 50% of the revised Sub Total contract amount when: The Owner approves any single change order which adds $100, or more to the original and/or current Sub Total of the Contract, or; Corporation of the Town of Newmarket Page 15 of 21

16 The aggregate value of all change orders that have been approved by the Owner has added $100, or more to the original and/or current Sub Total of the Contract. 23. Notice Any written notice, or any other material to be given or delivered pursuant to the agreement, shall be deemed properly given if delivered personally or mailed by registered mail as follows: If to the Corporation of the Town of Newmarket: Attention: Sunny Khemai, Manager, Procurement Services Department And a copy submitted to: Colin Service, Director, Culture and Recreation Services. If to the Selected Bidder, It will be to the Attention and the address of the Bidder s representative submitting the Bid. Such other addresses of which the party to be notified shall have given written notice to the other party in accordance with the above and such notice shall be deemed to have been given at the time it was delivered or Three (3) Working Days from the date of mailing as the case may be. 24. Insurance 24.1 The Contractor upon award of the Contract shall at its own expense obtain and maintain Insurance until the termination of the Contract, with insurers acceptable to the Owner, the following insurance (checked off) and provide evidence thereof, naming the Owner as additional insured: (a) _X_ Comprehensive general liability insurance on an occurrence basis for an amount of not less than Five Million Dollars ($5,000,000) and shall include the Owner, the Corporation of the Town of Newmarket, as an Additional Insured with respect to the Contractor s operations, acts and omissions relating to its obligations under the Contract, such policy to include, but not be limited to, non-owned automobile liability; bodily injury including death, personal injury; broad form property damage including loss of use thereof; contractual liability; owners and contractors protective liability; products and completed operations liability; contingent employers liability; and, cross liability and severability of interest clauses. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner. Coverage shall also include: i) Sudden & Accidental Pollution, 120 Hour Reporting; ii) Shoring, blasting, excavation, underpinning, demolition, pile driving, caisson work and work below ground surface including tunnelling and grading; Corporation of the Town of Newmarket Page 16 of 21

17 iii) Demolition of Buildings or removal of property; (b) _X_ Standard OAP 1 Automobile liability insurance for an amount not less than Two Million Dollars ($2,000,000) on the Owners form meeting statutory requirements covering all licensed vehicles owned, operated or leased by the Contractor and used in any manner in connection with the performance of the terms of the Contract. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner. (c) Professional liability insurance in an amount not less than One Million Dollars ($1,000,000) per claim covering losses arising out of an insurable error or omission in the rendering of, or failure to render, professional services in connection with the Contract. If requested confirmation of Professional Liability insurance is to be provided on the Primary Insurers form. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner. (d) _X_ The Contractor shall provide Broad Form (all risk) covering Construction Equipment used by the Contractor for the performance of the Work including costs to cleanup and restore property damaged by sudden and accidental escape of pollutants and shall be in a form acceptable to the Owner and shall not allow subrogation claims by the Insurer against the Owner. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner. (e) _X_ The Contractor shall provide and maintain Environmental Impairment Liability / Contractors Pollution Liability during the term of the contract subject to limits of not less than Five Million Dollars ($5,000,000) inclusive per claim and shall include coverage for but not limited to, bodily injury including death, property damage and remediation costs which are reasonable and necessary to investigate, neutralize, remove, remediate (including associated monitoring) or dispose of soil, surface water, groundwater or other contamination. The policy shall remain in force for twelve (12) months following completion of work. The Owner shall be named as an additional insured. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner. (f) The Contractor shall provide and maintain during the term of the contract Broad Form Property Insurance for all property in the care, custody or control of the Contractor. The policy shall not allow subrogation claims by the Insurer against the Owner. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner. (g) The Contractor shall provide and maintain during the term of the contract Boiler & Machinery Insurance and shall have limits of not less than the replacement value of the permanent or temporary boilers and pressure vessels, and other insurable objects. Coverage shall not be less than the insurance provided by a comprehensive boiler and machinery policy. The deductible is not to exceed Five Thousand ($5,000) or as agreed to by the Owner The Contractor shall be entirely responsible for the cost of any deductible that is maintained in any insurance policy The policies shown above shall be endorsed to provide the Owner with not less than thirty (30) days written notice of cancellation, change or amendment restricting coverage. However, if for any reason the insurer, on behalf of the Contractor, Corporation of the Town of Newmarket Page 17 of 21

18 cannot endorse their policies to provide the Owner with not less than thirty (30) days written notice of change or amendment restricting coverage, the responsibility thereof shall automatically transfer to the Contractor and becomes the Contractor s strict obligation to deliver to the Owner by registered mail with not less than thirty (30) days written notice of change or amendment restricting coverage The Contractor shall not commence work under the Contract until such time as evidence of insurance, preferably, on the Owner s Certificate of Insurance form has been completed and filed with and approved by the Owner. The Contractor shall provide evidence of the continuance of this insurance at each policy renewal date, or notice if the policies have been amended, or extended all or any part of the insurance, for the duration of the contract. If required by the Owner, the Contractor shall provide certified true copy(s) of the policy(s) certified by an authorized representative of the insurer together with copies of any amending endorsements applicable to the work If the Contractors fails to maintain insurance as required by the Contract the Owner shall have the right to provide and maintain such insurance and give evidence to the Contractor. The Contractor shall pay the cost thereof to Owner on demand or the Owner may deduct the cost from the amount which is due to or may become due to the Contractor The Owner reserves the right to request such higher limits of insurance or other types of policies appropriate to work as the Owner may reasonably require All policies shall be with insurers licensed to underwrite insurance in the Province of Ontario and shall be in a form acceptable to the Owner All policies shall apply as primary and not as excess of any insurance available to the Owner If requested the Contractor shall provide the Owner with a letter from their insurance provider confirming the Contractor s ability to meet the insurance requirements as set out in the Contract. Additional Insurance Coverage In addition to the Corporation of the Town of Newmarket the Bidder shall name as co-insured the Regional Municipality of York and. 25. Liquidated Damages It is agreed by the parties to the Contract that in case all the Work called for under the Contractor is not finished or completed within the number of Working Days or the completion date as set forth in the Form of Bid, damage shall be sustained by the Corporation and that it is and shall be impracticable and extremely difficult to ascertain and determine the actual damage which the Corporation shall sustain in the event of and by any reason of such delay and the parties hereto agree that the Contractor shall pay to the Corporation the sum of One Thousand Dollars ($ ) for liquidated damages for each calendar day delay in finishing the Work Corporation of the Town of Newmarket Page 18 of 21

19 in excess of the number of Working Days or the completion date prescribed and it is agreed that this amount is an estimate of the actual damage to the Corporation which shall accrue during the period in excess of the prescribed completion date or the number of Working Days. Corporation may deduct any amount due under this paragraph from any monies that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other right, claim, action or any other remedy that may be available to the Corporation. Extension of Contract time may be considered by the Contract in accordance with the provisions of the General Conditions of Contract. END OF PART I: SPECIFIC Corporation of the Town of Newmarket Page 19 of 21

20 I: SCHEDULE OF PLANS, SPECIFICATIONS AND DOCUMENTS: The Work specified in this Contract will be performed in strict accordance with the following Plans, Specifications and Documents: General Conditions CCDC2 General Conditions Supplemental Conditions to CCDC2 General Conditions (contained in Appendix 1) Specifications Appendix 1 - Specifications Plans and Standard Drawings Appendix 2 Architectural Appendix 3 Electrical Appendix 4 Mechanical End of Part II: Schedule of Plans, Specifications and Documents The Corporation of the Town of Newmarket Page 20 of 21

21 II: PREVIEW OF ON-LINE BIDDING SYSTEM SCHEDULES Please find below a preview only of certain schedules (collectively, Schedules ) that will need to be completed online only through the Bidding System by the Bidder as part of your Bid submission. The Bidder acknowledges that the preview below is provided as a courtesy only (to assist the Bidder in determining the size and scope of the project, etc.) and shall not be relied upon in any way Please note that the Schedules shown below are subject to change/addition/deletion by addendum(s) issued by the Owner. Following the issuance of each addendum, such changes may be reflected in the electronic Schedules to be completed, but will not be reflected in this document. It is the Bidder s responsibility to review all addendums and ensure that the Bid is submitted based on the current requirements.. For greater certainty, the Bidder shall submit their Bid by completing all Schedules and fields in the online Bidding System. Any Bid submitted on the basis of the preview Schedules below may in the Owner s sole discretion, be disqualified and rejected on the basis of being incomplete. The Corporation of the Town of Newmarket Page 21 of 21

22 T Magna Centre Southlake Renovation Issue Date: January 12, :00 AM Closing Date: January 30, :00 PM

23 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. HST is additional. In lawful money of Canada. The first table is a Summary Table which provides your Sub-Total for each pricing table and also indicates whether or not the table is mandatory or not. Asterisk s within the table denotes a MANDATORY line item. If the line item and/or table is "NON-MANDATORY" and you are not bidding on it, leave the table and/or line item blank. Do not enter a $0.00 dollar value unless you are prepared to provide the line item at zero dollars to the Owner. If a table is NON-MANDATORY and you are bidding on it, you must bid on all line items with an asterisk. If there are multiple tables, you must click the "EDIT PRICING" button inside the Summary Table to display the applicable Pricing Table that you wish to bid on. Schedule of Prices - Lump Sum Description Quantity Unit Lump Sum Price * Extended Lump Sum Price Lump sum price for the work described (HST excluded). Itemized prices are to be included in the lump sum price. 1 Lump Sum Subtotal Contract Amount: * Schedule of Itemized Prices Line Item Description Unit Quantity Lump Sum Price * Extended Lump Sum Price 1 Itemized Price No 1: Supply and installation of New Door and Hardware, as described in Contract Documents A44-01, Sheet Notes 11 and Itemized Price No 2: Supply and installation of New Running Man Exit Lights, as described in Contract Documents: E-03, Sheet Note Itemized Price No 3: Supply and installation of New Fire Dampers, as described in Contract Documents M-02, Sheet Note 12. Lump Sum 1 Lump Sum 1 Lump Sum 1 * * * Summary Table Bid Form Schedule of Prices - Lump Sum Subtotal Contract Amount: Amount

24 References All references stated shall be for the same or similar scope as the one described in this Bid. Municipal references are preferred. For newly formed business entity including, corporations, partnerships and sole proprietors or a Contractor teaming arrangement you shall state below in the Client Column that you were not the Contractor for the named project and should state whose past experience on the named project is relevant to that reference. References Description of Project/Work * Project Ammount and Date * Client Name, Contact Name & Number * * * * Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate TBD (To Be Determined) or TBA (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. One Subcontractor name shall be indicated for each Subcontractor category. The Bidder shall state only one (1) subcontractor for each type of work Subcontractors By clicking here I confirm that there are no Subcontractor(s) and the Bidder shall perform the project with their OWN FORCES. Type Of Work Subcontractor Firm Name Telephone Number * Documents Ensure your Bid submission document(s) conforms to the following: 1. The maximum file upload size is 512MB. To reduce the document size, Bidders should follow the instructions below on zipping their document(s). 2. Documents should be in PDF format. Documents should NOT be provided in any other format. In addition, do NOT upload video or audio files. You may state a web address link in your proposal submission or upload a document stating this web link for Town staff to view and/or listen to your video and/or audio information in your bid. 3. Documents should NOT have a security password, as the Owner may not be able to open the file. It is the Bidder s sole responsibility to ensure that their uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by the Owner. 4. The Owner may reject any Bid where any document(s) cannot be opened and viewed by the Owner. 5. If a Bidder requires to upload more than one (1) document, the Bidder should combine the documents into one Zipped file, as per instructions stated below. If uploading a zipped file containing more than one (1) document, please ensure each document is named, in relation to the submission format item responding to, for example, if responding to the Previous Experience category save the document as Previous Experience. To compress (or zip) a file or folder, follow these steps

Procedure for Electronic Bid Submission

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

More information

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

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

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

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS Indemnification and Insurance Clauses (to be included in Supplementary

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

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 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

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

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

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

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

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

More information

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 BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI 15-101 ISSUE DATE: Tuesday, April 21 st, 2015 CLOSING DATE: Friday May 1 st, 2015 TIME: LOCATION: 12:00 p.m. (local time) Township of North

More information

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

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

More information

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

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

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

More information

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

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

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

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 For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

INSTRUCTIONS TO BIDDERS

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

More information

Request for Tender. Humidifier Replacement February 19, 2013

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

More information

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. 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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

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

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

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

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

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

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

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

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

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

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

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

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

TENDER FOR THE TOWNSHIP OF SEVERN

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

More information

Request for 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

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

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

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

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

Request for Proposal. for. Co-Generation Detailed Engineering Study

Request for Proposal. for. Co-Generation Detailed Engineering Study Request for Proposal for Co-Generation Detailed Engineering Study Request for Proposal No.: 2017-RFP-26 Issued: Monday August 14, 2017 Submission Deadline: Thursday September 14, 2017 Submission Location:

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

GENERAL CONDITIONS UNIT PRICE CONTRACT

GENERAL CONDITIONS UNIT PRICE CONTRACT GENERAL CONDITIONS OF UNIT PRICE CONTRACT INDEX GENERAL CONDITIONS OF CONTRACT SECTION PAGE 1 1 Definitions 2 2 Documents 3 3 Additional Instructions and Schedule of Work 4 3 Documents Provided 5 3 Documents

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

More information

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

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

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

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

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

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

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSALS FOR CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS RFP 15/16-41

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

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

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

More information

GOVERNMENT OF THE NORTHWEST TERRITORIES (GNWT) SHORT-FORM REQUEST FOR PROPOSALS

GOVERNMENT OF THE NORTHWEST TERRITORIES (GNWT) SHORT-FORM REQUEST FOR PROPOSALS GOVERNMENT OF THE NORTHWEST TERRITORIES (GNWT) SHORT-FORM REQUEST FOR PROPOSALS Short-Form Request for Proposals This document contains general instructions and terms and conditions that apply to the Short-Form

More information

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

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

More information

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

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 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

Home Improvement Contract Contractor Any Notice of Cancellation can be sent to this address. Owner

Home Improvement Contract Contractor Any Notice of Cancellation can be sent to this address. Owner Home Improvement Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Any Notice of Cancellation can be sent to this address. City, Zip Work

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

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

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

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

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

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

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

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

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

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

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

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

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

More information

GENERAL INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS IB-1. EXAMINATION OF CONTRACT DOCUMENTS. Before submitting a Proposal, all Bidders shall examine the complete Contract documents, including Form of Proposal, Form of Bidder

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

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 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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS 1 GENERAL TERMS AND CONDITIONS PART I DEFINITIONS The terms below shall have the following meanings: Bid means the offer of a Bidder to furnish goods or services in response to a Quotation issued by the

More information

REQUEST FOR PROPOSALS SCHEMATIC ARCHITECTURAL SERVICES FOR ADDITIONS AND RENOVATIONS JONATHAN TRUMBULL LIBRARY TOWN OF LEBANON, CONNECTICUT

REQUEST FOR PROPOSALS SCHEMATIC ARCHITECTURAL SERVICES FOR ADDITIONS AND RENOVATIONS JONATHAN TRUMBULL LIBRARY TOWN OF LEBANON, CONNECTICUT REQUEST FOR PROPOSALS SCHEMATIC ARCHITECTURAL SERVICES FOR ADDITIONS AND RENOVATIONS JONATHAN TRUMBULL LIBRARY TOWN OF LEBANON, CONNECTICUT Proposals due by: MARCH 21, 2013 at 3:00 P.M. JAMES R. RUSSO,

More information