Maxville Sports Complex REQUEST FOR TENDER

Size: px
Start display at page:

Download "Maxville Sports Complex REQUEST FOR TENDER"

Transcription

1 Maxville Sports Complex REQUEST FOR TENDER Chiller Replacement RFT- MSC /11/2016

2 Site Meeting A mandatory site meeting will be held at the Maxville arena at 25 Fair St. Maxville, ON. Site meeting time will be 2:00pm on Tuesday April 19, If a contractor fails to be in attendance their bid submission will not be accepted. Scope of Work This specification covers the Owner s requirements for the supply and installation of a Shell and Tube Chiller, as directed by the owner; 1. Execution: 1. The contractor will remove safely from the system the entire ammonia charge into a recovery system. This work will be performed at no extra cost to the Owner. The pump out system will be designed and licensed for recovery of industrial anhydrous ammonia. Portable tanks found in the agriculture industry will NOT be permitted as an equal. Utilizing a portable refrigeration system, capable of drawing the entire system into a vacuum, will recover all liquid and vapour from the existing system. This will ensure there are no vapours released into the atmosphere. Existing arena equipment shall not be used to pump down the system. 2. Provide with tender submission a detailed description of the ammonia recovery plan. 3. The successful contractor shall pump down system, cut piping free from the existing chiller and have the chiller and surge drum removed from the engine room and removed from the site and disposed of as per environmental regulations. 4. Recovered equipment and any scrap material is to become the possession of the refrigeration contractor, and is to be disposed of at no extra cost to the Owner. 2. Owners Obligation: 1. Provide opening or openings to allow entry of equipment into building and to its final location in the building. 2. Breaking up and removal of existing chiller concrete bases, piers, etc. and rubble. (as required 3. Shell and Tube Chiller: 1. Provide a 70TR replacement chiller. The chiller is to be 16 x 12 two (2 pass and designed to cool 800 USGPM of Brine(CaCl2 21% at 17.5 F OUT and 10.3 max pressure drop. (ACE Refrigeration Product chillers will not be accepted 2. Matching surge drum to be 16 x 9 and shall be connected with two (2 risers. 3. Re-use main suction valve 4. Re-use brine temperature indicators (if currently functioning 5. Re-use existing relief valve assembly (as long as they are current 6. Re-use high level float switch 7. Re-use ammonia float 8. Re-use dead-man s oil drain valve 9. Provide one (1 brine analysis report to owner 1

3 4. Refrigerant Valves and Controls: A. Refrigerant Process Valves 1. Refrigerant stop valves shall be entirely suitable for ammonia service, and shall have CRN registration. Ends shall be butt welded or screwed to suit the piping. Stop valves shall be Hansen, or equivalent. Refrigerant control valves shall be Armstrong or Hansen. Insulated valves shall have extended necks and shafts, where the thickness of insulation interferes with the operation of the handle. B. Water & Glycol Valves 1. Shut off valves up to 2" Ø shall be of the ball or gate type, with screwed ends, and fully suitable for the service intended. Shut off valves 2 ½" Ø and over, shall be of the full lug butterfly type having iron body, SS stem, replaceable Buna 'N' seat, and plain ends suitable for mounting between 150 lb ANSI flanges. Insulated valves shall have extended necks and shafts, where the thickness of insulation interferes with the operation of the handle. 5. Cold Refrigeration System Pipe Insulation: 1. The ammonia suction piping and cold brine mains within the refrigeration room shall be insulated and protected with a PVC jacket: Insulation shall be 2 thick ITW Trymer 2000XP Polyisocyanurerate with ITW Saran Film 560CX. Armaflex or any other Alternative will not be accepted. 2. The ammonia chiller shall be shipped factory insulated and protected with the correct insulation: Factory Insulate surge vessel with 2 thick foamed in place urethane, complete with fibreglass jacket finish. Armaflex or any other alternative will not be accepted. 6. Electrical Requirements: 1. Electrical power supply to be 575V/3 Phase/60 Cycle. 2. Electrical control supply to be 120V/1 Phase/60 Cycle. 3. All electrical connections to the new unit to be undertaken by an accredited contractor. 4. All controls shall be mounted, piped and wired to the panel. All relays, timers, terminal strips and wiring to be supplied and installed in accordance with the latest Municipal and Provincial codes. 7. Painting: All new field fabricated steel piping shall be painted with a primer, and final coat as per that of the Owner. 8. Identification: All new primary refrigerant lines and secondary cooling lines pertaining to the ice rink refrigeration system will be identified after painting and insulation as to the substance in the pipe, and the direction of flow. 2

4 9. Testing and Instruction: The contractor shall test run the newly installed equipment and provide direction and supervision of the Owner s operating personnel in accordance with manufacturer s suggestions. 10. Tender Drawings and Inspection: 1. A complete as-built drawing of the new installation is to accompany the final installation specification, including all piping changes and shall form part of the tender and construction documents. 2. Relevant documentation from the Technical Standards and Safety Authority, verifying that a pressure test of any new piping has been undertaken and inspected by the local TSSA representative. 3. All documentation pertaining to the acquisition of a new Provincial Registration number is to accompany the final installation. 4. All equipment drawings and details to be reviewed and stamped by a PEO, professional engineer accredited in the Province of Ontario. 11. Warranty: The contractor shall be able to respond to the site within 2 hours to provide complete support services on a 24hour, 7-day-a-week basis throughout the warranty period. 12. Referenced Standards: Comply with all codes and standards (latest versions applicable to this type of work, including: 1. ANSI B ASHRAE 15 Safety Code for Mechanical Refrigeration. 3. ASME B31.5 Refrigeration Pressure Piping Code. 4. Mechanical Refrigeration Code - CSA-B Boiler and Pressure Vessels Act. 6. Ontario Hydro Electrical Safety Code. 7. WCB Regulations. 8. Register the Design with TSSA. 9. Any other local or provincial requirements. 13. Other: Tenders to include: 1. Estimated time to do job. (Job to be completed by August 12, Terms of warranty of products used and workmanship. 3. Background information for your company including references and examples of previous like jobs completed. 3

5 Lowest or any tender not necessarily accepted. Tenders will be rated on a number of factors including but not limited to the following: 11. Time: 1. Ability to provide required equipment and proper installation in all necessary aspects of the job. 2. Ability to do the work within allotted time frame with the proposed start date after April 30, 2016 (determined by the end of current ice season. 3. Ability to provide references from similar jobs completed. 4. End costs for completed job. 1. Time is of the essence and the project must be completed as soon as possible. 2. The deadline to complete the proposed work is August 12, Indicate estimated start and completion dates on Form of Tender and Agreement page 2 - Schedule of Contract Prices. Completion date must be before deadline. 4. Contractor's estimated time for start and completion of work will be taken into consideration when evaluating the Tenders. SEALED TENDERS, addressed - Tender Contract - RFT- MSC , will be received by the Township of North Glengarry, until 12:00 p.m. local time on: Thursday, April 28, 2016 For the following work; Supply and install a Shell and Tube Chiller located at the Maxville Sports Complex, Maxville, Ontario. 4

6 INSTRUCTIONS TO BIDDERS 1. Tender Submission Requirements i. Tender submissions shall be addressed to; Terry Gilmer, Director of Recreation Township of North Glengarry 90 Main Street South Alexandria, Ontario K0C 1A0 ii. Tenders shall be submitted along with a certified cheque, bond, or letter of credit payable to the Township of North Glengarry for 10% of the bid price. These funds will be retained by the Township until an agreement is executed. 2. Evaluation Criteria Tender submissions will be evaluated based on cost, upon satisfactory reference verification. 3. Health and Safety i. If our inspectors observe possible infractions, they will undertake to notify the Bidder of his responsibilities for the infractions so noted, keep records of them, and if corrective actions are not immediately taken, notify the Ministry of Labour. In situations where the Bidder has made no effort to rectify an unsafe situation, as identified by municipal staff, the Corporation has instructed its staff to order the Bidder to immediately cease work until such time as the unsafe situation has been rectified. The Bidder acknowledges that non adherence to the OHSA and lack of a policy may disqualify the Tender. ii. iii. iv. As a further measure of the Corporation s commitment to safety, if our inspectors observe possible infractions, they will notify the Bidder of his responsibilities for the infractions so noted, keep records of them and if corrective actions are not immediately taken, the Corporation has instructed its staff to order the Bidder to immediately cease work until such time as the unsafe situation has been rectified. Accordingly, financial loss or damages of any kind whatsoever to the Contractor or sub-contractors, shall be the sole responsibility of the Contractor. By the Bidder submitting this Tender, it is expressly agreed that the Corporation shall not be held liable for any such loss or damage as a result of the Corporation ordering a work on the project to halt. The Corporation is firmly committed to corporate health and safety. The Bidder shall have corporate health and safety policies and procedures as required in the OHSA and Regulations for Construction Projects, R.S.O. 1980, as amended, and shall produce same to the Corporation, upon request. The Contractor shall: Ensure that all work be undertaken in strict accordance with all current editions of all health and safety legislated requirements including, but not limited to: the OHSA and regulations; 5

7 the Environmental Protection Act; the Transportation of Dangerous Goods Act; all applicable acts, regulations, codes, standards et cetera, both general and specific to any given project. 4. Right to Accept or Reject Tenders The Corporation reserves the right to reject any or all Tenders if the Corporation s funding is insufficient, or becomes unavailable, for any reason. If the Bidder has abandoned, defaulted, or caused the cancellation of any contract within the last two years with the municipality, the Tender may be rejected. If the Bidder is currently involved in litigation with the Corporation for any reason, the Tender may be rejected. 5. Insurance The Bidder shall procure and maintain Liability and shall file with the Corporation, together with the Agreement executed by him; the required information on Insurance Bureau of Canada Form IBC 2100 dated , or such substantially similar form as may be acceptable to the Corporation, in its sole discretion. The Liability Insurance shall: a have a limit of liability of not less than Two Million Dollars ($2,000,000 inclusive for any occurrence; b Commercial General Liability Insurance covering all operations and liability assumed under the Contract with the Corporation. The Commercial General Liability Insurance Policy shall be written on an occurrence form and include: Premises and Operations Products and Completed Operations Blanket Contractual Broad Form Property Damage Contingent Employer's Liability Cross Liability Severability of Interests Owners and Contractors Protective Personal Injury Employer's Liability Employees as additional insured s Non-owned Automobile including OEF #96 c Include insurance against liability for bodily injury and property damage caused by vehicles owned by the Contractor and used in conjunction with the work either within or outside the contract limits, and shall have a limit of liability of not less than $2,000,000 inclusive for any one occurrence; d Be endorsed to include the Corporation as additional insured. 6

8 6. Workplace Safety & Insurance Board Certificates of good standing from the Workplace Safety and Insurance Board will be required at the time of signing the agreement. 7. Execute Agreement The party to whom the Contract is awarded shall execute the Agreement and furnish a surety in the amount of $ one of the following forms: Guarantee Bond, or Certified Cheque or Letter of Credit, within ten (10 days, not including Sunday or standard municipally adopted legal holidays, from the date of mailing of the notice from the Corporation to the Bidder according to the address given by him, that the Contract is ready for signature. This surety shall be drawn on upon unsatisfactory performance, failure to pay subcontractors and otherwise act as a penalty the poor performance of labour, products, materials etc. This shall be the sole discretion of the Township to decide whether to draw on these funds. 8. Warranty Period The Contractor shall at a minimum of 12 months from the satisfactory completion of the works, guarantee and warrantee the products, materials and workmanship related to the project. This warrantee shall extend to all subcontractors and works related. In special circumstances, the Township may agree to extend the warrantee period with the contractor where an aspect of any portion of the project s quality may come in to question. 9. Final Release Prior to the final release of holdback by the Corporation, the contractor shall execute a Contractor s Final Release Form and return it to the Director of Recreation. 10. Omissions, Discrepancies and Interpretations Should a Bidder find omissions from or discrepancies in any of the Tender documents or should he be in doubt as to the meaning of any part of such documents, he should notify the Director of Recreation, preferably in writing and not later than eight days before the closing date for Tenders. If the Director of Recreation considers that a correction, explanation or interpretation is necessary or desirable, there will be an addendum issued to all who have directly acquired this Contract. Furthermore, any errors or omissions noticed by the Township will be corrected by the issuance of an addendum. No oral explanation or interpretation shall modify any of the requirements or provisions of this Contract. 11. Discretion The Corporation may, in its sole discretion, reject or retain for its consideration Tenders which are non-conforming because they do not contain the content or form required by the Information to Bidders or for failure to comply with the process for submission set out in this Information to Bidders. 7

9 12. Ability and Experience of Bidder It is not the purpose of the Corporation to award this Contract to any Bidder who does not furnish satisfactory evidence that he has ability and experience in this class of work and that he has sufficient capital and plant to enable him to prosecute and complete the work successfully and to complete it in the time stated in the Contract. 13. Sub-Contractors The Bidder shall submit a signed list of Sub-Contractors on the form provided and undertakes not to utilize any sub-contractor not on the approved list, without the prior written consent of the Contract Administrator. 14. Bidders to Investigate Bidders must satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer, as to the actual conditions and requirements of the work. Bidders are not to claim, at any time after submission of their Tender, that there was any misunderstanding with respect to the conditions imposed by this Contract. 15. Withdrawal of Tenders A Bidder who has already submitted a tender may submit a further tender at any time up to the Official closing date. The last tender received shall supersede and invalidate all tenders previously submitted by that Bidder for this Contract. A Bidder may withdraw his Tender anytime up to the official closing time by submitting a letter bearing his signature and seal, as in his Tender, to the Director of Recreation who will mark thereon, the time and date of receipt of the letter. 8

10 CONTRACT DOCUMENTS FOR CONTRACT NO. RFT- MSC Chiller Replacement FORM OF TENDER COMPANY NAME: ADDRESS: PHONE NUMBER: HEREINAFTER CALLED "The Bidder". 1. THIS Tender is made by the Bidder without any connection, knowledge, comparison of figures or arrangement with any other persons making a tender for the same work, and is in all respects fair and without collusion or fraud. 2. THE Bidder has carefully examined the site of the proposed works, the Plans, Drawings, Profiles, Form of Tender, Specifications, General Conditions, Agreement and Bond inclusive relating to the said Contract, and the Bidder hereby accepts the same as forming part and parcel of the said Contract. 3. THE Bidder hereby offers to enter into a Contract, being the Contract hereinbefore referred to, to supply all that is set out or called for in the Tender, on the terms and conditions and under the provisions set out or called for in the Tender, including in every case, freight, duty exchange, all applicable taxes, royalty, and all other charges the Total Contract Price hereunder stated namely the sum of: Dollars $ excluding HST (Canadian Funds H.S.T. Amount (included in the above total: $ (Canadian Funds 9

11 4. And the Bidder also agrees that; (a where the extension of items are incorrectly shown in the schedule of items, the unit price herein quoted will govern. (b if this Tender is accepted, the Bidder will execute whatever additional or extra work may be required at the unit price shown herein, in strict conformity in all respects with the requirements of this Contract, the Specifications, General Conditions, Special Provisions and Form of Agreement relating to the said agreement hereto annexed. (c deductions from the said Contract, if any, shall be made at the unit prices shown herein and/or in strict conformity in all respects with the requirements of this Tender, the specifications, General Conditions, Special Provisions and Form of Agreement hereto annexed. (d this Tender is to continue open to the earliest of sixty days (60 from the closing date or acceptance, and then shall be irrevocable until the formal agreement is executed by the successful Bidder for the said work and the bond hereinafter mentioned is executed by the approved surety, and that the Corporation may at any time, without notice, accept this Tender whether any other Tender has previously been accepted or not. (e the awarding of the Contract by the Corporation shall constitute and be an acceptance of this Tender without communication with, or any notice thereof, the Bidder. (f if this Tender is accepted, as aforesaid the Bidder will forthwith furnish an approved surety for the proper fulfilment of the Contract as required under the terms of Section 7 of the tender documents and will execute an agreement and bond, in duplicate, in form satisfactory to the said Corporation within three days after being notified so to do by, or by anyone on behalf of the said Corporation. (g should the Bidder for any reason default or fail in any manner or thing hereinbefore contained, the said Corporation shall be at liberty to retain the money deposited by the Bidder to the use of the said Corporation as liquidated damages, and to accept any other way as the Corporation may in its sole discretion deem best, and also agrees to pay to the said Corporation the difference between the price and prices set out in this Tender and any greater sum or sums which the said Corporation may expend or for which it might become liable by reason of such default or failure including the cost of any advertisement for new tenders, and fully to indemnify and save harmless the said Corporation and/or its officers, agents or servants from all loss damage, liability, cost charges or expense whatever with it, they or any of them may suffer, incur or be put to by reason of any such default or failure. (h this Contract shall be complete in every respect by August 12, The Bidder, by his signature evidenced below, certifies, covenants and solemnly swears that all information contained in the Tender document are true, accurate and correct. 10

12 Company and/or Corporate Name (Bidder Please Print Authorized Officers Name: Title: I have the authority to bind the corporation H.S.T Registration Number 11

13 Subcontractors: The bidder shall complete the following list to identify proposed subcontractors. The Township reserves the right to refuse a subcontractor and to investigate each individual subcontractor and their ability to perform the works. Contractor Address Trade 12

14 AGREEMENT FOR Chiller Replacement RFT- MSC THIS AGREEMENT made the day of 2016 BY AND BETWEEN THE CORPORATION OF THE TOWNSHIP OF NORTH GLENGARRY hereinafter called the "CORPORATION" of the First Part, and a Company duly incorporated under the laws of the Province of Ontario and having its Head Office at in the Municipality of hereinafter called the "CONTRACTOR" of the Second Part, WITNESSETH that the Corporation and Contractor undertake and agree as follows: The Contractor shall: 1. Execute and perform the whole of the work herein mentioned with due expedition and in a thoroughly workmanlike manner, in strict accordance with the provisions of this Contract and the said Specifications and General Conditions and the plans therein referred to, and are made part of this Contract as if embodied therein, and that in the execution and performance of the said work, the said Contractor carry out, perform, observe, fulfil and abide by all the covenants, agreements, stipulations, provisos, and conditions mentioned and contained in the said specifications and fulfilled by the said Contractor to the same extent and as fully as if each of them was set out and specifically repeated herein. 2. Indemnify and keep indemnified and save harmless the said Corporation and each of its officers, servants, and agents from and against all actions, suits, claim executions and demands which may be brought against or made upon the said Corporation, its officers, servants and agents, and from all loss, costs, charges, liens, damages and expenses which may be paid, sustained or incurred by the said Corporation, its officers, servants and agents by reason of or on account of a consequence of the execution and performance of the said work or the non-execution or imperfect execution thereof or of the supply or non-supply of plan or material thereof. 3. Complete, as certified by the Contract Administrator, all work on or before August 12,

15 4. The said Corporation covenants with the said Contractor that if the said work, including all extras in connection there-with shall be duly and properly executed as aforesaid, and if the said Contractor shall carry out, perform, observe, fulfill, keep and abide by all the covenants, agreements, stipulation provisions, terms and conditions of this Contract, the said Corporation will pay the said Contractor therefore the contract price mentioned in said Tender (which is to apply to all extras of the character specified in the schedule of rates forming part of the said Tender, such payment to be made in the manner and subject to the drawbacks, and liquidated damages mentioned in the said Special General Conditions upon estimates or certificates signed by the Engineer issued in accordance with Section GC8.02 of the General Conditions incorporated with and made part of this Contract, PROVIDED, that no money shall become due or be payable under this Contract unless and until an estimate or certificate therefore shall have been signed by the said Engineer as herein proved, the possession of which is hereby made a condition precedent to the right of the Contractor to be paid or to maintain any action for such money or for any part thereof, PROVIDED that the said Corporation shall not be liable or compelled to pay for any extras or additional work not included in this Contract, except only in the manner and as provided for herein, PROVIDED ALSO, that the said Corporation shall not be liable or compelled to grant or issue any estimate or certificate for work rejected or condemned by the said Engineer or to pay any money therefore until the work so rejected or condemned has been replaced by new material and workmanship, to the written satisfaction of the said Engineer and it is hereby expressly provided that the granting of any estimate or certificate, or the payment of any monies thereunder, shall not be construed as an acceptance of any bad or defective work or material, to which the same relates, or as an admission of liability to pay any monies in respect thereof, and shall not in any manner lessen the liability of the Contractor to replace such work or material although the condition of the same may not have been known to, or discovered by the said Engineer at the time such estimate or certificate was granted or monies paid thereon. 5. It is understood and agreed between the parties hereto as follows: That this agreement and the covenants and conditions herein, and in the said General Conditions contained shall extend to and be binding upon the heirs, executors, administrators, successors, and assigns, of the said Contractor and the said Corporation respectively. 6. And it is further understood and agreed between parties that the Contract Administrator has the authority granted by Council to fully administer all aspects of this Contract, up to and including termination, in accordance with the contract provisions. IN WITNESS WHEREOF the Contractor and the Corporation have hereto affixed their corporate seals duly attested by the hands of their proper signing officers in that behalf on the day first above written. SIGNED, SEALED AND DELIVERED : Contractor (Company/Firm in the presence of Signing Officer for Contractor Witness Name: 14

16 (required if not a registered Ontario corporate company Title: I have authority to bind the corporation The Corporation of the Township of North Glengarry Mayor Chris McDonell CAO/Clerk Daniel Gagnon we have authority to bind the corporation Quantities and shall be compensation in full for all labour, equipment and materials required to complete the work in every respect. 15

17 GENERAL CONDITIONS

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

Public Works Salt Storage Sheds - Design and Build Various Locations CONTRACT NO. T16-241

Public Works Salt Storage Sheds - Design and Build Various Locations CONTRACT NO. T16-241 CONTRACT DOCUMENTS FOR Public Works Salt Storage Sheds - Design and Build Various Locations CONTRACT NO. T16-241 Revised October 2014 TENDER CHECKLIST TENDER DUE DATE September 29, 2016 CONTRACT NUMBER

More information

Town of Whitby Terms and Conditions

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

More information

Request for 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

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

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING THE CORPORATION OF THE TOWNSHIP OF NORWICH TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING 2015-2017 Sealed tender clearly marked as to contents will be received by the undersigned until 10:00 A.M.

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

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

Request for Quotation

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

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

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

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

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

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

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

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

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

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

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

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

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

TOWNSHIP OF LANARK HIGHLANDS TENDER PW TENDER FOR GRANULAR MATERIALS

TOWNSHIP OF LANARK HIGHLANDS TENDER PW TENDER FOR GRANULAR MATERIALS TOWNSHIP OF LANARK HIGHLANDS TENDER PW 2016-07 TENDER FOR GRANULAR MATERIALS Name of Firm or Individual Address Telephone and Fax Number Email Address Name of Person Signing for Firm Position of Person

More information

APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

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

Township of Lumberton

Township of Lumberton Township of Lumberton BID SPECIFICATION MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM Due February 23, 2017 at 2pm Grounds Management Bid Specification, - 1 - MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

STANDARD TERMS AND CONDITIONS

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

More information

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

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

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

CONTRACT AGREEMENT. PROJECT: Granular A Material CONTRACT NO. CH BETWEEN: THE CORPORATION OF THE TOWNSHIP OF CHISHOLM

CONTRACT AGREEMENT. PROJECT: Granular A Material CONTRACT NO. CH BETWEEN: THE CORPORATION OF THE TOWNSHIP OF CHISHOLM PROJECT: Granular A Material CONTRACT NO. CH 2013-02 THIS AGREEMENT made in triplicate this day of. BETWEEN: THE CORPORATION OF THE TOWNSHIP OF CHISHOLM (Hereinafter called the Owner ) OF THE FIRST PART

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

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

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

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

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

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

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

Canteen Services Grafton Ball Complex / Haldimand Community Memorial Arena

Canteen Services Grafton Ball Complex / Haldimand Community Memorial Arena 10836 County Rd 2 P.O. Box 70 Grafton ON, K0K 2G0 www.alnwickhaldimand.ca Telephone: 905.349.2700 Fax: 905.349.3902 tgilmour@ahtwp.ca Request for Proposals Troy A. Gilmour, C. Tech., rcji Public Work Superintendent

More information

STIPULATED PRICE CONTRACT. (the "Owner") and. (the "Contractor") COVERING. (Work Description)

STIPULATED PRICE CONTRACT. (the Owner) and. (the Contractor) COVERING. (Work Description) STIPULATED PRICE CONTRACT Made effective as of the day of, 20 CONTRACT NO. BETWEEN (the "Owner") and (the "Contractor") COVERING (Work Description) TABLE OF CONTENTS GC 1 -DEFINITIONS AND INTERPRETATION...1

More information

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No. 19-02-650 Prepared by: ENGINEERING DEPARTMENT CITY OF VALDOSTA February 2019 Bid Opening Date: March 7, 2019 INVITATION FOR BID

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

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

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

~~ Proud Heritage, Exciting F11fHre

~~ Proud Heritage, Exciting F11fHre ~ ~~ Proud Heritage, Exciting F11fHre Corporation of the Township of Oro-Medonte Tender# OCS 2018-013 Turf Maintenance-VARIOUS LOCATIONS (3 Years If a Bidder has obtained this Bid Document from a third

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

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

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

Request for Quotation

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

More information

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

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted Quotation No. 16-Q35 REQUEST FOR QUOTATION THE CORPORATION OF THE CITY OF CORNWALL PURCHASING SERVICES 100 Water Street East, Suite 104, CORNWALL, ONT. K6H 6G4 TEL # (613) 932-6252 FAX (613) 932-5919 (purchasing@cornwall.ca)

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

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

Whereas the Contractor has entered into an agreement (the "Prime Contract") dated the, 20 with:

Whereas the Contractor has entered into an agreement (the Prime Contract) dated the, 20 with: SUBCONTRACT Job AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR This subcontract agreement (the "Agreement") made on this day of, 20. between: Aim Waste Management Inc. 400 Jones Road Stoney Creek, ON L8E

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

Town of South Bruce Peninsula. Quotation PW Tree Removal Services Town of South Bruce Peninsula Quotation PW 18-06 Tree Removal Services Town of South Bruce Peninsula Quotation PW 18-06 Tree Removal Services The Town of South Bruce Peninsula is requesting quotations

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

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

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

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

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

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

General Conditions for Purchase (CG-2)

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

More information

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

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information

Revised GENERAL CONDITIONS (Procurement Contract)

Revised GENERAL CONDITIONS (Procurement Contract) Revised 2005-03-14 GENERAL CONDITIONS (Procurement Contract) INDEX GC1 INTERPRETATION... 1 GC2 ASSIGNMENT AND SUB-LETTING... 2 GC3 CONDUCT OF THE WORK... 2 GC4 PERSONAL INFORMATION AND PRIVACY... 3 GC5

More information

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

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

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Stores Request: Supply and Delivery of GLOVES Bidders are requested to respond to this Quotation call as instructed subject

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

TENDER GRAVEL CRUSHING PWT

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

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

PART D SUPPLEMENTAL CONDITIONS

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

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

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

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE SPECIFICATIONS AND BID FORMS FOR WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: #14-003- BOE Due on or before 11:00 A.M. ON THURSDAY, AUGUST 1, 2013 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE

More information