INVITATION TO TENDER TENDER FORM

Size: px
Start display at page:

Download "INVITATION TO TENDER TENDER FORM"

Transcription

1 INVITATION TO TENDER TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing Services Room 201, Paul Building, Lansdowne Campus, 3100 Foul Bay Road Victoria, B.C. V8P 5J2 Phone: (250) Fax: (250) Telephone Number: Contact person s name: Attention: Doug McCurdy, Purchasing Co-Ordinator Tenders to be received by: 2:00 p.m. Pacific Standard time on Friday, July 17 th, It is understood that: Tenders will only be accepted from those that attended a mandatory site meeting, 2:00PM,Monday, July 13 th, 2009 All tenders will remain valid and be irrevocable for sixty (60) days from the date of tender closing. The Owner reserves the right to not proceed with all or portions of the Work. Project: Interurban Campus Construction Management for single story steel mezzanine, two classroom, two office construction project in existing John Drysdale Building 1. Offer Having examined the Place of the Work and all matter referred to in the Instructions to Bidders and the Contract Documents prepared by Chow Low Hammond Architect Inc, (Consultant), for the above mentioned project, we, the undersigned, hereby officer to enter into a Contract to perform the Work, for the fee of percentage of the tender construction cost. The cost of construction will be determined by the Construction Manager who is awarded the project. However, the consultant is expecting the budget to be approximately a maximum of $400, We confirm the above stated price is exclusive of the GST (Goods and Services Tax). However, we have included all other applicable Provincial and excise taxes currently in force and due on this Contract. The Contract Price:.1 is firm and binding, subject to adjustments as provided in the Contract Documents; and.2 includes all costs to complete the Work in accordance with the Contract Documents. In the event of a discrepancy between the written and numerical amounts of any price quoted, the written amount will prevail. Page 1

2 2. Execution of Contract Documents The Bidder agrees to, if awarded the Contract, execute a contract in the form provided for herein, such execution to be completed by the Bidder within ten (10) Working Days of receipt by the Bidder of the document for execution. 3. The Consultant for the Project is: Chow Low Hammond Inc. 4. Contract Time - Commencement and Substantial Performance of the Work The Bidder agrees to, if awarded the Contract:.1 commence the Work with adequate labour and resources on the Site within a time period to be negotiated with the Owner and Consultant, from the date that notice to commence is given by the Consultant, on behalf of the Owner, to the Bidder; and.2 achieve Substantial Performance of the Work in accordance with the schedule attached. It is a fundamental term of the Contract that the Contractor commences the Work on the Site on or before the time stipulated in this Clause 4 of the Tender Form. If the Contractor fails, refuses or is unable for any reason to commence the Work on the Site on or before the time stipulated in this Clause 4 of the Tender Form, whether or not due to fault or default by the Contractor, then the Owner will have the right to terminate the Contract forthwith by written notice to the Contractor. If the Contract is so terminated, then the Contractor will have no claim against the Owner for any loss, damage, cost or expense which the Contractor or any other party may suffer or incur as a result of such termination. The provisions of this Clause 4 of the Tender Form will take precedence over and will govern and apply notwithstanding any other provision of the Contract Documents which may be at variance or inconsistent with this provision. For the purpose of this Clause 4 of the Tender Form, token measures will not be sufficient to satisfy the requirement to commence the Work, and if the Contractor does not diligently prosecute the Work thereafter then for the purpose of this Clause 4 of the Tender Form the Contractor will be considered to have not commenced the Work. 5. Addenda The Bidder acknowledges that the Contract Documents include the following addenda: Addendum No. Date Description 6. List of Subcontractors and Suppliers The Contractor agrees to subcontract and supply parts of the Work through the Subcontractor and Suppliers listed below: (i) Subcontractors PART OF THE WORK SUBCONTRACTOR S LEGAL NAME add additional pages as necessary Tender Form Page 2

3 7. Initial Requirements 7.1 If awarded the Contract, the Bidder agrees to:.1 provide the performance security if and as required and in accordance with the Instructions to Bidders, paragraph 8.1 of Clause 8 - LABOUR AND MATERIAL PAYMENT BONDS AND PERFORMANCE BONDS;.2 provide Proof of Insurance as reasonably required by the Owner; and.3 provide a detailed Construction Schedule for the Contractor s Work in accordance with APPENDIX The date of Contract award will be the date written notice is given by the Owner to the Bidder accepting its bid, or such other date as may be mutually agreed upon. 8. Alternative Prices 8.1 The following is a list of Alternative Prices and forms a part of the Contract, upon the acceptance of any or all of the Alternative Prices. The Alternative Prices stated are a deduction from or addition to the Contract Price quoted in Clause 1 above. The amounts are NOT to be included in the Contract Price quoted in Clause 1 above and do not include GST. DO NOT state a revised Contract Price Deduct $ Add $ Deduct $ Add $ Deduct $ Add $ In the evaluation of bids for the purposes of Contract award, the Owner is permitted to include or not include any or all of the Alternative Prices, as the Owner chooses, provided that the items included or not included will be applied consistently, as reasonably determined by the Owner, in carrying out the comparison of Bidders; and despite having included or not included the item or items for the purposes of Contract award the Owner may defer until after Contract award its decision(s) as to acceptance of any or all of the Alternative Prices. Except as otherwise stipulated in the Contract Documents, Alternative Prices will remain open for acceptance by the Owner until fifteen (15) Working Days after notice given by the Contractor to the Owner (after execution of the Contract by both parties) requiring the Owner to make its election. 9. Terms and conditions of the Instructions to Bidders 9.1 By submitting this Tender the Bidder accepts and agrees to be bound by all of the terms and conditions set out in the Instructions to Bidders set out in APPENDIX 1 and all addenda and the rest of the Contract Documents. 10. Interpretation 10.1 The APPENDICES form part of this Tender Form In this Tender Form (which includes, as previously stated, the APPENDICES), all words and phrases which are defined terms in the stipulated price contract, Standard Construction Document CCDC , including Contract, Substantial Performance of the Work and Working Day, which have the same respective meanings herein unless otherwise stipulated herein The provisions of this Tender Form will survive execution of the Contract, and be deemed to be incorporated as part of the Contract. Tender Form Page 3

4 11 Execution of Tender IN WITNESS WHEREOF the Bidder has executed below under the seal shown below with the intent that such execution take effect as a deed. Dated this day of 2008 (a) Sea l (c) Seal (b) If the Bidder is not incorporated, he or she will sign on line (c) in the presence of a witness who will sign on line (a). If the Bidder is incorporated, the authorised signing officer(s) of the Bidder will sign on lines (a) and (b) and the seal shown on line (b) is adopted by the corporation for the purpose of establishing execution hereof as a deed under seal, and the person or persons signing on lines (a) and (b) hereby warrant that they collectively, or in the case of only one authorised signing officer, he or she, has authority to bind the corporation. If the Bidder is a partnership or joint venture, then execution is to be carried out in a manner that is jointly and severally binding (under seal and as a deed) upon all of the members of the partnership or joint venture. The Owner may disqualify any Tender if the Owner is unsure that the execution is jointly and severally binding as aforesaid upon all of the members of the partnership or joint venture. Tender Form Page 4

5 CHECKLIST Tender Form Bid Bond in accordance with Clause 8.1 of the of the Instructions to Bidders ONE ORIGINAL AND ONE COPY OF THE ABOVE SET ARE TO BE SUBMITTED Tender Form Page 5

6 APPENDIX 1 INSTRUCTIONS TO BIDDERS Clause 1 - CONTRACT DOCUMENTS 1.1 The Contract Documents will consist of: Invitation to Tender Instructions to Bidders Contractor s Tender Form CCA 5 Construction Management Document. Summary of Work, Drawing Package Construction Schedule Addenda and Appendices Clause 2 PRE-TENDERING ENQUIRIES 2.1 All enquiries relating to Drawings and Specifications, will be directed only to the Consultant at: Chow Low Hammond Architects Inc., 1551 Broadmead Ave., Victoria, B.C. V8P 2V1 Clause 3 PARTICULARS AFFECTING THE CONTRACT PRICE 3.1 Materials.1 Tenders will be based on the use of materials specified in the Drawings and Specifications..2 Alternatives to materials specified will be considered during the tendering period if full descriptive data on proposed alternatives is submitted in writing to the Consultant at least ten (10) Working Days before the Tender closing date contained in the Invitation to Tender..3 The Alternative Prices listed in the Contract Documents will remain open for acceptance by the Owner for the period stated in the Contract Documents, from the time and date specified for closing of Tenders, notwithstanding the award of the Contract. 3.2 Site Conditions 3.3 Bonds.1 Tenders will only be accepted from those that attended a mandatory site meeting, 2:00PM, Thursday, October 16 th, Each Bidder will, before submitting its bid, thoroughly examine the Contract Documents and the Site and satisfy itself as to the nature and location of the Work, local conditions, geotechnical aspects and topography of the Site, the Construction Resources / Equipment needed, the means of access to the Site, all other Site conditions, taxes and duties, all laws, safety and security requirements, by-laws, regulations, ordinances, codes, licensing, and permit requirements, availability of all services required for the Work, including without limitation electricity, water supply, sewer and telephone, labour market conditions, and all other circumstances which could affect its bid or fulfillment of the Contract and performance of the Work. The Contract Price quoted in Clause 1 of the Tender Form includes the cost of the Performance Bond and the Labour and Material Payment Bond stipulated in the Contract Documents. Clause 4 COMPLETION OF TENDER FORM 4.1 Bidders will submit their Tenders on the Tender Form provided. 4.2 Alteration(s), qualification(s) or omission(s) to the Tender Form may render the Tender liable to rejection by the Owner. 4.3 All erasures or corrections to the Bidder s entries on the Tender Form are to be initialled by the Bidder. Instructions to Bidders Appendix 1 Page ITB-1

7 Clause 5 EXECUTION OF TENDER 5.1 The Tender Form will be executed by the Bidder in accordance with the requirements stipulated in Clause 16 thereof - EXECUTION OF TENDER. CLAUSE 6 DELIVERY OF TENDER / TIME OF CLOSING 6.1 The properly completed and executed Tender Form will be enclosed in an opaque sealed envelope and will be delivered into the possession of the Owner, at the address and location given in the Invitation to Tender, prior to the time and date specified in the Invitation to Tender for the closing of Tenders. The name and address of the Bidder(s) and the project description will appear on the face of the envelope. 6.2 The Owner may extend the closing time for any reason and, in that event, will advise by written addendum all Bidders. Clause 7 REVISION OF TENDER 7.1 Bidders are instructed that:.1 A Tender Form already delivered to the Owner may be revised in the manner described in paragraph of this Clause, and that revision(s) are to be received by the Owner at the address given in the Invitation to Tender prior to the time and date specified therein for the closing of Tenders. The revision(s) should be plainly referable to a particular Tender..2 Revisions may be sent by fax to or delivered to the address stated in the Invitation to Tender It is the responsibility of the Bidder to ensure revisions are received prior to the close date and time..3 Only the Bidder s entries on the delivered Tender Form are to be revised. All monetary revisions are to be stated as an addition or reduction to the tendered price or specific directions as to the exclusion or inclusion of particular words. Clause 8 BONDS 8.1 Bid Bonds.1 The Bid Bond will be in the Standard Construction Document form CCDC 220, as amended from time to time, of the Canadian Construction Documents Committee and issued in favour of the Owner by a surety who is approved by the Owner and who is licensed to transact the business of a surety in British Columbia and is a member of the Surety Association of Canada. The Bid Bond will comply with all requirements as may be reasonably prescribed by the Owner..2 If any Bidder declines to execute the Contract within the period set out in the Tender Form, or fails to carry out any of the initial requirements set out in Clause 11.1 of the Tender Form within the times stipulated, or fails to commence the Work as required, then the Bidder will pay to the Owner the amount of the Bid Bond, and the Owner may enforce such payment by calling upon the Bid Bond..3 Bid Bonds will not be returned, unless requested in writing by the Bidder within 60 days of contract award. 8.2 Performance Bond and Labour and Material Payment Bond.1 The Performance Bond will be in the Standard Construction Document form CCDC 221, as amended from time to time, of the Canadian Construction Documents Committee..2 The Labour and Material Payment Bond will be in the Standard Construction Document form CCDC 222, as amended from time to time, of the Canadian Construction Documents Committee..3 The Performance Bond and the Labour and Material Payment Bond will be issued in favour of the Owner by a surety who is approved by the Owner and who is licensed to transact the business of a surety in British Columbia and is a member of the Surety Association of Canada..4 The Performance Bond and the Labour and Material Payment Bond will be provided prior to the earlier of: (1) the commencement of the Work; and (2) within ten (10) Working Days of contract award. Instructions to Bidders Appendix 1 Page ITB-2

8 .5 The Performance Bond and the Labour and Material Payment Bond will comply with such other requirements as may be reasonably required by the Owner. Clause 9 CONDITIONS OF TENDER PROCESS 9.1 Criteria and Methodology.1 The lowest or any Tender will not necessarily be accepted..2 For the purposes of evaluation of Tenders and selection of the Bidder to whom the Contract is awarded, the Owner will not be limited to consideration only of the Contract Price. The Owner may take into account unit prices and anticipated or potential costs associated with the Contract or the Tender of any Bidder. The Owner may accept or reject any or all of the Alternative Prices and Separate Prices called for in the Contract Documents and offered in the Tender. The Owner may apply other reasonable criteria which may include:.1 ongoing operation and maintenance costs, contract administration costs, impact on other operations, and disruptions;.2 conformity of the Tender to requirements set forth in the Instructions to Bidders and the rest of the Contract Documents;.3 experience and proficiency of the Bidder s superintendents, managers and other personnel in carrying out projects similar to the Project, and past dealings of the Owner and the Owner s employees and consultants with such superintendents, managers and personnel;.4 experience and proficiency of the trades proposed by the Bidder in carrying out projects similar to the Project, and past dealings of the Owner and the Owner s employees and consultants with such trades;.5 the Bidder s understanding of the Work;.6 the Bidder s commitment to completion of the Work within the schedule;.7 the quality of the technical aspects of the Tender;.8 the Bidder s track record, relative to meeting the completion schedule for other Projects, and relative to disputed claims for changes, delays and extras;.9 the Bidder s safety record,.10 the depth of resources available to the Owner (in case, for example, there is a possibility that additional resources might be required, or acceleration of the Work might be required) and other projects that the Bidder is working on or for which Bidder might be bidding;.11 the overall best value to the Owner and best prospect for successful satisfactory completion of the Project; and.12 other criteria and factors reasonably considered by the Owner to be relevant; all as perceived and applied by the Owner acting in good faith, and applying such reasonable assumptions and determinations as the Owner may reasonably make (whether or not, so long as the Owner is acts in good faith, one or more bidders are adversely affected thereby), and weighted and applied according to the needs and reasonable judgement of the Owner..3 The evaluation team will not be required to keep bid prices separate or undisclosed while carrying out the evaluation of non-price criteria. Prices submitted by bidders may be known by the evaluation team at the outset of the evaluations, regardless of when non-price criteria are to be evaluated or scored or the sequence in which price and non-price criteria are to be evaluated or scored. Bids may be judged for overall best value and overall best bid taking into account the gradings or rankings, based on non-price criteria, and prices. The evaluation team may make a judgement as to whether the disparity between or among the candidates gradings, or the relative overall merits of their respective bids, warrants departing from lowest bidder for the selection of the successful bidder. 9.2 Evaluation Process and Related.1 Evaluation of Tenders will be carried out by person(s) selected by the Owner. The person(s) selected for this purpose may include consultants..2 The Owner may elect to disqualify any Tenders which contain qualifying conditions or fail to conform to these Instructions to Bidders..3 This process does not constitute an offer by the Owner. No contract results from the issuance of the Invitation to Tender or receipt of bids, except only with a Bidder, if any, whose bid is accepted by the Owner, and except that each Bidder agrees that its Tender will be irrevocable for the period Instructions to Bidders Appendix 1 Page ITB-3

9 specified. The Owner reserves the right to accept any bid that the Owner considers to be most beneficial and advantageous to the Owner, and reserves the right to reject any or all bids. The Owner may accept a non-compliant bid. The Owner may waive, regardless of severity, any nonconformity, non-compliance, irregularity or error. The Owner may seek a clarification or confirmation from any one or more Bidders, and may give any Bidder an opportunity to correct its Tender or to cure, regardless of severity, any non-conformity, non-compliance, irregularity or error relative to its Tender. The Owner may at any time elect to request re-submissions, and may undertake the entire process over again, in the same or an altered format, and with the same or different participants. The Owner may engage in discussions with one or more parties, as the Owner sees fit, to explore ways to alter, refine or improve the Contract or the Work or the Project, or the ultimate arrangement or agreement, for the benefit of the Owner, and to negotiate and finalise an agreement based on such discussions, and the Owner will not be obligated to offer any altered or modified terms to any other party including other Bidders..4 In the event only one Tender is received, the Owner reserves the right to open the Tender and accept it or not accept it..5 The Bidder agrees that its Tender will be irrevocable and open for acceptance by the Owner for the period specified in the Tender. The Bidder agrees that its Tender will be irrevocable and open for acceptance as aforesaid even if the Tender is non-compliant. 9.3 Acceptance of Terms and Conditions; Release and Limitations of Liability.1 Each Bidder, by submitting a bid, accepts all of the terms, conditions and stipulations set out herein, and acknowledges and agrees that the Owner will have no liability or obligation to any Bidder except only the party, if any, awarded the Contract by the Owner. Each Bidder agrees that, if not awarded the Contract, then, whether or not any express or implied obligation has been discharged by the Owner, the Owner will be fully and forever released and discharged of all liability and obligation in connection with the Invitation to Tender and all related matters, and all actions and procedures which preceded..2 Anything contained in a Tender that contradicts or is at variance with any of the terms of the Contract Documents will not be binding on the Owner unless explicitly accepted and adopted in writing by the Owner..3 The Owner will be free, without obligation to the Bidder, to use any ideas and information submitted by a Bidder, even if confidential, unless the Owner expressly agrees in writing with Bidder that it will not use specific ideas and information which the Bidder has designated as being confidential..4 Any and all claims for damages or other recovery against the Owner, in connection with the Invitation to Tender and related matters and the conduct or outcome of the Invitation to Tender and related matters, will be limited to $10,000 in the aggregate for all Bidders. The Owner may at any time elect to pay this sum into court. The Owner may at any time elect to proceed with one or more Bidders, or with none, and will have no further liability to the other(s), or to any of the Bidders (if the Owner proceeds with none), as the case may be, in connection with the Invitation to Tender and related matters and the conduct or outcome of the Invitation to Tender and related matters..5 In addition to the preceding paragraph, the Bidder, by submitting a bid, agrees that it will not claim damages in excess of an amount equivalent to the reasonable costs incurred by the Bidder in preparing its bid for all matters relating to the Invitation to Tender or the Contract or in respect of the competitive process, and the Bidder, by submitting a bid, waives and releases any claim for loss of profits and for any consequential loss. CLAUSE 10 TENDER OPENING 10.1 Unless otherwise stipulated by the Owner in the Invitation to Tender, Tenders will be opened privately. CLAUSE 11 SPECIAL CONDITIONS AND SUPPLEMENTARY CONDITIONS 11.1 APPENDIX 2 CONSTRUCTION SCHEDULE X will will not apply to the contract Instructions to Bidders Appendix 1 Page ITB-4

10 11.2 APPENDIX 3 - SPECIAL CONDITIONS: X will will not apply to the contract 11.3 APPENDIX 4 - SUPPLEMENTARY CONDITIONS: X will will not apply to the contract. For the purposes of the Contract, the Consultant is: Chow Low Hammond Architects Inc. Clause 12 COMMENCEMENT OF THE WORK 12.1 The Tender Form requires that the successful Bidder commit to commence the Work within the stipulated period after award of the Contract. Bidders are advised that the Owner will insist on strict compliance with this requirement and non-compliance, whether or not due to default by the successful Bidder, may result in immediate termination of the Contract. Clause 13 ALTERNATIVE PRICES 13.1 Where Alternative Prices are to be stated on the Tender Form the amount is for the deduction from or addition to the Contract Price set out in Clause 1 of the Tender Form. DO NOT state a revised Contract Price. Clause 14 POST-TENDER NEGOTIATIONS - CHANGES IN THE WORK 14.1 The Owner may before contract award negotiate changes in the Work with the leading Bidder including terms which are not set out in the Instructions to Bidders in accordance with the following:.1 negotiations will commence with the leading Bidder and between it and its named Subcontractors and Suppliers;.2 if the negotiations with the leading Bidder do not produce a price or terms acceptable to the Owner, the Owner will be entitled to reject the tender from the leading Bidder and commence negotiations with the next ranking Bidder and between it and its named Subcontractors and Suppliers, and if agreement is reached with the next ranking bidder the Owner will be entitled to award the Contract to the next ranking Bidder;.3 at any time before contract award the Owner will be entitled to reject all tenders and collapse the tender, or request re-submissions from all Bidders. Clause 15 NOTICE OF AWARD 16.1 A tender is deemed to be accepted by the Owner upon the receipt by the successful Bidder of written notice of acceptance from the Owner. Such acceptance by the Owner is also referred to in the Contract Documents as contract award or award of the Contract The Bidder agrees to acknowledge receipt of the notice of acceptance, by returning a signed copy within two (2) Working Days. Instructions to Bidders Appendix 1 Page ITB-5

11 APPENDIX 2 CONSTRUCTION SCHEDULE Construction Schedule The Contractor will perform their work in accordance with the Construction Schedule attached to the Tender Documents. The Contractor will:.1 monitor the progress of the Work relative to the Construction Schedule and update the Construction Schedule on a monthly basis or as stipulated by the Contract Documents;.2 promptly advise the Consultant and Owner of any revisions required to the schedule as the result of extensions of the Contract Time; and.3 update the Construction Schedule from time to time as reasonably requested from time to time by the Owner. If the Consultant reasonably objects to any part of the Construction Schedule or the schedule of anticipated monthly progress payments, then the Contractor will address such objections and resubmit a revised Construction Schedule or the schedule of anticipated monthly progress payments, until such time as the Construction Schedule and the said schedule of anticipated monthly progress payments is approved by the Consultant acting reasonably. Time is of the essence in the performance of the Contract. The Contractor and the Consultant will jointly prepare a schedule that shows when the Consultant and Owner must authorize ordering of items called for under Cash Allowances to avoid delaying the progress of the Work. Co-ordination and phasing The Contractor will take all measures necessary to co-ordinate and arrange appropriate phasing and scheduling and to communicate and liase with the persons involved in connection with the Work. Construction Schedule Appendix 2 Page 1

12 APPENDIX 3 SPECIAL CONDITIONS 1. "payment certifier" under the Builders Lien Act The Consultant will be the "payment certifier" for the purposes of the Builders Lien Act in respect of amounts due to the Contractor under the Contract.

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

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 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

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 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

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

AIA Document A701 TM 1997

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

More information

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

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

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

(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

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

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

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

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

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

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

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

More information

NOTICE INVITING SEALED BIDS Parking Lot Renovations

NOTICE INVITING SEALED BIDS Parking Lot Renovations NOTICE INVITING SEALED BIDS Parking Lot Renovations Bid No. B16/9923 Sealed Bids will be received until 3:00 P.M. (Tucson Time), January 21, 2016, by Pima County Community College District ("Owner"), to

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

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

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

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS. REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS. TENDER NO. TCG/F&P/5/2017-2018 SEPTEMBER 2017 TABLE OF CONTENTS

More information

Bid No. B12/9768 February 2, 2012

Bid No. B12/9768 February 2, 2012 NOTICE INVITING SEALED BIDS Bid No. B12/9768 February 2, 2012 DESERT VISTA RELOCATABLE OFFICES Sealed Bids will be received until 3:00 P.M. (Tucson Time), March 7, 2012, by Pima County Community College

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

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/ MOMBASA Beach Hotel NGULIA Safari Lodge VOI Safari Lodge KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/2017-2018 KENYA

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

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

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security Bid No. B14/9857 Sealed Bids will be received until 3:00 P.M. (Tucson Time),, June 3, 2014, by Pima County Community College

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

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

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

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

(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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

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

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

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

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

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

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

More information

SECTION NOTICE TO BIDDERS

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

More information

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

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

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

More information

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

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Request for Quotation

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

More information

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

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

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity

More information

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT PROPOSED CIVIL SERVANTS HOUSING SCHEME AT EMBU TOWN, EMBU COUNTY

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

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

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU COUNTY GOVERNMENT OF KIAMBU DIRECTORATE OF PUBLIC WORKS PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU AT TENDER NO. KCG/YASC/STADIUM/001/2015/2016 TENDER DOCUMENTS ISSUED BY: PREPARED/CHECKED

More information

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES COUNTY GOVERNMENT OF NYERI DEPARTMENT OF INFRASTRUCTURE DEVELOPMENT PROPOSED CONSTRUCTION OF GUMBA GICHAGI FOOTBRIDGE IN RUGI WARD CGN/INF/62/16-17 BILLS OF QUANTITIES ISSUED BY: COUNTY WORKS OFFICER COUNTY

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

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

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

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

More information

Insurance Brokerage Services

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

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

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

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

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

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 PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER UTAH COUNTY PUBLIC WORKS DEPARTMENT 2855 South State Street Provo, Utah 84606 (801) 851-8600 REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

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 BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252 ADDENDUM NO. 1 BID# AVC2016/2017-10 Project #16-252 Antelope Valley Community College District Lancaster, CA November 15, 2016 Ledesma & Meyer Construction Co., Inc. 9441 Haven Avenue Rancho Cucamonga,

More information

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150 Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150 January 28, 2019 ADDENDUM NO. 1 Bid No. 12528 Miscellaneous Mechanical Projects Brookhaven College 3939 Valley

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

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU COUNTY GOVERNMENT OF KIAMBU DIRECTORATE OF PUBLIC WORKS PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU AT TENDER NO. KCG/YASC/STADIUM/005/2015/2016 TENDER DOCUMENTS ISSUED BY: PREPARED/CHECKED

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

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

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

Procurement of Licences of Business Objects BI Platform

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

More information

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

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve Issued on April 17, 2018 Responses due 11:00am CST, Tuesday, May 8, 2018 Champaign County Forest

More information

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form PROJECT MANUAL INDEX I. BIDDING CONDITIONS A - Project Information Sheet B - Instructions to Bidders C - Proposal Form D - List of Subcontractors Forms II. CONDITIONS E- Forms of Performance and Payment

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-023-2017 TENDER FOR DESIGN, MANUFACTURE, FACTORY TRAINING AND TESTING, DELIVERY, SUPERVISION OF ASSEMBLY, INSTALLATION, TESTING AND COMMISSIONING OF

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services. PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: E-Rate Eligible Category 2 Products and Services District Wide VOLUME 1 of 1 February 06, 2018 TITLE PAGE DOCUMENT 00 01 01-1 DOCUMENT 00 01 10 TABLE

More information

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: ADDENDUM NO. 1 Coast Community College District PROJECT: GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: This addendum forms a part of the contract documents and modifies

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

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

More information

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

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

More information

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM. Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ 02/069-70 For Supply and Delivery of Optical MODEM January, 2013 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

More information