Request for Proposal No Chemical Water Treatment Services

Size: px
Start display at page:

Download "Request for Proposal No Chemical Water Treatment Services"

Transcription

1 RFP No Chemical Water Treatment Services Request for Proposal No Chemical Water Treatment Services Issue Date: March 17, 2014 Closing Location (Courier/By Hand) Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 Closing Date and Time Proposals must be received at the Purchasing Department no later than: 3:00 p.m. (15:00 hrs) Pacific Time, Wednesday, April 9, 2014 Communications and Questions All inquiries and communications relative to this RFP should be directed, in writing no later than end of business day April 4, 2014, Pacific Time, referencing the RFP title and number in the heading, and faxed or ed to: Silvia Reid, SCMP, Buyer Phone: Fax: Mandatory Information Meeting A mandatory information meeting will be held at 11:00 a.m., (11:00 hrs), Pacific Time on Tuesday, March 25, 2014 at the Public Works Yard, Meeting Room (Trailer), 2020 Labieux Road, Nanaimo, BC. Only those Proponents attending will be eligible to submit a Proposal. Receipt Confirmation Form (Appendix A) For any further distributed information about this Request for Proposal, please return this form by Fax: or purchasinginfo@nanaimo.ca. The City will attempt to send information directly to Proponents that have returned the Receipt Confirmation Form, but it is the responsibility of the Proponents to ensure that all information has been received. Proponents are to note all subsequent information will also be posted on the BC Bid website at and the City of Nanaimo website at Page 1 of 17

2 RFP 1485 Chemical Water Treatment Services Table of Contents 1.0 Introduction Information and Instructions to Proponents Proposal Evaluation and Selection Proposal Submission Content and Format General Terms and Conditions Schedule A: Requirement for Chemical Water Treatment Services Appendix A: Receipt Confirmation Form... 1 Appendix B: Sample Cover Letter... 1 Appendix C: Contractor Fuel Reporting Consumption Worksheet... 1 Appendix D: Financial Cost for Services Page 2 of 17

3 RFP No Chemical Water Treatment Services SECTION 1.0: INTRODUCTION 1.1 The City of Nanaimo, hereinafter referred to as the City, is through this Request for Proposal (RFP), inviting experienced Proponents to submit Proposals for the Chemical Water Treatment Services for brine, boiler and cooling systems at various City of Nanaimo Facilities. The types of systems and Facility locations can be found in (Schedule A) Requirement for Chemical Water Treatment Services. 1.2 The successful Proponent will be awarded a Contract for two (2) years, commencing on or about May 1, There will be an option, at the sole discretion of the City to extend the Contract for a further three (3) additional one-year terms. 1.3 This RFP states the instructions for submitting a Proposal in Section 4.0, and the procedure by which Proponents, if any, will be selected in Section 3.0. SECTION 2.0: INFORMATION AND INSTRUCTIONS TO PROPONENTS 2.1 Definitions Throughout this Request for Proposal ( RFP ), the following definitions will apply: (a) Chemical Product or plural thereof are used interchangeably and mean the water treatment chemicals used to treat the systems in accordance with the requirements of (Schedule A) and this RFP. (b) Contract Contract Agreement and Contract Documents are used interchangeably and mean the executed Contract Agreement entered into between the City and the Contractor in the performance of the Services. (c) Contractor or plural thereof means the successful Proponent who the City has entered into a written Contract Agreement with. (d) Facility Representative or plural thereof means a City appointed Representative responsible for one or more City Facilities. (e) Facility or plural thereof means and includes the Facilities listed in (Schedule A), which the City may modify from time to time. (f) Field Representative or plural thereof means the Contractors Personnel assigned to perform the Services and Work at the Facilities. (g) must mandatory shall means a requirement that must be met in order for a Proposal to receive consideration. (h) Proponent or plural thereof means the person, firm or corporation submitting a Proposal to this RFP. (i) Proposal or plural thereof means the Proponents reply to this RFP. (j) Request for Proposal RFP means this document and all of its contents, attachments and addendum thereto as issued by the City. (k) Services means the Chemical Water Treatment Services described in (Schedule A) and in accordance with the terms and conditions of this RFP, which the City may modify from time to time. (l) should means a desirable requirement having a significant degree of importance to the objectives of this RFP. (m) Work means all the labour, materials (excluding water treatment chemicals), equipment, tools, supervision and all other items necessary for the execution, completion and fulfilment of the Services. Page 3 of 17

4 RFP 1485 Chemical Water Treatment Services 2.2 Mandatory Information Meeting A mandatory information meeting will be held at: Time: 11:00 a.m. (11:00 hrs), Pacific Time Date: Tuesday, March 25, 2014 Place: Public Works Yard, Meeting Room (Trailer), 2020 Labieux Rd., Nanaimo, BC Only those Proponents attending will be eligible to submit a Proposal. Proponents must sign the sign-in sheet to confirm attendance. Questions posted by Proponents and answered at this meeting may not be further documented or disseminated. Questions which are taken under advisement will be documented and the response will be issued as an addendum. 2.3 Closing Date/Time and Closing Location Proposals signed by an authorized representative must to be received by the Purchasing Department no later than 3:00 p.m. (15:00 hrs), Pacific Time, Wednesday, April 9, 2014 (the closing time ) by one (1) of the following two (2) methods: i. By hand/courier clearly marked RFP 1485 Chemical Water Treatment Services, Purchasing Department, attention Silvia Reid, Buyer and delivered to the only acceptable address and department: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 Proposals delivered by hand/courier should include one (1) hard copy of the Proposal and one (1) electronic version on CD, DVD, or Memory Stick. Hard copy and electronic version should be identical to each other. The City of Nanaimo will not be liable for any discrepancy between the hard copy submission and the electronic version. OR ii. Electronically submitted at the only acceptable address: purchasinginfo@nanaimo.ca Please note: Maximum file size limit is 8MB, or less. Late Proposals or Proposals received by facsimile will not be accepted. It is the Proponent s sole responsibility to ensure their Proposal is received when, where and how it is specified in this RFP document. The City is not responsible for lost, misplaced or incorrectly delivered Proposals. The wall clock in the Purchasing Department Office is the official time piece for the receipt of all Proposals delivered by hand/courier. Electronically submitted Proposals shall be deemed to be successfully received when displayed as new has been received by the Purchasing Department at the City of Nanaimo. The City of Nanaimo will not be liable for any delay for any reason including technological delays, spam filters, firewalls, job queue, file size limitations, etc. Page 4 of 17

5 RFP No Chemical Water Treatment Services 2.4 Revisions to Proposals Prior to Closing Time (a) Proponents may make changes to their Proposals after the submission of their Proposals provided each revision is submitted and is received at the closing location before closing time. (b) Revisions must be signed by an authorized signatory of the Proponent. For the revisions to receive full consideration, Proponents should indicate the revisions made and should identify every page of a revision as: Revision to Proposal 1485 Chemical Water Treatment Services (Proponent s Name) (c) Revisions received after the closing time will not be considered or accepted. 2.5 Withdrawal of Proposal The Proponent may withdraw their Proposal at any time prior to the Proposal closing time by submitting a written withdrawal letter to the Purchasing Department via purchasinginfo@nanaimo.ca, attention: Silvia Reid, Buyer. 2.6 Inquiries and Clarifications It is the sole responsibility of the Proponent to thoroughly examine these documents and satisfy itself as to the full requirements of this RFP. Inquiries or clarifications are to be in written form only and ed to the attention of the contact person named below. Inquiries after April 4, 2014 Pacific Time will only be answered at the discretion of the City, if time permits. Silvia Reid, SCMP, Buyer Phone: (250) Fax: (250) purchasinginfo@nanaimo.ca The City will, if it deems necessary, issue an addendum identifying any changes to the RFP arising from inquiries received. It is the sole responsibility of Proponents to check regularly the BC Bid website at ( and the City of Nanaimo website at ( for amendments, addenda, schedules, appendices, and questions and answers in relation to this RFP, up to the closing time. The City will attempt to send information directly to those Proponents that have returned the Receipt Confirmation Form. The City, its agent and employees shall not be responsible for any information given by way of oral or verbal communication. 2.7 Addenda Each addendum will be incorporated into and become part of the RFP document. No amendment of any kind to the RFP is effective unless it is contained in a written addendum issued by the City s Purchasing Department. Upon submitting a Proposal, a Proponent will be deemed to have received notice of all addenda that have been issued by the City. Page 5 of 17

6 RFP 1485 Chemical Water Treatment Services 2.8 Cover Letter and Signature The cover letter must be signed by an individual authorized to legally bind the Proponent to statements made in response to this RFP and should be substantially similar in content to the Sample Cover Letter (Appendix B). 2.9 Joint Submission In the case of joint submissions, one party must assume overall responsibility, for communications within the RFP process and be identified accordingly in the Proposal, but all parties must be jointly and severally responsible for completion of any resulting Contract Liability for Errors The City of Nanaimo and its employees and agents shall not be held liable or accountable for any error or omission in any part of this RFP or response to Proponent questions. While the City, and/or its employees and agents, have made efforts to ensure an accurate representation of information in this RFP, the information contained in this RFP is supplied solely as a guideline for Proponents. The information is not guaranteed or warranted to be accurate by the City, and/or its employees or agents, nor is it necessarily comprehensive or exhaustive. Nothing in this RFP is intended to relieve Proponents from the responsibility of conducting their own investigations and research and forming their own opinions and conclusions with respect to the matters addressed in the RFP. Proponents will be solely responsible to ensure their Proposal meets all the requirements of the RFP, to advise the City immediately of any apparent discrepancies or errors in the RFP, and to request clarification if in doubt concerning the meaning or intent of anything to the RFP Not a Tender Call This RFP is not a tender call, and the submission of any response to this RFP does not create a tender process. This RFP is not an invitation for an offer to contract, and it is not an offer to contract made by the City Conflict of Interest By submitting a Proposal, the Proponent warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Proponent, has any financial or personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict RFP Cancellation The City is not bound to accept any Proposal and reserves the right in its sole and absolute discretion to postpone or cancel this RFP at any time for any reason. Further and without limiting the foregoing, the City will not be bound to accept the lowest priced Proposal and reserves the right to accept or reject any Proposal in whole or in part, to discuss with any Proponent different or additional items and terms to those described in this RFP or received in any Proposal, or to amend or modify any term of this RFP. The City in its sole discretion may invalidate and cancel this RFP entirely. The City may issue a new RFP or take other actions, as appropriate, if considered in the best interest of the City Proponent Costs All costs and expenses with respect to the preparation and submission of a Proposal pursuant to this RFP, in viewing Facilities, and in attending interviews at the City, if any, Page 6 of 17

7 RFP No Chemical Water Treatment Services shall be the sole responsibility of the Proponent and the City assumes no liability whatsoever for any Proponent costs and expenses Pricing All unit pricing, fees and costs associated with this RFP shall be in Canadian funds, exclusive of Provincial Sales Tax and Goods and Service Tax Irrevocability of Proposals All Proposals are irrevocable for a period of sixty (60) calendar days from the closing time Solicitation of Council Members and City Staff Proponents and their agents will not contact any member of the City Council or City Staff with respect to this RFP, other than the City contact named in this document Litigation Clause The City may, in its absolute discretion, reject a Proposal submitted by Proponents if the Proponent, or any officer or director of the Proponent is or has been engaged either directly or indirectly through another corporation in a legal action against the City, its elected or appointed officers and employees in relation to: (a) Any other Contract for works or Services; or (b) Any matter arising from the City s exercise of its powers, duties or functions under the Local Government Act for another enactment within five years of the date of this Request for Proposal. In determining whether to reject a Proposal under this clause, the City will consider whether the litigation is likely to affect the Proponent s ability to work with the City, its consultants and representatives and whether the City s experience with the Proponent indicates that the City is likely to incur increased employees and legal costs in the administration of this Contract if it is awarded to the Proponent Governing Laws This RFP will be governed exclusively by and construed and enforced in accordance with the laws of the Province of British Columbia and Canada. The Proponent agrees to attorn to the exclusive jurisdiction of the courts of the Province of British Columbia and the Government of Canada in the event of any dispute concerning this RFP or any matters arising out of this RFP Ownership of Proposal and Freedom of Information and Privacy of Protection Act All Proposals, including attachments and any documentation, submitted to and accepted by the City in response to this RFP become the property of the City and are subject to the Freedom of Information and Privacy of Protection Act. Proponents shall clearly identify any specific information and/or records that it provides in its Proposal submission that constitute a trade secret, is supplied in confidence; and, the release of which could significantly harm its competitive position. Proponents agree to hold the City harmless against any claims and any damages for release of any information and/or records by the City in response to a FIPPA access request. Page 7 of 17

8 RFP 1485 Chemical Water Treatment Services 2.21 Working Language of the City The working language of the City is English and all responses to this RFP must be in English Debriefing At the conclusion of the Request for Proposal process, all Proponents will be notified. Unsuccessful Proponents may request a debriefing meeting with the City within (30) days following award Opening of Proposals Proposals will not be opened in Public. SECTION 3.0 PROPOSAL EVALUATION AND SELECTION 3.1 Mandatory Criteria The following are mandatory requirements. Proposals not clearly demonstrating that they meet these mandatory requirements will receive no further consideration during the evaluation process..1 Proponent must attend the Mandatory Information Meeting as specified in Section 2.0, Clause Proposal must be received by the closing date at the closing location as specified in Section 2.0, Clause Proposals must be submitted in English..4 The cover letter must be signed by an individual authorized to legally bind the Proponent to statements made in response to this RFP..5 Completed (Appendix D) Financial Cost for Services must be submitted. 3.2 Evaluation and Selection.1 Proposals that meet the mandatory criteria in Clause 3.1 will be further assessed and evaluated against the Desirable Criteria, identified in Clause The City reserves the right, in its sole discretion to: (a) Clarify any Proposal without becoming obligated to offer the same opportunity to any other Proponent(s). The evaluation team may consider such clarifications or additional information in evaluating Proposals. (b) Negotiate with one or more Proponents concurrently without become obligated to offer the same opportunity to any other Proponent(s). Negotiations may include, but not be limited to, fee/price adjustments, minor changes to the scope of work/requirements/contract details and payment details. It is not the intent of the City to allow for new or significantly altered Proposals in any negotiations. (c) If any Proposal contains a deficiency or fails in some way to comply with any requirement of the RFP, which in the opinion of the City is not material, the City may waive the defect and accept the Proposal. The determination of whether or not to disqualify or otherwise remove any Proposal from the evaluation process will be made in the sole discretion of the City. (d) Accept any Proposal which in the City s opinion offers best overall value or is the most advantageous for the City and directly award to that Proponent. (e) Accept partial or all of the Services offered..3 The City reserves the right to award the Contract to other than the lowest priced Proponent. Page 8 of 17

9 RFP No Chemical Water Treatment Services.4 Preference shall be given to Contractors located within the Regional District of Nanaimo where quality, service and price are equivalent..5 After an initial review and evaluation of all the Proposals, the City may, at its option, conduct interviews with one or more highest ranking Proponent(s). This will provide the City an opportunity to meet the Proponent and ask questions regarding the contents of their Proposal and will score the interviews accordingly. Alternatively, if in its sole discretion, the City determines there is a clear leading Proponent, the City retains the right to bypass the interview process and proceed directly to award..6 The intent is to enter into a Contract with the Proponent with the highest scoring Proposal. Notwithstanding the foregoing, the City reserves the right to award the Contract to the Proponent other than the one with the most points, if, in the City s sole determination, another Proposal is determined to be Best Value to the City, taking into consideration the evaluation criteria of the RFP..7 Award of any Contract is contingent on funds being approved for these Services and the Contract award being approved by the appropriate City authority as outlined in the City s Purchasing Policy..8 Any award of a Contract will be subject to satisfactory references checks in the sole opinion of the City. The City will not enter into any Contract with a Proponent whose references are found to be unsatisfactory. 3.3 Desirable Criteria The following desirable criteria and weighting will be applied in evaluating Proposals. The City may also consider any appendices submitted to provide additional information in support of the Proponent s Proposal. Desirable Criteria Maximum Points Corporate Profile and Experience 10 For this evaluation criterion the Evaluation Team will give particular reference to the Proponents response to Section 4.0, Company Profile and Experience. Technical Approach / Qualifications and Experience of 30 Personnel For this evaluation criterion the Evaluation Team will give particular reference to the Proponents response to Section 4.0, Technical Approach and Qualifications and Experience of Personnel. Reports and Invoicing 10 For this evaluation criterion the Evaluation Team will give particular reference to the Proponents response to Section 4.0, Reports and Invoicing. Cost of Contract 35 For this evaluation criterion the Evaluation Team will give particular reference to the Proponents response to Section 4.0 Financial / Fees. Sustainability / Value Adds 5 For this evaluation criterion the Evaluation Team will give particular reference to the Proponents response Section 4.0, Sustainability Considerations and Value Adds. Optional Interview 10 References Pass / Fail Total Points 100 Page 9 of 17

10 RFP 1485 Chemical Water Treatment Services SECTION 4.0 PROPOSAL SUBMISSION CONTENT AND FORMAT In order to receive full consideration during evaluation, Proposal should be arranged as follows and Proponents should address all of the following Proposal content requirements set out in this section. The Proposal sections should be numbered to correspond exactly to the order of the sections described below: In order to receive full consideration during evaluation, Proposal should be arranged as follows and should include the following content: 1. Title Page 2. Cover Letter 3. Corporate Profile and Experience 4. Technical Approach 5. Qualifications and Experience of Personnel 6. Reports and Invoicing 7. Costs for Services and Products 8. Sustainability Considerations 9. Value Adds 10. References 11. Additional Information Title Page: Show the RFP number/title, submission closing time, Company name, address, telephone number, facsimile number, address, and the name of the Proponent contact person. Cover Letter Proponents should submit a cover letter substantially similar in content to the Sample Cover Letter (Appendix B). The cover letter must be signed by an individual authorized to legally bind the Proponent to statements made in response to this RFP. Corporate Profile and Experience This section should include, but not be limited to, the following: 1) Legal name of the organization and current operating business if different from the legal name. 2) Street & mailing address of head office and local office if different. 3) Name, title, phone no., cell no. and address of Primary contact person and an alternate if Primary contact is not available. 4) Provide sufficient information to enable the City to assess the Proponent s ability to perform the Chemical Water Treatment Services outlined in this RFP. To include, but not be limited to a description and experience providing similar water treatment programs on Vancouver Island or in British Columbia, to institutions, universities, colleges, schools, municipalities or industrial plants using the Products offered. 5) Clearly identify sub-contractors, contact information and area of responsibility. Technical Approach 1) Describe the proposed technical approach to the Chemical Water Treatment Services, selection of Products and rationale, recommended dosages and application rates. 2) Provide Material Safety Data Sheets or Product bulletins on all Products proposed for the Facilities. Page 10 of 17

11 RFP No Chemical Water Treatment Services Qualifications and Experience of Personnel This section should include, but not be limited to, the following: 1) Resume of Field Representative who will perform on-site service and consultation work, with a minimum of three (3) years experience and state the experience of the Field Representative for Chemical Water Treatment Services for similar facilities, etc. 2) Experience of support staff to Field Representative. 3) A mechanism for responding to emergency situations such as a 24-hour hot-line telephone number with accesses individuals who can troubleshoot problems, provided technical solutions, and fulfill delivery requirements. Reports and Invoicing This section should include, but not be limited to, the following: 1) Sample field report which should show test data, recommended controls, recommendations, etc. 2) Sample invoice for a typical water treatment service and Product order. 3) List all additional reports available to the City, with a brief description. Financial / Fees This section should include, but not be limited to, the following: 1) Completed (Appendix D) Financial Cost for Services to be inserted here. 2) In addition to the completing (Appendix D), Proponents may provide separate pricing models, as an alternate for cost saving measures for consideration by the City, if the intended goals and specifications are met and their alternatives are proven successful in reducing overall costs of their Services to the City. 3) Chemicals: Proponents are to submit unit prices for all Products required for the Water Treatment Services for each Facility. Unit Pricing for each Product required, includes freight F.O.B. destination, unloading, duties, etc. Unit prices exclude the Goods and Services Tax (GST) and the Provincial Sales Tax (PST). For evaluation purpose only, the destination address is 2300 Bowen Road, Nanaimo, British Columbia, V9R 3K7. The Proponent shall provide the following information for each Product proposed for each Facility: Indicate the Facility or Facilities Nate Product or Products are proposed for: Quantity 1 Product Name UBC tock Number Container Type and Size Unit Price Provincial Sales Tax (PST) and Goods and Services Tax (GST) are shown as a separate line item. Sustainability Considerations This section should include, but not be limited information on any initiatives, programs implemented and Product choices that the Contractor has that could be considered an environmental, financial/economic, social/ethically sustainable value. Value Adds Proponents should describe any value added services that they are prepared to provide as part of the Contract. Value Added Services may include cost reduction incentives, green initiatives and other services offered by the Proponent and the Proponent should state how these relate to the original services requested in this RFP. Unless otherwise stated, it is understood that there are no extra costs for these services. Page 11 of 17

12 RFP 1485 Chemical Water Treatment Services References Proponents should provide a minimum of (3) references for similar Chemical Water Treatment Services on Vancouver Island or in British Columbia. This section should include a brief description of the Services provided, contract term, company firm, contact name/title, phone number and address (if known). Additional Information Any appendices required to provide additional information in support of your Proposal. SECTION 5.0 GENERAL TERMS AND CONDITIONS 5.1 Definition of Contract Notice in writing to a Proponent that it has been identified as the successful Proponent and the subsequent full execution of a written Contract Agreement will constitute a Contract for the Chemical Water Treatment Services between both parties. No Proponent will acquire any legal or equitable rights or privileges until the occurrence of both such events. 5.2 Contract a) By submitting a Proposal, the Proponent agrees that, should its Proposal be successful, in whole or in part, the Proponent will enter into a written Contract Agreement with the City in accordance with the terms and conditions of this RFP document at the unit pricing submitted. b) Prior to the execution of the Contract Agreement and the Contract coming into force, the successful Proponent shall deliver to the City s Purchasing Department: Any insurance required; City of Nanaimo Business License; and A valid and current WorkSafe BC registration number and clearance letter. c) The Contract Agreement will include the RFP document, attachment and addendums issued by the City, the successful Proponents Proposal submission, including all attachments, Section 2.0, Clause 2.1 Definitions, Section 5.0 General Terms and Conditions, (Schedule A) Requirement for Chemical Water Treatment Services, (Appendix C) Contractor Fuel Reporting Consumption Worksheet, (Appendix D) Financial Cost for Services and any negotiated terms. The City will not be incorporating any unknown or hidden terms or conditions in a Contract Agreement. d) The City reserves the right to add, delete Facilities or change Service requirements and to renegotiate fees if there are significant changes to the original scope of Services. e) Any changes to the Contract Agreement after it is issued will be by way of a modification and will only be legally binding upon prior mutual agreement in writing by the parties to the Contract Agreement. 5.3 Conduct of the Contract The City s Manager of Civic Facilities shall have the conduct of the Contract. 5.4 Business License The Contractor will be required to hold a valid City of Nanaimo business license for the duration of the Contract term. Page 12 of 17

13 RFP No Chemical Water Treatment Services 5.5 Invoicing and Payment Terms. Unless otherwise agreed by the City, the City s standard payment terms are Net (30) days following either the receipt by the City of the Contractor s invoice or satisfactory acceptance of the delivery of Products or completion of the invoiced Services, whichever is later. Invoices shall be submitted in arrears and will include as a minimum the Contract Agreement Number, Purchase Order Number, Facility Name, Description of Service, Recommendations, Test Data Report and Recommended Controls, Quantity / Description of Product, Unit Price and the Extended Price. The Goods and Services Tax (GST) and Provincial Sales Tax (PST) are shown as a separate line item. 5.6 Invoice Discrepancies The City reserves the right to reject and/or return invoices containing discrepancies for correction and/or re-invoicing. 5.7 Price Protection The City will not pay for any additional costs above those unit prices submitted in the Proposal submission. 5.8 Subcontractors (a) The Contractor will bind all approved subcontractors to the terms of the Contract Documents, as applicable to the subcontractors Services. (b) All subcontractors are the responsibility of the Contractor. (c) The Contractor agrees to ensure performance by every subcontractor with the terms and conditions of the Contract Documents. (d) The Contractor will be as fully responsible to the City for acts and omissions of subcontractors and of person directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. 5.9 Independent Contractor The Contractor, its subcontractors, the officers, directors, shareholders, partners, Personnel, affiliates and agents of the Contractor and subcontractors are not, nor are they to be deemed to be partners, appointees, employees or agents of the City Applicable Regulations All Products and Services and supplies used in the performance of the Contract Agreement must comply with applicable Federal, Provincial, City and local regulations Compliance with Laws The Contractor, including subcontractors will comply with all applicable laws, statutes, regulations, or by-laws including those of Canada, the Province of British Columbia and the City of Nanaimo. This Contract entered into between the Contractor and the City shall be governed by the laws of the Province of British Columbia Indemnification The Contractor shall indemnify and save harmless the City of Nanaimo including without limitation, the City of Nanaimo Mayor, its Council Members, agents, servants and employees from and against all claims, demands, losses, damages, costs and expenses made against or incurred, suffered or sustained by the City at any time where the same are based upon or arise out of anything tortuously done or omitted to be done by the Contractor or the designated employees. Page 13 of 17

14 RFP 1485 Chemical Water Treatment Services 5.13 Insurance Requirements The Contractor shall, without limiting its obligations or liabilities herein and at its own expense, provide and maintain throughout the Contract hereby granted the following insurance with insurers licensed in the Province of British Columbia and in forms and amounts acceptable to the City of Nanaimo. (a) Commercial General Liability Insurance in an amount not less than $2,000,000 inclusive per occurrence against Bodily Injury and Property Damage Liability, Products and Completed Operations Aggregate, Personal and Advertising Injury, Tenants Legal Liability, Non-Owned Automobile and this insurance must: i. Include the City of Nanaimo as an additional insured; ii. Be endorsed to provide the City of Nanaimo with (30) days advance written notice of cancellation or material change; and iii. Include a cross-liability clause. (b) Motor Vehicle Insurance: The Contractor must have Motor Vehicle Insurance, including Bodily Injury and Property coverage, covering the term of the Contract for all motor vehicles, whether owned, non-owned or hired, used in the performance of the Contract. The insurance policy must be with the Insurance Corporation of British Columbia (I.C.B.C.) or another insurer if pre-approved by the City prior to the award of a Contract. The insurance policy will be in an amount of $2,000,000 inclusive per accident. All insurance must be primary; and not require the sharing of any loss by an insurer of the City. The Contractor shall provide, maintain, and pay for, any additional insurance which it is required by law to carry, or which it considers necessary to cover risks not otherwise covered by insurance specified in this clause, in its sole discretion. The Contractor shall place and maintain, or cause any of its subcontractors to place and maintain, such other insurance or amendments to the foregoing policies as the City may reasonably direct. The Contractor hereby waives all rights of recourse against the City for loss or damage to the Contractor s equipment or vehicles. If the insurance policies expire before the end of the term of this Contract, the Contractor must provide within ten (10) business days of expiration, evidence of new or renewal polices of all expired insurance in a form acceptable to the City Workers Compensation Board Coverage/Prime Contractor (a) The Contractor and any approved sub-contractors must be registered in good standing with WorkSafe BC, in which case WorkSafe BC coverage must be maintained for the duration of the Agreement. The Contractor agrees and shall: i. Provide at its own expense the necessary WorkSafe BC compensation coverage for all its employees and partners employed or engaged in the execution of the Services; ii. Remain current with all assessment reporting and payments due there under and shall comply in every respect with the requirement of the WorkSafe BC Act and Regulations; and iii. Be solely responsible for to ensure that all sub-contractors have proper WorkSafe BC coverage. Page 14 of 17

15 RFP No Chemical Water Treatment Services (b) The Contractor agrees that it is the Prime Contractor for the purposes of the Workers Compensation Board Occupational Health and Safety Regulations for the Province of British Columbia. The Contractor shall have a safety program acceptable to the Workers Compensation Board and shall ensure that all Workers Compensation Board safety rules and regulations are observed during performance of this Contract, not only the Contractor but by all subcontractors, workers, material men and others engaged in the performance of the Contract Protection of Person and Property a) The Contractor shall use due care that no persons are injured, no property damaged or lost, and no rights are infringed in the performance of the Services, and the Contractor shall be solely responsible for all loss, damages, costs and expenses in respect of any injury to persons, damage of property, or infringement of the rights of others incurred in the performance of the Services or caused in any other manner whatsoever by the Contractor, or its employees. b) The Contractors shall effectively warn and protect the General Public, City Staff and other Personnel from any danger as a result of the Services being done. c) The Contractor shall maintain protection of all his work and materials from damage and shall protect the City s and any adjoining property from injury due to the Contractors work Minimum Rate of Pay Collective Agreement Between the City of Nanaimo and Canadian Union of Public Employees, Local Article 31 Contract or Sub-Contracts Every Contract made by the Employer for construction, remodeling, repair or demolition of any municipal works or for providing any municipal service or function shall be subject to the following condition: Minimum rate of pay for work performed under this Contract or under sub-contract shall be as classified in the current Agreement between the City of Nanaimo and the Canadian Union of Public Employees, Local No In the event the City has concerns that a Contractor is in violation of Article 31, the following shall apply: (a) The City shall immediately inform the Contractor of its concerns and require the Contractor to comply. (b) The City shall follow up Contract and if violation still exists within thirty (30) days provide written request for compliance. (c) If violation continues, the City shall provide second request within a further thirty (30) days and demand compliance or Contract forfeiture may occur. (d) If violation continues, the City shall provide final request within a further thirty (30) days and may give two weeks notice for failure to comply with provision of Contract. (e) The City may terminate the Contract and/or withhold funds and/or require the Contractor to submit appropriate monies to rectify the breach of Contract. (f) If the City does not require forfeiture, such decision must be for bona fide operational or legal reasons. (g) Notwithstanding the above, the City may proceed to (d) or (e) directly Contractor Fuel Reporting Consumption The City of Nanaimo is required to track and report on contracted emissions that are derived from fossil fuel consumption used to operate vehicles, equipment and machinery. These include (but are not limited to) gasoline, diesel, propane, and bio-fossil Page 15 of 17

16 RFP 1485 Chemical Water Treatment Services fuel blends. Commencing on the Contract Agreement start date, the Contractor will be Data provided should be completed as outlined on the Contractor Fuel Reporting Consumption Worksheet (Appendix C) Termination and Cancellation The City shall have the unilateral right to terminate any Contract formed between the parties in the event that any one or more of the following events of default occur or continue to occur during the term of the Contract:.1 The Contractor fails to deliver the Products or perform the Services or the Work required by the Contract to the satisfaction of the City; or.2 The Contractor fails to perform the Services within the time frame specified, or within a reasonable time if no time is specified; or.3 The Contractor shall breach any of the other terms set forth within the Contract Agreement; or.4 Unsafe acts while on City property that could pose a threat to the safety of the City Staff, General Public or other Personnel; or.5 Operational or procedural changes that materially affect the original requirements or Products or Services under Contract; or.6 In the event that the Contractor performs any act or does anything by which the City shall incur any liability whatsoever; or.7 The Contractor is adjudged bankrupt, becomes insolvent or unable to discharge its liabilities as they become due, makes an assignment for the benefit of its creditors, is subject to the appointment of a receiver, or a petition of bankruptcy is made against it; or.8 Any other reason considered appropriate, at the sole discretion of the City; or.9 Upon thirty (30) days written notice by the City. Where the Contract is terminated under this clause, the City will pay to the Contractor such part of Services up to the date of termination and not thereafter. Cancellation shall be in writing and shall not result in any penalty or other charges to the City. Upon termination of the Contract in whole or in part, the City may procure similar Products or Services Force Majeure The Contractor shall not be liable for any excess costs if any failure to perform the Contract arises by reason of strike, lockouts, acts of God or of the public enemy, acts of the City, fires or floods, or defaults of sub-contractors due to any of such causes unless the City shall determine that the Products or Services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery schedule Dispute Resolution In the event of a dispute arising between the City and the Contractor as to their respective rights and obligations under the Agreement, both parties agree to resolve the dispute by: (a) Frank and open negotiations whereby both parties use their best efforts to resolve the dispute by mutual agreement including the most Senior Management of both parties. Page 16 of 17

17 RFP No Chemical Water Treatment Services (b) If, after thirty (30) calendar days, the dispute is not resolved, both parties agree to appoint a mediator to resolve the dispute. All costs to be split equally. (c) If, after the mediation process is complete and the dispute is not resolved, the parties shall proceed to arbitrations following the rules of procedures as per the British Columbia International Commercial Arbitration Centre located in Vancouver, BC. All costs, with the exception of legal fees, shall be borne equally Assignment Any subsequent Contract which may be entered into between the City and the Contractor may not be assigned or sub-contracted in whole or in part by the Contractor without the prior written permission of the City Amendment to Contract Agreement Any changes to the Contract Agreement after it is issued will be by way of a modification and will only be legally binding upon prior mutual agreement in writing by the parties to the Contract Agreement Notices Any notice required to be given in this Contract shall be deemed to be duly given to the City if sent by registered mail address to the City s Manager of Purchasing and Stores, Purchasing Department at 2020 Labieux Road, Nanaimo, BC V9T 6J9 and to the Contractor if sent by registered mail addressed to the Contractor at the address set forth in the Proposal Time is of the Essence Time shall be of the essence in this RFP. Page 17 of 17

18 RFP 1485 Chemical Water Treatment Services SCHEDULE A REQUIREMENT FOR CHEMICAL WATER TREATMENT SERVICES 1.0 Water Systems 1.1 Types of water systems that require treatment under this Contract are as follows: Cooling Tower and Closed Loop Ammonia Condenser Closed Loop Hot Water Heating System Closed Hydronic System Evaporative Condenser / Cooling Tower Brine Systems 2.0 Startup/Initial 2.1 The Contractor shall have a qualified Field Representative visit the facilities during the first week of May 2014 to establish control limits for each Chemical used for each system covered under this Contract (the start/initial costs). 3.0 Operation and Maintenance 3.1 The Field Representative shall make arrangements with the Facility Representative prior to all scheduled On-Site Service Visits. 3.2 The Field Representative shall make regular scheduled On-Site Service Visits as identified in this (Schedule A), Section 6.0 to collect samples, inspect equipment as required, troubleshoot where necessary, add Chemicals where necessary to maintain acceptable range, and make recommendations for continued application of the Chemicals being furnished. The Field Representative shall accompany the Facility Representative to each system being treated, answer any questions, point out conditions that could potentially harm the equipment and probe for incipient problems. 3.3 All On-Site Service and Return Visits shall be made by the same Field Representative or approved alternate. 3.4 The Field Representative shall instruct the Facility Representative, on an on-going basis, in all the activities of maintaining a water treatment program. Instructions shall include interpreting results, feeding Chemicals, controlling Chemical feed rates and modifying existing treatment control equipment (pumps, timers, blowdown valves, interlocks, instrumentation, etc. The instruction shall also cover the purpose of each treatment Chemical, its recommended control range, and actions to take should the tests be out of range. 3.5 Minimum On-Site Service Visits shall include, but not be limited to the following: Check chemical feed rates. Check quality of feedwater and boiler water Provide advice regarding potential improvements to feed systems Collect water samples for testing. Liaise with Facility Representative and follow up on concerns voiced. Page 1 of 5

19 3.5 Minimum Return Visits shall include, but not be limited to the following: Add the Chemicals as required to acceptable defined parameter, within five (5) business days of notification by the Facility Representative. Discuss Product supply and distribution concerns and opportunities with Facility Representative. Generate a Test Data Report, Summary and Recommendations of Service visit report, distribute to relevant Facility Representative and review its contents with the City s Contract Manager. Provide advice on what operational corrections are to be made with the Facility Representative. Provide information when introducing new or changing Products. 3.5 Field Representative to be available (minimum 72 hours notice) for major maintenance inspection of key equipment. 4.0 Scope of Technical Services 4.1 Field Representative is to ensure that existing and any new processes, tests, controls, or Chemicals are compatible with existing water treatment programs and will not introduce any new Chemicals combinations thereof without the explicit approval of the Facility Representative. 4.2 The City reserves the right to add or delete Facilities or Service requirements as required by the City. The unit pricing submitted for On-Site Service Visits, Return Visits and Products will be used for addition or reduction in Services or Products. 5.0 Reporting 5.1 The following reports shall be prepared and submitted to the City s Contract Manager or Facilities Representative: a) Facility On-Site Service Visit reports with results from all on-site testing (acceptable and out of ranges), any laboratory data, interpretation, and recommendations. Field Service visit reports shall be due within one (1) week following each visit. b) Return Visit Reports shall include the Facility name and the description and amount of Chemicals added. c) All reports to be submitted in pdf format. 6.0 Service Visit Frequency, Sampling and Analysis 6.1 During the On-Site Service Visits, the Field Representative shall collect and test the water samples as indicated in this (Schedule A), Section Where test data indicates below the acceptable range, the Field Representative will notify the Facility Representative of the Chemical order requirements. The Facility Representative will place the order. Once the order has been received by the Facility, the Field Representative will be contacted to add the Chemicals as required to acceptable defined parameter, within five (5) business days (the Return Visit ). 6.3 Field control parameters shall include, where applicable to the systems, TDS, alkalinity, ph, Zinc, PHO4, Mo, Tint, Glycol %m Freeze Pt., Meter Reading as well as any additional parameters deemed necessary by the Field Representative. Specific Page 2 of 5

20 RFP 1485 Chemical Water Treatment Services analytical requirements, including test methods and control limits, will be specified by the Field Representative during treatment program startup. The Field Representative to determine acceptable ranges for parameters tested based on the makeup water chemistries for the region and specific equipment involved. TDS: The dissolved solids (salt) content of the water as tested by way of conductivity meter. M.Alk (M.Alkalinity): Measure of Carbonate/Bicarbonate to ph of 4.3 by Alkalinity Titration. ph; Tested by probe or ph strips. TH (Total Hardness): Measure of total hardness by hardness titration. Zn (Zinc): Measure of Zinc residual by Zinc Test Kit and Spectrophotometer. Meter Reading: The volume of water displayed on the analogue read out of the associated water meter. PHO4: Phosphonate residual for brine systems containing IPABrine Mo: Molybdate inhibitor residual as tested by a Molybdate Test Kit and Spectrophotometer. Tint: Current is measured using a qualitative method of water quality (color) as a way to quickly deduce irregularities (rusting, etc.). Glycol %: Percentage of propylene glycol in loops containing glycol. Freeze Pt.: Freeze point limit for systems containing glycol 6.4 Required are scheduled On-Site Service Visits, (4) times per year (Mar / Jun / Sep / Dec) for: Facility Equipment Minimum Test Data Required Beban Park Pool Closed Loop Hot Water TDS, ph, Mo, Tint 2300 Bowen Road System City Hall Closed Loop Hot Water TDS, ph, Mo, Tint 455 Wallace Street System Nanaimo Aquatic Centre Closed Loop Hot Water TDS, ph, Mo, Tint 741 Third Street System Oliver Woods Community Centre 6000 Oliver Road Service and Resource Centre 411 Dunsmuir Street Closed Hydronic System Closed Loop consists of Heat Pump Loop, A/C Chiller, Glycol Evaporative Condensers/CT, Evap. Coil Glycol Closed Hydronic System TDS, ph, Mo, Tint, Zn, Meter Reading, Tint, Glycol %, Freeze Pt. TDS, ph, Tint Page 3 of 5

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

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

More information

Request for Proposals 1363

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

More information

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

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

More information

Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)

Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC) Request for Tender No. 1585 Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC) Issue Date: November 12, 2014 Tender Closing Location Purchasing Department 2020 Labieux Road Nanaimo,

More information

REQUEST FOR PROPOSAL No Local Election Ballot Printing. DATE ISSUED: April 26, 2018

REQUEST FOR PROPOSAL No Local Election Ballot Printing. DATE ISSUED: April 26, 2018 REQUEST FOR PROPOSAL No. 2183 Local Election Ballot Printing DATE ISSUED: April 26, 2018 Closing Location: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME: Proposals must

More information

REQUEST FOR TENDERS No Gloves, Safety and Industrial Supplies - Three Separate Categories

REQUEST FOR TENDERS No Gloves, Safety and Industrial Supplies - Three Separate Categories REQUEST FOR TENDERS No. 1839 Gloves, Safety and Industrial Supplies - Three Separate Categories Closing Date and Time: Tenders must be received by 3:00 p.m. (15:00 hours), Pacific Time on Wednesday, August

More information

Insurance Brokerage Services

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

More information

Request for Proposals (RFP) Vehicle Purchase & Requirements

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

More information

NEGOTIATED REQUEST FOR PROPOSAL No TOWING & STORAGE SERVICES

NEGOTIATED REQUEST FOR PROPOSAL No TOWING & STORAGE SERVICES NEGOTIATED REQUEST FOR PROPOSAL No. 1818 TOWING & STORAGE SERVICES ISSUED: November 16, 2017 CLOSING LOCATION: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME: Proposals

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

Request for Proposals (RFP)

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

More information

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

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

More information

Request for 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

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

City means the municipal corporation, generally known as the City of Richmond.

City means the municipal corporation, generally known as the City of Richmond. General Conditions of Contract for General Construction Services on City of Richmond Property 1.0 Definitions The following words and terms, unless the context otherwise requires, shall have the meanings

More information

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

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

More information

Request for Proposals (RFP)

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

More information

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 QUOTATIONS

REQUEST FOR QUOTATIONS REQUEST FOR QUOTATIONS Title: LANDSCAPE MAINTENANCE CITY-WIDE ROUGH MOW Reference No.: 1220-040-2016-024 FOR THE SUPPLY OF GOODS AND/OR SERVICES (General Services) TABLE OF CONTENTS 1. INTRODUCTION...

More information

Invitation to Quote ADM Golden Raven Marketing Program Review

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

More information

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

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 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

Pest Control Services

Pest Control Services Pest Control Services Quotation #276 Issue Date: Friday, September 1, 2017 Jan Romer, Buyer Issued by: The Thames Valley District School Board Return Date: 4:00:00 pm, local time, Friday, September 15,

More information

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

REQUEST FOR PROPOSALS

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

More information

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

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

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

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

More information

REQUEST FOR PROPOSALS FEASIBILITY STUDY

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

More information

FACILITIES CONDITION ASSESSMENT AND LIFE CYCLE REPORT #1 REQUEST FOR PROPOSALS DS-17-02

FACILITIES CONDITION ASSESSMENT AND LIFE CYCLE REPORT #1 REQUEST FOR PROPOSALS DS-17-02 FACILITIES CONDITION ASSESSMENT AND LIFE CYCLE REPORT #1 REQUEST FOR PROPOSALS DS-17-02 Prepared by: Regional District of Fraser-Fort George Regional District of Fraser-Fort George 155 George Street, Prince

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

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

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

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

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

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS REQUEST FOR QUOTATIONS Title: PARK TREE PLANTING SERVICES Reference No.: 1220-040-2017-117 FOR THE SUPPLY OF GOODS AND SERVICES (General Services) TABLE OF CONTENTS 1. INTRODUCTION... 3 2. ADDRESS FOR

More information

City of Coquitlam. Request for Proposals RFP No Cathodic Protection Inspection and Testing. Issue Date: September 7, 2018

City of Coquitlam. Request for Proposals RFP No Cathodic Protection Inspection and Testing. Issue Date: September 7, 2018 Request for Proposals RFP No. 18-08-01 Cathodic Protection Inspection and Testing Issue Date: September 7, 2018 File #: 03-1220-20/18-08-01/1 Doc #: 3041453.v3 Page 1 of 16 TABLE OF CONTENTS Page Summary

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

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

District of Sechelt Request for Quotation # Pickup Truck Purchase

District of Sechelt Request for Quotation # Pickup Truck Purchase District of Sechelt #2018-17 Pickup Truck Purchase Date of Issue: May 7, 2018 Closing Location: District of Sechelt Attention: Procurement Agent 2 nd Floor, 5797 Cowrie Street Sechelt, BC, V0N 3A0 Closing

More information

Request for Quotation

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

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

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

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

More information

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

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

More information

Request for Proposals No Supply & Delivery of Garbage, Recycling, Organic Waste Wheeled Carts

Request for Proposals No Supply & Delivery of Garbage, Recycling, Organic Waste Wheeled Carts Request for Proposals No. 1946 Supply & Delivery of Garbage, Recycling, Organic Waste Wheeled Carts Date Posted: May 19, 2017 Closing Date & Time: Closing Location: RFP Document Questions: Jun 23, 2017

More information

Request for Proposals (RFP)

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

More information

2. AMENDMENTS TO BID:

2. AMENDMENTS TO BID: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and component School Districts require CALCULATORS. The BOCES and School Districts have agreed to form a Cooperative Bid Group as authorized

More information

EMP Commercial Terms and Conditions AS AT DECEMBER 2015 ENERGY DONE BRIGHT

EMP Commercial Terms and Conditions AS AT DECEMBER 2015 ENERGY DONE BRIGHT EMP Commercial Terms and Conditions AS AT DECEMBER 2015 ENERGY DONE BRIGHT 1. Definitions of terms 1. Goods and services means all goods and services we supply to you. It includes advice and recommendations.

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Request for Quotation

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

More information

Request for 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 Proposal (RFx) - Terms and Conditions

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

More information

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

Request for Proposals Waterworks Operations and Maintenance Contract

Request for Proposals Waterworks Operations and Maintenance Contract Request for Proposals Waterworks Operations and Maintenance Contract Cowichan Bay Waterworks District (the District) is seeking proposals from qualified operators to provide services as outlined in this

More information

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services TAIPA is soliciting proposals from qualified actuarial firms, to develop insurance rate filings for automobile

More information

Demolition, Land Clearing and Construction Waste Diversion Study REQUEST FOR PROPOSALS ES-17-14

Demolition, Land Clearing and Construction Waste Diversion Study REQUEST FOR PROPOSALS ES-17-14 Diversion Study REQUEST FOR PROPOSALS ES-17-14 Regional District of Fraser-Fort George 155 George Street, Prince George BC V2L 1P8 Telephone 250-960-4400 / Toll Free 1-800-667-1959 / Fax 250-562-8676 http://www.rdffg.bc.ca

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

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 2013-RFQ-14 PORTABLE TOILET RENTALS TO SUPPLY AND SERVICE PORTABLE TOILETS

REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS TO SUPPLY AND SERVICE PORTABLE TOILETS REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS Issue Date: March 1, 2013 The City invites your company to provide a price quotation: TO SUPPLY AND SERVICE PORTABLE TOILETS Quotations will be

More information

GENERAL INFORMATION 1. SCOPE:

GENERAL INFORMATION 1. SCOPE: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and Participants require TRASH BAGS. The BOCES and Participants have agreed to form a Cooperative Bid Group as authorized by General Municipal

More information

Request for Quotation

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

More information

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

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

More information

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

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

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

More information

Request for Proposals. SAP Capital Asset Module Project

Request for Proposals. SAP Capital Asset Module Project Request for Proposals SAP Capital Asset Module Project City of Nanaimo Request for Proposals Number: 1025 Issue date: March 19, 2010 Closing Time: Proposal must be received before 2:00 PM Pacific Time

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

RFP# Charter Bus Services

RFP# Charter Bus Services RFP#2017-12-001 - Charter Bus Services Assigned Buyer: Adriana Jimenez Telephone Number: 713-348-4071 E-Mail Address: abj2@rice.edu Rice University welcomes competitive Request for Proposals (RFP) from

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

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

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

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

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS 1. Scope of Application These terms and conditions of sale ( T&C ) apply to all sales by our company ( Supplier ) of goods

More information

FORM OF TENDER 32/2010

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

More information

Request for Proposal External Audit Services. Request for Proposals (RFP)

Request for Proposal External Audit Services. Request for Proposals (RFP) Request for Proposals (RFP) Scope of Service RFP # RFP issued by External Audit Services 2018RFP-28 First Nations Health Authority (FNHA) Issue date February 1, 2018 Closing date/time Proposals must be

More information

REQUEST FOR PROPOSALS (RFP) Wide Area Network (WAN) Connectivity Services To Multiple District Sites

REQUEST FOR PROPOSALS (RFP) Wide Area Network (WAN) Connectivity Services To Multiple District Sites REQUEST FOR PROPOSALS (RFP) Wide Area Network (WAN) Connectivity Services To Multiple District Sites Reference No: RFP.093.17 Important Dates & Times: Issue Date November 17, 2017 Deadline for Enquiries

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

CONFERENCE AUDIO & RECORDING SYSTEM

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

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

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

CHILD CARE SERVICES CONTRACT

CHILD CARE SERVICES CONTRACT Agreement Number 1006.03-SCD- Charged to 11.71.520300200-8604000 CHILD CARE SERVICES CONTRACT (the Agreement ) Vancouver Island Health Authority (South Island) Child & Family Rehabilitation Services (the

More information

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS 2019 2021 REFERENCE NUMBER: RFP/AUDIT01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/AUDIT01/2018 PROVISION OF EXTERNAL

More information

Chatham County Request for Proposals Biannual Customer Service Survey

Chatham County Request for Proposals Biannual Customer Service Survey Chatham County Request for Proposals Biannual Customer Service Survey Project Description & Purpose: The Chatham County Manager s Office is requesting proposals from entities experienced in local governmental

More information

NEW BRUNSWICK POWER CORPORATION GENERAL CONDITIONS FOR MISCELLANEOUS CONSTRUCTION

NEW BRUNSWICK POWER CORPORATION GENERAL CONDITIONS FOR MISCELLANEOUS CONSTRUCTION GENERAL CONDITIONS FOR MISCELLANEOUS CONSTRUCTION Instructions to Tenderers General Requirements Province of New Brunswick, Short Form Contract For Standard Construction Contract, Crown Construction Contracts

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information