TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN WINE RACKING NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

Size: px
Start display at page:

Download "TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN WINE RACKING NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3"

Transcription

1 TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN WINE RACKING NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S A3 NSLC REFERENCE NO: CN-08-L-5 NSLC Contact: Stephen Bayer Manager Procurement & Tendering stephen.bayer@mynslc.com

2 . This tender is to provide Wine Racking for the NSLC s new The Port at Spring Garden retail store, as per tender specifications and drawings. Final award of tender for The Port is dependent upon approval by the Nova Scotia Liquor Corporation s (NSLC) Board of Directors. A tender for general construction fit-up was released in May, with bids being evaluated separate from this work. PLEASE NOTE: No media or print material regarding the NSLC s The Port at Spring Garden is to be released before receiving approval by the NSLC s Government and Public Affairs Business Unit. A sample of the proposed wine racking unit is available for viewing at the NSLC s Larry Uteck Retail Store at 55 Peakway Drive, Halifax, NS. Proponents are encouraged to bid the work necessary to fabricate, supply and install systems described by these units. Any changes in materials or form are to be noted in the Bid Form for further evaluation by the NSLC. The NSLC is not obligated to accept any proposed changes. 2. The NSLC Policy is to ensure that all firms interested in becoming government suppliers shall be given equitable access to contract opportunities, except that consideration may be shown to Atlantic Provinces suppliers, manufacturers and contractors whenever practical and economically feasible to do so, consistent with The Atlantic Procurement Agreement. 3. Tenders must be delivered to the Nova Scotia Liquor Corporation, prior to the tender closing date of June 6, 205, 2:00 PM ADT. (Halifax local time). Please indicate the NSLC Reference Number on your document and/or envelope. Mailing/Courier: Address: Nova Scotia Liquor Corporation Attn: Stephen Bayer Manager, Procurement & Tendering Reference No. CN-08-L-5 93 Chain Lake Drive Bayers Lake Business Park Halifax, Nova Scotia B3S A3 4. The tender must be submitted in duplicate on form provided herein. These forms must be completely filled out in ink, or typewritten with the signature in longhand, and the completed form shall be without interlineations or erasures. The tender must be addressed to the Nova Scotia Liquor Corporation, at the above address. 2

3 5. Inquiries concerning the Drawings and Specifications are to be directed only to the attention of: Abigail Maceachern, Architecture 49 Fax: AND to Stephen Bayer, NSLC Procurement & Tendering Manager. Please do not solicit information/clarification from any other NSLC staff, other than Stephen Bayer, regarding this tender document unless the above contact person has specifically directed you to another to respond. The NSLC reserves the right to disqualify any respondent that does not comply with this requirement. 6. Please submit all inquiries in writing to the above no later than five (5) business days prior to the closing date. All NSLC responses will be provided via an addendum to this tender. Confirmation of issued addenda can be obtained by checking the tender document as posted on the Public Tenders website at Bidders are encouraged to check for updates regularly during the bidding period. 7. Notification of successful bidder and the return of Certified Cheques or Bid Bonds will be forwarded to all unsuccessful suppliers immediately after the tender is awarded. 8. Late quotes received after the closing date and time will be disqualified from competition and returned to the bidder unopened. 9. Tenders will not be accepted by fax or Incomplete tenders and tenders that fail to comply with the specification documents will be rejected. Contractors are urged to () indicate all areas with which they will not comply and (2) indicate specific terms which they propose in order to meet NSLC requirements. Rationale for their position will also enhance their proposal.. Changes/amendments to Bid Submissions may be accepted by fax provided the attached NSLC document is completed. Fax must include proper identification by company name, control number and due date and are to be received prior to closing date and time. The amendment is to identify change in price only, not revealing the amount of the original bid submitted. For example your Amendment must state: Change (decrease/or increase) to the original bid excluding HST is $0, Please use form provided. 2. Bidders should ensure that all calculations and totals are correct. If any discrepancies/errors are noted in the evaluation process, the unit price will prevail. 3. Bidders expenses for this tender are the sole responsibility of the bidder in the preparation or presentation of their proposal. 3

4 4. The NSLC reserves the right to reject any or all bids. This tender implies no obligation on the NSLC to accept this bid or any bid submitted and has the right to cancel this tender if required. 5. The NSLC reserves the right to cancel the awarded contract with written notice if such cause is determined for cancelation. 6. All contracts resulting from this tender will be governed under the laws of Nova Scotia. 7. Bidders will be held to have visited the site, and to have informed themselves as to existing conditions and limitations. Tenders shall cover the execution of the whole of the work described in the specifications. 8. The NSLC reserves the right to contact bidders for the purpose of clarifying information included in the proposal prior to making a final decision or recommendation. 9. The successful Bidder shall enter into an agreement using C.C.D.C. Document 2. within two (2) days of notice to award. The security deposit herein called for shall be forfeited should the Contractor fail to sign the contract. 20. If work is either directly or indirectly delayed or stopped for a period which in the opinion of the NSLC, acting reasonably, is likely to continue so as to substantially prevent, hinder or delay the timely completion of the contract, and such delay or stoppage is caused; a. by fire, flood, elements of nature or acts of God; b. by acts of war, terrorism, riots, civil disorders or reasonable apprehension of such; c. by labour disputes, strikes, or lock outs; d. under an order of any court, or other public authority, through no act or fault of the contractor or anyone employed by him/her; or e. by other similar cause beyond the reasonable control of either party (but not including financial difficulties or insolvency; and such delay could not have been prevented by reasonable precautions and could not be circumvented by the non-performing party through the use of alternate sources, work around plans or other means, either party may, upon providing three days notice to the other, terminate the contract. In such case, the contractor may recover from the Corporation payment for all work executed and reasonable profit for that work. 2. The Bidder shall include in his tender a list of all firms which it is intended shall act as sub-contractors for portions of the work. All sub-contractors are subject to the approval of the NSLC, and there shall be no change of sub- 4

5 contractors after the signing of the contract unless written approval is received from the NSLC. 22. Each tender shall be accompanied by a Certified Cheque payable without recourse to the Nova Scotia Liquor Corporation or by Bid Bond, for not less than ten percent (0%) of the amount of the Tender, covering the faithful performance of the contract and payment of all obligations arising from the contract. The certified cheque or bond of the successful bidder shall be returned upon receipt of the satisfactory Performance Bond and Labour and Materials Payment Bond as specified hereinafter in Clause 27, unless certified cheque or bid bond is retained as performance bond. For this reason, tenders will not be accepted by fax or Insurance shall be placed by the Contractor in accordance with the General Conditions. 24. The contractor and all Sub-contractors shall pay fair wages, and shall pay rates of wages and allowances to the various classes of labour not less favorable than those prevailing in the area where the work is being performed. The Contractor shall comply with all laws and regulations in any way affecting those engaged or employed upon or in the conduct of the Works. The Contractor shall protect and save harmless the Owner from and against all claims or demands arising out of or based on the violation of any such laws or regulations. 25. The percentage of holdback on all payments shall be 0 percent for lien purposes. The NSLC reserves the right to withhold additional holdback amounts for work not completed as required in the bid documents. 26. The Contractors shall indicate on their tender form that they have based their prices on the specifications and all addenda issued during this course of tendering. They shall also assure themselves that they have, in their possession at the time of tendering, all addenda that have been issued. 27. For projects greater than$00,000 in value, the Contractor will be required to furnish a Labour and Material Payment Bond (50%) and Performance Bond (50%) which will total 00% of the Contract amount. These securities will cover the faithful performance of the contract, including all warranty claims after the final payment, and the payment of all obligations arising under the Contract, in such a form as the NSLC may prescribe and with such sureties as they may approve. All costs are to be in the tender price, and these Bonds are to be maintained for a period of twelve (2) months beyond date of substantial completion. For projects less than $00,000.00, a cash security of 0% may be retained as a Performance Bond. For contractors who cannot obtain bonding, the owner, at his discretion, may request an additional cash security of 0% of the contract amount. This performance security of 0% will then be released progressively as the 5

6 contract reaches completion. A minimum warranty security of 2 /2% will be retained for 45 days after substantial completion. 28. The Contractor must provide a Statutory Declaration, properly notarized stating that there are no Mechanics Liens registered against the job and that all accounts have been paid in full, before certifying final payment including holdback monies. 29. Product i. Where a Bid Document stipulates a particular product, alternatives may be considered by the Owner, noting that the Owner has a set standard in place for this work. Please complete the details in the space provided on the Bid Form that follows; alternates will not be accepted post tender unless otherwise agreed upon. ii. When a request in writing to substitute a product is made, the Owner may approve the substitution as an equal and will issue instructions in an addendum to the bidders. Written requests for alternatives must be submitted at least seven (7) days before tender closing and must include all data necessary to prove equivalency of proposed product to meet the requirements of the specified product including, but not limited to, product descriptions, performance criteria, test data, installation instructions, standards certification and sample guarantee/ warranty forms. iii. Where bidders choose to submit alternatives to products and methods specified, the description of such alternatives shall be entered on the Tender Form in the space provided. Please ensure the Bidder states the costs associated to these alternatives. The Bidder may submit as an option alternative costing as well as the original costing for products we are seeking in this RFP. This will provide the NSLC with the comparative pricing. iv. In submission of alternatives the bidders shall include in their tender allowances for changes required in the work to accommodate such alternatives. Later claims by the bidders for an addition to the Contract Price because of changes in the work necessitated by use of alternatives shall not be considered. 30. Tenders must include the cost of all Permits and fees. 3. The NSLC will require, prior to issue of a Certificate of Total Completion, a Certificate of Release issued by the Workmen s Compensation Board:. Prior to issue of a Certificate of Total Completion, the Contractor must: 6

7 . Have a Certificate of Recognition issued jointly by the Workers Compensation Board of Nova Scotia (WCB) and an occupational health and safety organization approved by the WCB; or.2 Be in the process of qualifying for the Certificate of Recognition from an occupational health and safety organization approved by the WCB..2 Before work on the project commences, the contracted party must have had the sponsoring occupational health and safety organization submit a Letter of Good Standing to the NSLC Representative..3 Before work on the project commences, the contracted party must ensure that all of its employees who will be working on the project have received appropriate training and are competent to perform the work required..4 Provide coordination with the NSLC to ensure safety for NSLC employees and customers. 32. The Contractor will not be allowed to begin work on this project until the work is started by the General Contractor for coordination efforts. General Contractor work is scheduled to begin on site in June, 205, and wine racking efforts to be scheduled with the General Contractor. 33. Vendors must submit proof, prior to contract award, of their Certificate of Recognition issued jointly by the Nova Scotia Construction Safety Association and the Province of Nova Scotia Department of Labour, or a valid Letter of Good Standing from an occupational health and safety organization approved by Nova Scotia Transportation and Public Works indicating the Contractor is in the process of qualifying for the Certificate of Recognition. Failure to supply this certificate will result in automatic disqualification of the tender submission. 34. The NSLC reserves the right to ensure the work is being completed to its standards as provided in the documents. 35. The NSLC reserves the right not to award to any bidder based on past performance with the NSLC. 36. Pricing to remain in effect for one () month from time of award. 37. Contractors are to provide a written warranty on all materials and workmanship for a minimum 2 year period from the date of contract completion. 7

8 38. Bid Evaluation Criteria Compliance with the Bid Documents Pass/Fail Price 95% Schedule 5% Total 00% 8

9 NOVA SCOTIA LIQUOR CORPORATION BID FORM Wine Racking for the NSLC s The Port At Spring Garden NSLC Reference No: CN-08-L-5 Wine Racking at the NSLC s The Port At Spring Garden retail store, as per tender specifications and drawings. SUBMITTED BY: The undersigned Bidder agrees to provide all necessary labour, permits (as required), equipment, tools, travel, shop drawings, site supervision, incidentals and other means of cleaning, and any deficiency related work associated with the timely completion of this project as specified in accordance with the Contract Documents and agrees to accept, therefore as payment in full, the Contract Price for completion of the work at The Port At Spring Garden: (As per Specifications) in Canadian funds, excluding H.S.T. TOTAL NSLC s The Port At Spring Garden $ Completion Date for Project: Lead time for orders: Time for install on site, upon coordination with General Contractor: Total number of days from award required to deliver all scope items to site and install: days. days. days. ALTERNATIVE OPTION/PRODUCT(S) PROPOSED (IF APPLICABLE): 9

10 The undersigned Bidder agrees if awarded the Contract on this Bid to commence and complete the Work for the duration of time specified in the bid documents.. The Bidder agrees that he has:. Carefully examined the site of the work described herein; become familiar with local conditions and the character and the extent of the work; carefully examined every part of the proposed Contract and thoroughly understands its stipulations, requirements and provisions..2 Determined the quality and quantity of materials required; investigated the location and determined the source of supply of the material required; investigated labour conditions; and has arranged for the continuous prosecution of the work herein described..3 Noted that the Harmonized Sales Tax is excluded from this Contact Price. 2. The NSLC agrees to examine this Bid and in consideration, therefore, the Bidder hereby agrees not to revoke this Bid:. until some other Bidder has entered into the Contract with the NSLC for the performance of the work and the supply of the materials specified in the notice inviting Bids or in the Instructions to Bidders, or.2 until twenty (20) days after the time fixed in the Instructions to Bidders for receiving Bids has expired, Whichever first occurs; provided, however, that the Bidder may revoke this Bid at any time before the closing time and date fixed in the Instructions to Bidders. 3. The Bidder hereby agrees to be bound by the award of the Contract and if awarded the Contract on this Bid to execute the required Contract commencing on the stipulated date. 4. The Bidder hereby acknowledges receipt of the following addenda: ADDENDUM NO. DATED NUMBER OF PAGES 0

11 5. The Bidder agrees, within two (2) days of notification of acceptance, to enter into a Contract between the NSLC and Contractor, and provide the contract security as specified. The Bidder has listed the Sub-contractors they will use for trades, reserving the right to substitute should any sub-contractor withdraw his Tender or become bankrupt; substitutions are subject to the NSLC s approval. Sub-Contractor Trade Price The Bidder recognizes the NSLC's right to accept any Tender, or to reject any or all Tenders, also the NSLC's right to substitute any Sub-contractor after adjusting the contract price with the Contractor. The undersigned Bidder declares that this Bid is made without connection with any other person(s) submitting Bids for the same work and is in all respects fair and without collusion or fraud. Dated this day of, 205 Bidder s Name (please print) Bidder s Signature Company Address Telephone Number Fax Number

12 NOVA SCOTIA LIQUOR CORPORATION AMENDMENT TO BID SUBMISSION Please fax this form to the Nova Scotia Liquor Corporation before the tender closing date and time. Allow a minimum of 5 minutes prior to closing for transmission time as there may be a back log and your submission may be received after the acceptable time frame. Fax: (902) Date & Time: Company: Re: Tender # CN-08-L-5 Number of Pages: MESSAGE: With reference to the above mentioned project, please adjust our sealed tender as follows: INCREASE BY: OR DECREASE BY: $ to the lump sum $ to the lump sum No tax portion is required. OFFICIAL SIGNATURE: 2

13 NSLC The Port Booklet for Esigo Quote May 28, 205

14 MayͲ28Ͳ205 Item # Fixture Type H: Net H: Net Finish 3 B: Ind. Bottle Display 4 5 Height (slots) Height (dimension) 38 /4" 30 /2" 30 /2" 69 3/4" 69 3/4" 69 3/4" 69 3/4" 69 3/4" 38 /4" 69 3/4" 69 3/4" 30 /2" Width (slots) Width Depth (dimension) (dimension) Quantity Plan Reference Code 39 /4" 2 B(2)46 26" 3 H29, H38, H40 86 /2" H42 59" B45 55 /4" B5 63" B55 57 /2" 2 B56 & B58 65 /2" B64 94 /2" B 6 B80 23 /2" B44 3 /2" B Height 6'Ͳ6" C: File T:Rack Walnut Veneer/ Silver Supports PT 4 Height (dimension) 6'Ͳ6" Width (Files) 8 Width Depth (dimension) (dimension) 87 /4" 5 3/4" 4 20" 23 3/4" TOTAL UNITS 2 C52 & C Spec : As summarized and described but not restricted to the supply and install of wine rack retail fixtures as indicated. Wine rack fixtures shall be designed to support the loading of the racks at full capacity. Coordinate installation with Owner s General Contractor as well as Owner s millwork contractor. Alternate product requests; request in writing an alternate review to consultant no later than 3 days before tender close. Include overall dimensions, slot dimensions, specifications, finishes, and anchoring requirements. 7 Varies 3 3/6 Stainless Steel Rod Typ Varies B= 69 3/4 & 38 /4 H= 30 /2 8 3/ /6 Typ Ticket Mould B&H-NET H is integrated with a separate fixture by owner. B-INDIVIDUAL BOTTLE DISPLAY B+B COMBINED TO CREATE UNIT NET -Design and dimensions as indicated. -Vertical sheet steel: 2mm thickness complete with powder coated finish: PT 4 -Horizontal bracing and bottle supports: Stainless steel rods -Clear space for bottle storage: to support and hold in place standard champagne or Bordeaux shaped bottle per slot -Provide bracing hardware to brace unit to back wall to prevent tipping. Coordinate location of blocking inside wall with Owner s General Contractor. -Finish: PT 4: powder coated steel to match RAL 9007 metallized steel -Approved Product: Esigo 2 Net NET DISPLAY -Provide removable and adjustable display unit as indicated. Display unit must be easily repositioned to any slot on the fixture. -Provide display unit per vertical column in the Net fixture -Provide an additional 0% to Owner -Provide an additional 00 display units for the 90+ room fixtures -Ticket Mould: Provide ¼ high 3 3/6 wide ticket mould attached to each display unit -Finish: PT 4: powder coated steel to match RAL 9007 metallized steel -Approved Product: Esigo 2 Net Display NSLC The Port Booklet for Esigo Quote May 28, 205

15 87 /4 2 3/4 2 3/4 2 3/4 2 /2 FILE /8 2 /2 4 3/8 Transparent Plexi-glass Ticket Mould Design and dimensions as indicated. Sheet steel: 2mm thickness complete with powder coated finish: PT 4 Shape steel to match design as indicated and to match the approved product Clear space for bottle storage: to support and hold in place 4-5 standard champagne or Bordeaux shaped bottle per slot held horizontally Provide bracing hardware to brace unit to back wall to prevent tipping. Coordinate location of blocking inside wall with Owner s General Contractor. Ticket Mould: Provide front panel for ¼ ticket mould at base of each opening Finish: PT 4: powder coated steel to match RAL 9007 metallized steel Approved Product: Esigo 2 File 5 3/4 C-FILE 9 3/4 RACK Design and dimensions as indicated. Steel side bracing: PT 4: powder coated steel to match RAL 9007 metallized steel Horizontal bracing and bottle supports: Stainless steel rods Clear space for bottle storage: to support and hold in place standard champagne or Bordeaux shaped bottle per slot Wood finish: laminated veneer on MDF panel, walnut finish Approved Product: Esigo 4 Tech Design Wine Rack 47 /4 23 3/4 T-RACK NSLC The Port Booklet for Esigo Quote May 28, 205

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-11-H-15

More information

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

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

More information

Strait Regional School Board

Strait Regional School Board Strait Regional School Board Request for Proposals Chain Link Fence SRSB - 45 England Avenue Mulgrave, NS Closing Date: Thursday, July 27, 2017 Closing Time: 2:00 p.m. Opening Time: 2:30 p.m Closing Location:

More information

TENDER REQUEST #T

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

More information

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

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

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO Leaman Drive Precast Panel Repairs

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO Leaman Drive Precast Panel Repairs METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO. 15-125 Leaman Drive Precast Panel Repairs CLOSING DATE: Thursday April 14, 2016 TABLE OF CONTENTS PAGES Section One Scheduled

More information

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO. MET Air Handling Unit Upgrades

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO. MET Air Handling Unit Upgrades METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO. MET18-118 Air Handling Unit Upgrades CLOSING DATE: Tuesday, June 19, 2018 Section One Metropolitan Regional Housing Authority

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16 TOWNSHIP OF BLANDFORD-BLENHEIM Labour, Materials, Equipment and Services Required for the Installation of a Recreation Trail LABOUR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FOR THE INSTALLATION OF A

More information

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO Landscape Repairs

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO Landscape Repairs METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO. 17-108 Landscape Repairs CLOSING DATE: Tuesday, May 30, 2017 TABLE OF CONTENTS Section One Section Two Specifications Appendixes

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

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

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

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

More information

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

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

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

GOVERNMENT OF NEWFOUNDLAND AND LABRADOR TENDER FOR STIPULATED PRICE CONTRACT SAMPLE

GOVERNMENT OF NEWFOUNDLAND AND LABRADOR TENDER FOR STIPULATED PRICE CONTRACT SAMPLE GOVERNMENT OF NEWFOUNDLAND AND LABRADOR TENDER FOR STIPULATED PRICE CONTRACT Tender for. Enter Project Name Enter Project Address To: Gentlemen, Enter Project Number Dept. of Transportation & Works P.O.

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

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

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

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

More information

T E N D E R Tender # T Washroom Upgrades Carnegie Building

T E N D E R Tender # T Washroom Upgrades Carnegie Building T E N D E R Tender # 2010-085102T Washroom Upgrades Carnegie Building Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

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

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

More information

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

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

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 Quotations for Shredding Services

Request for Quotations for Shredding Services Request for Quotations for Shredding Services Tender Number 2014-011 The Workers Compensation Board of Nova Scotia is seeking qualified quotations for on-site shredding services at its two Halifax locations

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

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO VALLEY VIEW VILLA EXTERIOR UPGRADES

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO VALLEY VIEW VILLA EXTERIOR UPGRADES METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO. 14-123 VALLEY VIEW VILLA EXTERIOR UPGRADES CLOSING DATE: Wednesday, January 14, 2015 TABLE OF CONTENTS Section One Section Two

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

Informal Solicitation #STEM_FURNITURE Fermob

Informal Solicitation #STEM_FURNITURE Fermob Informal Solicitation #STEM_FURNITURE Fermob was submitted for quotations on pre-negotiated state or cooperative contracts. Vendors were not able to purchase Fermob on such contracts. Vendors submitted

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

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

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of Date: 21/06/2014 Reference Number: IITRAM/PUR/2014/289 e-tender BID FORM for Procurement of Providing and fixing Modular Partition & Roller curtain Important Information: Date of issue 21/06/2014 e-tender

More information

T E N D E R Tender # T Bike Trails Parking and Pump Track

T E N D E R Tender # T Bike Trails Parking and Pump Track T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,

More information

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT Physical Address: 501 South Main Street Mailing Address: PO Box 228 Telephone: 817-636-2462 Metro: 817-638-2758 www.cityofrhome.com cityofrhome@earthlink.net REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Financial Services Purchasing and Payment Unit REQUEST FOR QUOTATION Title Email address: bids@gwemail.ryerson.ca Date April 19, 2011 Telephone Number (416) 979-5000 ext. 6988 Solicitation Number Fax Number

More information

REQUEST FOR 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

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

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

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

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

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

More information

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

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

More information

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

INSTRUCTIONS TO BIDDERS

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

More information

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID Bid #69-14 City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID The Portsmouth School Department is soliciting bids for a Kawai grand piano or equivalent. Sealed

More information

RESURFACING WATER STREET & FALLS LANE

RESURFACING WATER STREET & FALLS LANE TOWN OF SHELBURNE REQUEST FOR TENDERS RESURFACING WATER STREET & FALLS LANE 2018 Town of Shelburne P.O. Box 670 168 Water St Shelburne, NS B0T 1W0 Closing Date: August 9 th, 2018 1. INFORMATION TO BIDDERS

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

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court Boone County, Kentucky Bid #: 082517SCSW Storage Cages for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., August 31, 2017 Local time ACCEPTANCE PLACE Boone

More information

CSAP-RFP Hotels 2018

CSAP-RFP Hotels 2018 CSAP-RFP-2017-03 Hotels 2018 Responses to this Tender are to be received by: Simon Robichaud, B.A.A. Procurement Agent 9248 Highway 1, Meteghan River, N.S. B0W 2L0 Tel: (902) 769.5472, Fax: (902) 769.5461

More information

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

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

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

(e-procurement System)

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

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT Sealed tenders clearly marked Slurry Seal will be received by the undersigned No.: 2016-01

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

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

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

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

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 ADDRESS TO: ITI, BHUBANESWAR AT-NEAR GOVERNOR HOUSE, UNIT-8, PO- NAYAPALLI, BHUBANESWAR-751012 1. Last date of submitting receiving

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

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

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

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

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

Winter Cutting Edges/Hardware Sealed Bid (Bid ) Town of Salem, NH

Winter Cutting Edges/Hardware Sealed Bid (Bid ) Town of Salem, NH ` Winter Cutting Edges/Hardware Sealed Bid (Bid-2017-026) Town of Salem, NH August 30, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091 cawholley@ci.salem.nh.us Christopher

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the

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

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

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

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

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

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

More information

Pavement Widening & Additional Paving

Pavement Widening & Additional Paving TOWN OF SHELBURNE REQUEST FOR TENDERS Pavement Widening & Additional Paving 2017 Town of Shelburne P.O. Box 670 168 Water St Shelburne, NS B0T 1W0 Closing Date: August 31 st, 2017 1. INFORMATION TO BIDDERS

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

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

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

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

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

TOWN OF BLACKFALDS REQUEST FOR TENDER

TOWN OF BLACKFALDS REQUEST FOR TENDER TOWN OF BLACKFALDS REQUEST FOR TENDER Phase 2 Vehicular Wayfinding Primary and Secondary Signage Community Services Department Bow 220, 5018 Waghorn Street Blackfalds, AB T0M 0J0 TABLE OF CONTENTS Part/Section

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

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

Procedure for Electronic Bid Submission

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

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601 DATE ISSUED: March 2, 2009 BID DUE DATE: 3/26/09, 2:00 PM This document

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

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