Central Health/Corporate Head Office 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4. Optional Year 4. Item No.

Size: px
Start display at page:

Download "Central Health/Corporate Head Office 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4. Optional Year 4. Item No."

Transcription

1 TENDER SUBMISSION FORM Central Regional Health Authority (Please submit tender submission form to the address checked below) James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander, NL A1V 1P7 Central Health/Corporate Head Office 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4 Vendor Name and Address: Tender: SNOWCLEARING AND ICE CONTROL (SALTING) Location: Various Locations within the St. Alban s, Harbour Breton and Bay D Espoir Area operated by Central Health Tender No. CR2001 Closing: Thursday, October 18th, 2018 at 10:00 AM. Tenders will be opened immediately after closing. Instructions: - Ensure that your firm name and tender number appears on the outside of the tender envelope. - Tenders received after the closing time shown will not be considered and will be returned to sender. - All bids must be signed in order to be a qualified bid. - Quotations are subject to conditions indicated on Page Two. - IMPORTANT: Before submitting quotation, please read the instructions carefully and complete where applicable. Submit your bid on the forms provided. Item No. Description Year 1 Year 2 Optional Year 3 PLEASE NOTE: PRICE SHOULD EXCLUDE HST Optional Year 4 Connaigre Peninsula Health Center and 4 Housing Sites, Hr. Breton, NL Operated by Central Health. Snow Clearing and Ice Control per season (Lump Sum) Total: Please provide an hourly rate. Rate for Ice Control per application Rate for Snow removal /hour /hour Mose Ambrose Health Clinic located at 5A Clinic Lane, Mose Ambrose, NL. Snow Clearing and Ice Control per season (Lump Sum) Total: Please provide an hourly rate. Rate for Ice Control per application Rate for Snow removal /hour /hour

2 TENDER SUBMISSION FORM Central Regional Health Authority (Please submit tender submission form to the address checked below) James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander, NL A1V 1P7 Central Health/Corporate Head Office 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4 Vendor Name and Address: Tender: SNOWCLEARING AND ICE CONTROL (SALTING) Location: Various Locations within the St. Alban s, Harbour Breton and Bay D Espoir Area operated by Central Health Tender No. CR2001 Closing: Thursday, October 18, 2018 at 10:00 AM. Tenders will be opened immediately after closing. Terrilynn Diamond Provincial Manager of Inventory, Logistics, Technology & Transportation Instructions: - Ensure that your firm name and tender number appears on the outside of the tender envelope. - Tenders received after the closing time shown will not be considered and will be returned to sender. - All bids must be signed in order to be a qualified bid. - Quotations are subject to conditions indicated on Page Two. - IMPORTANT: Before submitting quotation, please read the instructions carefully and complete where applicable. Submit your bid on the forms provided. Item No. Description Year 1 Year 2 Optional Year 3 PLEASE NOTE: PRICE SHOULD EXCLUDE HST Optional Year 4 Bay D Espoir Medical Clinic and 3 Housing Sites, St. Alban s, Bay D Espoir, NL Operated by Central Health. Snow Clearing and Ice Control per season (Lump Sum) Total: Please provide an hourly rate. Rate for Ice Control per application Rate for Snow removal /hour /hour We hereby offer to sell and/or supply to the Central Regional Health Authority upon the terms and conditions set out herein and on the attached sheets hereof, the supplies and/or services listed and on any attached sheets at the price(s) set out. Authorized Signature Legal Name of Firm Date

3 1. Acceptance: a) Any tender may be rejected or accepted in whole or in part. b) The lowest or any tender will not necessarily be accepted. c) This offer shall remain open for acceptance for a period of not less than 90 days from closing date of tender. 2. Prices: a) Prices include packaging, cartage and loading charges unless otherwise specified in tender. b) Prices quoted shall be considered net unless cash discounts are specified. c) Prices are FOB Central Regional Health Authority site specific. d) Discounts offered will be deducted when payment is made. 3. Facsimile Bids or amendment to proposals previously submitted will not be accepted by the Central Regional Health Authority. 4. Products: a) All offered products should be fully described by name of manufacturer and product code. b) Bidders are responsible for indicating products that are latex free and scent free. Preference will be given to products that are latex free and scent free. 5. Delivery: a) Deliveries must be made in accordance with dates stated on Purchase Orders. b) All shipments must be properly packaged to avoid breakage or spoilage. c) Delivery can be on an As required basis by the hospital or individual Purchase Order. d) All delivery slips and invoices must state Purchase Order Number. 6. Invoicing: a) Invoices will be submitted directly to the Central Regional Health Authority. 7. Warranty: a) The vendor guarantees all equipment, materials, workmanship and laborers items. b) The vendor warrants title to commodities supplied and warrants them free from defect and/or imperfections and will indemnify and hold purchaser nameless against any or all suits, claims, demands, and/or expenses, patent, litigation, infringement, or any claim by third parties in or to the commodities mentioned and supplied by the vendor. 8. Inspection: a) All goods delivered are subject to inspections and test within a reasonable time after delivery at purchaser s premises. 9. Returns: a) In the event of a defective product, The Central Regional Health Authority reserves the right to return it to the supplier for full credit, notwithstanding intermediate payment by the purchaser. 10. Compliance with Laws: a) The vendor shall be responsible for complying with all Federal, Provincial, and Municipal laws, rules and regulations applicable to the sale of the contract material. b) Compliance with regulation Pharmaceutical Contracts Manufacturing companies and their products shall conform and abide with the Drug Quality Assessment Program (HPS), Canadian Government Specifications Board Standards 74-GP-1, Narcotic Control Act, Food and Drug Act. 11. Tender submission form must be completed and signed detailing the bid price submitted. Failure to complete this form will result in bid disqualification. 3

4 1.0 General Provisions 1.1 Intent This invitation to tender is intended to supply snow clearing and ice control to: the Connaigre Peninsula Health Centre, 2 South Side Drive, 6 Little Bay Place, 2 Sagona Place and 11 Old Farm Road in the Harbour Breton Area; Mose Ambrose Medical Clinic; the Bay D Espoir Medical Clinic,32 Rushton, 59A Main Street, and Popular Place in the St. Alban s area for two years with the option for an additional two years if agreed upon by both parties. 1.2 Client Background Central Health was established in 2005 and is responsible for the delivery of Health and Community Services in the Central Region. 1.3 Vendor Response All prices quoted for goods and services must be specified in Canadian dollars, FOB Sites. All Tenders will be held to be valid for ninety (90) days following the Tender closing date Tenders must be received in full on or before the exact closing time and date indicated. TENDERS RECEIVED AFTER THAT TIME WILL NOT BE CONSIDERED. 1.4 Release of Information While Tender is Open: The names of individuals or companies who have picked up the tender documents will not be released At Tender Opening: The names and prices of the bidders will be read out After Tender Opening: 4

5 1. No further information will be released until after the contract is awarded. 2. After award, only the name and bid price of the successful bidder will be made available. 3. Information will be made available for a 90 day period only. 4. Successful Awards will be posted on Web Site. 1.5 Communication During Tendering All communications with Central Health with respect to this invitation to tender must be directed in writing to the attention of: Ms. Terrilynn Diamond James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander, NL A1V 1P7 Terrilynn.diamond@centralhealth.nl.ca Central Health may, during the assessment period, request meetings with the Vendors to clarify points in the Tender. No changes by the Vendor will be permitted after the Tender closing date Faxed Tender responses will not be accepted All bids must be sent in a sealed envelope clearly marked with Tender Name and Number to: Materials Management Department, James Paton Memorial Regional Health Centre, Gander, NL, A1V 1P Bids submitted by electronic transmission ( ) will not be accepted All Bidders must complete and sign the Tender Submission Form. Failure to do so will result in bid disqualification. 1.6 Tender Acceptance Any acquisitions resultant from this invitation to Tender shall be subject to the Public Tendering Act. 5

6 1.6.2 The Tenders shall be opened in the office of Materials Management: Ms. Terrilynn Diamond James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander, NL A1V 1P Do not include applicable taxes in price. Bid prices must show taxes extra Any Tender may be accepted in whole or in part. The lowest Tender may not necessarily be accepted and Central Health reserves the right to cancel the Tender call. Central Health shall not be held responsible or liable for the payment of any costs that are incurred by the bidder in preparing a Tender in response to this invitation to Tender Central Health reserves the right to waive minor non-compliance or irregularities in the tender if in Central Health s sole discretion such minor non-compliance or irregularities are of an inconsequential or technical nature Products quoted must be approved by Central Health before award. 1.7 Vendor Confirmation (please sign) I confirm that our Tender meets or exceeds the specifications detailed in this invitation to Tender. I also confirm that all specifications are included in the quoted price. Any items that are optional are noted accordingly. Signed Title Company Name Address Phone 6

7 MAINTENANCE/SERVICE CONTRACT SNOW CLEARING TENDER # CR2001 CLOSING: OCTOBER 18, :00AM Winter Season

8 Instructions to Bidders Maintenance/Service Contract -Snow Clearing 1. GENERAL Tenders are to be addressed to Ms. Terrilynn Diamond, Manager, Materials Management James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander, NL A1V 1P7 Owner referred to in this Tender is Central Health Before submitting a tender, it is recommended that bidders visit the sites of the Proposed work and fully inform themselves of the existing conditions and Limitations. Subsequent claims resulting from failure to properly examine the Site will not be considered. 2. UNACCEPTABLE TENDERS The following will be considered as unacceptable tenders, subject to rejection: a) Tenders not submitted on the Tender Form provided, may not be considered. b) Incomplete Tenders will be rejected. c) Tenders containing qualifications or additional clauses to the Tender Form will be rejected. 3. CONTRACTOR S RESUME The successful bidder may be required to submit a summary of experience, personnel and equipment to the Director of Facilities Management and Engineering prior to or after acceptance of the tender by the Materials Management Department a) Tenders may not be accepted from Contractors that have a history of poor performance with Central Health in the past. 8

9 GENERAL CONDITIONS 1. DEFINITIONS a) Subcontractor means a person, firm or corporation having a direct contract with the Contractor to perform a part or parts of the work included in the contract or to supply products or equipment. b) Snowclearing and Ice Control includes actual time required to remove snow and/or ice from property. Must not include time required to travel to and from site(s). 2. RECORDS TO BE KEPT a) The Contractor shall maintain and keep full records, vouchers and other correspondence and information in respect of his estimates and actual cost of the Work, and shall make them available for copy, audit or inspection by the Owner. b) Records shall include all relevant information such as the number of employees engaged on the work daily, names and addresses of employees, hours worked and type and quantity of materials used and any other data required by the Owner. c) Contractor is required to sign-in and sign-out in a snow clearing log at each of the sites. This is a Risk Management issue which must be complied with. If Contractor fails to do so, he will be given a warning. Failure to comply will be a breach of contract and may result in cancellation of contract. 3. OWNER S DECISION a) The Owner shall decide on questions arising under the contract documents. Any questions regarding wording, omission, etc. shall be presented to the Regional Director of Materials Management for explanation. If this is not done, it shall be assumed that the Contractor thoroughly understands the term and conditions of these specifications. b) The Owner shall have the right to decide the proper timing and scheduling for any work and if the work done or the material supplied by the Contractor is acceptable. c) The Owner s decision on matters arising under this specification shall be final but should the Contractor disagree with any such decision he shall notify the Regional Director of Materials Management in writing before carrying out any work Associated with such decision. 9

10 4. OWNER S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after writer notice to the Contractor, may without prejudice to any other right or remedy he may have, immediately make good any deficiencies and may deduct the cost thereof from the payment then or thereafter due the contractor. The Owner reserves the right to use his own resources for any work. 5. OWNER S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged bankrupt or if the Contractor should make a general assignment for the benefit of his creditors or if a receiver should be appointed on account of his insolvency, or if he should, except in cases beyond his control, refuse or fail to supply enough properly skilled workmen or proper materials after having received seven (7) days written notice from the Regional Director of Materials Management to supply additional workmen or materials or if he should fail to make prompt payment to Sub- Contractors for material or labour or persistently disregard laws, ordinances or the instruction of the Directors or otherwise be guilty of a substantial violation of the provisions of the Contract, then the Director having determined that sufficient cause exists to justify such action may, without prejudice to any other right or remedy he may have, by giving the Contractor a written notice, terminate the employment of the Contractor and take possession of the premises and of all materials thereon and finish the work by whatever method he may deem expedient but without undue delay or expense. In any such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation to the Owner for his additional services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. Additionally, if it is deemed by the Owner that the Contractor is charging unreasonable costs for the work performed, the Owner has the right, by giving a Seven (7) day written notice to terminate the contract for just cause. Reasonable cost will be determined by looking at averages throughout the region for the same time period and previous year averages. 6. SETTLEMENT OF DISPUTES AND CLAIMS a) In the case of any disputes or claims arising between the Owner and the Contractor as to their respective rights and obligations under the contract, either party hereto may give the other written notification of such a dispute or claim. The notification of dispute or claim shall be made within Fourteen (14) days of the dispute or cause of action arising. If the dispute or claim cannot be resolved to the satisfaction of both parties, either party may refer the matter to such judicial tribunal as the circumstances require. b) Legal proceedings shall not take place until after the performance of the disputed work except: i) When the dispute concerns a certification for payment. 10

11 ii) iii) Where either party can show that the matter in dispute requires immediate consideration while evidence is available; or In the case of legal proceedings, where the action may become prescribed by reason or delay. 7. EMERGENCIES The Owner has the authority in any emergency to stop the progress or make changes to the work whenever, in the Owner s opinion, such stoppage or changes may be necessary to ensure the safety of life, of the structure or neighboring property. 8. MATERIALS AND LABOUR a) Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labour, tools and equipment necessary for the execution of the work. b) The Contractor shall meet the requirements of the labour laws of the Province of Newfoundland and Labrador in carrying out this work and all other labour laws applicable to the area in which the work is being done. c) Each person employed on the work shall be qualified and competent for the specific trade or duty in which he is employed and shall be paid as minimum the standard rates of wages applicable thereto. d) Personnel engaged in the work shall be capable of functioning effectively and cooperatively with the Owner s Staff, Occupants and visiting Public. The Contractor is to supply the necessary equipment to his employees for performance of their duties. e) All personnel will present a clean, neat and orderly appearance at all times and shall conform to all regulations and ensure that high standards of tact, courtesy and discretion are maintained in all places of their work. f) In engaging labour for the work, first consideration will be given to the employment of available and competent workmen who are resident in the area where the work is being done in order to be available for emergency situations. 9. INSPECTION OF THE WORK a) The owner shall be permitted to inspect the Contractor s work at any time. 10. REJECTED WORK a) The Contractor shall promptly remove and replace with new work at no cost to the owner; any defective work/service whether the result of poor workmanship, defective materials, damage through carelessness or other acts of the Contractor with the Owner determines is failing to conform to the contract. 11

12 b) If the Contractor fails to carry out the orders relative to the replacement of rejected work within the time decided by the Owner. The Owner either (1) carry out such work and any costs incurred will be the responsibility of the Contractor or (2) deduct from the Contractor s monthly payment an amount as determined by the Owner to equal the value of the rejected work. The Contractor will NOT be reimbursed for deductions made for rejected work/service. 11. PROTECTION OF WORK AND PROPERTY a) The Contractor shall provide and maintain adequate protection as approved by the Owner for the buildings and contents during the progress of his work.. b) The Contractor will be solely responsible to ensure that the Owner s property is not damaged, destroyed or stolen during the progress of work. Any damage or injury resulting from the actions of the Contractor or his Employees to the work and the property of the Owner will be made good with new materials as requires to match existing work in kind, quality and workmanship at the expense of the Contractor. c) Before commencing any work the Contractor shall assess the effect of the proposed work on the existing building structure or systems. Any work which could result in an adverse effect on building safety and operations must be brought to the attention of the Owner for approval (i.e. snow removal from the roof). d) The Contractor shall be completely responsible for the safety of the work as it applies to protection of the public and property. The codes that must be followed and enforces for safety are: (i) (ii) (iii) (iv) The Workers Compensation Board Accident Prevention Regulations (Latest Edition). The Occupational Health and Safety Act and Regulations (latest edition) (Including W.H.M.I.S. Regulations). C.O.R. Certified Central Health s Contractor Safety Policy(current edition) 12. SAFETY HAZARD a) The Contractor shall report immediately to the Owner any equipment or conditions which could be considered unsafe. b) No materials or equipment will be stored on site where they might present a hazard to property, personnel or affect the normal operating functions of this building. 12

13 13. LIABILITY INSURANCE 1. Indemnification Except as provided in (b) the Contractor shall be liable for and shall indemnify and hold harmless the Owner, its agents and employees from and against all claims, demands, losses, costs, damages, actions, suits, or proceedings, whatsoever arising under any statute or Common Law: (i) (ii) (iii) In respect of personal injury to, or the death or, any person whomsoever arising out of, or in the course of, or caused by the carrying out of the work; and In respect of any injury or damage whatsoever to any property, real or personal or any chattel real, insofar as such injury or damage arises out of or in the course of or by reason or the carrying out of the work. The Contractor shall not be liable under (a) if the injury, death, loss or damage is due to any act or neglect of the Owner, it agents or employees. 2. Commercial General Liability Insurance a) Without restricting the generality of 13 (1) Indemnification, the Contractor shall provide and maintain, either by way of a separate policy or by an endorsement to his existing policy, Commercial Liability Insurance acceptable to the Owner and subject to limits set out in detail in the Supplementary General Conditions inclusive per occurrence for bodily injury, death and damage to property including loss of use thereof. A Certificate of Insurance from your Insurance provider must be attached to quotation. Minimum of $2,000, b) This insurance shall include as an additional insured Her Majesty the Queen in the Right of Newfoundland. The Contractor shall not commence any work until he obtains, at his expense, all required insurances as specified in the General Conditions. Such insurance must have the approval of the Owner and be to the limits, form and amounts specified. The Contractor will not permit any Subcontractor to commence work on this project until the same insurance requirements have been compiled with the Subcontractor. 3. Automobile Liability Insurance The Contractor shall provide and maintain liability insurance in respect of (1) owned licensed vehicles and (ii) leased vehicles, subject to limits set out in the General Conditions inclusive. 13

14 14. WORKERS COMPENSATION 1. The Contractor shall provide suitable documentation certifying that he is registered and in good standing with the Workers Compensation Commission. 2. Prior to the commencement of any work hereunder the Contractor shall file with the Owner a copy of each insurance policy and the Workers Compensation certificate. 15. CONSTRUCTION SAFETY ASSOCIATION Central Health Policy states that all companies bidding on Government funded contracts must be C.O.R Certified at the time of tender submission. (Pending C.O.R Certified will not be considered compliant). This is in conjunction with the Newfoundland and Labrador Construction Safety Association policy. If you required further information on this policy, please contact the Construction Association toll free at Failure to provide C.O.R CERTIFICATION DOCUMENTATION with your tender document could constitute disqualification of quotation. 16. ACCIDENTS AND CLAIMS 1. Promptly report in writing to the Owner all accidents whatsoever, arising out of or in connection with the performance of the work whether on or adjacent to the site which caused death, personal injury or property damage. 2. If any claim is made against the Contractor of Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Owner giving full details of the claim. 17. PERMITS, NOTICES AND LAWS The Contractor shall obtain and pay for all necessary permits, certificates, license or other fees required for the execution of the work. The Contractor shall comply with all laws, ordinances, rules and regulations relating to the work. Drivers or operators shall be licensed for applicable equipment. 18. ASSIGNMENT The Contractor shall not assign the contract or any part thereof or any benefit or any interest therein or there under without the written consent of the Owner. 19. CHANGES IN THE WORK 1. The Owner or the Regional Director of Plant Services and Maintenance, without invalidating the contract, may make changes to the work. 2. The Contract must arrange to meet with the Regional Director of Plant Services and Maintenance, without representative during normal working hours to discuss works routines, problems, etc. 14

15 20. CLEAN UP The Contractor shall at all times keep the premises free from accumulations of waste material or rubbish caused by his employees or the work. TECHNICAL SPECIFICATIONS Snow Clearing and Ice Control 1. GENERAL This section of the specification outlines the technical requirements for the Snow Clearing Contracts. The work in general shall consist of keeping parking lot entrances, on-site roadways, etc. free from snow and ice to permit unimpeded flow of traffic to and from these areas. 2. SCOPE OF WORK The work shall include the supplying of all labour, materials, equipment and services necessary for the execution and completion to the satisfaction of the Owner, for the price tendered for all the work described in these specifications. 1. SNOW CLEARING (a) The Contractor shall clear all snow from all parking lots, parking lot entrances, on-site roadways, access to roadways, turning areas, loading dock areas right to concrete wall of dock and fire lanes. (b) Snow clearing must commence whenever there is an accumulation of 25mm (1 ) or more of snow or when wind conditions cause drifting to such a degree that it will impede the smooth flow of traffic. The Contractor must visit the site when the conditions are doubtful to make sure there will be not impediment to the flow of traffic. (c) When overnight snowfalls or drifting occurs to such a degree to warrant snow clearing, then all areas are to be cleared no later than 06:00 hours. This will be strictly enforced unless a snow storm is in progress where main thoroughfare and fire lanes must be kept open at all times. (d) The Contractor must plow snow to the extremities of all areas being cleared in order to utilize all on-site storage space to its maximum. (e) Snow shall be cleared in such a manner to avoid leaving a buildup of any snow or ice. Any such buildup of snow or ice left on the cleared areas, corners, entrances, exits and roadways is to be removed at no cost of the owner. (f) The Contractor shall not block entrances or walkways. 15

16 2. ICE CONTROL FOR THE PREVENTION OF SLIPPERY CONDITIONS (a) Ice Control will be determined as necessary by the Contractor and response should start immediately. (b) The Contractor shall take every reasonable precaution to ensure that slippery conditions on the site are avoided at all times. To help achieve this, the Contractor shall spread a mixture of sand and salt at the minimum coverage of 560kg per hectare (500 lbs per acre). In general, this mixture shall be in proportion of one part salt and one part sand. However, should these amounts and/or mixtures be found unsatisfactory to adequately control slipping conditions then the amounts and/or mixtures are to be adjusted accordingly at no extra cost to the Owner. At no time should the sand content be more than 50% of the total mixture. (c) It is the Contractor s responsibility to ensure that sand and salt is applied in sufficient quantities and with sufficient frequency to prevent slipping conditions at all times. Should the Contractor fail to comply with this requirement, he may be held liable for any accidents that occur. (d) The Contractor is to ensure that any buildup of ice is avoided at all times. Should a buildup of ice occur, then the Contractor is to remove the ice buildup at no cost to the Owner. (e) Sand used to prevent slippery conditions and for ice control is to be free from all foreign material such as sticks, rocks, roots, mud etc. And shall be capable of passing through a number 4 sieve and retained on a number 200 sieve. (f) The Contractor will be expected to arrange for the storage of quantities of mixed sand and salt at sites to be designated by the Owner. (g) Where mixtures of sand and salt are stockpiled they are to be covered with tarpaulins or other acceptable materials to the satisfaction of the Owner to prevent the washing out of the salt portion. 3. SNOW REMOVAL (a) When snow accumulates at the on-site storage areas to such a degree that it will obstruct vehicular traffic flow and parking spaces are reduced, conditions become unsafe for pedestrian traffic or damages to buildings on the site are anticipated, then the Owner will request snow to be trucked away to an approved dumping site at the cost of the Contractor. The Contractor shall be responsible to identify the dumping sites and obtain all necessary approvals for such sites. (b) In the (extreme case of snow build up) the owner has the right to request snow to be blown away oppose to being trucked away and if the Contractor cannot supply a commercial size snow blower then Central Health reserves the right to use an alternate source. (c) In addition to the space that may be available around the sides and rear of the parking lot, the Contractor may use, if necessary, an area at the rear of the parking lot for snow accumulation. 16

17 (d) Some buildings may be in full or partial operation during weekends and holidays. The Contractor shall provide snow clearing and ice control during those periods in accordance with the operation schedule of the building. 4. EQUIPMENT REQUIREMENTS a) All equipment used in this contract must be rubber-tired. The only exception that may be considered to this requirement is the use of track machines on gravel parking lots. Written authorization from the Owner must be obtained prior to use track machines on gravel roadways or gravel parking lots. b) Equipment used under this contract must be kept in a good state of repair and be capable of doing the work required. c) Equipment that becomes inoperative during snow clearing must be replaced immediately to carry out the work required. d) All equipment must be equipped with Roll over Protective Structure (R.O.P.S.) as per regulations of the Health and Safety Division of the Department of Labour or the Contractor must be in possession of a valid exemption certificate for the equipment. e) The Owner reserves the right to request the Contractor to provide at any time during the contract at no cost to the facility, a certificate from a component service of heavy equipment verifying the state of repair and the operation condition of any or all equipment used in the contract. Any equipment in the contract found to be unacceptable shall be replaced immediately f) All equipment shall be equipped with cutting edges for ice control. g) The Contractor will be required to keep readily available adequate equipment capable of doing the required work in a timely manner. Equipment shall be adequate to have snow cleared by 0600 hours. A detailed list of equipment must be declared on Schedule A. In event of a dispute as to whether or not the listed equipment is adequate, the decision of the Owner will be final. If, in the opinion of the Owner the equipment listed is not adequate to do the required work, the bid shall be deemed as not meeting the specifications and will be rejected. 5. PROTECTION AND MAKING GOOD a) The Contractor shall, upon award of the contract, and prior to the commencement of any snow clearing operation, erect suitable markers to identify the locations of concrete curbs, lawns, fire hydrants, fencing, etc. All markers are to be painted with easily identifiable fluorescent paint. All markers and locations are to be approved by the Owner. All markers are to be removed at a time when directed by the Owner. b) The Contractor shall use extra care to ensure that the Owner s property including such things as curbs, lawns, fencing, signs, etc. is not damaged while work is being carried out under this contract. 17

18 c) The Contractor is to pay particular attention to ensure fire hydrants are not damaged and to ensure snow is cleared from around all hydrants. Damage to hydrants is to be repaired or replaced immediately at no cost to the Owner. d) Any other damage to property is to be made good at a time satisfactory to the Owner at no cost to the Owner. 6. PRIORITY SCHEDULE a) The Owner will provide the Contractor with a priority schedule where applicable but in all cases, fire lanes are to be kept open continuously for use of Emergency Vehicles. 3. PAYMENT Invoices are to be submitted on a monthly basis to Central Health, 50 Union Street, Grand Falls-Windsor, NL A2A 2E1 Attention: Financial Services. Payment will be made within 15 days from date of receipt. Five (5) equal payments based on annual price: November 30, December 31, January 31, February 28 and March 31. Note: The successful bidder will be responsible for providing the sand/salt for the parking lots. Please ensure that you have included this in your bid. Prices should exclude the HST. 18

19 SCHEDULE A Ms. Terrilynn Diamond Materials Management 125 Trans Canada Highway Gander, NL A1V 1P7 We have read and understood the specifications included with this tender and inspected the site(s) which we have quoted. (1) We will keep available the following pieces of equipment for snow clearing. List of Equipment: (2) It is understood and agreed that we will be responsible for all damages to buildings, pavement, curbs, sidewalks, posts, lighting standards, etc., that is caused by the operation of snow clearing equipment. (3) The Following documents are enclosed with the quotation: a) Insurance coverage for a minimum of $2,000, Proof of coverage in the form of a letter from Insurance Provider is required and is included with quote. Refer to Section 13.1, 13.2, and 13.3, pages 7 and 8. b) Registration with the Workplace Health, Safety and Compensation Commission. Proof of registration in the form of a Letter of Good Standing is required and is included with Quote. c) Registration with the Newfoundland and Labrador Construction Safety Association is required. Letter of Good Standing is included with quote. (4) I have read the contents of this tender document. It is understood and agree that the terms of this agreement shall be in effect for one (1) Winter Season This Agreement shall come into effect on November 2018 Winter Season and will continue until the end of the Winter Season until June 30, (Name of Company) (Authorized Signature) Mailing Address: Telephone #: Contact Person: 19

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

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

More information

Town of Whitby Terms and Conditions

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

More information

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

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

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

More information

GENERAL CONDITIONS UNIT PRICE CONTRACT

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

More information

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

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

More information

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES OCT 2018 SNOW CLEARING AND SALTING SERVICES The purpose of this Request for Quotes is to select a vendor to provide snow removal and salting services

More information

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 QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following: INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

INVITATION TO BID TREE PRUNING AND REMOVAL

INVITATION TO BID TREE PRUNING AND REMOVAL FINANCE DEPARTMENT INVITATION TO BID GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director TREE PRUNING AND REMOVAL COLLEEN C. SELBERG Purchasing Agent Sealed bids for furnishing

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax REQUEST FOR PROPOSALS for SNOW AND ICE REMOVAL at GILLETTE MANOR For the

More information

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

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

More information

Snow and Ice Maintenance Contract between Owner and Contractor

Snow and Ice Maintenance Contract between Owner and Contractor [Insert contractor logo or letterhead] Snow and Ice Maintenance Contract between Owner and Contractor (the "Contractor") and (the "Owner") by this Agreement made this day of, 200_ agree as follows: 1.

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

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

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

More information

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

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

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

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

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

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

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

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

More information

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box 9422 25 Cottage Road South Portland, Maine 04116-9422 Invitation to Bid PLOWING SCHOOL PARKING LOTS Sealed bids for Multi-year Plowing of the

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

Subcontract Agreement

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

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

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

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

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

More information

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

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

More information

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION REQUEST FOR QUOTES 2015-2020 Village of Port Alice PO Box 130 1061 Marine Drive Port Alice, BC V0N 2N0 Telephone: (250) 284-3391 Fax: (250) 284-3416 INSTRUCTIONS

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH 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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

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

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

TENDER GRAVEL CRUSHING PWT

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

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

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

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

1 In these Domestic Sub-Contract Conditions the following expressions and terms shall have the meanings given below:

1 In these Domestic Sub-Contract Conditions the following expressions and terms shall have the meanings given below: DOMESTIC SUB-CONTRACT CONDITIONS These are the Domestic Sub-Contract Conditions referred to by the Articles of Agreement to which they are attached. In the event that these Domestic Sub-Contract Conditions

More information

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

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

More information

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

TENDER FOR THE TOWNSHIP OF SEVERN

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

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

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

MANITOBA LIQUOR AND LOTTERIES COPORATION CORPORATE PURCHASE ORDER - TERMS & CONDITIONS

MANITOBA LIQUOR AND LOTTERIES COPORATION CORPORATE PURCHASE ORDER - TERMS & CONDITIONS MANITOBA LIQUOR AND LOTTERIES COPORATION CORPORATE PURCHASE ORDER - TERMS & CONDITIONS 1. Incorporation of Terms and Conditions in Purchase Order The terms and conditions in this document are incorporated

More information

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents. Administrative Procedure 515 FACILITIES AND MAINTENANCE TENDERING Background Golden Hills School Division believes in purchasing goods and services at competitive prices, treating suppliers fairly and

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

GRADER MAINTENANCE FOR KEG RIVER/CARCAJOU GRADER BEAT AREA

GRADER MAINTENANCE FOR KEG RIVER/CARCAJOU GRADER BEAT AREA Agreement # GRADER MAINTENANCE FOR KEG RIVER/CARCAJOU GRADER BEAT AREA QUOTATION FOR GRADER MAINTENANCE The Grader Maintenance Area for which quotations are being invited is described in Schedule A. All

More information

TERMS AND CONDITIONS OF PURCHASE

TERMS AND CONDITIONS OF PURCHASE TERMS AND CONDITIONS OF PURCHASE This Order (as defined below) is the Company s offer to purchase the Goods (as defined below). Unless otherwise expressly agreed in writing these are the only conditions

More information

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

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

More information

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 July 27, 2017 1. is seeking bids for Snow Removal of district facilities. 2. A Mandatory pre-bid meeting will

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Town of South Bruce Peninsula. Tender PW Asphalt Paving Town of South Bruce Peninsula Tender PW 18-09 Asphalt Paving Town of South Bruce Peninsula Tender PW 18-09 Asphalt Paving The Town of South Bruce Peninsula is requesting tenders for the supply and placement

More information

A CONTRACT GUIDE for SNOW PLOWING AND SANDING

A CONTRACT GUIDE for SNOW PLOWING AND SANDING A CONTRACT GUIDE for SNOW PLOWING AND SANDING Pre-Bid Qualifications: The snow-removal contract should show evidence that the service has insurance against damage caused by snow removal (See exhibit A

More information

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, L9V 0G8 TENDER FOR LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT-2017-03 TENDER BIDS - on forms as supplied by the

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

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET GENERAL Agreement means, collectively, these terms and conditions and the Order to which they apply. CSL means The CSL Group Inc., acting through its Canada

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( ) 2014-06-25 REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 (2014-06) The Toronto Zoo invites you to submit a quotation for the supply of all labour, tools, materials and equipment necessary

More information

Purchase Order Terms and Conditions Commercial Contracts

Purchase Order Terms and Conditions Commercial Contracts 1. ACCEPTANCE: Purchase Order Terms and Conditions This purchase order represents Company's offer to purchase the goods or services ordered strictly in accordance with its stated terms and conditions.

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

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

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

More information

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

Terms and Conditions.

Terms and Conditions. Terms and Conditions 1. Interpretation 1.1 In these terms and conditions ( Conditions ) the following words have the following meanings. 1.1.2 Collection Service a Service whereby M&WR Ltd collects Waste

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line Town of South Bruce Peninsula Tender PW 17-14 Resurfacing of D Line Town of South Bruce Peninsula Tender PW 17-14 Resurfacing of D Line The Town of South Bruce Peninsula is requesting tenders for the resurfacing

More information

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( )

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( ) REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 (2013-02) The Toronto Zoo invites qualified suppliers to submit a quotation for the rental or purchase of one (1) events tent for the period 2013-05-01 to 2013-10-31.

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

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

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

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

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

More information

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2 POST BID ADDENDUM Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: 504-6955 Addendum No.: 2 Project Address: 2349 Virlow St., Idaho Falls, Idaho 83401 Date: 8/29/2016 Owner: Corporation of the Presiding

More information

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR

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

More information

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

Town of South Bruce Peninsula. Tender PW Maintenance Gravel Tender PW 17-05 Maintenance Gravel Tender PW 17-05 Maintenance Gravel The Town of South Bruce Peninsula is requesting tenders for the supply, application, and stockpile of granular A maintenance gravel

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

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

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

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

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC)

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC) AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC) FOR USE IN CONJUNCTION WITH THE FORMS OF MAIN CONTRACT FOR PUBLIC WORKS ISSUED BY THE OFFICE OF GOVERNMENT PROCUREMENT, DEPARTMENT OF PUBLIC EXPENDITURE

More information

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

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

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information