REQUEST FOR QUOTATION

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION"

Transcription

1 REQUEST FOR QUOTATION LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO CANADA P7B 5E1 RFQ #LU ELEVATOR MAINTENANCE THUNDER BAY CAMPUS ISSUE DATE: December 24, 2013 CLOSING DATE: January 30, 2013, 3:00:00PM

2 Page 2 SECTION I PURPOSE AND CONTENT 1.1 Lakehead University invites qualified elevator maintenance contractors to submit quotes for elevator maintenance at the Thunder Bay Campus in the city of Thunder Bay. For a map of our campus layout go to Scope of Work SEE APPENDIX A 1.3 Bid form SEE APPENDIX B 1.4 Payment options NET Taxes 1.8 OTHER

3 Page 3 SECTION II INSTRUCTIONS TO BIDDERS 2.1 Proposals must be received in the Lakehead University PURCHASING DEPARTMENT, ROOM BB-1002A, Before 3:00:00 PM LOCAL TIME ON January 30 th, 2013 in a sealed envelope marked RFQ #LU ELEVATOR MAINTENANCE ADDRESS SUBMISSIONS TO: GEOFF MATTE PURCHASING MANAGER ROOM BB-1002A LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO P7B 5E1 2.2 Quotations received after the above closing time and date will not be considered and will be returned to the bidder. Quotations received via fax or will not be accepted. 2.3 Two copies of the quotations are required. 2.4 Lakehead University accepts no responsibility or liability for misdirected, unreadable, incomplete bids or electronic mail questions and it is the sole responsibility of the bidder to ensure their bids and have been received by the authorized representative of the University in a timely manner. 2.6 Quotation documents must be completed in accordance with the requirements of the Request for Quotation documents and no amendment or change to quotations will be accepted after the closing date and time. 2.7 Quotations shall be signed by an authorized signatory of the bidder. If the bidder is an incorporated company, the corporate seal of the bidder shall be affixed or a certified true copy of a resolution of the corporation naming the person(s) in question as authorized to sign agreements on behalf of the corporation shall be attached to the proposal. Bidders who are sole proprietorships or partners shall sign their bid in such a way as to irrevocably bind the bidder in an authorized manner. 2.8 Mandatory site visit will be held on January 9 th, at 10:00 a.m. Bidders to meet in the Physical Plant boardroom Avila Centre room AC All questions regarding this Request for Quotation may be submitted in writing (fax, mail or only) by January 16 th, 2013 up to 4:00.

4 Page 4 CONTACT INFO: GEOFF MATTE PURCHASING MANAGER ROOM BB-1002A LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO P7B 5E1 TELEPHONE FAX gmatte@lakeheadu.ca Should the question be considered relevant to all bidders, the University will provide both the question and the written answers in the addendum. It is the sole responsibility of each potential bidder to check the Lakehead University Purchasing website on a regular basis for addendum In the event the bidder can not comply with any term, condition, or requirement of this Request for Proposal, such non-compliance must be clearly noted on the bidder s letterhead and submitted with the proposal. Bidders are cautioned that such noncompliance may result in disqualification of the bidder s proposal, No allowance will be made for un-noted non-compliance of any kind by the bidder No other representative of the University is to be contacted regarding this Request for Proposal. The University accepts no responsibility for, and the bidder agrees not to rely upon, any verbal or written statements or representations from any other person, whether or not employed by the University While the University will not consider more than one bid from a bidder under the same or different names, the University is prepared to consider, in addition to the original bid, alternative bids submitted within the same bid package providing such are clearly marked as alternatives Bidders are cautioned that proposals will be solely evaluated upon the disclosed evaluation criteria and no linkage of offers to donations, scholarships or similar arrangements will be considered.

5 Page The laws of the Province of Ontario shall apply to this Request for Quotation and any contract formed as a result of this Request for Quotation and the Courts of Ontario shall have exclusive jurisdiction over any contract formed as a result of this Request for Proposal The Lakehead University s name, logo, crest, etc, shall not be used without the prior written consent of the University. SECTION III EVALUATION AND AWARD 3.1 Lakehead University intends to award a contract to the bidder whose quotation offers the best value to the University. However, the University is under no obligation to award any contract in whole or in part and the University reserves the right in its sole discretion to cancel this Request for Quotation process at any time before or after closing without providing reasons for such cancellation. The evaluation may include a bidder presentation and system demonstration. The lowest or any quotation may not necessarily be accepted. 3.2 All quotations will be evaluated upon the following criteria: a) Price, delivery and ability to meet our requirement for implementation 3.3 Any award made by the University shall be made in writing and shall be subject to the availability of funding at the time of award (if any). 3.4 In the event of mathematical errors in extension of prices or other ambiguities, unit prices shall govern over total bid prices and words shall govern over numbers. 3.5 In order to obtain the most advantageous offer for the University, the University reserves the right in its sole discretion: a) to waive irregularities and / or minor non-compliance by any bidder with the requirements of this Request for Quotation b) to request clarification and / or further information from one or more bidders after closing without becoming obligated to offer the same opportunity to all bidders c) to enter into negotiations with one or more bidders without being obligated to negotiate with, or, offer the same opportunity to, all bidders. Bidders are advised however to submit a complete offer as their bid. Any waiver, clarification or negotiation will not be considered as an opportunity for bidders to correct errors in their bids. 3.6 The University shall not be responsible for any expenses or charges incurred by a bidder in preparing or submitting a proposal nor in providing any additional information considered necessary by the University for evaluation of proposals.

6 Page The University reserves the right in its sole discretion to amend this Request for Quotation at any time prior to close of bidding and bidders are cautioned to ensure they have received all addenda (if any) prior to submitting a bid. SECTION IV AWARD CONTRACT 4.1 The successful bidder (if any) may not assign or subcontract any of the award contracts without the prior written consent of the University. 4.2 Indemnification: The successful Bidder shall indemnify Lakehead University for all damage suffered by it as a result of the negligent actions or wrongful acts of the successful Bidder, its employees, servants and/or agents. The successful Bidder shall indemnify and hold harmless Lakehead University, its Board of Governors, students, employees, servants and/or agents from all claims, demands, losses, costs, damages, actions, suits, or proceedings initiated by third parties arising from the negligence of the successful Bidder, its employees, servants, and/or agents. 4.3 General Liability Insurance: The successful Bidder must carry general liability insurance with a limit of not less than $5,000,000 inclusive per occurrence for bodily injury (including death), and damage to property including the loss of the use thereof. Such insurance shall include coverage for broad form property damage, contractual liability, completed operations and product liability, and non-owned automobile liability and such other types of insurance, as would be carried by a prudent person and as Lakehead University may from time to time require. Lakehead University shall be named as an additional insured on the policy, but only with respect to the operations of the successful Bidder. 4.4 This quotation shall be open for acceptance by the Owner for a period of sixty (60) days after submission. The Owner reserves the right to accept any quotation, and to reject any or all quotations. The Owner will issue a purchase order to the selected contractor that will serve as a formal agreement between these parties for performance of the required work. Invoices shall be accompanied by a Workplace Safety and Insurance Board Clearance Certificate and a Statutory Declaration certifying that monies have been appropriately distributed. Holdback monies will be administered in accordance with provisions of the Construction Lien Act. 4.5 The successful bidder (if any) shall warrant its work and/or products for a period of not less than one (1) year from completion, installation or supply against all defects and deficiencies in manufacture, workmanship and installation. The successful bidder (if any) shall also promptly remedy or replace any defect or deficiency, in the goods or services as solely determined by the University, upon notice from the University to do so, and at no cost to the University. 4.6 The following policies are in effect on the Owner s premises and contractors performing work on these premises are required to observe their provisions:

7 Page 7 1. Smoking on University Premises; 2. Harassment and Discrimination Policy and Procedures; 3. Lakehead University Traffic & Parking Regulations; 4. Hot Work Permit procedure for work that involves potential sources of ignition. Copies of these policies may be reviewed at the Physical Plant office (Avila Main Floor floor room number 151). For parking requirements other than short-term stops for delivery of materials, obtain and pay for parking permits in accordance with Lakehead University regulations. 4.7 Successful bidders are to submit the following documentation: 1. Prior to commencement of work, (and with each invoice) a Workplace Safety and Insurance Board Clearance Certificate; 2. Prior to commencement of work, a copy of the firm s Health and Safety Policy and Procedures. 3. Prior to commencement of work a list with names and contact numbers for all personnel associated with servicing the contract. 4. Shop drawings for Owner s review (when applicable); 5. Certificates of Inspection for electrical installations issued by the authority having jurisdiction; 6. Product operation, maintenance and warranty information; 7. Record drawings showing as-built conditions (when applicable). 4.8 Perform work in accordance with Occupational Health and Safety Act, Regulations for Construction Projects, WHMIS Regulation, and Regulation respecting Asbestos on Construction Projects in Building and Repair Operations. A report identifying asbestos containing materials which may be encountered in this project will be provided by the Owner. Erect barricades or hoarding as required to protect the public, workers and public and private property from injury or damage. Delineate project site with appropriate, legible signage. Enclose electric arc welding sites with opaque screening to protect passersby from eye injury caused by flashes. Securely cover openings in building envelope resulting from construction activity to prevent entry of unauthorized persons. All persons on a project site shall wear protective headwear and footwear. 4.9 Perform electrical work in conformity to the Ontario Electrical Safety Code. Provide Owner with minimum 24-hour advance notice of requirement for disconnecting power supply circuits. Circuits shall be locked out of service and tagged by both the Owner s electrician and the contractor s electrician, with the Owner s lock being attached first and removed last. The Owner reserves the right to require the contractor to remove from the site any of its personnel not properly observing or complying with the safety requirements prescribed herein or policies listed in paragraph Interruption of building services during occupied periods is not permitted except with Owner s express consent. Provide 24-hour advance notice of requirements for

8 Page 8 interruptions to building services for making connections thereto. At least one week prior to intended time of interruption, arrange to review locations and condition of service shutoff equipment with Owner s maintenance staff to ensure that it is functional and will effectively isolate the point at which connections must be made. Perform work in accordance with Owner s Lock and Tag Procedure. Prior to performing work in machine rooms or other spaces containing elevator equipment, consult with the firm contracted by Owner to provide elevator maintenance service Should the successful bidder (if any) fail to remedy any defect or deficiency promptly with a reasonable time after notice to do so, the University may remedy the defect or deficiency, at the successful bidder s (if any) cost Any products supplied and installed by the successful bidder (if any) shall be installed in such a manner as to preserve any and all manufacturer s warranties, for the benefit of the University The University and the successful bidder (if any) acknowledge and agree that they are independent contractors in a contract for goods and/or services and no employer - employee, partnership nor agency relationship is intended or created by their agreement Notwithstanding the above, while at Lakehead University, personnel of the successful bidder (if any) must observe all regulations and policies of the University including parking and traffic regulations. Vehicles shall be parked in areas, at the successful bidder s (if any) expense, as directed by the Security Manager In addition to any rights of termination at law or in equity, Lakehead University shall have the right to terminate any contract formed with the successful bidder (if any) upon written notice to the successful bidder.

9 Page 9 SCHEDULE I This is a listing of elevators, lifts, and stair climbers on the Lakehead University Thunder Bay campus. It is the bidders responsibility to verify the accuracy of this information at the pre bid site meeting. C.B. Large Passenger Elevator This elevator is a current technology Kone Ecospace machine room less holeless traction passenger elevator, installation completed in September C.B. Single Passenger Elevator This elevator is a new technology Kone Ecospace passenger elevator. It is the same system as is installed in the ATAC building. This elevator was substantially completed and inspected by the TSSA in December of 2010, so it is now two years old. C.B. Small Passenger Elevator This elevator is a recent technology roped hydraulic elevator manufactured by Dover corporation. Kitchen Elevator This is a Dover "brake servo" control elevator. It uses a single speed A.C. motor and a brake to achieve motion control. This elevator is original and unchanged from the original installation in November of Student Centre Elevator This elevator is a microprocessor based Dover DMC passenger elevator. U. C. Link Elevator This elevator is an older technology Dover DMC hydraulic holeless microprocessor controlled passenger elevator Balmoral This elevator is a Dover DMC microprocessor controlled four stop hydraulic conventional cylinder in ground passenger elevator. ATAC Building North and South Elevators These elevators are current technology Kone Ecospace elevators. They use a permanent magnet gearless A.C. Variable Voltage Variable Frequency drive machine mounted outside the car rails at the top of the hoistway. They use 10mm hoisting ropes, allowing a particularly small drive sheave diameter, allowing the machine to fit in the hoistway. The drive and control system for the elevators is located in a closet at the top landing of the hoistway. Avila Centre This elevator is an Otis two speed A.C. traction elevator with vertical axis pie plate selector, circa Bora Laskin Elevator This elevator is a Dover DMC microprocessor controlled two stop hydraulic holeless passenger elevator. Braun building Passenger Elevator

10 Page 10 This elevator is a new technology Kone Ecospace passenger elevator. It is the same system as is installed in the ATAC building, and in the C.B. building single elevator. This elevator was substantially completed and inspected by the TSSA in November of CNFER Elevator This is a two stop holeless Dover DMC-1 microprocessor control elevator. Library Staff Elevator This elevator is a Ward Leonard control variable voltage D.C. Otis overhead geared traction elevator with mechanical pie plate tape driven selector. The elevator equipment is circa 1965 without upgrades. Library Student Elevator This elevator is a Ward Leonard control variable voltage D.C. Otis overhead geared traction elevator with mechanical pie plate tape driven selector. The elevator equipment is circa 1965 without upgrades. Music building Elevator This elevator is an Otis LRV two stop hydraulic hole less passenger elevator. Residence North Elevator This elevator is a ThyssenKrupp TAC20 microprocessor controlled three stop conventional hydraulic passenger elevator, 900 kg, with 36 side opening doors at three front landings. Residence South Elevator This elevator is a ThyssenKrupp TAC20 microprocessor controlled three stop conventional hydraulic passenger elevator, 900 kg, with 36 side opening doors at three front landings. Ryan Building Elevator This elevator is a Dover Brake Servo single speed A.C. controlled product. The elevator has upgraded door operator and door protection device (GAL MOVFR and Pana40 Plus), as well as escutcheons at all landings to facilitate trapped passenger access. School of Medicine Elevator This elevator is a recent technology Northern roped hydraulic holeless microprocessor controlled passenger elevator. The building is quite clean and this translates to a clean and "like new" hoistway, pit, and machine room. Sanders Field house This is a two stop, front and side opening handicap lift. It is designed and installed in compliance with the CSA B355 Standard for accessibility lifts. Balmoral Building This elevator is a Dover DMC-1 microprocessor based direct acting hydraulic passenger elevator. Two stops, two front openings at Main and Second. Braun Building This lift is a Type C vertical platform lift in compliance with CSA B355 code. Two stops, two front openings, manually operated swing landing doors, no car gate. School of Nursing This lift is a Garaventa platform type stair climber.

11 Page 11 Regional Centre Elevator This elevator is a Dover DMC-1microprocessor controlled conventional in ground cylinder hydraulic passenger elevator. Three stops, three openings at front, 2100 pound capacity, 36 wide single panel doors. Hydraulic cylinder is a double bulkhead type.

12 Page 12 By and Between FULL MAINTENANCE ELEVATOR SERVICE AGREEMENT LAKEHEAD UNIVERSITY Thunder Bay, ON., Herein known as the OWNER And Herein know as the CONTRACTOR The CONTRACTOR shall provide maintenance services as described herein on the elevators located within Thunder Bay, Ontario. Summary of Equipment: passenger elevators as outlined in attached Schedule I General: The maintenance services to be provided by the Contractor shall consist of a monthly examination of the above captioned equipment. Service shall include the proper lubrication, adjustment, repair, testing, replacement, and recordkeeping of lubrication, adjustment, repair, testing and replacement of components, of all elevator components except those specifically excluded by this contract. The Contractor is responsible for industry standard housekeeping practices, as set out by the owner, and will respond to all service requests by the Owner in a timely fashion. Call backs for minor adjustment or repairs are included in the contract at no additional charge, 24 hours a day, 7 days a week, including statutory holidays. Maintenance tasks and frequencies and recordkeeping shall be performed in accordance with a Maintenance Control Program for each elevator or group of elevators and documented per Schedule II. It is agreed that the Contractor shall not be responsible to make adjustments, renewals or repairs necessitated by negligence, vandalism, misuse, or any other cause beyond the Contractors reasonable control. The Contractor shall not be responsible for any equipment damage, or non operation of the elevator equipment due to water, electrical service brown outs, low or over voltage conditions.

13 Page 13 Specific procedures for tests, periodic inspections, maintenance, replacement, adjustment, and repair shall be in place and available to the maintenance technician, and instructions on how to locate these procedures along with instructions on how to report any corrective action that may be necessary to the responsible party. Contract Exclusions: Excluded from this maintenance agreement, the following services and components shall not be the responsibility of the Contractor: Cleaning the elevator interiors or the car door sills and hall door sills accessible from each landing, not including the portion of the sills extending behind the pass or strike jambs on the inside of the elevator hoistways. The contactor shall not be responsible for abnormal or extraordinary cleaning of the equipment. The repair or replacement of removable panels, door panels, door skins, glass, car and hall gates, plenum chambers, wood platform, cab flooring, floor coverings, sills, light diffusers, light bulbs, ballasts, hand rails, and hung ceilings. Hydraulic cylinders, hydraulic plunger, P.V.C. on hydraulic cylinders, buried piping, conduit, active corrosion devices (impressed current cathodic protection systems). Fixture faceplates, elevator car interior panels, swing panels, roam alert systems security systems controlled by another Contractor, intercoms and telephone systems, not including built in auto dialing telephones or intercoms installed by the elevator Contractor at point of new sale or elevator upgrade. Power feeders, power switching equipment, main line disconnects and main line fuses to the elevator controllers. Anything NOT specifically excluded in above four paragraphs is INCLUDED in the maintenance scope. The Contractor shall not be required to make safety tests not required by the CSA B44 elevator safety code, or install new attachments to the existing elevator equipment whether directed by the Owner or any government agencies, or make any replacements with parts of a different design. Quality Control The Owners representative will complete a review of the condition of the elevator equipment from time to time. The contractor will ensure the equipment has been maintained to the requirements of the contract and complete any work deemed necessary by the owners representative to ensure contract compliance in a timely fashion. Obsolete Components The Contractor shall not be responsible for the replacement costs of any component should said parts no longer be manufactured, machined, or commonly available. The Owner shall make

14 Page 14 payment for the new or different component an amount equal to the supplier invoice difference between the new part and the old parts value. The Owner shall make payment if there is additional labour associated with the replacement over and above labour associated if the part were available, at rates set out in this contract. Responsibilities for Safe Operation The Contractor shall take all reasonable care to ensure that the elevators are maintained to the original equipment specifications and speeds. The elevator equipment shall be maintained to operate in a safe and reliable manner. The Owner shall immediately discontinue from use any elevator which becomes unsafe or operates in a manner which may cause injury to a user. The Contractor shall not place any equipment into service unless it is operating safely and as originally designed, including door operation and accurate leveling of the elevators at landings. The Contractor shall comply with violations and orders from T.S.S.A. Inspectors for repairs or replacements as covered herein, provided that such orders did not exist prior to the date of this contract or after issuance of termination notice by the Owner for any reason except for the reason of termination due to non-performance or breach. Record Keeping The contractor shall complete the log included in Schedule II included and part of this contract for each elevator or group of elevators on site of all elevator maintenance procedures, lubrication, replacement and testing performed on the equipment. In the event that the contractor has an automated web based task reporting and recording medium, written records must be printed and provided to the site on a periodic basis and in accordance with TSSA requirements. In this event, the standard written record may be used in lieu of Schedule II recordkeeping. As a minimum the log must record the date of performance of tasks and frequencies of maintenance activities specifically identified in Section 8.6 of CSA B44-10 Safety Code for Elevators. The logs must remain on site for a minimum five years most recent history. The log is the Owners property. Logs must be kept current on site up to the previous 3 months activity. Logs must be made available to the consultant either by direct transmission to the consultant, or to be placed on site, within 2 weeks notice. Elevator Performance Elevator control systems, valves, and door systems must be adjusted to maintain performance levels as outlined in Schedule III. The performance levels are in accordance with Maxton Manufacturing Company adjustment standards for hydraulic, and reasonable performance requirements based on equipment type as outlined in Schedule III Contract Term The term of this contract shall commence, and shall continue for a period of three (3) years. Thereafter automatic one (1) year renewal periods shall continue until notice given in

15 Page 15 writing by either party with minimum notice ninety (90) days prior to the end of the then current term, or any subsequent one (1) year then current terms expiry date. Contract Price Base price to maintain elevator equipment at Lakehead University in Thunder Bay, Ontario, exclusive of R.S.T.; $ per month Hourly Labour Rates Below rates are all inclusive billing rates, p.s.t. included, g.s.t. not included. Prices agreed to be paid to the Contractor by the Owner for work outside the contract including repairs for misuse and vandalism shall be as follows: Regular Time Mechanic Regular Time Crew $.00 per hour $.00 per hour Overtime Mechanic (evenings & Saturdays) $.00 per hour Overtime Crew (Sunday & Statutory Holidays) $.00 per hour Overtime Mechanic (Sunday & Statutory Holidays) $.00 per hour Overtime Crew (evenings & Saturdays) $.00 per hour Invoicing and Payment Terms The contract amount is to be invoiced quarterly, at the beginning of each three month period. The invoice is due and payable by the Owner within forty five (45) days of receipt of invoice. Price Adjustment One year from the effective date of this contract the contract price and hourly rates may be adjusted by the percentage increase or decrease in the amount of the then current labour rate not including fringe benefits paid to elevator examiners in the Thunder Bay area, compared to the labour rate in effect at the start of this contract. The labour rate not including fringes in effect at

16 Page 16 the start of this contract is $. per hour. Thereafter the contract price may be reviewed annually using this formula. Any increase or decrease in the contract amount shall be capped at an annual maximum of three percent (3%). Hours of Service All work is to be performed during the regular hours of the elevator trade, between 08:00 hours and 16:30 hours, Central Time, excluding weekends and statutory holidays. Emergency call backs service is included in this contract, 24 hours a day, 7 days a week. Strike or Lock Out In the event that there is a labour dispute between the contracted elevator service company and the International Union of Elevator Contractors (I.U.E.C.) resulting in strike action or lock out, the contracted elevator service company is required to provide minimum maintenance services with non union staff to maintain safe operation and call back services on the equipment. The contract price shall be reduced to 50% of the contract amount during any labour dispute term. In the event that the Owner is required to obtain non union service to maintain the elevators during this term, the contract will be suspended with no invoicing payable until such time as the labour dispute is resolved and I.U.E.C. forces return to maintain the equipment. Continuity of Service In the event that an elevator is out of service due to mechanical breakdown, or lockout imposed by the TSSA, for any equipment condition resulting from lack of maintenance as per the scope of this contract for a period in excess of ten business days, the Owner reserves the right to source alternative service provider and deduct the costs of the required service from the maintenance contract billing, without notice. Termination The Owner may terminate this contract by providing the Contractor sixty (60) days notice in writing should either the property be sold to an arms length purchaser, or should the building become vacant. The Owner, acting reasonably, may terminate this contract with cause should the Contractor fail to perform the services contracted for and is therefore in breach of contract. The Owner shall advise the Contractor of any contract breach in writing and should the Contractor fail to take corrective action to remedy the breach immediately the Owner may have said breach corrected by a third party and deduct any costs from any outstanding invoicing that may be owing to the contactor by the Owner. This in no way limits the Owners rights to recover costs to repair / replace equipment pursuant to the inclusions of this contract due to breach by the Contractor. Force Majeure

17 Page 17 Neither party shall be liable to the other for any loss, damage, or delay due to any cause beyond their reasonable control, including but not limited to; strikes, lock outs, act of war, malicious mischief, vandalism, or act of god. Under no circumstances shall either party be liable to the other for consequential damages. Insurance The Contractor shall carry a minimum Three million dollars ($3,000,000.00) per occurrence of general liability insurance in a form that meets with the Owners approval, from an insurance company authorized to provide insurance in the Province of Ontario. A certificate of insurance shall be provided by the Contractors insurance carrier on an annual frequency. Any change in insurance coverage maintained by the Contractor will be communicated to the Owner with a minimum 30 days prior notice. The Contractor shall provide Workers Compensation Coverage (WCB) as provided by the Province of Ontario for all employees. No employee of the Contractor will access the Owners premises not covered by the Contractors WCB policy. Safe Work Procedures / WHMIS The contractor is required to follow all Owner s Safe Work Procedures pertaining to providing service to elevators in effect at the Owner s workplace. The Workplace Hazardous Materials Information System (WHMIS) is to be followed for any controlled products used by the Contractor in the Owner s workplace. Accepted by the Contractor Print Name Signature Title Dated Accepted by the Owner Print Name

18 Page 18 Signature Title Dated.

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO CANADA P7B 5E1 RFQ #2018-038 PARTICLE IMAGE VELOCIMETRY (PIV) SYSTEM ISSUE DATE: Wednesday, February 21 st, 2018 FINAL DATE

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO CANADA P7B 5E1 RFP #LU 2018-180 Laundry Services: Residence and Conference Services Release Date: Monday June 11 th, 2018

More information

REQUEST FOR PROPOSAL FOR THE SELECTION OF AN INVESTMENT ADVISOR

REQUEST FOR PROPOSAL FOR THE SELECTION OF AN INVESTMENT ADVISOR REQUEST FOR PROPOSAL FOR THE SELECTION OF AN INVESTMENT ADVISOR LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO CANADA P7B 5E1 RFP # LU16 004 Investment Advisor DATE OF ISSUE: Tuesday, January

More information

Lakehead U N I V E R S I T Y

Lakehead U N I V E R S I T Y Overhead Door and Rolling Shutter Service and Repair REQUEST FOR QUOTATION 2016/2017 Lakehead University invites proposals from qualified firms/individuals to provide services for various locations at

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION LAKEHEAD UNIVERSITY 955 OLIVER ROAD THUNDER BAY, ONTARIO CANADA P7B 5E1 RFQ # LU14-039 Monthly Fire Alarm and Emergency Lighting Systems Test and Maintenance May 1 2015 April 30 2018

More information

Lakehead U N I V E R S I T Y

Lakehead U N I V E R S I T Y Pump (Vacuum) Truck Hourly Services Tender REQUEST FOR QUOTATION 2016/2017 Lakehead University invites proposals from qualified firms/individuals to provide specialized vacuum extraction services as required

More information

Lakehead U N I V E R S I T Y

Lakehead U N I V E R S I T Y Lakehead U N I V E R S I T Y MECHANICAL ENGINEERING SERVICES TENDER REQUEST FOR QUOTATION 2014/2015 Lakehead University invites proposals from qualified firms/individuals to provide Consultant services

More information

Lakehead U N I V E R S I T Y

Lakehead U N I V E R S I T Y Moving and Storage Services REQUEST FOR QUOTATION 2014/2015 Lakehead University invites proposals from qualified firms/individuals to provide Moving Services for various locations at Lakehead University.

More information

Lakehead U N I V E R S I T Y

Lakehead U N I V E R S I T Y Disaster Clean-up and Repair (Fire,Smoke and Water Damage) REQUEST FOR QUOTATION 2017/2018 Lakehead University invites proposals from qualified firms/individuals to provide the following services for various

More information

Management Services. International Support, Recruiting

Management Services. International Support, Recruiting (807) 343-8455 (807) 346-7711 gmatte@lakeheadu.ca REQUEST FOR PROPOSALS Management Services International Support, Recruiting PROJECT NUMBER: LU15-175 ISSUE DATE: July 22 nd, 2015 Last date for questions:

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

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

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

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

More information

ABA Film Services Ltd. Terms and Conditions of Hire

ABA Film Services Ltd. Terms and Conditions of Hire ABA Film Services Ltd Terms and Conditions of Hire 1 INTERPRETATION 1.1 In these conditions the following words have the following meanings: Contract means a contract which incorporates these conditions

More information

PERMIT TO ENTER YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT

PERMIT TO ENTER YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT PERMIT TO ENTER PERMIT NO: YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT KIWIRAIL OFFICE DETAILS OFFICE: Area Office, KiwiRail Network, CONTACT: PHONE NO: Mob Fax PROTECTION

More information

Pest Control Services

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

More information

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860)

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860) DATE: 12/19/2012 TO: McKenzie County Court House 201 5th St. NW. Watford City, ND 58854 EQUIPMENT LOCATION: McKenzie County Courthouse 201 5th St NW. Watford City, ND 58854 FROM: Otis Elevator Company

More information

TERMS AND CONDITIONS OF SALE AND/OR HIRE OF PRODUCTS

TERMS AND CONDITIONS OF SALE AND/OR HIRE OF PRODUCTS TERMS AND CONDITIONS OF SALE AND/OR HIRE OF PRODUCTS 1 1.1 2 2.1 2.2 2.3 3 3.1 INTERPRETATION In these conditions the following words have the following meanings: Contract means a contract which incorporates

More information

Town of Whitby Terms and Conditions

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

More information

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

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

More information

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

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

Tel: Fax:

Tel: Fax: Alatas Americas Inc Houston Office 22015 South Frwy. Manvel, Texas 77578 USA Tel: +1 281 431 0707 Fax: +1 281 431 0799 Email: houston@alatas.us Web: www.alatas.com GENERAL TERMS AND CONDITIONS OF SALE

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

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

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

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. ENTIRE AGREEMENT. This Quotation ("Quotation"), including all of the terms and provisions set forth on both sides hereof, constitutes the entire agreement between Buyer, as identified

More information

MANITOBA HOUSING SUPPLEMENTAL CONDITIONS CONTRACT #: XXXX GENERAL

MANITOBA HOUSING SUPPLEMENTAL CONDITIONS CONTRACT #: XXXX GENERAL GENERAL 1. Stipulated Price Contract CCDC2-2008 2. CCDC2-2008 Supplemental Conditions The Construction Contract for this project is the standard Construction Document- CCDC2 2008, Stipulated Price Contract.

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

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

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 QUOTATIONS

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

More information

KIMA SECURITY INC CONTRACT

KIMA SECURITY INC CONTRACT K I M A S E C U R I T Y I N C. Access Control CCTV Alarms KIMA SECURITY INC CONTRACT FOR INSTALLATION OF ELECTRONIC SECURITY SYSTEM THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

Terms and Conditions. Standard Terms & Conditions of Sale and Supply. Tel: +44 (0)

Terms and Conditions. Standard Terms & Conditions of Sale and Supply. Tel: +44 (0) Terms and Conditions Standard Terms & Conditions of Sale and Supply 1. Unless otherwise agreed in writing, these terms and conditions of sale ( Conditions ) apply exclusively to each transaction ( Contract

More information

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

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

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

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

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

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

Request for Proposals Waterworks Operations and Maintenance Contract

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

More information

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

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

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

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

Welcome to Home Wiring Repair Essential. No-cost, no hassle home wiring repairs.

Welcome to Home Wiring Repair Essential. No-cost, no hassle home wiring repairs. Welcome to Home Wiring Repair Essential. No-cost, no hassle home wiring repairs. Important program terms and conditions are inside. Please file for future reference. 2015 Duke Energy Corporation 151299-hw

More information

ALL TRAILERS - TERMS & CONDITIONS OF HIRE

ALL TRAILERS - TERMS & CONDITIONS OF HIRE ALL TRAILERS - TERMS & CONDITIONS OF HIRE GENERAL CONDITIONS FOR HIRE AND SALE OF PRODUCTS 1 INTERPRETATION 1.1 In these conditions the following words have the following meanings: "Contract" means a contract

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

Terms and Conditions for Network Access Pursuant to a Network Access Permit

Terms and Conditions for Network Access Pursuant to a Network Access Permit Terms and Conditions for Network Access Pursuant to a Network Access Permit These are the terms and conditions which are applicable to you in relation to accessing the SA Power Networks Electricity Distribution

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

More information

BUSINESS INCENTIVE PROGRAM APPLICATION

BUSINESS INCENTIVE PROGRAM APPLICATION BUSINESS INCENTIVE PROGRAM APPLICATION PART A APPLICANT INFORMATION (Financial incentive payment will be made to Applicant ONLY.) 1. Applicant: Legal Name of Business (the "Applicant"): Address: City:

More information

REQUEST FOR PROPOSAL RFP #LU PROFESSIONAL DESIGN SERVICES FOR INTERNATIONAL HOUSE RESIDENCE

REQUEST FOR PROPOSAL RFP #LU PROFESSIONAL DESIGN SERVICES FOR INTERNATIONAL HOUSE RESIDENCE REQUEST FOR PROPOSAL Lakehead University 955 Oliver Road Thunder Bay, ON P7B 5E1 RFP #LU13-005 PROFESSIONAL DESIGN SERVICES FOR INTERNATIONAL HOUSE RESIDENCE Issue Date: Friday 4 th October, 2013 Closing

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

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

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

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

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

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

RFP Request for Proposal Elevator Repair and Inspection Services

RFP Request for Proposal Elevator Repair and Inspection Services RFP 06-2014 Request for Proposal Elevator Repair and Inspection Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

PURCHASE ORDER ACKNOWLEDGEMENT

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

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

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

City of St. Louis. Treasurer's Office

City of St. Louis. Treasurer's Office City of St. Louis Treasurer's Office Requests for Proposals for Elevator Services Proposals due no later than 3:00pm, May 29, 2015 1 1) Opening Statement The City of St. Louis Treasurer s Office ( STLTO

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

Terms of trade 1. Definitions 2. Quotations 3. Acceptance 4. Orders and Order Cancellations 5. Prices and Payments

Terms of trade 1. Definitions 2. Quotations 3. Acceptance 4. Orders and Order Cancellations 5. Prices and Payments Terms of trade 1. Definitions Company means Surfacefix Ltd Customer means the person, or company buying the goods from the Company. Products means benchtops or countertops or including any products that

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

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

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

Elevator Service and Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Elevator Service and 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 Elevator Service and Maintenance. Bids must be submitted in a sealed envelope plainly marked: Elevator Service and Maintenance

More information

Leyburn Nominees Pty Ltd T/A Joyce Krane Terms & Conditions of Hire Definitions Acceptance Price and Payment Hire Period Delivery of Equipment

Leyburn Nominees Pty Ltd T/A Joyce Krane Terms & Conditions of Hire Definitions Acceptance Price and Payment Hire Period Delivery of Equipment 1 Definitions 1.1 Supplier shall mean Leyburn Nominees Pty Ltd T/A Joyce Krane, its successors and assigns or any person acting on behalf of and with the authority of Leyburn Nominees Pty Ltd T/A Joyce

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

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

ELEVATOR MAINTENANCE AND REPAIR SERVICES

ELEVATOR MAINTENANCE AND REPAIR SERVICES CITY OF CHICO PUBLIC WORKS DEPARTMENT CHICO, CALIFORNIA NOTICE INVITING BIDS SPECIAL PROVISIONS PUBLIC WORKS CONTRACT BID PROPOSAL FOR ELEVATOR MAINTENANCE AND REPAIR SERVICES 853-660-5330/930-640-5555

More information

Section IV - General Conditions

Section IV - General Conditions TABLE OF CONTENTS Article Number Title Page 0 Index to General Conditions 2 1 Definitions 6 2 Preliminary Matters 9 3 Contract Documents: Intent, Amending and Reuse 11 4 Availability of Lands: Physical

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

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

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

PACIFIC INDUSTRIAL COMPANY GENERAL TERMS AND CONDITIONS

PACIFIC INDUSTRIAL COMPANY GENERAL TERMS AND CONDITIONS PACIFIC INDUSTRIAL COMPANY GENERAL TERMS AND CONDITIONS 1. GENERAL 1.1 These Terms and Conditions together with the Hire Quotation constitute a legally binding contract between PIC and the Hirer ( Contract

More information

Jewson Limited Terms and Conditions of Hire and Repair

Jewson Limited Terms and Conditions of Hire and Repair Jewson Limited Terms and Conditions of Hire and Repair 1. INTERPRETATION 1.1. In these conditions the following words have the following meanings: Contract means a contract which incorporates these conditions

More information

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications.

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. ADDENDUM #1 RFQ M1201M 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. Please replace M1201M Pricing Proposal with the attached M1201M Pricing

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

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope. Request for Proposals (RFP): RPF Number 17-0731-0003 RFP Title: Electrical Line Crew for Normal and Emergency Restoration Work Issue Date: July 18,2017 Bid Due Date: July 25,2017 Bid Opening Date: July

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

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

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS Montclair Public Library will accept sealed bid proposals for Elevator Maintenance and Repair Services on Thursday, November 1, 2018

More information

TERMS & CONDITIONS OF HIRE General Terms

TERMS & CONDITIONS OF HIRE General Terms General Terms The rates of hire, delivery and collection will be specified in writing in the form of a quotation. Verbal estimates may be given as a guide only and may be varied in writing later. The period

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

Contract to Plan and Install a Sewerage System

Contract to Plan and Install a Sewerage System Contract to Plan and Install a Sewerage System This Contract is entered into on the day of, 20 by and between:, referred to herein as the Owner ; and,, referred to herein as the Registered Practitioner,

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

GENERAL CONDITIONS OF ELECTRICAL INSTALLATION CONTRACT

GENERAL CONDITIONS OF ELECTRICAL INSTALLATION CONTRACT GENERAL CONDITIONS OF ELECTRICAL INSTALLATION CONTRACT 1. Definition and Duration These conditions form part of a quotation submitted by the Contractor to the Client named in the quotation. The Contractor

More information

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

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

More information

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

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

REQUEST FOR SERVICE On-Call Electrical Repair Services Rate Request

REQUEST FOR SERVICE On-Call Electrical Repair Services Rate Request CITY OF BONNER SPRINGS, KANSAS NOTICE REQUEST FOR SERVICE The City of Bonner Springs requests rates from qualified contractors to provide the following services: 2019 On-Call Electrical Repair Services

More information

GENERAL INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS IB-1. EXAMINATION OF CONTRACT DOCUMENTS. Before submitting a Proposal, all Bidders shall examine the complete Contract documents, including Form of Proposal, Form of Bidder

More information