County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair

Size: px
Start display at page:

Download "County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair"

Transcription

1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair Prepared for: County of Grande Prairie No.1 Prepared by: SNC-Lavalin Inc. (SNC-Lavalin) Grande Prairie, Alberta June 27, 2017

2 Table of Contents June 27, 2017 Table of Contents Page 1 of 1 TABLE OF CONTENTS # of Pages PART I Notice to Tenderers 2 PART II Instructions to Tenderers 9 PART III Tender For Schedules A-F 19 PART IV Consent of Surety 1 PART V Agreement 7 PART VI General Conditions of the Contract 33 PART VII Supplementary General Conditions 6 TECHNICAL SPECIFICATIONS Section Definitions 2 Section General Instructions 3 Section Project Control and Meetings 4 Section Submittals 4 Section Construction of Temporary Facilities 4 Section Health and Safety Requirements 5 Section Mobilization and Demobilization 1 Section Sediment Fence Installation and Removal 3 Section Stripping of Unsuitable Material 2 Section Berm Excavation 2 Section Interior Berm Slope Repair 4 Section Compacted Soil Liner 3 Section Slope Erosion Protection 3 Section Topsoil Replacement, Seeding, and Cleanup 2 Section Valve Installation East Berm 1 APPENDIX A TECHNICAL DRAWINGS Drawing No. Drawing Title , Coversheet and General Notes , Site Location Plan , Current Site Plan Topography ; Cross-sections A & B Lagoon No. 3 Berm Plans and Profiles , Site Plan Berm Removal , Valve Detail

3 Instructions to Tenderers June 27, 2017 PART I Page 1 of 2 PART I NOTICE TO TENDERERS Owner: County of Grande Prairie No. 1 Contract: La Glace Wastewater File Number: Section(s)/Location: La Glace, Alberta Contract Number: The Owner invites tenders for: Repair and mitigation works at the La Glace Wastewater Lagoon containment berms, consisting of 1) removal of the shared interior berm between Lagoon No. 2 and No. 3 including overflow structure and bypass; 2) construction of a compacted soil liner in the area of the berm removal; and 3) slope repairs and installation of erosion control along the interior of Lagoon No. 3 south, west and east berms. Pre-Tender Meeting Tenderers are invited to participate in a Pre tender Site Meeting scheduled for July 6, 2017 at 2:00 pm local time. Tenderers should meet the Owner and/or Consultant at the entrance gate to the La Glace Wastewater Management Lagoon Site. Required Personal Protective Equipment will be Hardhat, Safety Glasses, High Visibility Vest, and Steel Toed Boots. A brief safety orientation will be provided by the Owner and/or Consultant. The site meeting will include a walking tour through the Project area, no vehicles will be utilized for the site meeting. Questions and/or Clarifications not answered verbally by the Owner and/or Consultant during the pre-tender meeting will be provided to Tenderers in writing after the meeting. Additional Questions and/or Clarifications will be provided as outlined in the tender documents. Contract Documents may be obtained from the offices of SNC-Lavalin Inc.: Address: 2 nd floor, Avenue Grande Prairie, Alberta, CANADA T8V 0P1 Bid Security Requirements: Tenders must be accompanied by a Certified Cheque or Bid Bond in the amount of 10% of the Tender Price and made payable to the County of Grande Prairie, No. 1. Tenders are scheduled to close at: Tender Closing Time: 2:00 P.M. Local Time Tender Closing Date: Wednesday, July 19, 2017

4 Instructions to Tenderers June 27, 2017 PART I Page 2 of 2 Submit Tender by , fax or in sealed envelope to: SNC-Lavalin, 2 nd floor th Avenue, Grande Prairie, Alberta T8V 0P1 Attn: Stacey Charlton Fax: (780) ps0032@countygp.ab.ca

5 Instructions to Tenderers June 27, 2017 PART II Page 1 of GENERAL INFORMATION PART II INSTRUCTIONS TO TENDERERS.1 Tender for: La Glace Wastewater..2 The Work is to take place approximately 1 kilometre southeast of the town of La Glace, Alberta, located in the northeast quarter of Section 10 Township 74 Range 8, West of the 6 th Meridian. 2.0 SUBMISSION OF TENDERS.1 Sealed Tenders shall be clearly marked and addressed to the Consultant as follows: SNC-Lavalin Inc. 2 nd Floor, th Avenue Grande Prairie, AB T8V 0P1 Fax: (780) Attention: Stacey Charlton ps0032@countygp.ab.ca

6 Instructions to Tenderers June 27, 2017 PART II Page 2 of 9.2 Tenders will be received until 2:00 p.m. local time on the 19 th day of July, Facsimiles or s will be accepted up until the closing of the Tender. The original forms must follow in the mail..3 Each Tenderer shall submit the following (as required) as his Tender:.1 One Tender Form duly completed under seal as herein provided;.2 Statement of good standing from the Workers Compensation Board;.3 Certificate of Insurance, duly completed; and,.4 Consent of Surety, duly completed..4 Name and full address of the Tenderer and the name of the project should appear on the sealed Tender envelope. 3.0 SUBMISSION OF TENDER.1 Tenderer must submit its quotation using the Tender Form (Part III of this Instruction to Tenderers)..2 Tenderer may attach additional documents, such as the planned Construction Methodology, to support the Owner s Tender evaluation (Section 7.0 of Part II of this Instruction to Tenderers)..3 It would be considered beneficial if the Tenderer provides an explanation of the planned Construction Methodology including the Tenderer s.1 Understanding of the Scope of Work;.2 Understanding of the challenges associated with the scope of work, access, timing, geotechnical constraints, environmental considerations, and health and safety aspects; and.3 Methodology and work sequence for each bid item;.4 A description of innovative solutions to meet project design requirements or alternative approaches may also be provided..5 The Construction Methodology should provide sufficient detail for the Owner to clearly understand the proposed approach(es) for completing the project safely and efficiently..6 Tenderer should provide the Project Schedule including proposed timelines for start and completion of each bid item, as per Bidders Intended Project Schedule, Attached..7 Tenderer should provide an outline of the primary health, safety, and environmental concerns and control measures associated with the Project 4.0 TENDER DOCUMENTS.1 Tender Documents will be mailed, ed or faxed to the Tenderers. The Tenderer shall verify that these Tender Documents include all the documents, parts and pages as indicated by the Table of Contents. The Tenderer shall

7 Instructions to Tenderers June 27, 2017 PART II Page 3 of 9 assume total responsibility for the set of bound documents received by him being complete. Report shortages to SNC-Lavalin immediately..2 Each Tenderer is provided with one set of Tender Documents for the preparation and submission of his Tender. 5.0 WITHDRAWAL OR QUALIFYING TENDERS.1 A Tenderer who has submitted a Tender may submit a further Tender at any time up to the Tender closing time. The last Tender received will supersede and invalidate all Tenders previously submitted. A Tenderer may amend his Tender at any time up to the official closing time by delivery of a letter addressed as above and bearing his signature and seal on the Tender. The time and date received will be marked thereon. No other means of notification will be considered..2 Once Tendering has closed, no Tender may be withdrawn or revoked for a period of thirty (30) days and thereafter are open for acceptance by the Owner until written notice that the Tender has been withdrawn has been received by the Owner. 6.0 ACCEPTABILITY OF TENDERS.1 Tenders that are unsigned, incomplete, conditional, illegible, unbalanced, improperly executed, obscure, or that contain additions not called for, reservations, erasures, alterations, or irregularities of any kind, may be rejected as informal. Tenders that contain prices that appear to be so unbalanced as likely to adversely affect the interest of the Owner may be rejected..2 Where applicable, if the amount Tendered for an item does not agree with the extension of the estimated quantity and the unit price tendered, the unit price tendered shall govern and the amount shall be corrected accordingly..3 Tenders that are based on an unreasonable period of time for the completion of the Work may be rejected..4 The Owner reserves the right to waive formalities at its discretion..5 Tenders must be made on the form provided..6 Facsimile/ submissions will be accepted provided the document is received prior to closing time on the stipulated date. 7.0 DISQUALIFICATION OF TENDERS.1 Tenders will only be considered when they are received before the closing time on the stipulated date.

8 Instructions to Tenderers June 27, 2017 PART II Page 4 of ACCEPTANCE OF TENDERS.1 Tenderers will be advised of the acceptance or otherwise of their Tender by letter from the Owner as soon as the Contract has been awarded..2 The Owner reserves the right to accept the Tender that is deemed most advantageous. The lowest price Tender will not necessarily be accepted. The Owner may also take into account the following criteria in choosing a Tender (not necessarily in order of importance):.1 The ability of the Tenderer/Subcontractor to do the work;.2 The health and safety program of the Tenderer;.3 The tender price;.4 The anticipated completion date;.5 The proposed methodology (based on safety and the probability of success);.6 The use of equivalents/alternates;.7 The experience of the Tenderer on similar projects;.8 Local knowledge of the site and site conditions; or,.9 Any other reason deemed appropriate by the Owner. 9.0 SITE CONDITIONS.1 The Tenderer is required to satisfy himself by personal examination of the site of the Work and of the Contract Documents, as to the provisions of the Contract, the conditions which may be encountered, the materials (if any) he will be required to supply, and all other matters which are required in carrying out the Contract to a satisfactory conclusion. These include but are not limited to the nature and location of the Work, local conditions, soil structure and topography at the Place of Work, the nature and quality of the materials to be used, the equipment and facilities needed, the means of access to the site, on site facilities, all necessary information as to risks, contingencies, and circumstances as may affect the Work under the Contract. The Tenderer is fully responsible for the preparation of his Tender and for the execution of the Work..2 Expected Stratigraphy: Boreholes have been completed in the vicinity of the Work. The locations of these boreholes are provided in the Geotechnical Assessment Report by J.R. Paine & Associates Ltd. (2016). The stratigraphy encountered during construction may vary from that provided in the given information..3 Soil Report Status: Selected soils report information in the vicinity of the Work is made available to the Contractor for the purpose of placing the Contractor in receipt of available data, and is not part of the Contract Documents. Any further subsurface soil reports initiated by the Owner during construction of this project shall be forwarded to the Contractor. No liability is assumed by the Owner or the Consultant for the exactness or completeness of these reports. Refer to the

9 Instructions to Tenderers June 27, 2017 PART II Page 5 of 9 County of Grande Prairie No. 1 Wastewater Tender Documents for additional Contractor requirements with respect to Site Conditions..4 If the Tenderer requires additional time to conduct his own investigations of the site or subsurface conditions or is of the opinion either that the site or subsurface conditions of the site or subsurface materials differ materially from that indicated by data or information included in the Tender Documents, he shall promptly request such additional time or notify the Owner in writing of this opinion prior to the time of Tender closing. The Owner will either extend the time for submission of Tenders to enable Tenderers to carry out further investigation, or issue an Addendum modifying the Tender Documents, or both, as the circumstances may permit..5 The Tenderer may not carry out any additional testing or investigations without contacting the Owner, and shall report any irregularities or changed conditions to the Owner; 10.0 INTERPRETATIONS AND ADDENDA.1 No oral interpretation shall be made to any Tenderer as to the meaning of any part of the Contract Documents, or be effective to modify any of the provisions of the Contract Documents. Every request for an interpretation shall be made in writing, addressed and forwarded to SNC-Lavalin (the Consultant)..2 If a Tenderer finds discrepancies in, or omissions from, the Drawings, Specifications or other documents, or if he is in doubt as to their meaning, he should advise SNC-Lavalin (the Consultant) immediately in writing. A written addendum will be sent to all Tenderers if it is required in the opinion of SNC-Lavalin (the Consultant) AGREEMENT.1 The successful Tenderer shall execute this Agreement in the form bound into these Tender Documents on the date provided by the Tenderer in the attached Tender Form INSURANCE.1 The Insurance provided by the Contractor shall be as set out in the Tender Documents..2 Prior to commencement of Work under the Contract, the successful Tenderer shall furnish certificates of insurance from an approved company stating that the Tenderer is insured in accordance with the above.

10 Instructions to Tenderers June 27, 2017 PART II Page 6 of BONDING REQUIREMENTS.1 A ten percent (10%) bid bond is required for all Tenders. A Certified cheque made payable to the County of Grande Prairie No. 1 in the amount of ten percent (10%) of the Tender price is acceptable in lieu of a bid bond..2 Pursuant to GC 23 BONDS, of the General Conditions of the Contract, the successful Tenderer shall provide a Performance Bond upon the award of the Contract in the amount of fifty percent (50%) of the Tender Price and a Labour and Materials Payment Bond for fifty percent (50%) of the Tender Price, with the same Surety as for the Performance Bond. The cost of such Bonds will be borne by the Tenderer..3 Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in Alberta and shall be maintained in good standing until the fulfilment of the Contract COMMENCEMENT AND COMPLETION OF WORK.1 The commencement date of the Work shall be the date of execution of the signed Agreement..2 The Tenderer shall state in the Tender Form the time within which he expects to be able to complete the Work..3 The Work shall be completed by the date provided by the Contractor in the Tender Forms MATERIAL SUPPLIERS.1 If appropriate, the Tenderer must show in the Material Suppliers List attached to the Tender Form the names of the material suppliers he intends to use together with the trade or brand name of the material to be supplied. Material suppliers and materials must not be changed after the Contract is awarded, unless the written permission of the Owner is obtained EQUIPMENT.1 The Tenderer must show by statement attached to the Tender Form, the equipment he intends to use on the Work. Hourly rates for equipment and operators are to be included. This information will be used for hourly Work during the project, if necessary. The equipment listed must be used on the Work unless otherwise permitted in writing by the Owner. The words As Required, or similar wording, will not be sufficient to describe the equipment.

11 Instructions to Tenderers June 27, 2017 PART II Page 7 of SUBDIVISION OF WORK.1 The Tenderer shall note that the plans and specific clauses of the Specifications have been arranged into various sections or subdivisions to better describe the Work to be carried out under this Contract. The Contractor named in the Agreement is solely responsible for all Work under the Contract and for the allocation of Work to Subcontractors..2 The Contractor is responsible for the administration of, and subdivision of, the Work to Subcontractors, and all disputes as to scope of the Work to be carried out by the various Subcontractors shall be resolved by the Contractor so that all Work is carried out in accordance with the Contract Documents. No claim may be made by the Contractor for an addition to the Contract sum because Subcontractors did not include the same in their scope of work due to any subdivisions of Work expressed or implied in Drawings or Specifications TENDERS TO BE UNDER SEAL.1 All Tenders shall be signed and sealed in accordance with the legal requirements of the corporation in the case of a body corporate, and in the case of an individual, partnership, or unincorporated organization shall be signed, sealed and witnessed..2 If a Tender is submitted by a consortium or joint venture, each corporate member thereof shall sign and seal the Tender Form..3 Business or trade names shall be indicated as well as the name of the individual or the partners ALTERNATE OR EQUAL.1 Where the Specifications or Drawings stipulate that a particular kind or make of material or equipment shall be used, and allow for an equal material or equipment to be substituted, no such substitution may be made unless the Owner has issued a written addendum permitting such substitution..2 When a request to substitute an allegedly equal material or equipment is made to the Consultant, the Consultant may approve the substitution either as an equal or an alternate. If an item is approved as equal, the Contractor may use that item in place of the specified item. If the item is approved as an alternate, the Contractor shall base his price upon the specified item and may indicate in his Tender the reduction in price, which will apply if use of the alternate item is allowed..3 In submission of alternates or equals for items of material mentioned in the Specifications, the Contractor shall, in his Tender, give consideration to any changes required in the Work to accommodate such alternatives or equals. No claim may be made by the Contractor for an addition to the Contract sum because of changes in the Work necessitated by the use of alternates or equals.

12 Instructions to Tenderers June 27, 2017 PART II Page 8 of ALTERNATIVES.1 Where called for, the Tenderer must submit prices for all alternatives shown in the places provided in the Tender Form. The Tender Price shall be the extension of the lesser of the alternate prices, but the Owner reserves the right to award the Contract on the basis of any alternative shown CONSTRUCTION METHODOLOGY.1 The Tenderer shall outline his proposed Construction Methodology for various items in the Tender Form, or in support documentation. See Submission of Tender (Section 3 of Part II) for further explanation GEOTECHNICAL INFORMATION.1 The Owner and the Consultant assume no liability for the exactness or completeness of any geotechnical information or reports made available to the Contractor in connection with the Work GOODS AND SERVICES TAX.1 The Tenderer shall not include any amount in his Tender Price for the federal Goods and Services Tax (GST). Any amount to be levied in respect of the GST will be billed as a separate item on a request for progress payment submitted by the Contractor. The appropriate GST levy will be paid to the Contractor in addition to the amount approved by the Consultant for Work performed under the Contract and will, therefore, not affect the Contract Price OMISSIONS AND DISCREPANCIES..1 Should a Tenderer find discrepancies in, or omissions from, the drawings or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Owner or Consultant, who may send a directive to all Tenderers. No oral interpretation shall be made to any Tenderer as to the meaning of any part of the Tender Documents, or be effective to modify any of the provisions of the Tender Documents. Every request for an interpretation shall be faxed or forwarded to the Owner or Consultant as provided below.

13 Instructions to Tenderers June 27, 2017 PART II Page 9 of INQUIRIES.1 Inquiries regarding the matters set out herein shall be directed to the appropriate representative of the Owner as follows: SNC-Lavalin Inc. (SNC-Lavalin) Attention: Stacey Charlton 2 nd Floor, th Avenue Grande Prairie, AB, T8V 0P1 Tel. (250) x Fax. (780) ps0032@countygp.ab.ca 26.0 MEETING FOLLOWING AWARD.1 The successful Tenderer will be required to attend a meeting with the Owner and the Consultant which will be called by the Owner concurrent with the award of the Contract to deal with the following:.1 Verification of the Contract Price and the Contract Documents to be signified by the duly authorized signing officers of the Owner and the Contractor, initialling the Contract Documents at the appropriate places;.2 Initialling of the Drawings and Specifications for identification by the authorized signing officers of the Owner and the Contractor;.3 Delivery to the Owner of proof of insurance;.4 Delivery to the Owner of the Contractors Operational Health and Safety Plan;.5 Delivery by the Owner to the Contractor of a duly executed set of the Contract Documents;.6 Establish procedures for processing applications for payment and for handling shop drawings and other submissions;.7 Resolution of matters related to union jurisdictions;.8 Resolution of matters related to site access, safety and security.

14 Tender Form June 27, 2017 PART III Page 1 of 19 PART III TENDER FORM TENDER of: to furnish and deliver all materials, to provide the necessary equipment and to do and perform all Work in accordance with the Contract Documents for : County of Grande Prairie No. 1 La Glace Wastewater The undersigned Tenderer has obtained and carefully examined the Addenda (if any), Invitation to Tender, Instructions to Tenderers, Tender Form, Consent of Surety, Agreement, General Conditions, Supplementary General Conditions, Special Provisions, Technical Specifications and Drawings and the Appendices and Schedules attached to such documents prepared by the Consultant for the above named Work (collectively referred to as the Tender Documents). The undersigned Tenderer, having carefully examined the site(s) of the Work and who is skilled in the construction of the Work described in the Tender Documents and well able to perform the same in accordance therewith, will provide all necessary Products and will do all the Work called for by the Tender Documents in the manner prescribed therein, for the sums listed in the Unit Price Schedule attached to this Tender Form as Schedule "A". The undersigned also understands and agrees as follows:.1 This Tender is irrevocable and open for acceptance for a period of thirty (30) Days from the date of the Tender Closing. Upon the expiration of the said thirty (30) day period this Tender may be revoked by the undersigned by written notification delivered to the Owner prior to acceptance. Within seven (7) days from the date of acceptance of this Tender, the Tenderer will execute a formal contract in the form of the Contract Documents, if same was not executed and submitted by the Tenderer at the time of submission of his Tender, and provide the bonding (if any) as described in the Contract Documents.

15 Tender Form June 27, 2017 PART III Page 2 of 19.2 That any representations in the Tender Documents were furnished merely for the general information of Tenderers and were not in any way warranted or guaranteed by or on behalf of the Owner or the Consultant, and neither the Owner nor its representatives shall be liable for any representations negligent or otherwise contained in the Tender Documents..3 Where quantities are included in the Tender and Unit Prices are requested, it is understood that:.1 The estimates of quantities shown in Schedule "A" to this Tender Form which are an integral part of this Tender are approximate only and for the sole purpose of comparing Tenders. The actual quantities involved in carrying out the Work may be greater or less than the said estimates of quantities set forth in the said Schedule..2 Should the actual quantity of an item in the Schedule of Contract Unit Prices referred to in Article A-3 CONTRACT PRICE, vary by more than 15% of the estimated quantity, either the Owner or the Contractor may request a revision to the Contract Unit Price contained in the Schedule. Such a request for a revision in a Contract Unit Price shall be given as soon as reasonably possible after the party concerned becomes aware of the circumstance..3 Payment for Work carried out on a Unit Price basis will be made on the basis of actual quantities as determined by the Owner at the Unit Prices set forth in Schedule "A" to this Tender Form for each respective item of Unit Price Work, which shall be compensation in full for such Work notwithstanding variations between actual and estimated quantities..4 No claim will be made by the Tenderer on account of any loss of anticipated profits, for delays in the completion of the Work or any portion of the Work, or for any other matter or thing arising from or related, directly or indirectly, to any variation between the estimated quantities set forth in this Schedule "A" to this Tender Form and the actual quantities as determined by the Consultant..5 In arriving at the Unit Prices set forth in Schedule "A" to this Tender Form, the Tenderer has made his own estimates of the respective quantities involved and has not relied upon the estimates shown in the Unit Price Schedule..6 No additional funds shall be awarded as a result of unexpected soil conditions of any kind..4 That this Tender is made by the Tenderer without any connection, knowledge, comparison of figures or arrangement with any other person or persons making a Tender for the same Contract, and is in all respects fair and without collusion or fraud..5 That no person, firm or corporation other than the Tenderer has any interest in this Tender or in the proposed Contract for which this Tender is made and to which it relates.

16 Tender Form June 27, 2017 PART III Page 3 of 19.6 Communication to the Tenderer of the Notice of Acceptance by facsimile, delivery or posting by mail shall constitute acceptance of this Tender. If sent by mail acceptance will date from posting..7 Should the Bidder fail to enter into a Contract with the Owner or provide the bonding in accordance with the requirements of the Bid Documents within the ten (10) day period stipulated in clause 1 hereof, whether any other Bid has previously been accepted or not, the certified cheque shall be forfeited to the Owner or a claim made on the full amount of the Bid Bond, as the case may be, as a genuine pre-estimate of damages, and not as a penalty, to which the Owner is entitled.

17 Tender Form June 27, 2017 PART III Page 4 of 19 Accompanying this Tender is a Certified Cheque or Bid Bond for ($ ) Dollars Payable to: County of Grande Prairie No.1, which is subject to forfeiture or claim as provided in Clause 7 hereof. DATED at on. (Date) (Name of Corporate Tenderer) (Corporate Seal) Per: (Signature of Tenderer s Signing Officer) (Signature of Tenderer s Signing Officer) (Capacity of Signing Officer e.g. President) (Address of Corporate Tenderer)

18 Tender Form June 27, 2017 PART III Page 5 of 19 Unincorporated Tenderer or individual Tenderer sign below: DATED at on. (Date) SIGN AND SEALED In the presence of: (Tenderer s Name) (Signature of Tenderer) (Address)

19 Tender Form June 27, 2017 PART III Page 6 of 19 SCHEDULE A UNIT PRICE 1.0 SCOPE OF WORK.1 All Work done under this Contract shall include the furnishing of all materials, equipment, tools, supplies, plant, temporary lighting, heating, transportation, labour and superintendence necessary for the construction of the Work as herein specified and as shown on the drawings. All Work indicated in this Tender Form shall be completed by the date as provided by the Tenderer within the Tender..2 The Work is divided into the following bid items, which aligns with Part III of Tender:.1 Bid Item #1: Mobilization and Demobilization This task includes mobilization and demobilization for equipment, supplies and personnel to and from the Site, and project plans necessary for the execution of the work. This includes, but is not limited to the following:.1 Project Control and Meetings: This item entails the project management aspects of the work, which includes but is not limited to progress reporting, pre-construction meeting, progress meetings, and site supervision..2 Project Submittals: This item is to account for submittal of quality control items (samples, testing reports, certification of tradesmen) and updates to the construction schedule. Item should include any laboratory and in-situ testing costs..3 Construction of Temporary Facilities: This item includes construction of access, sanitary facilities, supply of power, site signs and notices, and drainage..4 Health and Safety Requirements: This item includes project health and safety requirements including but are not limited to health and safety permitting, supply of personal protective equipment, equipment safety, incident reporting, emergency equipment and first aid capabilities, barricades, WHMIS, safety plan execution, safety meetings, and utility locates (as required)..5 Mobilization and Demobilization: This line item includes but is not limited to the mobilization and demobilization of equipment, supplies and personnel to and from the Site; includes any additional facilities not included on Construction of Facilities (Bid Item 1.3);

20 Tender Form June 27, 2017 PART III Page 7 of 19.2 Bid Item #2: Site Preparation This task involves preparing the Site for earthworks activity by installing sediment fence along the south and east berms to protect the creek that runs along the southeast side of the Site from excessive sedimentation during earthworks. This task includes the following bid item:.1 Installation and Removal of Sediment Fence: Sediment fence should be installed at the location indicated drawings as per technical specifications for the purposes of preventing run off water from carrying silt into the creek adjacent to the southeast side of the site..3 Bid Item #3: Remove Shared Interior Berm at North STA to 0+123: This task includes the steps involved in the removal of the interior berm that currently separates Lagoon No. 2 and Lagoon No.3. This task is divided into the following bid items:.1 Strip, Transport, and Dispose of Unsuitable Materials: This line item includes the stripping, transporting, and disposing of unsuitable materials. The haul distance is expected to be about 17 km one way between the Site and the Regional Landfill..2 Remove, Transport and Dispose of Concrete Overflow and Bypass: The overflow and bypass structure that connects Lagoon No. 2 and Lagoon No. 3 must be dismantled, removed, and transported for disposal to the Regional Landfill. The structure is expected to be predominantly fabricated of concrete..3 Excavate, Transport, and Stockpile Suitable Materials: This task includes the excavation, transporting, and stockpiling of suitable materials onsite, directly adjacent to the construction footprint..4 Bid Item #4: Construct Compacted Soil Liner at North STA to 0+123: This task includes the steps necessary to prepare the subgrade and install a compacted soil liner at the location of the previously existing interior berm. This task is divided into the following bid items:.1 Scarify and Grade Subgrade Soil: This task includes the scarification and grading of exposed subgrade soils in order to prevent previously existing water drainage preferential pathways..2 Process, Transport, Unload, Place, and Compact Suitable Materials: This task includes the processing of stockpiled materials from removal of the shared berm to produce suitable materials that meet specification required for the construction of the compacted soil liner; and subsequent transporting, unloading, placing, and compaction of Suitable materials.

21 Tender Form June 27, 2017 PART III Page 8 of 19.5 Bid Item #5: Strip Interior Slopes of West, South and East Berms This task includes the stripping, transporting, and disposal of Unsuitable soils from the west, south and east berms. Tipping fees will be covered directly by the Owner. This task is divided into the following three bid items:.1 Strip Interior Slope of West Berm at West STA to 0+073: This bid item includes the stripping, transporting and disposal (excluding tipping fees) of Unsuitable Material from the interior slopes of the West berm. Material shall be transported from the Site to the Regional landfill..2 Strip Interior Slope of South Berm at South STA to 0+076: This bid item includes the stripping, transporting and disposal (excluding tipping fees) of Unsuitable Material from the interior slopes of the South berm. Material shall be transported from the Site to the Regional landfill..3 Strip Interior Slope of East Berm at East STA to 0+093: This bid item includes the stripping, transporting and disposal (excluding tipping fees) of Unsuitable Material from the interior slopes of the East berm. Material shall be transported from the Site to the Regional landfill..6 Bid Item #6: Excavation of West, South and East Berms Interior Slopes This task includes the excavation, transporting, and stockpiling of Suitable material excavated from the interior slopes of the west, south, and east berms..1 Excavation of Interior Slope of West Berm at West STA to 0+073: This bid item includes the excavation, transporting, and stockpiling of Suitable material excavated from the interior slope of the West berm..2 Excavation of Interior Slope of South Berm at South STA to 0+076: This bid item includes the excavation, transporting, and stockpiling of Suitable material excavated from the interior slope of the South berm..3 Excavation of Interior Slope of East Berm at East STA to 0+093: This bid item includes the excavation, transporting, and stockpiling of Suitable material excavated from the interior slopes of the East berm..7 Bid Item #7: West, South and East Berms Interior Slope Repairs: This task includes the processing, transporting, placing, and compaction of Suitable Material, and the layered installation of geogrid, to re-construct the interior slopes of the West, South, and East berms.

22 Tender Form June 27, 2017 PART III Page 9 of 19.1 Repair Interior Slope of West Berm at West STA to 0+073: This bid item includes the placement and compaction of processed Suitable material interlayered with properly installed geogrid to re-construct the interior slope of the West berm..2 Repair Interior Slope of South Berm at South STA to 0+076: This bid item includes the placement and compaction of processed Suitable material interlayered with properly installed geogrid to re-construct the interior slope of the South berm..3 Repair Interior Slope of East Berm at East STA to 0+093: This bid item includes the placement and compaction of processed Suitable material interlayered with properly installed geogrid to re-construct the interior slope of the East berm..8 Bid Item #8: Erosion Control Installation (West, South, and East Berms): This task includes the placement of topsoil and seeding at the west, south, and east berms, and general clean up of the site. This task includes the following bid item:.1 Revegetation of the Slope: This bid item includes the placement of topsoil, seeding, and general clean up required to complete the project..9 Bid Item #9: East Berm Valve Installation: This task includes the replacement of an existing valve assembly with a new valve at the drainage outlet between Lagoon No. 3 and the creek. This task includes the following bid item:.1 East Berm Valve Installation: This bid item includes the removal of the old valve, and replacement with a new valve at the drainage outlet between Lagoon No. 3 and the creek..10 Bid Item #10: Rip Rap Erosion Control Installation: This task includes the supply, transport, and installation of rip rap and geotextile along the interior slope of the West, South, and East Berms.. This task is divided into the following four bid items:.1 Install Rip Rap Erosion Control - West Berm at West STA to 0+073: This bid item includes the supply (purchase and delivery) and placement of rip rap, and geotextile filter along the interior slope of the West Berm..2 Install Rip Rap Erosion Control - South Berm at South STA to 0+076: This bid item includes the supply (purchase and delivery) and placement of rip rap, and geotextile filter along the interior slope of the South Berm.

23 Tender Form June 27, 2017 PART III Page 10 of 19.3 Install Rip Rap Erosion Control - East Berm at East STA to 0+093: This bid item includes the supply (purchase and delivery) and placement of rip rap, and geotextile filter along the interior slope of the East Berm..4 Install Rip Rap Erosion Control Lagoon No.2 Slopes: This bid item includes the supply (purchase and delivery) and placement of rip rap, and geotextile filter along the interior slopes of Lagoon No.2, located north of the compacted soil liner..3 The Owner has identified three (3) provisional work items for portions of the project where there is some uncertainty with the work as follows:.1 Provisional Work Items NOT GUARANTEED.1 Shared Interior Berm - Strip, Transport, and Dispose of Unsuitable Materials, 10 km one way: This bid item includes the stripping, transporting, and disposal of Unsuitable Materials excavated from the shared interior berm, with a one way haul distance of up to 10 km. This bid item may partially or wholly replace bid item 3.1 depending on available disposal locations identified by the contractor..2 Interior Slopes - Strip, Transport, and Dispose of Unsuitable Materials, 10 km one way: This bid item includes the stripping, transporting, and disposal of Unsuitable Materials excavated from the interior slopes of the west, south, and east berms with a one way haul distance of up to 10 km. This bid item may partially or wholly replace bid items 5.1, 5.2, and/or 5.3, depending on available disposal locations identified by the contractor.

24 June 27, 2017 PART III Schedule A - Contract Unit Rates Tender Form Page 11 of 19 Bid Item # Description Technical Specification # Estimated Quantity Units Total Cost ($) Bid Item #1: Mobilization and Demobilization 1.1 Project Control and Meetings LS 1.2 Project Submittals LS 1.3 Construction of Temporary Facilities LS 1.4 Health and Safety Requirements LS 1.5 Mobilization and Demobilization LS Bid Item #2: Site Preparation 2.1 Installation and Removal of Sediment Fence LM Bid Item #3: Remove Shared Interior Berm at North STA to Strip, Transport, and Dispose of Unsuitable Materials LM 3.2 Remove, Transport and Dispose of Concrete Overflow and Bypass LS 3.3 Excavate, Transport, and Stockpile Suitable Materials LM Bid Item #4: Construct Compacted Soil Liner at North STA to Scarify and Grade Subgrade Soil LM 4.2 Process, Transport, Unload, Place, and Compact Suitable Materials LM Bid Item #5: Strip Interior Slopes of West, South and East Berms 5.1 Strip Interior Slope of West Berm at West STA to LM 5.2 Strip Interior Slope of South Berm at South STA to LM 5.3 Strip Interior Slope of East Berm at East STA to LM Bid Item #6: Excavation of West, South and East Berms Interior Slopes 6.1 Excavation of Interior Slope of West Berm at West STA to LM 6.2 Excavation of Interior Slope of South Berm at South STA to LM 6.3 Excavation of Interior Slope of East Berm at East STA to LM Bid Item #7: West, South and East Berms Interior Slope Repairs 7.1 Repair Interior Slope of West Berm at West STA to LM 7.2 Repair Interior Slope of South Berm at South STA to LM 7.3 Repair Interior Slope of East Berm at East STA to LM Bid Item #8: Topsoil Replacement, Seeding and Cleanup 8.1 Topsoil Replacement, Seeding and Cleanup of West, South and East Berms Slopes LM Bid Item #9: East Berm Valve Installation 9.1 East Berm Valve Installation LS Bid Item #10: Install Rip Rap Erosion Control 10.1 Install Slope Erosion Protection - West Berm at West STA to LM 10.2 Install Slope Erosion Protection - South Berm at South STA to LM 10.3 Install Slope Erosion Protection - East Berm at East STA to LM 10.4 Install Slope Erosion Protection - Lagoon No. 2 slopes (north of compacted soil liner) LM GRAND TOTAL Bid Item #11: PROVISIONAL WORK ITEMS - NOT GUARANTEED 11.1 Shared Interior Berm - Strip, Transport, and Dispose of Unsuitable Materials, 10 km one way LM 11.2 Interior Slopes - Strip, Transport, and Dispose of Unsuitable Materials, 10 km one way LM Notes 1- Total must equal the fixed and unit price total in the tender. 2- Prices must include all costs including overhead and profit. 3- Fixed price must include all increased costs and labor in effect for the period of the contractual schedule of work performed. 4 - LS means Lump Sump, LM means Lineal Meter 5 - General Sales Tax (GST) should not be included in above Prices Company : Person in charge : Signature : Contact details : Date : NOTE: Electronic file is provided for viewing only. The tenderer is responsible for the contents and their total price.

25 June 27, 2017 PART III Proposed Construction Schedule Tender Form Page 12 of 19 Bid Item # Description Start Date End Date Bid Item #1: Mobilization and Demobilization 1.1 Project Control and Meetings 1.2 Project Submittals 1.3 Construction of Temporary Facilities 1.4 Health and Safety Requirements 1.5 Mobilization and Demobilization Bid Item #2: Site Preparation 2.1 Installation and Removal of Sediment Fence Bid Item #3: Remove Shared Interior Berm at North STA to Strip, Transport, and Dispose of Unsuitable Materials 3.2 Remove, Transport and Dispose of Concrete Overflow and Bypass 3.3 Excavate, Transport, and Stockpile Suitable Materials Bid Item #4: Construct Compacted Soil Liner at North STA to Scarify and Grade Subgrade Soil 4.2 Process, Transport, Unload, Place, and Compact Suitable Materials Bid Item #5: Strip Interior Slopes of West, South and East Berms 5.1 Strip Interior Slope of West Berm at West STA to Strip Interior Slope of South Berm at South STA to Strip Interior Slope of East Berm at East STA to Bid Item #6: Excavation of West, South and East Berms Interior Slopes 6.1 Excavation of Interior Slope of West Berm at West STA to Excavation of Interior Slope of South Berm at South STA to Excavation of Interior Slope of East Berm at East STA to Bid Item #7: West, South and East Berms Interior Slope Repairs 7.1 Repair Interior Slope of West Berm at West STA to Repair Interior Slope of South Berm at South STA to Repair Interior Slope of East Berm at East STA to Bid Item #8: Topsoil Replacement, Seeding and Cleanup 8.1 Topsoil Replacement, Seeding and Cleanup of West, South and East Berms Slopes Bid Item #9: East Berm Valve Installation 9.1 East Berm Valve Installation Bid Item #10: Install Rip Rap Erosion Control 10.1 Install Slope Erosion Protection - West Berm at West STA to Install Slope Erosion Protection - South Berm at South STA to Install Slope Erosion Protection - East Berm at East STA to Install Slope Erosion Protection - Lagoon No. 2 slopes (north of compacted soil liner) Bid Item #11: PROVISIONAL WORK ITEMS - NOT GUARANTEED 11.1 Shared Interior Berm - Strip, Transport, and Dispose of Unsuitable Materials, 10 km one way 11.2 Interior Slopes - Strip, Transport, and Dispose of Unsuitable Materials, 10 km one way Company : Person in charge : Signature : Date : Contact details :

26 Tender Form June 27, 2017 PART III Page 13 of UNIT COSTS FOR EXTRA WORK The Contractor shall include hourly unit costs for extra work. These costs shall include an operator, fuel, maintenance, and all other associated costs for operating the equipment. Item Equipment (with Operators) Description: Make, Year & Model Number Hourly Rate ($/hr) 1. Hydraulic Excavator 2. Dozer/Crawler 3. Scraper 4. Compactor 5. Haul Trucks 6. Grader 7. Labourers 8. Discer 9. Water Truck (all other equipment attach sheet)

27 Tender Form June 27, 2017 PART III Page 14 of Schedule Construction can begin days from the contract award date. Number of calendar weeks required for construction: The contractor proposes to work the following schedule (i.e., 10 days on, 4 days off) 4.0 ADDENDA The following Addenda have been received. The modifications to the Contract Documents noted therein have been considered and all costs thereto are included in the Bid Price. Addendum # Dated. Addendum # Dated. Addendum # Dated. Addendum # Dated.

28 Tender Form June 27, 2017 PART III Page 15 of 19 SCHEDULE B SUBCONTRACTOR LIST It is our intention that the following work will, subject to the Owner s approval, be subcontracted to the firms indicated below. All other Work will be performed by our own forces, except as authorized in writing by the Owner. Item Trade Name and Address of Subcontractor

29 Tender Form June 27, 2017 PART III Page 16 of 19 SCHEDULE C TENDERER S QUALIFICATIONS We provide the following information in order that the Owner may judge our ability to fulfil the Contract requirements. 1. The size, model and make of the equipment which we will place on the project and use during the course of the Work are as follows: Item Equipment Size Model Make The average number of workers we will employ and maintain on this project is: 3. The name of the superintendent we shall place on the project and his/her previous experience on this type of construction are as follows: Name of superintendent: Year of similar construction experience:

30 Tender Form June 27, 2017 PART III Page 17 of 19 SCHEDULE D TENDERER S SIMILAR WORK EXPERIENCE We provide the following information in order that the Owner may judge our ability to fulfil the Contract requirements, based on our experience in similar work completed. Item Year Description Location Value The name and telephone number of at least three references for the above listed work. References must be the Project Engineer for the work. 1. Name: Telephone Number 2. Name: Telephone Number 3. Name: Telephone Number

31 Tender Form June 27, 2017 PART III Page 18 of 19 SCHEDULE E TENDERER S SENIOR SUPERVISORY STAFF We provide the following information in order that the Owner may judge our ability to fulfill the Contract requirements, based on our Senior Supervisory Staff. Item Name Qualifications and Experience Appointment

32 Tender Form June 27, 2017 PART III Page 19 of MEASUREMENT & PAYMENT.1 Lump Sum:.1 Contract Lump Sum Prices shall be used for the following bid items and provisional bid items in accordance with Schedule A of the Tender Form.2 When initiated by the Contractor under application for payment, the cost of each item shall be paid on a lump sum basis. Partial payments will be made as follows:.2 Lineal Metre:.1 When ten (10) percent or more of the total amount bid is earned, fifty (50) percent of the lump sum bid amounts will be paid..2 When one hundred (100) percent of the total amount bid is earned, one hundred (100) percent of the lump sum bid amounts will be paid..1 Contract Unit Prices shall be used for the following bid items and provisional bid items in accordance with Schedule A of the Tender Form..2 Lineal Metre shall be as measured along the centreline of the berm..3 When initiated by the Contractor, Contract Unit Prices shall be paid based on the lineal metre of work completed under each bid item.

33 Consent of Surety June 27, 2017 PART IV Page 1 of 1 PART IV CONSENT OF SURETY The undersigned Surety does hereby consent and agree to become bound as surety (i) In an approved Performance Bond for the amount of - and - (ii) In an approved Labour and Materials Payment Bond for the amount of all for the fulfillment of the Contract for the Work covered by the annexed Contract Documents, which may be awarded to : Name of Tenderer Address at prices set forth in the attached Tender. The undersigned Surety is legally entitled to do business in the Province of and is worth, over and above its present liabilities, the total amount of the bonds herein referred to. Name of Surety Address Per : (Corporate Seal) Per :

34 Agreement June 27, 2017 PART V Page 1 of 7 PART V AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR for use when unit prices form the basis of payment and to be used only with the General Conditions of the Unit Price Contract. This Agreement made on the day of in the year two thousand and seventeen. by and between County of Grande Prairie No. 1 hereinafter called the "Owner" and hereinafter called the "Contractor" witnesses: that the parties agree as follows ARTICLE A-1 THE WORK The Contractor shall: (a) (b) (c) Perform the Work required by the Contract Documents for the La Glace Berm Wastewater Lagoon Removal and Repair, near La Glace, Alberta, all as described in the Contract Documents, which have been signed by the parties, and which were prepared by SNC-Lavalin acting as and hereinafter called the "Consultant ; Do and fulfill everything indicated by this Agreement. Commence the Work by the...day of and attain Substantial Performance of the Work, as certified by the Consultant, by the...day of 2017

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair 1 INSTRUCTIONS TO TENDERERS TENDER # 2018-638956 La Glace Wastewater Lagoon Berm Removal and Repair Prepared for: County of Grande Prairie No.1 Prepared by: SNC-Lavalin Inc. (SNC-Lavalin) Grande Prairie,

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

INSTRUCTIONS TO BIDDERS

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

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

INVITATION TO TENDER TENDER FORM

INVITATION TO TENDER TENDER FORM INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

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

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

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

More information

NAKUSP SPORTS COMPLEX ENTRANCE CANOPY RENOVATION

NAKUSP SPORTS COMPLEX ENTRANCE CANOPY RENOVATION Recreation & Parks NAKUSP SPORTS COMPLEX ENTRANCE CANOPY RENOVATION July 2016 CONTRACT DOCUMENT BOX 280 91-1 Street NW Nakusp, BC V0G 1R0 VILLAGE OF NAKUSP TENDER FOR NAKUSP SPORTS COMPLEX ENTRANCE CANOPY

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

AIA Document A701 TM 1997

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

More information

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

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

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

More information

Bid. Tender T Watermain Rehabilitation by CIPP Structural Lining Dryden, Ontario. The Corporation of the City of Dryden.

Bid. Tender T Watermain Rehabilitation by CIPP Structural Lining Dryden, Ontario. The Corporation of the City of Dryden. The Corporation of the City of Dryden Tender T-2018-04 Watermain Rehabilitation by CIPP Structural Lining Dryden, Ontario September, 2018 AECOM Job No. 60570190 (502 Bid TABLE OF CONTENTS NO. OF PAGES

More information

Demolition of Water Ground Storage Tanks

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

SECTION NOTICE TO BIDDERS

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

More information

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

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

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) REQUEST FOR QUOTATION (RFQ) RFQ NUMBER: 01-2019/01/E SUPPLY AND INSTALLATION OF TREES AND SHRUBS RFQ ISSUE DATE: JANUARY 16, 2019 SUBMISSION DEADLINE: FEBRUARY 8, 2019 AT 2:00 P.M. ALBERTA TIME Section

More information

Document A701 TM. Instructions to Bidders

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

More information

(e-procurement System)

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

More information

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI 15-101 ISSUE DATE: Tuesday, April 21 st, 2015 CLOSING DATE: Friday May 1 st, 2015 TIME: LOCATION: 12:00 p.m. (local time) Township of North

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

INSTRUCTIONS TO BIDDERS

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

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

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

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding 1 ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO SPECIFICATION NO. O-OA COVERING General Conditions - Instructions for Bidding DIVISION: DEPARTMENT: UNIT: DATE: ENG. REF.: PREPARED BY: SUMMARY: A specification

More information

INSTRUCTIONS TO BIDDERS

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

More information

INSTRUCTIONS TO BIDDERS

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

More information

MELBA SCHOOL DISTRICT

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

More information

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

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

More information

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

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

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

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

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

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

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

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

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

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

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

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

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

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

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

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner). BID PROPOSAL PLACE: RM Builders 3441 W. 46 th Street Muskogee, OK 74401 BID PACKAGE #: DATE: Proposal of (hereinafter called Bidder) a corporation, organized and existing under the laws of the State of

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

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

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

More information

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID The Town of Northfield is inviting proposals for contract at the Town Hall, 21 Summer Street, Northfield, New

More information

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels TOWNSHIP OF SEVERN Contract No. PW2017-06 Low Sulphur (clear) Diesel Fuels TOWNSHIP OF SEVERN TENDER FOR THE SUPPLY OF LOW SULPHUR (CLEAR) DIESEL FUELS Sealed Tenders, in an envelope clearly labelled DIESEL

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

2015 HELLWINKEL CHANNEL PROJECT

2015 HELLWINKEL CHANNEL PROJECT 2015 HELLWINKEL CHANNEL PROJECT CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Town of Gardnerville Douglas County, Nevada Town Contract No. 2015-03 Engineer Project No. 1115 SIP#00763 July 2015 Thomas

More information

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

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

More information

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

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

More information

GP-4-1 of 9 GP-4 SCOPE OF WORK

GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4 SCOPE OF WORK GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4.01 CONTRACT INTENT The Contractor shall (within specified tolerances) perform all work in accordance with the lines, grades, typical cross sections,

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

City of Detroit Detroit, Oregon

City of Detroit Detroit, Oregon City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

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

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

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

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

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL Tender Number: P. W. 1-18 Sealed tenders will be received by: Corporation of the Township of Ryerson 28 Midlothian Road R R 1 Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: May 11, 2018 Closing

More information

NOTICE OF REQUEST FOR BIDS

NOTICE OF REQUEST FOR BIDS NOTICE OF REQUEST FOR BIDS Qualifications-based bids for professional design-build services will be received by The Hopkins County Fiscal Court for the design-build of the Hopkins County Youth Athletic

More information

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

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

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

Instruction To Bidders

Instruction To Bidders The project scope includes Sitework Scopes for Town Creek Elementary and Middle School. 1. PRE-BID CONFERENCE 1.1 Pre-Bid and Separate Preferred Alternates conferences will be held as follows: Pre Bid

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

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

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

More information

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

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

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

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

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

More information

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

Request for Bid/Proposal

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

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

INSTRUCTIONS TO BIDDERS I N D E X No. Description Page 1. Return of Tender Deposits... IB 2 2. Tender Deposits... IB 2 3. Withdrawal of Tenders...

INSTRUCTIONS TO BIDDERS I N D E X No. Description Page 1. Return of Tender Deposits... IB 2 2. Tender Deposits... IB 2 3. Withdrawal of Tenders... INSTRUCTIONS TO BIDDERS I N D E X No. Description Page 1. Return of Tender Deposits... IB 2 2. Tender Deposits... IB 2 3. Withdrawal of Tenders... IB 2 4. Acceptance or Rejection of Tenders... IB 2 5.

More information

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018 TABLE OF CONTENTS PART 1: SPECIAL PROVISIONS - GENERAL... 3 A. GENERAL:... 3 B. SCOPE:... 3 C. TENDER DEPOSIT:... 4 D. RIGHT TO ACCEPT OR REJECT TENDERS:... 4 E. UNACCEPTABLE TENDERS:... 4 F. ABILITY AND

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

Request for Tender. Humidifier Replacement February 19, 2013

Request for Tender. Humidifier Replacement February 19, 2013 Request for Tender For: Humidifier Replacement February 19, 2013 1602 Telesat Court Rick Moore Supervisor, Property & Facility Management Telephone: 613 747-7800 Ext. 2872 Index of Sections Section A -

More information

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

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

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

More information