SCADA System Upgrades #

Size: px
Start display at page:

Download "SCADA System Upgrades #"

Transcription

1 REQUEST FOR PROPOSAL SCADA System Upgrades # Proposals clearly marked PROPOSAL FOR: SCADA System Upgrades will be accepted until 2:00 PM, on Thursday, January 11, 2018 at the office of the City of Armstrong located at 3570 Bridge Street, PO Box 40, Armstrong, BC V0E 1B0. Proposals will be accepted by to: with original and hard copies following by mail or courier. Any questions regarding this Request for Proposal must be submitted via to the Public Works Manager, Doug MacKay, prior to the closing time. The reserves the right to accept or reject any or all Proposals and to waive any informality in the proposals received, in each case without giving any notice. The reserves the right to accept any Proposal or part of any Proposal as deemed to be in their interest. The lowest fixed fee or any proposal will not necessarily be accepted. Any proposal received after the noted closing time will not be considered. Doug MacKay Public Works Manager

2 SCADA System Upgrades Section TABLE OF CONTENTS Page 1 of 1 Division 0 Bidding Documents Instructions to Bidders Bid Form Information Submittal Forms Bonding General Conditions Division 01 - General Requirements Summary of Work Division 02 Division 39, Not Used Division 40 Systems Integration SCADA Systems and Control Panel Hardware Drawings Index ELS01 SCADA Architecture Symbol Legend ELS02 Existing SCADA Architecture Scheme ELS03 SCADA Architecture Scheme Phase 1 ELS04 SCADA Architecture Scheme Ultimate END OF SECTION

3 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 1 of 7 Part 1 General 1.1 INVITATION.1 Bid Call 1.2 INTENT.1 Offers signed under seal, executed, and dated will be received by Address: PO Box Bridge Street Armstrong, BC V0E 1B0 Prior to: 2:00 pm local time on Thursday, January 11, 2018 ( Tender Closing Time ).2 Offers submitted after above time will be returned to bidder unopened..3 Submit Supplementary Bid Information Form within 24 hours after Bid closing time..4 Offers will be opened privately after the time for receipt of Bids..5 Amendments to submitted offer will be permitted if received in writing (including by fax) prior to bid closing and if endorsed by same party or parties who signed and sealed the original offer..1 Intent of this Bid call is to obtain an offer to perform work to complete SCADA Systems Upgrades located at multiple sites within Region, British Columbia for a Stipulated Price contract, in accordance with Contract Documents..2 Perform Substantial Performance of the Work by March 31, Initiate work by February 1, Bids shall be prepared and submitted, and the bidding process administered in accordance with these bidding requirements. 1.3 THE OWNER.1 The Owner is hereby identified as: PO Box Bridge Street Armstrong, BC V0E 1B0.2 Questions or requests for clarification should be directed to the Public Works Manager at the at clerk2@cityofarmstrong.bc.ca or at the mailing address above. 1.4 CONTRACT DOCUMENTS IDENTIFICATION.1 Contract Documents are identified as Project as provided by Owner. 1.5 CONTRACT/BID DOCUMENTS.1 Bid Form.

4 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 2 of 7.2 Definitions.1 Contract Documents: Defined in CCDC Edition, Definitions..2 Bid Documents: Contract Documents supplemented with Instructions to Bidders, Bid Form, and Supplementary Bid Forms identified herein..3 Bid, Offer, or Bidding: Act of submitting an offer under seal..4 Bid Price: Monetary sum identified in Bid Form as an offer to perform work..3 Examination.1 Bid Documents will be posted on the website and BC Bid..2 Upon receipt of Bid Documents verify that documents are complete..3 Immediately notify Owner upon finding discrepancies or omissions in Bid Documents..4 Document Coordination.1 Verify drawings with the Drawing Index to ensure that the set is complete. Verify the number of pages in, and date of each Section of the Specifications with the Table of Contents to ensure the book of Specifications is complete. Inform Owner immediately if copies of Drawings or Specifications are not complete..2 Notify the Owner of any discrepancies or omissions in or between Drawings and Specifications, or if any doubt as to the meaning or intent therein exists prior to seven (7) working days to closing of Bids. Addenda to the documents will be issued in accordance with below..5 Queries/Addenda.1 Direct all questions in writing to Public Works Manager at clerk2@cityofarmstrong.bc.ca.2 Addenda may be issued during bidding period. All addenda become part of Contract Documents. Include costs in Bid Price..3 Verbal answers are only binding when confirmed by written addenda..4 Clarifications requested by bidders must be received in writing by 2:00 pm January 8, Reply will be in form of an addendum. All addenda will be posted on the website and BC Bid website by January 9, 2018 at 2:00 pm..6 Product/System Options.1 Where Bid Documents stipulate a particular product, substitutions will be considered by Owner up to ten (10) days before receipt of Bids..2 When a request to substitute a product is made, Owner may approve substitution and will issue an Addendum to known bidders..3 In submission of substitutions to products specified, Bidders shall include in their Bid, any changes required in work to accommodate such substitutions. A later claim by Bidder for an addition to contract price because of changes in work necessitated by use of substitutions shall not be considered..4 Substituted products will be considered if submitted as an attachment to Bid Form. Complete attached Form B.

5 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 3 of 7.5 Submission shall provide sufficient information to enable Owner to determine acceptability of such products..6 Provide complete information on required revisions to other work to accommodate each substitution, dollar amount of additions to or reductions from Bid Price, including revisions to other work..7 Unless substitutions are submitted in this manner and subsequently accepted, provide products as specified..8 Approval to submit substitutions prior to submission of Bids is not required. 1.6 SAFETY CERTIFICATION AND BUSINESS LICENSE REQUIREMENTS.1 Submit with Tender, a copy of Tenderer s current and valid Letter of Good Standing issued by Worksafe BC..2 The Contractor and Subcontractors, as applicable, shall at all times, have in effect a Letter of Good Standing of the Certificate of Recognition Program from Worksafe BC. The Letter of Good Standing shall indicate the Contractor s or the Subcontractor s current standing falls into one of the following categories: Certificate of Recognition, Audit Pending and/or in the Process..3 Out of province companies shall submit, with their Tender, a current and valid Letter of Good Standing from their province of origin or from a recognized Safety Association which utilizes an external audit element..4 Out of province companies may obtain a Letter of Good Standing from the Worksafe BC upon submission of documentation verifying training and compliance with the NS OH&S Act and Regulations..5 In any event, out of province Tenderers will have to satisfy Worksafe BC in respect to their safety status prior to being awarded a contract..6 Seven (7) days prior to the start of construction, the Contractor shall submit a Site Specific Hazard Assessment, and copies of their Safe Work Practices, and Corporate Safety Policy to the Owner or Consultant. 1.7 SITE ASSESSMENT.1 Site Examination.1 Recommended that a visit to project sites and surrounding area before submitting Bid be undertaken by proponent..2 Optional visit to project sites has been arranged for Bidders as follows: Start at Public Works Yard at 9:00 a.m. on Thursday, January 4, Bidders Briefing.1 Optional Bidders briefing has been scheduled as per above..2 General contract and major sub-contractor Bidders and suppliers are invited..3 Representatives of Owner will be in attendance..4 Information relevant to Bid Documents will be recorded in Addendum and issued to known Bidders.

6 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 4 of QUALIFICATIONS.1 Subcontractors.1 Owner reserves right to reject a proposed subcontractor for reasonable cause..2 Refer to CCDC 2 Article GC 3.7 of General Conditions. 1.9 BID SUBMISSION.1 Bid Ineligibility.1 Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may at discretion of Owner, be declared informal..2 Bids with Bid Forms and enclosures which are improperly prepared may at discretion of Owner, be declared informal..3 Bids that fail to include security deposit, bonding or insurance requirements may at discretion of Owner, be declared informal..2 Submissions.1 Bidders shall be solely responsible for delivery of their Bids in manner and time prescribed..2 Submit one copy of executed offer on Bid Forms provided, signed and with corporate seal together with required security in a sealed opaque envelope, clearly identified with Bidders name, project name and Owners name on outside..3 Improperly completed information, irregularities in bid bond, may cause Owner not to open Bid envelope and declare Bid informal BID WITHDRAWAL AND MODIFICATIONS.1 Bid Withdrawal:.1 Bidders may withdraw their Bid at any time up to Bid Closing time on request in writing, addressed to, and received by the Owner at the place of Bid Closing prior to Bid Closing time..2 Withdrawn bids may be resubmitted in accordance with these Instructions to Bidders providing the resubmitted bid is received at the location indicated, prior to Bid Closing time..2 Bid Modifications:.1 Modifications may be made at any time prior to Bid Closing time..2 Modifications shall be made only in writing, addressed to the Owner at the place of Bid closing and indicating the name of the Project..3 Modifications directing a change in a bid amount shall reveal neither the original amount nor the revised amount. State only the amount to be added to or deducted from the original Bid amount..4 Use the address indicated or in person to the address noted previously to modify submitted bids..5 Owner will not accept responsibility for the content of modifications or modifications that are, for any reason, delayed, illegible or otherwise improperly received.

7 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 5 of 7.6 Late or improperly received Bid Modifications will cause rejection of the bid as indicated..3 Persons withdrawing Bids or making Bid Modifications in person shall show letter signed by original Bidder as proof of authorization to do so. Persons not showing proper authorization will not be allowed to modify or withdraw a Bid BID ENCLOSURES/REQUIREMENTS.1 Security Deposit.1 Bids shall be accompanied by security deposit as follows: Bid Bond in an amount not less than 10 percent of Bid price..2 Endorse Bid Bond in name of Owner as obligee, signed and sealed by principal (Contractor) and surety..3 Use latest edition CCDC approved bond forms..4 Security deposit will be returned after delivery to Owner of required Performance and Labour and Materials Payment Bond(s) by accepted bidder..5 If no contract is awarded, all security deposits will be returned..2 Consent of Surety.1 Submit with Bid Form and Bid Bond, a Consent of Surety, stating that surety providing Bid Bond is willing to supply Performance and Labour and Materials Payment Bond specified..2 Include cost of bonds in Bid Price..3 Performance Assurance.1 Accepted Bidder must provide Performance and Labour and Materials Payment Bond as described in Section Include cost of bonds in Bid Price..4 Insurance.1 Provide signed "Undertaking of Insurance" on standard form provided by insurance company stating intention to provide insurance to Bidder in accordance with insurance requirements of the General Conditions of the Agreement..5 Bid Form Requirements.1 State in Bid Form, time required to complete work. Completion date in Agreement must be this completion time added to commencement date..2 Bidder, in submitting an offer, accepts time period stated in Contract documents for performing work. Completion date in Agreement shall be this completion time added to commencement date..3 Bidder, in submitting an offer, agrees to complete work by date indicated in Contract Documents, but may propose a revision to contract time with an adjustment to Bid price..4 Owner requires that work of this contract be completed as quickly as possible and consideration will be given to time of completion when reviewing Bids submitted..6 Fees for Changes in Work

8 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 6 of 7.1 Include in Information Submittal Form A, percentage mark-up for Contractor s overhead and profit applicable for Contractor s changes in work, whether additions to or deductions from work on which Bid price is based..2 Include in Information Submittal Form A, percentage mark-up for Subcontractor s overhead and profit applicable for Subcontractor s changes in work, whether additions to or deductions from work on which Bid price is based..3 Contractor shall apply his mark-up to subcontractor's gross (net plus mark-up) costs for additional work..7 Bid Signing.1 Bid form shall be signed under seal by Bidder..2 Sole Proprietorship: Signature of sole proprietor in presence of witness who will also sign. Insert words "Sole Proprietor" under signature. Affix seal..3 Partnership: Signature of all partners in presence of witness who will also sign. Insert word Partner under each signature. Affix seal to each signature..4 Limited Company: Signature of duly authorized signing officer(s) in normal signatures. Insert officer's capacity in which signing officer acts, under each signature. Affix corporate seal. If Bid is signed by officials other than President and Secretary of company, or President-Secretary-Treasurer of company, copy of by-law resolution of Board of Directors authorizing them to do so must also be submitted with Bid in Bid envelope..5 Joint Venture: Each party of joint venture must execute Bid under respective seals in manner appropriate to such party as described above, similar to requirements of Partnership..8 Information Submittal Forms.1 Form A List of Subcontractors and Suppliers and Price Breakdown for Each..2 Form B Contractor Proposed Substitutions..3 Form C Separate Prices.4 Form D Alternate Prices 1.12 APPLICABLE LIEN LEGISLATION.1 Builder's Lien Act of British Columbia this project;.2 Claims procedures shall be in accordance with Builder's Lien Act.

9 SCADA System Upgrades Section INSTRUCTIONS TO BIDDERS Page 7 of SCORING MATRIX.1 The Submissions will be scored according to the following categories and awarded to the Proponent with the highest overall score: Criteria Weight Project Understanding 15% Project Team 15% Methodology and Deliverables 15% Innovative Ideas 5% Fee Proposal 50% 1.14 OFFER ACCEPTANCE/ REJECTION.1 Duration of Offer.1 Bids shall remain open to acceptance, and irrevocable for a period of thirty (30) days after the Bid closing date..2 Acceptance of Offer.1 Owner reserves right to accept or reject any or all offers..2 After acceptance by Owner, Owner will issue to successful Bidder, written Bid acceptance..3 Owner reserves the right to further negotiate with any bidder, at its discretion, to modify scope or schedule of Work to suit its budget. Part 2 Products 2.1 NOT USED Part 3 Execution 3.1 NOT USED END OF SECTION

10 SCADA System Upgrades Section BID FORM Page 1 of 3 SUBMIT TO: PO Box Bridge Street Armstrong, BC V0E 1B0 PROJECT: SCADA System Upgrades, Project No.: BIDDER: (Legal Company Name) (Street Address or postal box number) (City/Town, Province, Postal Code) Part 1 Bid Price 1.1 Having examined the site, the Bid Documents, and addenda numbered to, issued by the Consultant. Bidder to fill in blanks for addenda received. 1.2 Confirming that our Bid Price is based on specified provisions only, 1.3 Confirming that our Bid Price excludes Goods and Services Tax. 1.4 I/We hereby offer to enter into a Contract to perform the Work required by the Bid Documents, and to furnish all materials, plant and labour necessary for the proper completion of the Work for the Bid Price indicated below in lawful money of Canada. BID PRICE: (Bid Price in words, including allowance if any, excluding GST) Dollars ($ BID PRICE: (Bid Price in figures, including allowance if any, excluding GST) 1.5 Submitted this day of 20. Part 2 Declarations 2.1 I/We agree to attain Substantial Performance of the Work to date as indicated in Section or at an earlier date as indicated by the Bidder. Bidder shall fill in date if different from indicated dates, or initial this space to accept date indicated above. Alternate date proposed by Bidder. 2.2 I/We state that no person, firm or corporation other than the undersigned has any interest, financial or otherwise, in this Bid or in the proposed Contract for which the Bid is made. 2.3 I/We hold that this bid shall be held irrevocable and is open to acceptance by the Owner until thirty (30) days after the bid closing date.

11 SCADA System Upgrades Section BID FORM Page 2 of In submitting this Bid I/We understand that a Bid Revision will not be called if minor changes to the Bid Documents are contemplated by the Owner, or after Bid Closing. 2.5 We agree that all bid form supplements called for by the Bid Documents form an integral part of this Bid. 2.6 The Owner reserves the right to request a Bid Revision from any or all Bidders where significant modifications to the Bid Documents become apparent at, or after Bid Closing. 2.7 I/We agree that within five (5) days after notification in writing by the Owner of the acceptance of this Bid, within the time limits of the bid acceptance period stated above, that we will:.1 Execute the Agreement between Owner and Contractor as specified in Document Contract Form..2 Furnish and pay for a Performance Security, in the form of a bond for an amount equal to fifty percent (50%) of the total Contract Price..3 Furnish and pay for a Labour and Material Payment Security, in the form of a bond for an amount equal to fifty percent (50%) of the total Contract Price. 2.8 I I/we agree to commence construction within seven (7) days of the date of acceptance of this Bid or other period as may be directed in writing by the Owner. Part 3 Attachments 3.1 This Bid includes the following:.1 A Bid Bond (or certified cheque) in the minimum amount of 10% of the Bid Price, made out in favour of the Owner;.2 A Consent of Surety issued by a company licensed to carry on such business in Canada, and in Province of Work for the Performance Bond and Labour and Materials Payment Bond in the amounts listed in Section Bid and Contract Security;.3 Completed Document Information Submittal Forms and additional information..4 Workers Compensation Board Submittals:.1 Contractor shall obtain and submit to the Owner a certificate of an account with Workers Compensation Board prior to commencement of activities at the Place of Work..5 Current proof of insurance..6 Photocopy of Certificate of Recognition (COR) issued by the Work Safe BC.

12 SCADA System Upgrades Section BID FORM Page 3 of 3 Part 4 Signatures SIGNED, SEALED AND SUBMITTED for and on the behalf of: signature of Bidder's authorized representative name of Bidder's authorized representative witness's signature or corporate seal title or status of person signing above (print or type) name and title of witness END OF SECTION

13 SCADA System Upgrades Section INFORMATION SUBMITTAL FORMS Page 1 of 5 SUBMIT TO: PO Box Bridge Street Armstrong, BC V0E 1B0 PROJECT: SCADA System Upgrades, Project No.: BIDDER: (Legal Name) (Street Address) (City, Province, Postal Code) Part 1 Information Submittal Forms 1.1 Provide the following Information Submittal Forms to the Owner within 24 hours of Bid Submission:.1 Information Submittal Form A List of Subcontractors and Suppliers, and Price Breakdown for Each..2 Information Submittal Form B Contractor Proposed Substitutions..3 Information Submittal Form C List of Separate Prices..4 Information Submittal Form D List of Alternate Prices. 1.2 Information contained on these forms will not be used for assessment of conformity of Bids. REMAINDER OF PAGE LEFT INTENTIONALLY BLANK Information Submittal Forms Follow

14 SCADA System Upgrades Section INFORMATION SUBMITTAL FORMS Page 2 of 5 INFORMATION SUBMITTAL FORM A LIST OF SUBCONTRACTORS AND SUPPLIERS AND PRICE BREAKDOWN FOR EACH PROJECT: SCADA System Upgrades, Project No.: Note: Where the bidder does not intend to employ a subcontractor he shall insert "Own Forces" in space provided. If item of Work is not applicable to project insert "N/A". Item of Work Subcontractor or Supplier Itemized Price Amount ($) DIVISION 1 GENERAL REQUIREMENTS General Requirements Mobilization Bonds, Insurance, and Warranties Subtotal: DIVISION 40 SYSTEMS INTEGRATION Radio Path Study Detailed Design SCADA Software SCADA Hardware Off-site Programming On-site Implementation Warranty Support Subtotal BID PRICE Total BID PRICE FEES FOR CHANGES IN WORK Contractor s Fee % Subcontractor s Fee % SIGNATURE OF AUTHORIZED REPRESENTATIVE Corporate Seal

15 SCADA System Upgrades Section INFORMATION SUBMITTAL FORMS Page 3 of 5 INFORMATION SUBMITTAL FORM B CONTRACTOR PROPOSED SUBSTITUTIONS PROJECT: SCADA System Upgrades, Project No.: The following are our prices for Substitution Work listed hereunder. Such Substitution Work and amounts are NOT INCLUDED in our Bid Price and DO NOT include GST. Coordinate with Document Instructions to Bidders. Specification Section Number Description of Proposed Substitution Addition Effect on Bid Price ($) Deletion $ $ $ $ $ $ $ $ Attach additional sheets as necessary to complete Contractor s list of Substitutions

16 SCADA System Upgrades Section INFORMATION SUBMITTAL FORMS Page 4 of 5 INFORMATION SUBMITTAL FORM C SEPARATE PRICES PROJECT: SCADA System Upgrades, Project No.: The following are our Separate Prices for the Work listed hereunder. Such Work and amounts are NOT INCLUDED in our Bid Price and DO NOT include GST. The Prices listed are firm until date of Substantial Performance of the Project. These prices include all labour, material, equipment, supervision, transportation, financing, overhead and fees to complete the work as listed. Section of Work Description of Work $ $ Separate Price add or delete

17 Project Name Section Project Number INFORMATION SUBMITTAL FORMS Date Page 5 of 5 PROCUREMENT FORM SUPPLEMENT D ALTERNATE PRICES FORM PROJECT: SCADA System Upgrades, Project No.: The following are our prices for Alternate Work listed hereunder. Such Alternate Work and amounts are NOT INCLUDED in our Bid Price and DO NOT include GST. Trade Package Description of Work Effect on Bid Price ($) Addition Deletion $ $ $ $ $ $ $ $ REMAINDER OF PAGE LEFT INTENTIONALLY BLANK END OF SECTION Note: All amounts are GST out. Bidders Initials

18 SCADA System Upgrades Section BONDING Page 1 of 1 Part 1 General 1.1 CONTRACT PERFORMANCE SECURITY.1 Contractor shall provide security for performance of the Contract in the form of the following:.1 Performance Bond for 50% of the Contract Price. 1.2 SECURITY FOR PAYMENT OF CLAIMS.1 Contractor shall provide security for payment to claimants for labour and material used or reasonably required for use in the performance of the Contract. Such security shall be in the form of the following:.1 Labour and Material Payment Bond for 50% of the Contract Price. 1.3 FORMS OF ACCEPTABLE SECURITY.1 Surety Bonds.1 Performance Bond shall be in accordance with the Canadian Construction Documents Committee (CCDC) Standard Form of Performance Bond, CCDC Document No Labour and Material Payment Bond shall be in accordance with the Canadian Construction Documents Committee (CCDC) Standard Form of Labour and Material Payment Bond, CCDC Document No Consign bonds to Owner. 1.4 SUBMISSION OF SECURITY.1 Submit security to the Owner with fifteen (15) days after bid is accepted. 1.5 RELEASE OF CONTRACT PERFORMANCE BONDING.1 Intermediate releases of security will be made only upon written request by the Contractor..2 Release of Performance Bonds will be in accordance with CCDC RELEASE OF SECURITY FOR PAYMENT OF CLAIMS.1 Release of Labour and Materials Bonds will be in accordance with CCDC Part 2 Products 2.1 NOT USED Part 3 Execution 3.1 NOT USED END OF SECTION

19 SCADA System Upgrades Section GENERAL CONDITIONS Page 1 of 1 Part 1 General 1.1 GENERAL CONDITIONS.1 The Form of Agreement and the General Conditions of the Contract are contained in the Canadian Construction Documents Committee CCDC : Stipulated Price Contract and as modified by Section Supplementary Conditions..2 A copy of the CCDC Standard Form of Contract may be obtained at the Contractor s expense from any Construction Association or directly from the Canadian Construction Documents Committee Website, located at: INSURANCE REQUIREMENTS.1 Contractor shall procure and maintain, at its own expense for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from, or in connection with, the performance of the Work by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be borne fully by the Contractor..2 The limits and coverage required herein are the minimum acceptable by the City and are not intended as a limit of liability of the Contractor or sub-contractor..3 Contactor shall maintain limits no less than:.1 Commercial General Liability: $2,000, per occurrence for bodily injury, personal injury, property damage, and completed operations..2 Automobile Liability: $1,000, per accident for bodily injury and property damage, covering all owned, hired and non-owned vehicles..3 Workers Compensation: Workers compensations limits in accordance with Provincial statute. A Clearance Letter of good standing is required. If exempt from Workers Compensation, the City requires evidence of Employees Liability insurance with limits of $1,000, per accident..4 Contractor shall furnish the City with certificates of insurance evidencing coverage required..5 Contractor shall ensure that all sub-contractor shall maintain insurance in like forms, amounts, and requirements as stated herein and shall obtain evidence of insurance from each sub-contractor. Part 2 Products 2.1 NOT USED Part 3 Execution 3.1 NOT USED END OF SECTION

20 SCADA System Upgrades Section SUMMARY OF WORK Page 1 of 4 Part 1 General 1.1 GENERAL CONDITIONS.1 The is requesting proposals from qualified and licensed systems integration contracting firms to provide detailed design as well as construction / installation services for upgrades to the City s SCADA system. The SCADA system upgrades shall be carried out in various phases. The scope of this proposal is the Phase 1 component of the Work. The Phase 1 component of the Work includes upgrades at 4 sites; including Public Worksyard Office, Water Treatment Plant (WTP) & Reservoir, Pleasant Valley Well Pump Station & Thomas Hayes Wastewater Treatment Plant (WWTP). The Work involved upgrades to computer hardware, software, data management and radio communication system upgrades..2 The scope of Work includes detailed design and implementation of SCADA system upgrades as per best industry practices and meet the City s operational objectives. The Work shall include, but not limited to;.1 Detailed review of existing site conditions and discuss potential impacts of unforeseen conditions on detailed design;.2 A preliminary radio signal analysis was done to confirm signal feasibility using un-licensed spread-spectrum 900MHz radios, and new 20ft antenna masts (above finished grade) at each site as well as using the existing 50ft tower at repeater site (Pleasant Valley Well Pump Station). Conduct a desktop radio path study (using software such as PATHLOSS) to re-assess proposed communication system and discuss potential impacts of unforeseen conditions on detailed design;.3 Confirm the radio signal strength results based on desktop radio path study on-site, using temporary installations;.4 Develop the detailed design for SCADA system upgrades;.5 Procure SCADA hardware and software, and set-up the engineering station;.6 Import existing Public Worksyard Office & WTP SCADA systems configuration and re-adjust for 16:9 aspect ratio (existing SCADA graphics are 4:3 aspect ratio);.7 Develop new SCADA configuration for WWTP, to match existing on-site Siemens WinCC Flex configuration;.8 Install new radio communications systems, including new antenna masts at each site (use of existing radio tower at Pleasant Valley Well Pump Station is preferred by City);.9 Implement new SCADA systems, as per detailed design..10 Implement SCADA Historian at the Main SCADA server. The existing reporting capabilities shall be re-programmed, along with any suggested improvements from operators. The main SCADA server hardware shall be factory configured to use RAID1 hard drive configuration, with mirror drives..11 A copy of all SCADA configurations, as well as historian database shall also be backed up at 24 hours schedule on external removable harddrive.

21 SCADA System Upgrades Section SUMMARY OF WORK Page 2 of 4.12 Establish secure remote secure access for operators to the SCADA Server HMI over the internet. This may require input from City s IT support group to ensure system security..3 All software licensing shall include 1 year of maintenance and upgrades. 1.2 PROPOSAL REQUIREMENTS.1 The City expects the following structure from the contractor s proposal. Proposals that do not follow these guidelines may not receive full marks during evaluation. Proposals shall be a letter size pages w/ double-sided printing, and maximum 15 pages excluding cover sheet and table of contents. Additional information can be supplied in appendices, attached to the proposal..2 The contractor must adhere to the following requirements for proposal:.1 The proposal must include a proposed methodology of implementation, project schedule with starting, completion and milestone dates as well as a fee proposal describing the effort required at every stage of the project..2 The proposal must include a detailed bill of materials, to meet the objectives of this project. However, any items missed by contractor in detailed bill of materials shall not constitute grounds for extras..3 The proposal must include a list of all detailed design submissions, along with proposed submission deadlines..4 The proposal must include all the bonding and insurance documentation, as per RFP requirements. 1.3 PROJECT PHASES AND SCOPE OF SERVICES.1 Project Management.1 Prepare a project implementation plan describing execution, monitoring and control procedures. The plan shall include description of the scope of the project, various steps and milestones, schedule and cost controls, quality standards and document submissions..2 Coordinate and facilitate monthly meetings during design. Record and distribute minutes within 48 hours of the meeting. Submit monthly progress report prior to meeting, including completed Work to date, Work to be done next period, pending changes, schedule updates and earned value report..3 Submit a QA/QC plan to the City specific for this project and provide QA/QC reports throughout implementation phase, for both in-house & sub-contractor work-force. Take photos of existing site conditions, and throughout construction for record purposes..4 Submit monthly fee invoices, including project status report with confirmation of Work done to date..5 Provide a qualified project supervisor, as a single point of contact for the City. The project supervisor shall not be changed throughout duration of project..2 Preliminary Design.1 Collect, assemble, and review all current documents, reports, and standards relating to the project including, but not limited to, record drawings, control narratives, hardware details, software licenses etc.

22 SCADA System Upgrades Section SUMMARY OF WORK Page 3 of 4.2 Conduct on-site inspections to confirm existing site conditions. Engage all sub-contractors (such as radio system designers) during all phases of investigation..3 Detailed Design.1 Prepare radio path study report, including on-site test results..2 Prepare final network architecture diagram, along with complete bill of materials for all hardware and software..3 Prepare final control narratives, graphics standards and wiring schematics..4 The City shall review all documentation and provide comments, prior to finalization. The City s comments shall be fully incorporated into final documentation, and shall provide basis for installation. No extras shall be allowed to incorporate City s comments, except where it adds to the bill of materials beyond the contract requirements..4 Implementation Phase.1 If required, complete any required applications, permits and other notifications, required for construction on behalf of the City. This includes coordination and completion of reports with all regulatory agencies prior to, during, and post construction..2 Work with provincial and federal communication/broadcasting agencies to obtain any additional frequency licensing that may be required..3 Provide shop drawings of equipment for the City s review..4 Provide construction supervision and QA/QC throughout duration of construction..5 Configure new SCADA system off-line in preparation for implementation..6 Install radio and SCADA hardware at all sites..7 Commission all new controls and SCADA systems, including tweaking existing systems if required due to the upgrades..8 Coordinate and facilitate substantial completion inspection by the City. Provide the City noted deficiency repairs, and coordinate follow-up inspections until project completion..9 Provide classroom and field training to City s operations crew in operations and maintenance of new systems..10 Provide record close-out documentation in electronic and paper formats. Part 2 Products 2.1 SEPARATE PROPOSAL WITH ALTERNATES PRODUCTS.1 Contractor can submit a separate proposal with alternate products, if implementation is deemed more cost effective. The separate proposal shall be in addition to the proposal as per contract documents, and shall include a list of alternate products as well as potential benefits to Owner, beyond the products required as per contract documents. Owner may review the separate proposal, at its own discretion.

23 SCADA System Upgrades Section SUMMARY OF WORK Page 4 of 4 Part 3 Execution 3.1 NOT USED END OF SECTION

24 SCADA Systems Upgrades SCADA Systems and Control Panel Hardware Page 1 1 General 1.1 SECTION OVERVIEW.1 This Section presents specifications for materials, methods and performance requirements of SCADA Systems and control panel hardware. 1.2 RADIO PATH STUDY.1 Generate a computer model using software, such as PathLoss, to provide a baseline for validity of links to and from the SCADA nodes (located at Public Works Yard, Water Treatment Plant & Reservoir and Thomas Hayes Wastewater Treatment Plant) as well as repeater site located at Pleasant Valley Well Pump Station..2 The radio path study shall be conducted using MDS ORBIT platform radios, operating in spread-spectrum un-licensed 900MHz frequency band..3 The predictive model, generated by software modeling, shall be validated on-site using temporary antennae..4 Determine minimum required tower heights, antenna gains, received signal strengths, fade margins to provide viable links of minimum 19.2Kbps with 99.9% annual multipath availability..5 Verify the upgrades required to existing antennae systems and determine placement options..6 For purposes of radio path study, contractor shall coordinate the sharing of existing antenna tower (currently used by City s fire department for radio communication) at Pleasant Valley Well Pump Station, as a primary SCADA communications repeater site. Inform the Owner, if the sharing agreement is not feasible with the City s fire department, along with alternate options. Owner shall provide further directions based on proposed alternate options..7 The Radio path study shall be carried out by a service provider with minimum 10 years of experience in this field, such as, Victoria Mobile Radio, Comtech, Petron Communications. 2 Products 2.1 DESKTOP COMPUTER SYSTEM.1 Processor: Intel Xeon Processor E v4 (6C, 1.7GHz, 1866MHz, 15MB, 85W)..2 Operating System: Windows 10 Pro for Workstations (4 Cores Plus)..3 Productivity Software: Microsoft Office Professional Memory: 8GB (2x4GB) 2400MHz DDR4 RDIMM ECC.

25 SCADA Systems Upgrades SCADA Systems and Control Panel Hardware Page 2.5 Boot Hard Drive: 500GB 3.5" Serial-ATA (7,200 RPM) Hard Drive..6 2nd Hard Drive (Main SCADA Node only): 500GB 3.5" Serial-ATA (7,200 RPM) Hard Drive..7 Hard Drive Configuration: C1 SATA 3.5 Inch, 1-2 Hard Drives..8 Hard Drive RAID: RAID 1..9 Graphics: Nvidia NVS 310, 1GB, 2 DP (1 DP to SL-DVI adapter)..10 Optical Drive: 8X DVD+/-RW..11 Additional 19:1 USB Media Card Reader..12 1Gbit NIC add-in card (PCIe- Intel)..13 Standard business key-board and optical mouse..14 Next Business Day Onsite Service After Remote Diagnosis, 2 Year Extended..15 Display: 27 Wide-screen LCD Monitor..16 Approved Manufacturers:.1 Dell T7810 Series Work-station. 2.2 SCADA SOFTWARE.1 Provide the following SCADA software, c/w licensing credit for existing City s software licenses (GE ifix software license serial numbers & ):.2 IF59PD900EN- ifix v5.9 Plus Development 900 Points..3 HS70T Historian v7.0 Essential 500 Points Add On..4 WN31E WIN 911 v3.1 Essential Add On..5 2 licenses for IC59THREN iclient v5.9 Thick Runtime, c/w APN-PREM-PER- AUTO-BDL, Acceleration Plan Bundle - Premier Level for Automation Perpetual License, 1 Year Premier AP and DR-G00 Drivers IGS- Industrial Gateway Server for Basic Points.6 WS48I001SEN WebSpace v4.8 ifix 1 Clients Stand Alone Server English c/w APN-PREM-PER-AUTO-BDL, Acceleration Plan Bundle - Premier Level for Automation Perpetual License, 1 Year Premier AP..7 Approved Manufacturers:.1 GE ifix Platform.

26 SCADA Systems Upgrades SCADA Systems and Control Panel Hardware Page RADIO EQUIPMENT.1 High performance communication over the 900MHz, 700MHz, 400 MHz, 200MHz and 100 MHz licensed narrowband spectrum c/w integrated secondary radio options including cellular, unlicensed 900MHz ISM as well as Wi-Fi..2 MDS ORBIT MCR Option B w/ 2-WAN Radios option for all 4 sites, including Public Worksyard Office, Water Treatment Plant & Reservoir, Thomas Hayes Wastewater Treatment Plant and Pleasant Valley Well Pump Station..3 MDS ORBIT ECR w/ 1-WAN Radio option, for all remote sites..4 Approved Manufacturers:.1 MDS ORBIT Un-licensed Frequency Platform. 2.4 CONTROL PANEL HARDWARE.1 The upgrades at remote sites (included with subsequent phases of upgrades), shall be based on following PLC (Programmable Logic Controller) and HMI (Human Machine Interface) systems..2 PLC: Modicon M340 Series c/w I/O cards per existing controller configuration..3 HMI: Automation Direct 7 Touch-panel, C-More series c/w Modbus / TCP drivers..4 PLC and HMI Programming software licenses. 2.5 PROGRAMMING LAPTOP.1 Provide programming laptop (included with subsequent phases of upgrades) to store PLC / HMI programming software licenses as well configuration files for each site..2 Processor: 7th Generation Intel Core i5-7200u Processor (3MB Cache, up to 3.1 GHz).3 Operating System: Windows 10 Pro 64-bit English.4 Memory: 8GB LPDDR3 1866MHz.5 Hard Drive: 256GB PCIe Solid State Drive.6 Video Card: Intel HD Graphics.7 Wireless: Killer ac 2x2 WiFi and Bluetooth Display: 13.3" FHD AG (1920 x 1080), Non-touch.9 Approved Manufacturers:.1 Dell XPS 13 Series. 3 Execution

27 SCADA Systems Upgrades SCADA Systems and Control Panel Hardware Page NOT USED END OF SECTION

28

29

30

31

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

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

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 13, 2017 PROJECT Staff Desktop Computers PROJECT DESCRIPTION Ninety (90) new computers, monitors and related equipment. BID RECEIVING Date: February 27,

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F18-047891 Information Technology Strategic Plan Carolyn Tripp January, 2015 Chief Administrative Officer The Corporation of the Town

More information

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF

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

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

Request for Proposal

Request for Proposal Business Department School Administration Building Oak Ridge, Tennessee 37830 Phone (865) 425-9003 Fax (865) 425-9060 Request for Proposal Description of items/services requested: The Oak Ridge Schools

More information

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

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

More information

Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel:

Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel: Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel: 99043304 E-mail: dgmpc@piac.aero REF: 18010453 Tender Cost: PKR 6,000 INVITATION TO TENDERS AND INSTRUCTIONS

More information

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata 700108 Tender Enquiry No. MIU/116/2015 Date 23/11/2015 NOTICE INVITING TENDER Tenders are invited from interested suppliers for procurement

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) State Bank of India (SBI) invites Bids for procurement of Desktop PC & Laptop as detailed in this RFP to be delivered at SBI Dhaka Branch (Dilkusha) and Gulshan Branch SBI-BD/

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing REQUEST FOR PROPOSAL Proposals are to be submitted to Reception prior to: 2:00 PM (14:00 hrs) Pacific Time on September 28 th, 2017 to the attention of: Laura Hooper, Head of Parks and Environmental Services

More information

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

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

Request for Quotation to Supply of

Request for Quotation to Supply of Higher Education Quality Enhancement Project (HEQEP) Request for Quotation to Supply of IT Equipment (Desktop computers) for Fabrication Lab Department of Architecture BRAC University Request of Quotation

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

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015 CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: August 11, 2015 AGENDA ITEM # G7 ITEM: Consider Award of a Purchase Order Contract for Audio Visual Equipment Replacement in the Public Works Training

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

June 2017 BIDDING PROCEDURES No. 90

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

More information

Request for 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

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

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

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

Tender for Supply and installation of Desktop Computers SECTION I

Tender for Supply and installation of Desktop Computers SECTION I ANNEXURE A NOTIFICATION PROFORMA HRO: IT: ON: 555: 2017-18 Dated: 24/12/2017 Tender for Supply and installation of Desktop Computers SECTION I 1.0 INSTRUCTIONS / GUIDELINES TO BIDDERS Tender Bidding Methodology:

More information

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM REQUEST FOR PROPOSALS 2016-2020 The City of Cranbrook is requesting proposals for a five-year agreement for the provision of a Mosquito Control Program. The Program will be for the five year period 2016

More information

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

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

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

TENDER DOCUMENT MAINTENANCE OF PROXY SERVER NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi

TENDER DOCUMENT MAINTENANCE OF PROXY SERVER NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi TENDER DOCUMENT SUPPLY, INSTALLATION, IMPLEMENTATION AND MAINTENANCE OF PROXY SERVER Issue Of Tender 03.12.2018, 10.00 am onwards Last Date of Submission of Tender- 23.12.2018 Opening of Technical Bid

More information

Request for Proposals: Purchase of Staff Computers

Request for Proposals: Purchase of Staff Computers 1 INTRODUCTION 1.1 Objective CAPITAL AREA DISTRICT LIBRARY 401 S. CAPITAL AVE., LANSING, MI 48933 (517) 367 6300 Request for Proposals: Purchase of Staff Computers The Capital Area District Library (hereinafter

More information

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

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

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

REQUEST FOR SUPPLIER QUALIFICATION

REQUEST FOR SUPPLIER QUALIFICATION PHYSICAL RESOURCES REQUEST FOR SUPPLIER QUALIFICATION Contractor Vendor of Record (VOR) List for Various Projects Issue Date: January 2018 TABLE OF CONTENTS 1.0 Introduction...3 2.0 Categories...3 3.0

More information

External Consultants & General Contractors Contracts

External Consultants & General Contractors Contracts The University of British Columbia Land and Building Services Prepared by: Frank Geyer Work Procedure Approved by: David Barnes External Consultants & General Contractors Contracts Issue Date: 21 November

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

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 Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS R E Q U E S T F O R B I D UNIFIED SCHOOL DISTRICT NO. 383 2031 POYNTZ AVENUE MANHATTAN, KS 66502-5898 www.usd383.org DATE: March 30, 2018 Bid No. 1718-C-6 MINI TOWER COMPUTERS Sealed bids addressed to

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015 Request for Proposal Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville 1.0 Introduction and Background June 15, 2015 1.1 Fabrication and Installation of Municipal Way-finding

More information

STIPULATED PRICE BID FORM

STIPULATED PRICE BID FORM [Project Location] STIPULATED PRICE BID FORM May 2011 STIPULATED PRICE BID FORM Project/Contract No: street address or postal box number city/town, province and postal code Bidders Ph. Bidders Fax. To

More information

THE RFP NO REQ REQUEST FOR PROPOSAL. Winnipeg MB. Floor

THE RFP NO REQ REQUEST FOR PROPOSAL. Winnipeg MB. Floor THE CITY OF WINNIPEG REQ QUEST FOR PROPOSAL RFP NO. 1001-2016 REQUEST FOR PROPOSAL FOR PROFESSIONAL CONSULTING SERVICES FOR CONTINUOUS MONITORING PROGRAM Proposalss shall be submitted to: The City of Winnipeg

More information

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1.

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1. 5.01 CONSTRUCTION PROCUREMENT DELIVERY METHODS A. The Owner s standard method of construction procurement for delivery of capital improvements is Design/Bid/Build. The State Building Commission (SBC) may

More information

U.T. Administration of Daman and Diu Office of the Principal, Technical Training Institute, Moti Daman

U.T. Administration of Daman and Diu Office of the Principal, Technical Training Institute, Moti Daman U.T. Administration of Daman and Diu Office of the Principal, Technical Training Institute, Moti Daman. 396220. No.330/STR/Comp.(Vol.2)/2011-12/ Date: /02/2012 LIMITED RE-TENDER NOTICE The Principal, Technical

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

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17, Request for Proposal for Sue Howard Closing Date: January 17, 2017 Email: sue.howard@wetaskiwin.ca Contents Purpose... 3 Background... 3 Terms of Reference... 4 1. General... 4 2. Key Dates... 5 Scope

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

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

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 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

Procedure for Electronic Bid Submission

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

More information

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

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

2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES

2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES REQUEST FOR PROPOSAL ISSUE DATE: NOVEMBER 21, 2013 2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES MANDATORY SITE VISIT: Wednesday, November 27, 2013 at 1:00 p.m. Meet at

More information

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

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

More information

REQUEST FOR PROPOSAL #10.01 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM

REQUEST FOR PROPOSAL #10.01 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM REQUEST FOR PROPOSAL #10.01 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Table of Contents 1 Background Information... 3 2 General Terms and Conditions... 4 3 Scope of Services... 14 4 Requirements

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

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

RFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance

RFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance RFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance RFP No. IT/11/ 24 Date: 23/04/2017 IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 11 th MAY, 2017 State Bank of India (SBI),

More information

Request for Proposal for Construction Management Services

Request for Proposal for Construction Management Services Request for Proposal for Construction Management Services FOR KITCHENER PUBLIC LIBRARY HEFFNER STUDIO ISSUE DATE: Monday, March 12, 2018 PROPOSALS DUE: Tuesday, April 3, 2018 Table of Contents 1. Definitions...

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

TENDER FOR COMPUTER WORKSTATION FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI (Tender no. IIITD/S&P/IT/Computer Workstation/30/ )

TENDER FOR COMPUTER WORKSTATION FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI (Tender no. IIITD/S&P/IT/Computer Workstation/30/ ) + TENDER FOR COMPUTER WORKSTATION FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI-110020 (Tender no. IIITD/S&P/IT/Computer Workstation/30/2018-19) 1 INVITIATION FOR BIDS Indraprastha Institute of Information

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

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Tender. For: Boiler Replacement November 21, Telesat Court Request for Tender For: Boiler Replacement November 21, 2016 1602 Telesat Court 1 Index of Sections Section A - Information for Tenderers and General Conditions Section B - Form of Tender Section C - Form

More information

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

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS Software Technology Parks of India (Department of Electronics & Information Technology, Ministry of Communications & Information Technology, Govt. of India) Ganga Software Technology Complex, Sector-29,

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

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

More information

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata 700108 Tender Enquiry No.CVPR/2015-16/UB-SKP/01 Date 19/01/2016 NOTICE INVITING TENDER Tenders are invited from interested suppliers for

More information

Request for Proposal;

Request for Proposal; Request for Proposal Business & Financial Services Department Contract 5185P WorkSafeBC Claims/Incident Management 1. Introduction 1.1 The City of Richmond (the City ) proposes to acquire a commercial,

More information

Section Statement of Purpose and General Instructions:

Section Statement of Purpose and General Instructions: Section 1 1.1 Statement of Purpose and General Instructions: It is the intention of Clinton County Central Dispatch (hereinafter shall be referred to as Customer ) to procure from Supplier mobile data

More information

DATE) QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR...

DATE) QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR... QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for WIRELESS INTERCOM HEADSET SYSTEM Contact: Deputy Director of Fire Christopher Stoecklein Phone: 734 394-5455 E-mail: christopher.stoecklein@canton-mi.org

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

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

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FOR THE PROVISION OF THE STUDY AND ANALYSIS OF POLICING SERVICES MIDLAND POLICE SERVICE AND OPP FILE # F18-051116 Andrea Fay May 16, 2016

More information

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QUANTITY UNIT PRICE EXTENDED PRICE

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QUANTITY UNIT PRICE EXTENDED PRICE 35 Carolina Avenue A2N 3P8 www.cna.nl.ca/tenders DATE OF INVITATION: 10 June 2014 TENDER NUMBER: 2014-30 Closing : 20 June 2014 2:00 P.M. Newfoundland Local Public Opening: 20 June 2014 2:05 P.M. Newfoundland

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 2010-092204P CONSULTING SERVICES FLEET OPERATIONS ASSESSMENT Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue,

More information

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

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

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

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

More information

Quote- RFQ Keldric Owens. Technology Manager.

Quote- RFQ Keldric Owens. Technology Manager. Solicitation Type & Number Quote- RFQ2017-005 Date of Quote Announcement/Request August 30, 2017 Solicitation Title Request for Qualifications/Questions Deadline Quote Due Date Time Housing Authority of

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

Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi

Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi-110034 NOTICE FOR SUPPLY OF COMPUTER DESKTOP AGAINST BUY BACK 1. Date of Invitation of Quotation : 27 th December,

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP EQUIPMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP EQUIPMENT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #16-019-BOE PURCHASE OF HP EQUIPMENT VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information