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

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

REQUEST FOR PROPOSAL

TENDER REQUEST #T

FOR SALE BY SEALED BIDS

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

FORM OF TENDER 32/2010

REQUEST FOR SEALED BID PROPOSAL

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

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

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

City of New Rochelle New York

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

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

Strait Regional School Board

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

TENDER FOR THE TOWNSHIP OF SEVERN

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

REQUEST FOR QUOTATION

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

REQUEST FOR QUOTATION

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

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

TENDER GRAVEL CRUSHING PWT

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

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

PART INSTRUCTIONS TO BIDDERS

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

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

INSTRUCTIONS TO BIDDERS

M E M O R A N D U M. March 13, 2019

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

THE CORPORATION OF THE DISTRICT OF SAANICH

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

Request for Quotation

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

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

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

REQUEST FOR SEALED BID PROPOSAL

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

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

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

Request for Quotation

INSTRUCTIONS TO BIDDERS

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

Request for Quotation

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

REQUEST FOR SEALED BID PROPOSAL

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

REQUEST FOR SEALED BID PROPOSAL

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

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

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

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES

Core Technology Services Division PO Box Grand Forks, ND

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

REQUEST FOR SEALED BID PROPOSAL

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

City of New Rochelle New York

Corporation of The TOWNSHIP OF BLACK RIVER - MATHESON PUBLIC WORKS DEPARTMENT

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

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

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

GOVERNMENT OF NEWFOUNDLAND AND LABRADOR TENDER FOR STIPULATED PRICE CONTRACT SAMPLE

The Corporation of The TOWNSHIP OF HORTON PUBLIC WORKS DEPARTMENT SCREENED WINTER SAND. Supply approximately 2500 tonne Screened Winter Sand

REQUEST FOR QUOTATION

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

TENDER REQUEST Stratford Town Hall Gutter, Downspout, and Fascia Replacement. TOWN OF STRATFORD 234 Shakespeare Drive Stratford, PEI C1B 2V8

REQUEST FOR SEALED BID PROPOSAL

Subcontract Agreement

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

SURPLUS PROPERTY SALE. Yes No Grand Total: $

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

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

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

SHORELINE AREA TREE TRIMMING

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

Transcription:

T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971, Saint John, N.B., E2J 2B4 and marked on the envelope: "Tender # 2010-081208T Bike Trails Parking and Pump Track will be received until 2:30 p.m., Wednesday, September 8, 2010 for the provision of all labour, materials, equipment, accessories, etc., necessary for the construction of the parking lot and pump track at the Shamrock Park mountain-biking trails as per the enclosed specifications, drawings, notes, terms and conditions. Tenders will be opened publicly by the Tender Opening Committee, in the second floor boardroom, 175 Rothesay Avenue, Municipal Operations Complex, immediately following the tender closing time. The lowest or any tender not necessarily accepted. Chris Roberts, CPP Buyer (506) 658-2979

T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track SCOPE OF WORK To provide all labour, materials, equipment, accessories, etc., necessary for the construction of the parking lot and pump track at the Shamrock Park mountain-biking trails as per the enclosed specifications (Appendix A), drawings (Appendix B), notes (Appendix C), terms and conditions. Note: hard-copy drawings are available for pick up at Materials and Fleet Management, 175 Rothesay Avenue in Saint John, at no charge. TERMS AND CONDITIONS: 1. INQUIRIES: 2. BID: All questions related to this tender are to be directed to: Chris Roberts, CPP Buyer Materials Management (506) 658-2979 (Ph) (506) 658-4742 (Fx) chris.roberts@saintjohn.ca Inquiries are to be in writing and are to be submitted no later than 7 days before the closing date. Please BID your net price on each of the above commodities or services, F.O.B. Saint John, NB, prepaid. 3. PAYMENT: Payment shall be based on Net 45 Days from date of invoice or receipt of goods, whichever is later. Invoices are to be sent to Finance Dept., Accts Payable, P.O. Box 1971, Saint John, NB, E2L 4L1 4. TAXES: The BID price shall be HST excluded. 5. PRICING: The bid price shall include all wages, fringe benefits, insurance, transportation, working tools, equipment costs, etc. and other charges incurred to provide the required services.

2010-081208T Bike Trails Parking and Pump Track Page 3 6. DUE DILIGENCE: In the event that a health and safety offence is committed, the onus falls on the employer to prove that it exercised due diligence (i.e. did everything it reasonably could) in order to avoid the offence. When hiring contractors, the City of Saint John is responsible for ensuring compliance with Health and Safety Legislation and must make sure that the appropriate accident prevention systems are implemented in the work place. Therefore, if any contractor is found to be working in an unsafe manner, or outside of current legislation, he will be made to stop work immediately. Any losses which may arise as a result of this work stoppage are the responsibility of the contractor. Failure to comply with current legislation on the part of the contractor, may lead to cancellation of this contract and any tender deposits that may be in place. 7. INSURANCE: The successful contractor shall provide evidence of the following insurance coverage: 1) General liability with minimum limits of two million dollars, ($2,000,000.00). This coverage to be maintained for at least one (1) year following the date of the completion of construction. The policy shall include: Operations of the contractor in connection with this tender; Products and completed operations coverage: Contractual liability with respect to this tender; The City of Saint John added as an additional insured: Thirty (30) days notice of cancellation of this policy "will" be given to the City of Saint John, by the insurers. non-owned automobile; 2) Standard automobile insurance for owned automobiles with at least the minimum limits allowed by law. 8. WORKERS COMPENSATION: The successful bidder must provide proof of current coverage from the New Brunswick Workers Compensation Board prior to a contract/purchase order being issued. 9. EXPLANATION TO BIDDERS: No verbal agreement or conservation with any officer, agent or employee of the owner either before or after execution of the contract shall affect or modify any of the terms or obligations contained in any of the documents comprising the said contract.

2010-081208T Bike Trails Parking and Pump Track Page 4 10. TIME LIMIT: Bids received after the time and date as shown on the request for quotation shall not be considered, and will be returned unopened to the bidder. 11. ACCEPTANCE, REVOCATION AND REJECTION OF TENDERS: The bidder agrees that his tender is a firm offer to supply the goods and/or services specified herein at the quoted price, and in accordance with the terms and conditions herein contained. The bidder may revoke his tender at any time prior to the time fixed for tender opening by delivering, or causing to be delivered, written notice of revocation to the designated official at the City of Saint John. Revocation will take effect from the time the notice is actually received. A notice of revocation will not be accepted after the time fixed for tender opening. 12. ACCEPTANCE, REVOCATION AND REJECTION OF TENDERS: The bid shall not be restricted by a statement added to the Tender Form, or by a covering letter, or by alterations to the tender form as supplied, unless otherwise provided herein and further, a tender form that has been altered in any way may be deemed to be a non confirming bid and, therefore, rejected. Bidders shall be allowed to attach descriptive literature, whose sole purpose is to amplify the bid. 13. ACCEPTANCE, REVOCATION AND REJECTION OF TENDERS: The tender constitutes an offer which shall remain open and irrevocable until 60 days after the date of the tender opening. 14. ACCEPTANCE, REVOCATION AND REJECTION OF TENDERS: The City of Saint John does not bind itself to accepting the lowest or any tender received, but reserves the right to award the tender to its best advantage. 15. EXAMINATION OF PREMISES: The contractors bidding this job shall visit the job site and familiarize themselves with the existing site conditions. Contractors shall make allowances in their bid price in order to complete specified work, taking into account the existing site conditions. No compensation shall be considered for additional expenditures incurred later, through failure to do so. Dimensions are approximate; therefore, it is the responsibility of the bidder to take measurements as required. 16. PERMITS AND REGULATIONS: All contractors shall obtain and pay for any and all permits required by the authorities having jurisdiction, and arrange for all inspections of the work by these authorities.

2010-081208T Bike Trails Parking and Pump Track Page 5 17. REQUIREMENTS FOR FINAL INSPECTION: All items must be completed prior to final inspection. No exceptions will be made and final payment will be delayed until all items are complete. 18. CANCELLATION CLAUSE: In the event that the successful bidder does not comply with the specifications and terms and conditions of this tender, at any time throughout the duration of the contract, the City of Saint John reserves the right to cancel the contract in it s entirety with thirty (30) days prior written notice. 19. CANCELLATION CLAUSE: The City reserves the right to reject a tender from parties who fail to satisfy the City that they have sufficient knowledge and experience to provide the required services. 20. SUPERVISION: The bidder will exercise competent supervision of work at all times through a supervisor who has authority to receive, on behalf of the bidder, any order or communications relating to the work. Any supervisor or worker who is not acceptable to the owner by reason of incompetence, improper conduct, etc. shall be removed from the site of the work and replaced forthwith. 21. INDEMNIFICATION: The contractor agrees to indemnify and save harmless the City of Saint John from and against all claims, actions, losses, expenses, costs or damages of every nature and kind whatsoever which may occur through the performance of this contract. 22. OWNER ACCESSIBILITY: This contractor shall schedule his work so as to cause the least amount of disruption to the daily routine of the tenants. Existing equipment to be removed, and cutting and patching for new equipment shall be done in such a way so as to cause the least amount of interference. This contractor shall ensure all openings are completed or closed up, and all debris is completely cleaned up, at the end of each working day. 23. CLEANING UP: The contractor shall remove, at his own expense, from the owner s property and from all public and private property, all temporary structures, garbage and waste materials resulting from his operations. This requirement shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission of such waste materials in accordance with permission of such disposal granted to the contractor by the owner thereof.

2010-081208T Bike Trails Parking and Pump Track Page 6 24. QUALITY OF MATERIALS: Unless otherwise specified, all materials incorporated in the permanent work shall be new and both workmanship and materials shall be of good quality and comply with City specifications. The contractors shall, if required, furnish satisfactory evidence as to the quality of materials 25. ADVISORY/ADDENDUM Periodically, the City of Saint John is required to issue notification of changes or corrections to a bid document. Normally these notifications will have direct bearing on the cost of a project and will influence the way Tenderers bid. Therefore, it is important that the city have assurances that Tenderers have received the notification(s). In the case of an advisory notice, these are faxed to the Tenderers and are accompanied by a cover sheet. Tenderers are instructed to sign the cover sheet and return it either by fax or in person, to the Purchasing Agent, prior to the tender closing. Addendums are either faxed, mailed or hand delivered. Each addendum contains a notification which requires Tenderers to sign and include the addendum with their tender bid. Failure to comply with the instructions on an advisory or addendum will result in rejection of the tender, regardless whether the changes noted in the advisory or addendum are included in the tender or not. 26. DEFICIENCIES: For a period of one (1) year from the date of acceptance of any work, the contractor shall, at his expense, remedy all deficiencies performed or provided under this contract. 27. GUARANTEE: The contractor shall guarantee all material and equipment installed by him, or incurred under this contract, for a period of one year, after date of acceptance by the owner. 28. TENDERS: Tenders received by fax WILL NOT be accepted. Tenders must be submitted on the enclosed Form of Tender (appendix C), tenders not submitted on said form will be rejected. 29. Registrations and Licenses The contractor shall possess all registrations and licenses as required by City, Provincial and Federal by-laws and regulations to operate and perform work under this contract.

2010-081208T Bike Trails Parking and Pump Track Page 7 30. Hours of Work The definition of regular time shall be from 8:00 am to 5:00 p.m. Monday through Friday inclusive. The definition of overtime shall be all other hours of the day and night, including weekends and statutory holidays. 31. BID DEPOSIT A bid deposit in the form of a certified cheque or bid bond, payable to the City of Saint John, in the amount of ten (10) percent of the tendered price is to accompany each bid. All bid deposits will be returned after the award of this contract. 32. PERFORMANCE DEPOSIT: Upon award, and within 14 days of award, the successful bidder shall provide the City of Saint John, with a certified cheque in the amount of twenty (20) percent of the tendered price or a labour and material performance bond in the amount of fifty (50) percent of the tendered price to be held as a performance deposit, before the issuance of a contract/purchase order.

TENDER # 2010-081208T BIKE TRAILS PARKING AND PUMP TRACK APPENDIX A SPECIFICATIONS

TENDER # 2010-081208T BIKE TRAILS PARKING AND PUMP TRACK APPENDIX B DRAWINGS LIST OF DRAWINGS: L5: PARKING LOT AND LANDSCAPING L6: PUMP TRACK LAYOUT

TENDER # 2010-081208T BIKE TRAILS PARKING AND PUMP TRACK APPENDIX C NOTES

NOTES: TENDER # 2010-081208T BIKE TRAILS PARKING AND PUMP TRACK 1) The jobsite is located in the northeast corner of Shamrock Park, in the North End of the City of Saint John. 2) In Appendix A, in the specifications sections headers, note that the project number should read 2010-081208T, not 2009-091001P.

TENDER # 2010-081208T BIKE TRAILS PARKING AND PUMP TRACK APPENDIX D FORM OF TENDER

FORM OF TENDER TENDER # 2010-081208T BIKE TRAILS PARKING AND PUMP TRACK The undersigned bidder has carefully examined the specifications and scope of work, and also visited the premises to become familiar with the conditions, character and extent of work. The undersigned bidder has determined the quality and quantity of labour, materials and equipment required, and has the capability to comply with the terms and conditions herein described. The undersigned bidder further agrees to provide all necessary equipment, tools, labour and materials which are necessary to complete the work in accordance with the contract and agrees to accept, therefore, in payment in full, in accordance with the specifications, and terms and conditions, the sum of: $ (HST Included) TERMS: NET 45 DAYS. REMARKS: COMPANY: SIGNATURE: NAME: (PRINT) DATE: TEL.# H.S.T.(OR B.N.)REG.#: FAX #