THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY

Similar documents
THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2016 CANADA DAY FIREWORKS DISPLAY

TOWN OF GLOCESTER RFP FIREWORKS

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

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

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

FIREWORKS DISPLAY SERVICES

REQUEST FOR TENDERS SIDEWALK EXTENSIONS

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

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

2015 SIDEWALK REPAIR REQUEST FOR TENDER

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING & STOCKPILING 2015

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

INVITATION TO BID FIREWORKS

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

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

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

TENDER GRAVEL CRUSHING PWT

Procedure for Electronic Bid Submission

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

Warner Robins Housing Authority

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

Warner Robins Housing Authority

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

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

Warner Robins Housing Authority

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

MUNICIPAL EXCESS LIABILITY JOINT INSURANCE FUND 9 Campus Drive, Suite 216 Parsippany, NJ Telephone (201) BULLETIN MEL 18-08

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

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

SHORELINE AREA TREE TRIMMING

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

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

FORM OF TENDER 32/2010

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

City of Blue Springs. Parks and Recreation Department. Request for Proposals Fireworks Display for July 4 th

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

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

COMPOSITE BID CONSISTING OF

St. Charles City County Library District

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

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

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

INSTRUCTIONS TO BIDDERS

Information to Bidders

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

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

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

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Invitation To Bid. for

TENDER FOR THE TOWNSHIP OF SEVERN

HCG PURCHASING CO-OP INVITATION TO BID

TOWN OF WINDHAM TOWN MANAGER S OFFICE 979 MAIN STREET WILLIMANTIC, CONNECTICUT TOWN OF WINDHAM, CONNECTICUT INVITATION TO BID

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

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( )

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

TENDER REQUEST #T

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

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

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

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

Proposal Response Date: March 18, 2019, at 1:00p.m.

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

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

Uniform (Embroidery/Screening) Request for Proposals RFP#

CITY OF GREENVILLE Danish Festival City

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

Invitation To Bid. for

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

REQUEST FOR SUPPLIER QUALIFICATION

TOWN OF BLACKFALDS REQUEST FOR TENDER

REQUEST FOR PROPOSALS

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

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

Warner Robins Housing Authority

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

INVITATION TO BID (ITB)

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

Transcription:

THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY Proposals will be received by the Town of Midland for: Labour, Materials, and Insurance for the 2017 Ontario 150 Tour Fireworks Display in the Town of Midland Proposal forms and specifications may be obtained at the Town of Midland municipal offices or alternatively on the municipal website www.midland.ca Contractors may receive proposal forms/specifications by calling (705) 526-4275 ext 3206 or e-mail at nmajor@midland.ca All proposals must be received by Friday, May 12 th, 2017, 12:00 Noon to be considered. Proposals may be delivered or mailed to: Town of Midland, 575 Dominion Ave Midland, ONT L4R1R2 The Town of Midland reserves the right to reject any or all proposals or any part thereof at its discretion. The Town further reserves the right to negotiate directly with any and all contractors concerning any matter related to any proposal.

TABLE OF CONTENTS NOTICE TO BIDDERS... 3 PREFACE... 4 CONTRACTOR SELECTION PROCESS... 4 PROGRAM BUDGET... 4 FIREWORKS QUALITY... 4 METHOD OF SET-UP AND FIRING OF AERIAL SHELLS... 4 FIREWORK OPERATORS... 5 SPECIFICATIONS... 5 FIREWORKS... 5 FIREWORKS BUDGET... 6 SUPPLIES, EQUIPMENT and TRAINING... 6 DATE OF DISPLAY AND RAIN DATE... 6 FIREWORKS OPERATORS... 7 PROGRAM DISPLAY TIME CONDITIONS... 7 DELIVERY, INSPECTION, STORAGE, SET-UP, DISMANTLING AND UNEXPLODED SHELLS... 7 FIRING SITE AND SPECTATOR CONTROL... 8 INSURANCE... 8 HEALTH AND SAFETY.. 9 TOWN CONTACT 9 EVALUATION OF PROPOSALS... 9 WORKSHEET A... 10 WORKSHEET B... 11 WORKSHEET C... 12 PROPOSAL FORM... 13-2 -

NOTICE TO BIDDERS Bids will be received by the Town of Midland on or before 12:00 Noon on: Friday, May 12 th, 2017 for: Labour, Materials, and Insurance for the 2017 Ontario 150 Tour Fireworks Display in the Town of Midland Proposal forms and specifications may be obtained at the Town of Midland municipal office at 575 Dominion Ave, L4R 1R2, Midland or alternatively on the municipal website www.midland.ca. No proposal will be considered unless the proposal forms (included) are properly completed and enclosed in a sealed envelope, marked: "MIDLAND ONTARIO 150 TOUR FIREWORKS In addition, the Town of Midland (referred hereafter as the Town ) will not consider any proposal which has not been received prior to the published time, date and year of proposal opening (fax and e-mail transmittals will not be accepted). The Town reserves the right to reject any or all proposals, or any part thereof at its discretion, and to waive any irregularities in the submission process. The Town may also split proposals at its discretion. The Town further reserves the right to negotiate directly with any and all businesses concerning any matter related to any proposal. All Town request for proposals are prepared so as to afford all businesses the equal opportunity for fair and equitable competition. The Town assumes no liability or responsibility for any errors or oversights in the preparation and/or publication of proposals. - 3 -

LABOUR, MATERIALS AND INSURANCE SPECIFICATIONS PREFACE The following pages within this document outline the Town s request for proposals for fireworks contractors and specifications for the 2017 Ontario 150 Tour Fireworks Display. Contractors are to be aware: The Town is soliciting proposals for fireworks contractors. The proposal format gives the Town greater flexibility in evaluating fireworks program proposals from Contractors; The Contractor will be given the opportunity to provide any variety of fireworks program packages as long as the proposal falls within the program budget; and All Contractor s proposals must be received by the Town of Midland no later than Friday, May 12 th, 2017 at 12:00 Noon. Instructions on mailing or delivering are detailed on the Invitation to Submit Proposals. CONTRACTOR SELECTION PROCESS Proposals received from fireworks Contractors will be evaluated on: the quality of the program proposal; the quantity of the program proposal; the Town s past experience with the Contractor, if any. The Contractor shall demonstrate within the proposals they are ready to provide the highest quality fireworks falling within the program budget and prepared to provide a qualified and experienced operator capable of handling and firing the program within industry guidelines and time frames set forth within these specifications. PROGRAM BUDGET The complete Canada Day Fireworks Program budget is a total of $12,000.00 (including applicable taxes). The Contractor s proposal shall include all elements and costs involved with the program including labour, materials and insurance as specified within this document. FIREWORKS QUALITY The contractor shall also note the following: All shells shall properly fit the mortars; All shells shall be the freshest possible with the least exposure to moisture or humidity. METHOD OF SET-UP AND FIRING OF AERIAL SHELLS The Town will require its 2017 Ontario 150 Tour Fireworks Display to be fired by electronic means. A copy of the location setup and site plan layout is to be submitted to the Midland Fire Department for approval by Thursday July 6 th, 2017 latest. - 4 -

FIREWORK OPERATORS The Contractor has the option to select his/her own employees/operators/pyrotechnicians for the Town program. The Lead Pyrotechnician shall be a certified operator by an accredited organization adhering to the industry and governmental standards governing the handling and firing of fireworks. Fireworks crew members shall also be trained by the Contractor in the latest safety standards. The Lead Operator/Pyrotechnician shall be certified and all crew members trained formally by industry standards; and The Operator/Pyrotechnician will fire the aerial display by electronic means. People who handle and operate fireworks must complete certified training for the levels of: Display Assistant Display Supervisor Display Supervisor with Endorsements (if applicable) *The training is provided by the Explosive Regulatory Division (ERD) of Natural Resources Canada (NRCan).* SPECIFICATIONS FIREWORKS a) Aerial Shells The Contractor shall provide the Town with an all aerial display consisting of general aerial fireworks pieces. No ground displays. b) Contractor Proposal Options The Contractor has the option to submit any one, or more, program options not to exceed total cost of $12,000.00, including labor and insurance costs: Program and materials not to exceed $12,000.00 that may include: an Opening Barrage; the Core Aerial Display; a Finale At minimum the Contractor s proposal must contain the core aerial display and a finale. All program proposals must not exceed the $12,000.00 budget encompassing all expenses. c) Shell Selection The Contractor may provide an assortment of authorized domestic shells and import shells in 3, 4 and 5 calibre. The use of cakes to enhance the aerial display will be considered however it may not exceed 5% of the total program. The program shall consist of less expensive single-break shells, medium quality multiple-break shells/multicolor shells/multicolour report/flash report/salute shells and highest quality special/fancy shells. - 5 -

d) Shell Information and Listing In order for the Town to evaluate the aerial fireworks proposal by the Contractor, the Contractor shall provide the following information on the Proposal Form: 1. Type/Name of Shell 2. Colour 3. Shell Rating (Single Break, Multiple Break or Special/Fancy) 4. Number of Shells 5. Firing It is important for the Contractor to provide adequate information on Type/Name of Shell, Shell Rating and Number of Shells so the Town is able to evaluate the proposed program. The Contractor is asked to provide the highest quality shells within the framework of the program's budget. e) Shell Quality Distribution (1) Aerial Shells The Contractor shall be requested to identify the quality ranking of each aerial shell, i.e.: Single Break, Multiple Break, Special/Fancy, etc., on the worksheet forms. (2) Finale The finale shall consist of star shells and aerial salutes and any additional combination of aerial shells wicked and racked accordingly. The Finale should consist of a storied effect with low, medium height and maximum height breaks. f) Pre-Display Set-Up The 2017 Ontario 150 Tour Fireworks Display shall be completely set-up prior to the start of the program. FIREWORKS BUDGET Total Budget Allocation is $12,000.00 inclusive. SUPPLIES, EQUIPMENT and TRAINING The Contractor shall provide all necessary supplies and equipment to successfully and safely operate and fire the Town display including, but not limited to: Mortars and racking to accommodate electronic firing [Mortar counts and sizes must match the number of shells in each category); Tarps and/or approved covering for all pre-set pieces; Shovels and other tools; Employee safety equipment including hard hats, ear and eye protection, first aid supplies, fire extinguishers and other safety equipment deemed necessary; Approved vehicles to transport fireworks and equipment; Other equipment deemed necessary; and Proper Training/Certification of all fireworks operators. DATE OF DISPLAY AND RAIN DATE The Ontario 150 Tour Fireworks Display shall be conducted on Friday, July 21st, 2017, beginning no earlier than 10:00 p.m. or when sufficient darkness sets in. - 6 -

a) Rain Date If the program cannot be fired because of rain, drizzle or adverse wind conditions, the program will be cancelled and fired the next day, Saturday, July 22 nd, 2017 under the same time conditions or an alternate date to be determined by the Town. b) Cancellation Fees The Contractor will not assess the Town extra fees or charges if the display is cancelled and rain date is utilized due to adverse weather conditions. FIREWORKS OPERATORS The Contractor shall provide a knowledgeable, experienced and trained Lead Pyrotechnician to supervise the program set-up, firing, dismantling and post-display policing of the grounds. The Lead Pyrotechnician shall be trained and certified and familiar with all industrial, governmental codes regulating the safe handling and firing of fireworks. Auxiliary staff shall also be trained by the Contractor prior to the display. The Contractor shall provide to the Town the following employee information no later than Thursday, July 6 th, 2017; A complete listing of each employee hired by the Contractor for the event; Experience and/or training received by each employee; Written verification that each of the Contractor s employees are covered under Workmen s Compensation Insurance, as per Ontario statutory requirements; and the above is to be submitted on Contractor s letterhead. PROGRAM DISPLAY TIME CONDITIONS The Contractor shall fire the specified fireworks program in no less than twenty (20) minutes and no more than thirty (30) minutes. DELIVERY, INSPECTION, STORAGE, SET-UP, DISMANTLING AND UNEXPLODED SHELLS Delivery of fireworks shall be made in vehicles in conformance with all local, provincial, and federal laws. Delivery shall be made by contractor on the display date and coordinated with the Culture, Tourism and Special Events Manager, unless other approved arrangements are agreed to by contractor and Town. Upon delivery, the Town retains the right to inspect fireworks shells to make certain that the material is in conformance with specifications. A detailed packing list must accompany order. The Contractor may begin the set-up of mortars, finale racks, electronic rigging, etc., beginning at 9:00 a.m. on the display date and/or rain date or at a mutually agreed time/date. The Contractor must remove all mortars, finale racks, boxes, paper and trash at the conclusion of the display. All mortar holes are to be filled and replaced as found; and The Contractor shall be responsible for locating and disposing of all unexploded shells. The Contractor's employees shall search all areas around the firing site, including shallow water near the firing site for live shells. Two searches shall be conducted once immediately after the display and the second at day-break the - 7 -

following day. The Contractor is liable for damages associated with live shells left at the firing site. FIRING SITE AND SPECTATOR CONTROL a) Firing Site The 2017 Ontario 150 Tour Fireworks Display shall take place at The Midland Town Dock in Midland. The Contractor shall fire the display on the Unimin property located at 420 Bayshore Drive Midland, ONT. The Contractor shall select the exact locations, given wind conditions and in accordance with all minimum requirements of Natural Resources Canada Display Fireworks Manual 2010 Edition and with approval from the Town's representative. b) Spectator Control by Police After 8:30 p.m. on the display date, the Unimin property located at 420 Bayshore Drive Midland, ONT will be closed off to general and/or pedestrian traffic by the security/police coordinated by the Town. c) Spectator Control by Contractor The nearest body of spectators to the firing site is approximately 1,200' away separated by land. The security/police will do its best to stop and turn back pedestrians. The Contractor, however, must be especially vigilant of persons who may wander into the firing area. INSURANCE a) Worker's Compensation Insurance The Contractor shall purchase coverage and provide the following documents for confirmation; Clearance Certificate from WSIB Liability coverage of $5,000,000 (minimum) b) Comprehensive General Liability Insurance The Contractor shall purchase and provide a Certificate of Insurance, naming the Corporation of the Town of Midland as "additional insured" on all policies and related documents for the following Comprehensive General Liability Insurance: a) Bodily Injury - Combined Single Limits $5,000,000 (minimum) b) Property Damage - Combined Single Limits $5,000,000 (minimum) c) Auto Liability - Combined Single Limits $5,000,000 (minimum) c) Delivery of Certificates The Contractor shall provide Certificates of Insurance to the Town no later than July 6 th,2017. The Certificates shall also indicate both the primary display date and the Rain Date policies are in effect. The Town of Midland is to be named "Additional Insured" upon all certificates. - 8 -

d) Proposal Form Complete submission must include Worksheet A, B and C as well as the Proposal Form reflecting costs involved with both Worker's Compensation and General Liability Insurance. HEALTH AND SAFETY HS-14 Contractor Contract and Pre-Job Checklist must be completed and signed along with all applicable documents enclosed as stated on the checklist and shall be submitted with the tender. TOWN CONTACT Nicole Major, Culture, Tourism and Special Events Manager 575 Dominion Ave, Midland, ON L4R 1R2 Tel: (705) 526-4275 ext 3206 E-mail: nmajor@midland.ca EVALUATION OF PROPOSALS The Town will evaluate proposals based upon the quality of the program proposal, quantity of fireworks, quality of the fireworks, accuracy of the worksheets describing shell types, price of fireworks materials and ability to comply with insurance specifications. The Contractor's proposal will also be evaluated by specifically identifying the fireworks operator, loaders/tube cleaners, their experience and credentials. - 9 -

WORKSHEET A OPENING BARRAGE Provide information on all aerial shells you intend to furnish In the above noted component of the program. Type/Name of Shell Colour *Shell Rating # of Shells Firing REFERENCE Type: 3 4 5 Shell Ratings: Single Break Two Break/Multiple Special Fancy Firing: Electronic - 10 -

WORKSHEET B CORE AERIAL DISPLAY Provide information on all aerial shells you intend to furnish In the above noted component of the program. Type/Name of Shell Colour *Shell Rating # of Shells Firing REFERENCE Type: 3 4 5 Shell Ratings: Single Break Two Break/Multiple Special Fancy Firing: Electronic - 11 -

WORKSHEET C FINALE Provide information on all aerial shells you intend to furnish In the above noted component of the program. Type/Name of Shell Colour *Shell Rating # of Shells Firing REFERENCE Type: 3 4 5 Shell Ratings: Single Break Two Break/Multiple Special Fancy Firing: Electronic - 12 -

Date: PROPOSAL FORM PROPOSAL: Labour, Equipment, Materials and Insurance for the 2016 Canada Day Fireworks Display in Midland We the undersigned, do hereby agree to furnish all labour, equipment, materials and insurance for the Canada Day Fireworks Display in Little Lake Park, Midland in conformance with attached specifications for the following amount: Fireworks Opening Barrage - Worksheet A Core Aerial - Worksheet B Finale - Worksheet C Subtotal Fireworks Additional Expenses Labour/Related Expenses Required Insurance Coverage (as outlined) Other: (specify) Applicable Tax (HST) TOTAL PROPOSAL AMOUNT (Including fireworks, labour, insurance and other) Submitted by: FIRM: ADDRESS: PROVINCE: POSTAL CODE: BY: TITLE: SIGNATURE: Complete submissions must include applicable Worksheets (A, B and C) and the Proposal Form. - 13 -