TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L

Size: px
Start display at page:

Download "TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L"

Transcription

1 TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L

2 TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING TWO YEAR CONTRACT AND 2017 CONTRACT NO. L SEALED TENDERS, clearly marked TRAFFIC LINE PAINTING, , will be received until 12:00 noon, local time on Wednesday, August 5, 2015, at the office of: Shawn Berriault, C. Tech. Director of Operations Town of Midland 575 Dominion Avenue Midland, Ontario L4R 1R2 The project includes the supply of all equipment, material and labour to place traffic paint on roads in the Town of Midland, in compliance with the MTO Manual of Uniform Traffic Devices. Contractors experienced in traffic line painting may obtain Tender documents from the Town of Midland website at A mandatory site inspection meeting will be held at the Maintenance Office at 731 Ontario Street at 10:30 A.M. on Wednesday, July 22, 2015 with the Manager of Maintenance Operations to review the scope of the contract. Contractors who do not attend this site inspection meeting will not be eligible to submit a tender. Each Tender must be accompanied by a certified cheque or bid bond in the amount of Five Thousand ($5,000.00). Tenders will be opened publicly shortly after closing at the Town of Midland Municipal Office in the Council Chambers. THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED Shawn Berriault, C. Tech. Director of Operations

3 TRAFFIC LINE PAINTING PAGE 3 General Index Page 1. Information to Tenderers Form of Tender Specifications Agreement Schedules 31-32

4 TRAFFIC LINE PAINTING PAGE 4 INFORMATION TO TENDERERS TRAFFIC LINE PAINTING

5 TRAFFIC LINE PAINTING PAGE INFORMATION TO TENDERERS 1.1 THE WORK INFORMATION TO TENDERERS The work includes the supply of all equipment, material and labour to place traffic paint on roadways and parking lots in the Town of Midland, in compliance with the MTO Manual of Uniform Traffic Devices. 1.2 DELIVERY AND OPENING OF TENDERS Sealed Tenders on the forms provided in this tender document, clearly marked TRAFFIC LINE PAINTING, ,, must be received at the Town of Midland Municipal Offices, 575 Dominion Avenue, Midland, ON, L4R 1R2, no later than: 12:00 noon local time on Wednesday, August 5, Late tenders will not be accepted. Fax tenders or tenders submitted using any other electronic medium will not be accepted. 1.3 MANDATORY SITE INSPECTION MEETING A mandatory site inspection meeting will be held at the Public Works Office at 731 Ontario Street at 10:30 A.M. on Wednesday, July 22, 2015 with the Manager of Maintenance Operations to review the scope of the contract. Contractors who do not attend this site inspection meeting will not be eligible to submit a tender. 1.4 TENDER TAKERS/TENDER RESULTS LIST A List of Tender Takers will be posted and updated, as information becomes available, together with the Tender Results, when available, on the Town s web site at under Quick Links/Tenders. 1.5 TENDER DEPOSIT Each Tender shall be accompanied by either: a) a tender deposit in the form of a certified cheque made payable to the Town of Midland for an amount of Five Thousand Dollars ($5,000.00); or b) a bid bond in the amount of Five Thousand Dollars ($5,000.00) and sealed by a corporation duly authorized to transact the business of Suretyship, licensed in Ontario with an office in Ontario.

6 TRAFFIC LINE PAINTING PAGE 6 INFORMATION TO TENDERERS - Continued The Tender deposit cheques or Bid Bonds of the three (3) lowest Tenderers shall be retained by the Town for sixty (60) days after the Official Closing Time or until the Contract has been signed by the successful Tenderer. Tender deposit cheques or bid Bonds of all other Tenderers will be returned within thirty (30) days of the Official Closing Time without interest. The Tender deposit cheques or Bid Bonds of the successful Tenderer will be returned without interest upon execution of the Contract Documents by the Council of the Town of Midland. If the Tender consists of more than one Contract, each Contract may be individually bonded in accordance with the above requirements. 1.6 TENDER FORM All Tenders must be submitted on the Tender Form contained herein, in an envelope clearly marked TRAFFIC LINE PAINTING, , CONTRACT L Tender Bidders are asked to return the Tender Form only, with all sections completed. The other sections of the tender document are provided as reference material only and should be retained by the Contractor for his records. Tenderers should note that if they are returning their tender by courier, courier deliveries usually arrive after the noon hour, which would not be in time for the tender deadline. 1.7 RIGHT TO ACCEPT OR REJECT TENDERS The lowest or any particular Tender will not necessarily be accepted. The criteria which may be considered by the Town in awarding the Contract will include a combination of price, scheduling, expertise, qualifications, and suitability of the Tenderer, and such other conditions as may be determined by the Town to be in its own best interest. The Tenderer acknowledges that the Work(s) or portions thereof are subject to the procurement and issuance of funding, certain permits, authorizations, licenses, easements and other approvals as may be required from third parties or under applicable laws, statutes and regulations ( Approvals ). In the event that any Approvals are not issued by any third parties ( Frustrating Event ) the Town reserves the right, and without liability to the Tenderer, to: Not award the Contract and/or cancel the request for Tenders; Award the Contract in whole or in part but expressly subject to the right on the part of the Town to cancel all or part of the Contract at any time after the award thereof in the event that such Approvals cannot be obtained; Delay the consideration of the award of the Contract until such time as the Approvals may be obtained;

7 TRAFFIC LINE PAINTING PAGE 7 INFORMATION TO TENDERERS - Continued In any event, the Town reserves the right, in its absolute discretion, to reject any or all tenders or to award the contract to other than the Tenderer submitting the lowest Tender, provided that Council, in its sole and absolute discretion, decides that it is in the best interest of The Corporation of the Town of Midland to do so. By submitting this tender document, the Tenderer acknowledges that it shall have no claim against, or entitlement to damages from the Town by reason of the Town s rejection of its Tender or of all Tenders, or by reason of any delay in the acceptance of a Tender, or cancelling all or part of the Contract as a result of a Frustrating Event. Tenders are subject to a formal Contract being prepared and executed. Without in any way limiting the generality of the preceding, Tenders, commencing with the lowest tender, will be evaluated against criteria developed by the Town using information provided by the Tenderer in Section B Tender Form and additional criteria information as requested. The Town s criteria include, but are not limited to: Skill and experience demonstrated on similar projects of similar scope; The general reputation, qualifications and experience of the Tenderer; The general reputation, qualifications and experience of the Tenderer s subcontractor; Qualifications and experience of key personnel of the Tenderer; Tender price; Project schedule/substantial performance date; Reference checks with former clients, consultants and subtrades; Five year history of claims, litigation and/or arbitration between Tenderer and former clients and between itself and subcontractors; Five year history of charges under the Occupational Health & Safety Act (Ontario); Five year record with the Workplace Safety and Insurance Board ( WSIB ); Anticipated additional costs not included in the Tender Price but inferable from the evaluation criteria or from the Tender; Matters omitted from Section B Tender Form by the Tenderer. Where the Tenderer is associated with one or more persons or corporations which conduct the same or similar business as the Tenderer, the Town may, but is not obliged to, request from such Tenderer the evaluation information with respect to such associated persons or corporations. The failure or refusal of a Tenderer to comply with such a request may result in the rejection of its Tender. The above criteria are not necessarily listed in the order of their importance to the Town.

8 TRAFFIC LINE PAINTING PAGE 8 INFORMATION TO TENDERERS Continued 1.8 TENDER REQUIREMENTS Tenders are required to conform to the conditions listed below and failing to do so may be subject to disqualification. a) All Tenders must be upon the Tender Form contained herein and be in the possession of the Director of Operations, or his duly authorized representative on or before the tender closing date and time. BIDS RECEIVED AFTER CLOSING TIME WILL NOT BE CONSIDERED. b) The Tender must be legible, written in ink or typewritten and ALL ITEMS MUST BE BID, where stipulated, with the unit price for every item and other entries clearly shown. c) Alternative proposals will not be considered unless requested in the tender documents. d) The bid must not be qualified by any statement added to the Tender Form or a covering letter, or alterations to the Tender Forms, unless requested by the Town. e) Adjustments by telephone, facsimile or letter to a Tender already submitted will not be considered. A bidder desiring to make adjustments to a Tender must supersede it with a later Tender submission. f) The Tender Form must be signed in the space(s) provided with the signature(s) of the bidder, or of a duly authorized official of the organization bidding. If a joint bid is submitted, it must be signed on behalf of each of the bidders, and if the signing authority for both bidders is vested in one individual, he shall sign separately on behalf of each bidder. In the case of an incorporated company, the corporate seal must be affixed to the Tender Form. g) Erasures, overwriting or strike-outs must be initialed by the person signing on behalf of the organization bidding. h) The Tender shall include the completed Form of Tender, Schedule of Unit Prices, List of Subcontractors, Proof of Experience and Health and Safety Form HS-14. Tenders submitted that do not have all forms completed in full may be considered incomplete. i) Tenders that contain prices which appear to be so unbalanced, as likely to affect adversely the interests of the Town, may be rejected.

9 TRAFFIC LINE PAINTING PAGE 9 INFORMATION TO TENDERERS - Continued j) Pricing must remain firm for the first year of the contract. The Contractor may be granted a rate increase in the second year of the contract, based on Statistics Canada Consumer Price Index for the preceding twelve (12) month period, to the nearest $0.05, if required. k) Wherever in a tender, the amount tendered for an item does not agree with the extension of the estimated quantity and the tendered unit price, the tendered unit price shall govern and the amount and the total Tender Price shall be corrected accordingly. l) This Contract may not be assigned, sub-contracted or let out in whole or in part, without the prior written consent of the Town of Midland. 1.9 TENDERERS TO INVESTIGATE The Contractor warrants by his tender that he has visited the site and made his own assessment of the roads and parking lots to be painted and assessed any difficulties to be encountered CLARIFICATION Should a bidder find discrepancies in or omission from the Tender documents, or should there be any doubt as to their meaning, inquiry should be made IN WRITING to the designated official on or before the end of business Friday, July 24, Should a correction, explanation or interpretation be necessary or desirable, a written addendum will be issued to all bidders and posted on the Town of Midland website before the end of business on Monday, July 27, 2015 or as soon thereafter as possible. Addenda issued during the bidding period are part of these Tender Documents and must be signed and returned with the Tender bid PRICES AND BUDGETS The Town of Midland has a strictly defined budget for the work within the Contract and reserves the right to change the scope of this Contract to bring the Tender price within the available budget limits. The Town reserves the right to waive formalities and enter into negotiations with the low bidder, or any other bidder that it deems appropriate, in order to bring the project to within any given budget limit. Should it be determined that the changes in the scope of the Contract are of sufficient magnitude, then the Town shall cancel the Tender process. Then, at its discretion, commence a new process in order to complete the project within the budget available.

10 TRAFFIC LINE PAINTING PAGE 10 INFORMATION TO TENDERERS - Continued Changes to the scope of this Contract, either by changes in scheduling, changes in quantities of work and/or deletion of any part of the work shall not entitle the Contractor to any extra compensation. The Town will not be held responsible for any cost incurred by any bidder associated with preparing or submitting a Tender for this project, should the Tender be rejected or the process cancelled PAYMENT - CHANGES Payment will be made only for confirmed quantities and acceptance of same. The Contractor will be responsible for procuring the required signature from the Manager of Maintenance Operations. Invoices will be paid within 30 days of the invoice date, unless early payment discounts are available, in which case payment will be made by the discount date. The Contractor is expected to pay any Sub-Contractors within 30 days of receipt of payment from the Town FAILURE TO PERFORM If, in the opinion of the Town, the Contractor refuses or neglects to perform the work required under the contract in an orderly manner and without delay, then the Town of Midland may cancel the contract by twenty-four (24) hours written notice. The Town shall have the full right and power at its discretion, without process of action at law, to take possession of the whole work remaining at the time of notice of cancellation and to re-let the same to any other person, persons, or Company with or without previous advertisement. The Contractor shall be liable for all damages, expenditure and extra expenditure and for all additional cost of the work which may be incurred by reason thereof, together with the penalties from the date fixed for the completion of the work UNBALANCED TENDERS Each item on the Form of Tender shall have a reasonable price relative to the other items. Under no circumstances will an unbalanced Tender be considered. The Town of Midland shall be the sole judge in such matters. The Town reserves the right to reject any Tender that it determines is unbalanced FORMATION OF CONTRACT/WSIB AND INSURANCE The Town shall notify the successful Tenderer that his Tender has been accepted and shall forward four (4) complete copies of the Contract Documents to the Tenderer for execution.

11 TRAFFIC LINE PAINTING PAGE 11 INFORMATION TO TENDERERS - Continued The Tenderer agrees that once he has been notified that his Tender has been accepted by the Town, it will fully execute the Articles of Agreement bound in the Contract Documents within five (5) days after receiving those same Documents in quadruplicate, otherwise his tender deposit shall be forfeited to the Town. The successful Tenderer shall execute and return with the four (4) copies of the Contract Documents to the Director or Operations within five (5) days after receiving those same Documents, the following: Liability and all Risk Insurance Certificate in the minimum amount of $5 million, noting the Town of Midland as an additional named insured as outlined herein and in the following Section 2.0 Tender Form; a) A Work Schedule outlining the proposed timing of the works; and b) Current Clearance Certificate from the Workplace Safety and Insurance Board (WSIB). NOTE: The Town of Midland must be in possession of a current Clearance Certificate from the WSIB at all times throughout the duration of the Contract (including the maintenance period). It is the responsibility of the successful Tenderer to ensure the Town is always able to obtain a current Clearance Certificate (i.e. every 90 days). The executed Contract Documents will be completed by the Town; one executed copy will be returned to the Tenderer HOLD HARMLESS To the fullest extent permitted by law, the successful Tenderer agrees to defend (including attorney s fees), pay on behalf of, indemnify and hold harmless The Corporation of the Town of Midland, its elected and appointed officials, employees and volunteers and others working on behalf of The Corporation of the Town of Midland against any and all claims, demands, suits or loss, including all costs connected therewith and for any damages which may be asserted, claimed or recovered against or from The Corporation of the Town of Midland, its elected and appointed officials, employees, volunteers or others working on behalf of The Corporation of the Town of Midland, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract.

12 TRAFFIC LINE PAINTING PAGE 12 FORM OF TENDER TRAFFIC LINE PAINTING TO BE COMPLETED BY TENDERER TENDER SUBMISSION CHECK LIST: Tender Submitted By: Date: Total Tender Bid $ Certified Cheque $ Addendum(s)* to, inclusive * Tenderer to fill in blanks or enter NIL as applicable. FOR OFFICE USE ONLY Date/Time Tender Received: Reviewed By: Member of Council

13 TRAFFIC LINE PAINTING PAGE TENDER FORM FORM OF TENDER TO: Mayor and Members of Council The Corporation of the Town of Midland Tendered by: (Firm Name) (Address) (City/Town) (Postal Code) (Telephone) (Fax) ( ) Gentlemen: The undersigned has carefully examined the appended documents for this Contract and acknowledges the same to be part of the Contract. Further, the undersigned has visited the site and studied all conditions thereon which affect the work, and is fully informed as to the nature of the Work and the conditions relating to its performance. The undersigned hereby proposes to furnish all plant, labour and materials including in every case, freight, duty, exchange and sales tax in effect, except as otherwise specified and to complete the work in strict accordance with requirements of the Contract at the unit prices named in the Schedule of Prices for the sum of: (in writing) /100 ($. ) DOLLARS

14 TRAFFIC LINE PAINTING PAGE 14 FORM OF TENDER The undersigned agrees to the following: 1. To execute the Agreement in duplicate and to furnish a certified copy of the Insurance Policy required under the Contract, noting the Town of Midland as an additional named insured, and a Clearance Certificate from the Workplace Safety and Insurance Board noting the company is in good standing with the board within seven (7) days (not including Sunday or a legal holiday) from the date of mailing of the notice of acceptance of this Tender by the Town to the address stated hereunder. 2. To the fullest extent permitted by law, the successful Tenderer agrees to defend (including attorney s fees), pay on behalf of, indemnify and hold harmless The Corporation of the Town of Midland, its elected and appointed officials, employees and volunteers and others working on behalf of The Corporation of the Town of Midland against any and all claims, demands, suits or loss, including all costs connected therewith and for any damages which may be asserted, claimed or recovered against or from The Corporation of the Town of Midland, its elected and appointed officials, employees, volunteers or others working on behalf of The Corporation of the Town of Midland, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract. 3. This offer is to continue open to acceptance until the Contract is executed by the successful bidder or for a period of Thirty (30) days commencing from the Date of Closing of Tenders, whichever event first occurs and that the Owner may, at any time within that period accept this Tender whether any other Tender has been previously accepted or not. 4. The Town reserves the right, in its absolute discretion, to reject any or all Tenders or to award the contract to other than the Tenderer submitting the lowest Tender provided that Council, in its sole and absolute discretion, decides that it is in the best interest of The Corporation of the Town of Midland to do so. 5. The work will be commenced on May 1 of each year of the contract, or on a date as close to May 1, as agreed between the Town and the Contractor.

15 TRAFFIC LINE PAINTING PAGE 15 FORM OF TENDER 6. The work will be completed on or before June 1 of each year of the contract, or on a date as close to as June 1, as agreed between the Town and the Contractor. I/We hereby agree to complete this Contract in accordance with the terms contained herein. DATED at this day of, 2015 SIGNATURE OF AUTHORIZED PERSON WITNESS/SEAL NAME/POSITION (Please Print)

16 TRAFFIC LINE PAINTING PAGE 16 FORM OF TENDER SCHEDULE OF PRICES 2016 Quantity Unit Price Amount Centre Line Yellow 2700 litres $ $ Centre Line White 700 litres $ $ Small Machine White 700 litres $ $ Small Machine Yellow 100 litres $ $ Thermo-Plastic Marking (Optional) a) Solid Line 500m $ $ Sub-total 2016 $ 2017 Quantity Unit Price Amount Centre Line Yellow 2700 litres $ $ Centre Line White 700 litres $ $ Small Machine White 700 litres $ $ Small Machine Yellow 100 litres $ $ Thermo-Plastic Marking (Optional) a) Solid Line 500m $ $ Sub-total 2017 $

17 TRAFFIC LINE PAINTING PAGE 17 FORM OF TENDER TENDER SUMMARY Sub-Total of $ $ TOTAL ( ) $ REPEAT TOTAL CONTRACT PRICE IN WRITING BELOW: /100 ($. ) DOLLARS Enter Total Tender Price on Page 1 of Tender Form Contract pricing is subject to HST at 13%. HST will be paid to the Contractor as a separate line item in all payment certificates but is not to be included in the price bid above nor does it form part of the contract pricing

18 TRAFFIC LINE PAINTING PAGE 18 FORM OF TENDER TENDERER S EXPERIENCE IN SIMILAR COMPLETED WORK The following is a list of projects similar in type and scope to this Work which have been successfully completed by us. TENDERER S EXPERIENCE in SIMILAR COMPLETED WORK LOCATION OWNER S REFERENCE/ TELEPHONE DESCRIPTION of CONTRACT YEAR COMPLETED DOLLAR VALUE POSITION LIST of PROPOSED PERSONNEL NAME YEARS with COMPANY This form shall be submitted with the tender.

19 TRAFFIC LINE PAINTING PAGE 19 TENDER FORM LIST OF PROPOSED SUB-CONTRACTORS AND SUPPLIERS The Tenderer shall list hereunder the names of all Subcontractors as applicable, who he proposes to use showing the value of the work to be sublet to each. The value of the work sublet shall not exceed 30% of the total work. The list of Subcontractors shall be subject to the approval of the Director of Public Works, who reserves the right to reject any Subcontractor, which in his opinion, are incompetent or unqualified. LIST of PROPOSED SUB-CONTRACTORS SUB-TRADE PROPOSED SUB-CONTRACTOR ADDRESS/PHONE APPROXIMATE VALUE of SUB-LET WORK $ $ $ $ It is understood by the Tenderer that the above list of Subcontractors is complete and that no additions to this list will be permitted after Closing Date of Tenders, without the written approval of the Town. This form shall be submitted with the tender.

20 TRAFFIC LINE PAINTING PAGE 20 TENDER FORM LIST OF PROPOSED SUB-CONTRACTORS AND SUPPLIERS (cont d) LIST of PROPOSED SUPPLIERS MATERIAL PROPOSED SUPPLIER ADDRESS/PHONE MANUFACTURER (Where Applicable) This form shall be submitted with the tender.

21 TRAFFIC LINE PAINTING PAGE 21

22 TRAFFIC LINE PAINTING PAGE 22 This form shall be completed and submitted with the tender.

23 TRAFFIC LINE PAINTING PAGE Sample Bid Bond SAMPLE TO BE PRINTED ON BONDING COMPANY OFFICIAL STATIONARY BID BOND $ No. KNOW ALL MEN BY THESE PRESENTS, that as Principal, hereinafter called Principal, and as Surety, hereinafter called Surety, are held and firmly bound unto as Obligee, hereinafter called Obligee, in the full and just sum of Dollars ($ ), lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, SEALED AND DATED this day of, 20. WHEREAS the Principal has submitted a written tender to the Obligee, dated the day of, 20, for NOW THEREFORE, the condition of this obligation is such that if the Principal shall have the said tender accepted within sixty days from the closing date of the tender call and shall enter into a contract with the Obligee and furnish a Performance Bond and a Labour and Material Payment Bond each in the amount of 100% of the contract and satisfactory to the Obligee or other acceptable security, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that the Surety shall not be (a) liable for a greater sum than the specified penalty of this bond nor (b) liable for a greater sum than the difference between the amount of the Principal s tender and the amount of the tender that is accepted by the Obligee nor (c) subject to any suite or action unless such suit or action is instituted and a process therefore served upon the Surety at its Head Office in Canada, within twelve months from the date of this bond. IN TESTIMONY WHEREOF, the principal has hereto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its authorized signing authority, the day and year first above written. Name of Contracting Company (Co. Seal) Name of Bonding Company (Co. Seal) Signature Signature

24 TRAFFIC LINE PAINTING PAGE 24 SPECIFICATIONS TRAFFIC LINE PAINTING

25 TRAFFIC LINE PAINTING PAGE SPECIFICATIONS SPECIFICATIONS 3.1 DESCRIPTION OF REQUIRED WORKS This contract is for the supply of all equipment, material and labour to place traffic paint on roadways as described in this document and in accordance with referenced specifications and standard practice. All pavement marking shall comply with Ontario Traffic Manual Book 11 Pavement, Hazard and Delineation Markings as published by the Ministry of Transportation dated March, 2000 and in accordance with OPSS 710 (formerly OPSS 532). All work shall be completed to the satisfaction of the Town of Midland. All materials are subject to the approval of the Town of Midland. 3.2 MATERIAL All materials are to be supplied by the Contractor, except as noted, and subject to the approval of the Town. The Town shall supply traffic cones and similar traffic control items, if required. All paint used shall be an approved yellow and white WATER-BORNE TRAFFIC PAINT, non-coning high temperature traffic paint or approved equivalent. Traffic paint supplied must be approved for purchase by the Ontario Ministry of Transportation. Water-Borne traffic paint shall comply with OPSS The paint shall be Sherwin Williams or Ennis Paint or approved equal. Reflectorizing glass beads complying with the requirements of OPSS 1750 are to be applied to all painting on the roadways. 3.3 TEMPLATES AND MISCELLANEOUS PAINTING AND PARKING LOTS Please note that directional arrows, school crosswalks, permit parking and handicap symbols are part of a separate tender document and are not included in this specification. Please note that catch basin arrows will be painted by others. Miscellaneous painting shall conform to the following dimensions: Stop Bar Line widths: 16" The number and location of stop bars is listed in Appendix A.

26 TRAFFIC LINE PAINTING PAGE 26 SPECIFICATIONS 3.4 LONGITUDINAL & TRANSVERSE MARKINGS Markings as defined for the purpose of this Contract are listed in Book 11 of the Ontario Traffic Manual. 3.5 TRAFFIC CONTROL AND SAFETY DEVICES The Town of Midland will supply a truck and a man to assist in painting operations. The man and equipment shall be supplied as deemed warranted by the Town of Midland. The provision of the truck and man in no way removes the responsibility or liability for the Contractor to work in a safe manner at all times. All work shall be done in accordance with the Town of Midland Health and Safety manual and in compliance with Book 7 of the Ontario Traffic Manual. The Contractor shall, at all times, ensure that all freshly painted lines are suitably marked and shall protect the freshly laid material from being tracked or smeared by traffic. 3.6 CONTRACT SCHEDULE Prior to commencing any painting operations, the successful Contractor shall report to the Town and not work shall begin without authorization. It shall be the Contractor s discretion to choose, as he may deem best, to carry out the pavement marking during day or night hours. 3.7 INTERPRETATION OF ESTIMATED QUANTITIES The estimated quantities as outlined on the Schedule of Unit Prices attached to the Form of Tender are approximate only. The Town reserves the right to increase or decrease these quantities at its own discretion. Any changes in the total estimated and the actual quantities shall be paid for at the bid unit prices. The Contractor is required to document all pavement markings applied which are not listed in the Schedules of Unit Prices. 3.8 EQUIPMENT The Contractor shall have a late model truck mounted centre line unit in good repair and approved by the Town. This unit shall have dual steering with interchangeable white and yellow. The unit shall be a hot paint unit. The Contractor shall also utilize a back-up unit, with arrow boards and proper safety lighting. The Contractor s small units shall be capable of handling pressurized beads and be a Kelly Crestwell type or approved equivalent.

27 TRAFFIC LINE PAINTING PAGE 27 SPECIFICATIONS 3.9 THERMO PAINTING The Contractor shall submit a unit price per linear metre of thermo plastic line marking for solid and broken skip lines, as specified. The material and application shall be in accordance with 3M Company or approved equal. The location and extent of any thermo plastic marking will be determined by the Town WORKPLACE SAFETY AND INSURANCE BOARD CERTIFICATE The Contractor shall provide the Town with a copy of the Workers' Safety and Insurance Board (WSIB) Clearance Certificate indicating the Contractor's good standing with the Board. A current Certificate is to be available for the Town to obtain at all times during the term of this Contract. The Town reserves the right to withhold payment for the services performed under this Contract until it is in receipt of a valid WSIB Clearance Certificate INSURANCE The Contractor shall have a minimum of Five Million Dollars ($5,000,000) of liability insurance coverage and shall supply the Town with proof of coverage, noting the Town of Midland as an additional named insured TERM This contract shall be for a two year term. If the Town is not content with the quality of the workmanship or material, the Town reserves the right to terminate the contract at any time TIMING (A) (B) The painting shall be done after the Town s maintenance operations have completed the spring sand cleaning. The painting shall be completed between May 1 st and June 1 st each year of the contract. Preference will be given to Contractors who are capable of completing the line painting works in the shortest time limit. Parking lots shall be painted during even years ADDITIONS OR DELETIONS The Town reserves the right to add or delete work from the list of identified works.

28 TRAFFIC LINE PAINTING PAGE 28 FORM OF AGREEMENT TRAFFIC LINE PAINTING

29 TRAFFIC LINE PAINTING PAGE AGREEMENT FORM OF AGREEMENT THIS AGREEMENT made in quadruplicate the day of, 2015, by and between WITNESSETH hereinafter called the "Contractor" and The Corporation of the Town of Midland hereinafter called the "Town" That, the Contractor for and in consideration of the payment specified in his Tender for this Work, hereby agrees to furnish all necessary plant, labour and materials, except as otherwise specified, and to complete the said Work in strict accordance with the Contract Documents, all which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied therein. The Contractor further agrees that he will deliver the whole of the Work completed in accordance with the Agreement. IN CONSIDERATION WHEREOF, the Town agrees to pay to the Contractor,, for all Work done, an amount of: /100 ($. ) DOLLARS as indicated in the Form of Tender or as may be adjusted in accordance with the Contract Documents. THIS AGREEMENT SHALL inure to the benefit of and be binding upon the heirs, executors, administrators, and assigns of the Contractor and on the heirs and successors of the Owner.

30 TRAFFIC LINE PAINTING PAGE 30 FORM OF AGREEMENT To the fullest extent permitted by law, the Contractor agrees to defend (including attorney s fees), pay on behalf of, indemnify and hold harmless The Corporation of the Town of Midland, its elected and appointed officials, employees and volunteers and others working on behalf of The Corporation of the Town of Midland against any and all claims, demands, suits or loss, including all costs connected therewith and for any damages which may be asserted, claimed or recovered against or from The Corporation of the Town of Midland, its elected and appointed officials, employees, volunteers or others working on behalf of The Corporation of the Town of Midland, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract. The Tenderer shall receive payment for work done, and materials supplied according to the unit prices contained in the Tender Form, in accordance with the provisions of this Contract. The unit prices will be applied by the Director of Operations to the actual quantities of work and materials supplied by the Tenderer whether these quantities be more or less than those estimated on the said Tender Form or shown on the Contract Drawings. All payments shall include HST at the rate of 13%. IN WITNESS WHEREOF, the Contractor and the Town have hereunto signed their names and set their seals on the date first above written. Signed and Sealed by the Contractor Name of successful Tenderer here Signature Witness Name (Please Type or Print Name of Signatory Above) Seal I/We have authority to bind the Corporation. Signed and Sealed by the Town of Midland Mayor Witness Clerk Seal

31 TRAFFIC LINE PAINTING PAGE 31 SCHEDULES TRAFFIC LINE PAINTING

32 TRAFFIC LINE PAINTING PAGE SCHEDULES A) Stop Bars (per Intersection) SCHEDULE A To Include : William Street (5) : King Street (4) : Bayshore Drive (4) : Bay Street (1) : Fourth Street (4) : Sixth Street (1) : Eighth Street (1) : Edmond Street (1) : Hugel Avenue (2) : Harbourview Dr. (1) : Ellen Street (2) : Colborne Street (2) : Robert Street (1)

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $ ASPHALT PAVING - 2014 17 TO BE COMPLETED BY TENDERER TENDER SUBMISSION CHECK LIST: Tender Submitted By: Date: (name of Company) Total Tender Bid $ Bid Bond $ or Certified Cheque $ Addendum(s)* to, inclusive

More information

Gravel Crushing Forms Tender T-PW-14-02

Gravel Crushing Forms Tender T-PW-14-02 Gravel Crushing Forms -1- Gravel Crushing Project: Authority: Contract Administrator: Gravel Crushing Township of Cavan Monaghan Township of Cavan Monaghan Mr. Wayne Hancock Director of Public Works 988

More information

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX Contract # XXXX-XXXX #Project Name #Project Limits #Project Description ELECTRONIC BID SUBMISSIONS ONLY Bid Submissions shall be received by the Bidding

More information

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road The Corporation of The TENDER #PW 2016-02 Resurfacing Name of Firm or Individual Address Telephone and Fax Number Email Address Name of Person Signing for Firm Position of Person Signing for Firm TENDERS

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER TOWN OF LABRADOR CITY FORM OF TENDER TLC-13-18 RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER 1. The undersigned bidder has carefully examined the proposed project and all conditions

More information

TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT CONTRACT L WILLIAM STREET WATERMAIN (BAY STREET TO FRANK STREET)

TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT CONTRACT L WILLIAM STREET WATERMAIN (BAY STREET TO FRANK STREET) TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT CONTRACT L04-50449 WILLIAM STREET WATERMAIN (BAY STREET TO FRANK STREET) Shawn Berriault, C. Tech. August, 2016 Director of Operations The Corporation of the Town

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

Request for Tender. Hot Mix Asphalt

Request for Tender. Hot Mix Asphalt Request for Tender Hot Mix Asphalt Request for Tender: Issue Date: Wednesday June 21, 2017 Closing Date & Time: Monday July 17, 2017 11:00 a.m. local time Address: Township of Cavan Monaghan 988 County

More information

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No. CITY OF PETALUMA POST OFFICE Box 61 PETALUMA, CA 94953-0061 David Glass Mayor Chris Albertson Teresa Barrett Mike Healy GabeKeamey Dave King Kathy Miller C011ncilmembers ADDENDUM NO. 1 AIRPORT PREVENTIVE

More information

Central Unified School District Request for Proposal

Central Unified School District Request for Proposal Central Unified School District Request for Proposal Auditing Services RFP Number 55 Print Date: 2/6/2004 10:19 AM REQUEST FOR PROPOSALS AUDITING SERVICES TABLE OF CONTENTS Notice of Request for Proposals

More information

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender.

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender. Closing Date: Wednesday, August 31 st, 2016 Closing Time: Award Date: 4:00 p.m. Wednesday, September 7th, 2016 at 7:00 pm during the Regular Meeting of Council Sealed Tenders will be clearly marked and

More information

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: ) SUBDIVISION IMPROVEMENT AGREEMENT Tract Map No.: (Date of Subdivision Map Recordation: ) THIS AGREEMENT is between the City of Fontana, a municipal corporation, County of San Bernardino, State of California

More information

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS City of Thunder Bay Supply Management Division Page 1 of 6 SCOPE The following Standard Terms and Conditions for Tenders,

More information

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE August 18, 2015 GENERAL SPECIFICATIONS 1. SPECIFICATIONS The specifications are described as including and incorporating

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF CONTRACT BETWEEN THE CITY OF JACKSONVILLE AND REPUBLIC SERVICES OF FLORIDA, LIMITED PARTNERSHIP d/b/a SOUTHLAND RECYCLING SERVICES FOR RECEIPT, PROCESSING AND SALE OF RESIDENTIAL RECYCLING MATERIALS THIS

More information

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act No. (the Bond ) Bond Amount $ (name of the contractor*) as a principal, hereinafter [collectively] called the Contractor, and, THE

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds. Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids

More information

BOND FOR FAITHFUL PERFORMANCE

BOND FOR FAITHFUL PERFORMANCE Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees

More information

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) CITY OF PLACERVILLE PAVEMENT REHABILITATION PROJECT PROJECT NO. xxxx THIS AGREEMENT ( Agreement ) approved by the City Council this 26th day of June, in the year

More information

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT RFP No. 757-2016B Page 1 of 8 FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT 2. Proponent Name of Proponent Usual Business Name of

More information

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions Contract No.: FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. DOCUMENTS INCLUDED IN CONTRACT Special Provisions

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

Instructions to Bidders Page 1 of 8

Instructions to Bidders Page 1 of 8 Page 1 of 8 1. BIDDING DEFINITIONS Addendum: Written or graphic instruments issued prior to the opening of Proposals that make changes, additions, or deletions to the Bid Documents, or Contract Documents.

More information

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of CITY OF TIMMINS BY-LAW NO. 2014-7538 BEING A BY-LAW to authorize The Corporation of the City of Timmins to enter into an agreement with Norwin Construction, respecting the replacement of the entrance stairs

More information

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) KNOW ALL MEN BY THESE PRESENTS: Bond Number: That ( OWNER ) and ( CONTRACTOR ), both as principals, hereinafter collectively

More information

REQUEST FOR BID # TIRE DISPOSAL SERVICES

REQUEST FOR BID # TIRE DISPOSAL SERVICES REQUEST FOR BID # 201705-376 TIRE DISPOSAL SERVICES BID SCHEDULE & DEADLINES: May 13, 2017 June 13, 2017 June 5, 2017 at 2:00 P.M. June 13, 2017 at 5:00 P.M. June 14, 2017 at 9:30 A.M. Bid Release Date

More information

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). Deletions by Engineer

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX The Corporation of The City of London CONTRACT DOCUMENTS FOR Project Name Tender XX-XX Bids must be received by Purchasing and Supply in a sealed opaque envelope or package clearly marked with the name

More information

BID: Escanaba WWTP Digester Roof Restoration

BID: Escanaba WWTP Digester Roof Restoration BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson

More information

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] THIS MEMORANDUM OF AGREEMENT (the Agreement ) is made and entered into this day of, 201, by and between the city of

More information

LAND IMPROVEMENT AGREEMENT

LAND IMPROVEMENT AGREEMENT LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:

More information

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM REQUEST FOR BID # 201710-385 JAIL WATER SOFTENER SYSTEM BID SCHEDULE & DEADLINES: Oct. 7, 2017 Nov. 7, 2017 Oct. 30, 2017 at 2:00 P.M. Nov. 7, 2017 at 5:00 P.M. Nov. 8, 2017 at 9:30 A.M. Bid Release Date

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) DRUMORE, PA ADDRESS Proposals will be opened and read at approximately 1:00 P.M.

EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) DRUMORE, PA ADDRESS Proposals will be opened and read at approximately 1:00 P.M. MS-970 (11-09) A. DEPOSIT OF PROPOSALS. EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) ( INSTRUCTIONS ON PAGE 5 ) (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) All envelopes containing Bid proposals

More information

Invitation to Submit Tenders

Invitation to Submit Tenders 1 You are invited to submit a tender for: Roadside Mowing Contract Invitation to Submit Tenders To submit a tender, complete the attached Contract for Roadside Mowing and submit it to the Birch Hills County

More information

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS SEALED PROPOSALS for Proposed Sidewalk construction at various locations throughout the Village of Allegany, NY will be received at the office of

More information

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

More information

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT FIRST INDEMNITY OF AMERICA INSURANCE COMPANY Agreement Number: Execution Date: Click here to enter text. Click here to enter text. INDEMNITY AGREEMENT DEFINITIONS: Surety: First Indemnity of America Insurance

More information

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED) MS-944 03-13 PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES A. DEPOSIT OF PROPOSALS. (WHEN EXECUTED) INSTRUCTIONS TO BIDDERS) All envelopes containing Bid proposals shall Troy Borough, Bradford County be

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M REQUEST FOR BID # 201608-347 DEDICATED INTERNET ACCESS SERVICE 100M BID SCHEDULE & DEADLINES: August 20 September 20, 2016 September 12, 2016 at 2:00 P.M. September 20, 2016 at 2:00 P.M. September 21,

More information

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo) INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:

More information

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice. BID INVITATION BUYER / TELEPHONE Michael Etnyre / 717-831-7245 FAX: 717-986-9678 EMAIL : METNYRE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V

More information

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508) WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO. CONTRACT DOCUMENTS & SPECIFICATIONS for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE in CITY OF FORT MORGAN, COLORADO June 30, 2010 Doug Linton Light and Power Superintendent LIGHT AND POWER DEPARTMENT

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah

More information

COMMERCIAL SURETY BOND APPLICATION AND INDEMNITY AGREEMENT TYPE OF BOND: BOND AMOUNT: $ COMPLETE BOX IF APPLICANTS IS AN INDIVIDUAL.

COMMERCIAL SURETY BOND APPLICATION AND INDEMNITY AGREEMENT TYPE OF BOND: BOND AMOUNT: $ COMPLETE BOX IF APPLICANTS IS AN INDIVIDUAL. 333 Bay Street, Suite 1610, Box 22 Toronto, ON M5H 2R2 Phone: (416) 214-2555 Fax: (416) 214-9597 COMMERCIAL SURETY BOND APPLICATION AND INDEMNITY AGREEMENT TYPE OF BOND: BOND AMOUNT: $ NAME OF BROKER:

More information

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_ 1 Purchase of Trucks Sealed Tenders will be received in envelopes clearly marked as to contents by the Town Clerk at her office in the Town Hall, 77 Beckwith Street North, Smiths Falls, Ontario, until

More information

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES The City of Attleboro ( City ) invites sealed bids for towing and storage of motor vehicle services in accordance with BID SPECIFICATIONS

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA Request for Proposal INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 p.m. January 19, 2018 Luzerne County Purchasing Department Attention:

More information

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06 BIDS FOR RUBBISH CONTAINER BINS CONTRACT NUMBERS 08-05 and 08-06 December 2008 FOX CHAPEL BOROUGH County of Allegheny, Commonwealth of Pennsylvania BIDS FOR RUBBISH CONTAINER BINS CONTRACT NUMBERS 08-05

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

Invitation to Submit Tenders

Invitation to Submit Tenders You are invited to submit a tender for: Road Grader Maintenance Contract Invitation to Submit Tenders To submit a tender, complete the attached Contract for Road Grader Maintenance Contract and submit

More information

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP: OFFICE USE ONLY: PERMIT NO. CITY OF OLATHE LAND DISTURBANCE PERMIT APPLICATION DEVELOPMENT-PLAT NAME: PROPERTY LOCATION: RELATED OLATHE PERMIT #: Please type or print. ESTIMATED DATE OF START OF CONSTRUCTION:

More information

INVITATION FOR BID Chipeta Lake Park Tree Trimming

INVITATION FOR BID Chipeta Lake Park Tree Trimming Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Chipeta Lake Park Tree Trimming Issue Date: 1-08-2018 Bid Number: 17-059 Agent/Contact: John Malloy Submissions

More information

TOWN OF PETAWAWA PUBLIC TENDER. Tender # FD FOR THE SALE OF SURPLUS EQUIPMENT One (1) Fort Garry 1993 GMC Topkick Pumper Fire Truck

TOWN OF PETAWAWA PUBLIC TENDER. Tender # FD FOR THE SALE OF SURPLUS EQUIPMENT One (1) Fort Garry 1993 GMC Topkick Pumper Fire Truck TOWN OF PETAWAWA PUBLIC TENDER Tender # FD-01-2015 FOR THE SALE OF SURPLUS EQUIPMENT One (1) Fort Garry 1993 GMC Topkick Pumper Fire Truck Sealed TENDERS, on the forms provided by the Town of Petawawa

More information

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents. INVITATION TO BID Document-I Name of Works: (i) Comprehensive Abatement and Removal of all hazardous material in one building of Embassy of India located at 1438 U Street NW, Washington DC 20008, and (ii)

More information

CONTRACT AND BOND FORMS FOR

CONTRACT AND BOND FORMS FOR CONTRACT AND BOND FORMS FOR RPL-5948(064) & RPSTPLE-5948(077) On Sunland Drive from the intersection with U.S. 395 north approximately 3.8 miles to the intersection with West Line Street (U.S. 168) APRIL

More information

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and RESOLUTION NO. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT WITH THERMA SEAL ROOFING SYSTEMS, LLC.

More information

OHIO DEPARTMENT OF TRANSPORTATION

OHIO DEPARTMENT OF TRANSPORTATION OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 WEST BROAD STREET, COLUMBUS, OHIO 43223 TED STRICKLAND, GOVERNOR JAMES G. BEASLEY, P.E., P.S., DIRECTOR April 24, 2008 2610 CRESCENTVILLE RD WEST

More information

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT Alberta Transportation - 1-1. 1.1 CONTRACT THIS Agreement made and concluded in duplicate as of this day of, 20, between Her Majesty the Queen, in right of Alberta, as represented by the Minister of Transportation

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

Saddles for Sale RFSB # N

Saddles for Sale RFSB # N PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia

More information

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA THIS ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT ( AGREEMENT ) is made and entered into for the above-stated

More information

Part VIII Material and Construction Specifications

Part VIII Material and Construction Specifications TABLE OF CONTENTS Part I Notice to Bidders Part II Special Instructions to Bidders Part III Bid Proposal & Bid Bond Part IV Agreement & Bonds Part V General Conditions (ASCE) Part VI Special Conditions

More information

THE MUNICIPALITY OF MISSISSIPPI MILLS 3131 OLD PERTH RD. ALMONTE, ONTARIO KOG1A0 TELEPHONE FAX

THE MUNICIPALITY OF MISSISSIPPI MILLS 3131 OLD PERTH RD. ALMONTE, ONTARIO KOG1A0 TELEPHONE FAX 1 THE MUNICIPALITY OF MISSISSIPPI MILLS 3131 OLD PERTH RD. ALMONTE, ONTARIO KOG1A0 TELEPHONE 613-256-1589 FAX 613-256-4887 E-mail: pmeunier@mississippimills.ca Testing & Certification of Fire Alarm Systems,

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting

More information

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

More information

INVITATION TO BID for HOTMIX SURFACE TREATMENT

INVITATION TO BID for HOTMIX SURFACE TREATMENT SALEM CITY PUBLIC WORKS DEPARTMENT 30 West 100 South Salem, Utah 84653 (801) 423-2770 INVITATION TO BID for HOTMIX SURFACE TREATMENT CLOSING DATE FOR RECEIPT OF BIDS: Wednesday, April 25, 2018 TIME: PLACE:

More information

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD PARTIES: PUBLIC UTILITY DISTRICT No. 1 of SKAMANIA COUNTY, WASHINGTON, a Washington municipal corporation, hereinafter called PUD, and [Name] a [State

More information

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3 Bid Opportunity No. 207-2015 Page 1 of 14 Template Version: C120150116- C BCivil FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3 2. Bidder Name of Bidder Usual Business Name

More information

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and Contractor Name & Address, as Surety, are hereby held and firmly bound unto Surety

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING City of Des Peres Department of Public Works 12325 Manchester Road Des Peres, MO 63131 February 2016 INVITATION FOR BIDS Sealed bids for the Street

More information