VILLAGE OF ALERT BAY

Size: px
Start display at page:

Download "VILLAGE OF ALERT BAY"

Transcription

1 TENDER NO Sanitary Sewer Upgrade Master Municipal Construction Documents Lump Sum Contract Canadian Construction Documents Committee 2 February 2018

2 CONTENTS The complete Contract Documents consist of the following parts: 1. Included in this package: Invitation to Tender Instructions to Tenderers Form of Tender Appendix 1 -- Schedule of Prices Appendix 2 Chargeout Rates Appendix 3 -- Preliminary Construction Schedule Appendix 4 -- Experience of Superintendent Appendix 5 -- Comparable Work Experience Appendix 6 -- Subcontractors Appendix 7 -- Tenderer s Current Projects Underway CCDC 2 Stipulated Price Contract Schedule 1 -- Schedule of Contract Documents Schedule 2 -- List of Drawings General Conditions of the Stipulated Price Contract Supplementary General Conditions, if any 2. The balance of the Master Municipal Construction Documents. These documents are available in the MMCD Volume II, Specifications and Standard Detail Drawings Platinum Edition dated (not distributed in this tender package): Specifications Standard Detail Drawings 3. BC Plumbing Code (not distributed in this tender package): 4. Performance Bond (as part of executed Agreement) 5 Labour and Materials Payment Bond (as part of executed Agreement)

3 INVITATION TO TENDER 2018 Sanitary Sewer Upgrade The Village of Alert Bay invites tenders for the construction of new neighbourhood sewer collection systems in Alert Bay, BC. The work consists of the installation of approximately 984 metres of 150mm sewer main, connection of house services and related appurtenances. Tender Documents will be available (starting Wednesday, February 21, 2018) from Monday to Friday, 9:00am to 4:30pm (excluding statutory holidays) for purchase at a cost of $25.00 each Tender (non-refundable), GST included at: Village of Alert Bay Village Office 15 Maple Road Alert Bay, BC V0N 1A0 Tel: (250) Fax: (250) OR Gifco Engineering Ltd St. John s Point Road Hornby Island, BC V0R 1Z0 Tel: (250) Fax: (250) The Tender Packages will be available (starting Wednesday, February 21, 2018) for viewing at: Address: The Village of Alert Bay and Gifco Engineering Ltd. - addresses as above Vancouver Island Construction Association - # Northfield Road, Nanaimo, BC, V9S 3B3 BC Bid at A Bid Bond in the amount of 10% of the Tender Price plus GST must accompany each tender submitted. The successful tenderer will be required to provide a Performance Bond and Labour and Materials Payment Bond, each in the amount of 50% of the Tender Price plus GST. Tenders are scheduled to close at: Tender Closing Time: 4:00 pm local time Tender Closing Date: Friday, March 23, 2018 Tenders Delivered to: Village of Alert Bay 15 Maple Road Bag Service 2800 Alert Bay, B.C. V0N 1A0 Inquiries: Jana Zamyslicka, Deputy CAO Telephone: (250) Fax: (250) deputy@alertbay.ca

4 PAGE 1 OF 1 INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS TABLE OF CONTENTS Page 1 Introduction Tender Documents Submission of Tenders Tender Requirements Additional Instructions to Tenderers... 4

5 PAGE 1 OF 4 INSTRUCTIONS TO TENDERERS Instructions to Tenderers Contract: Reference No.: Introduction These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: The installation of approximately 984 metres of 150mm sewer main, house service connections and related appurtenances. 1.2 Direct all technical inquiries regarding the Contract, to: Gifford La Rose, P.Eng. Address: Gifco Engineering Ltd St. John s Point Road Hornby Island, BC Phone: (250) Fax: (250) gifco@telus.net Direct all other inquiries regarding the Contract, to: Jana Zamyslicka, Deputy CAO Address: Village of Alert Bay 15 Maple Road, Bag Service 2800 Alert Bay, BC V0N 1A0 Phone: (250) Fax: (250) deputy@alertbay.ca

6 PAGE 2 OF 4 INSTRUCTIONS TO TENDERERS Tender Documents The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled "Schedule of Contract Documents". Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the Drawings listed in Schedule 2 to the Agreement, entitled "List of Drawings". 2.2 Any additional information made available to Tenderers prior to the Tender Closing Time by the OWNER or representative of the OWNER, such as as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy or completeness and neither the OWNER nor any representative of the OWNER gives any guarantee or representation that the additional information is reliable, accurate or complete. Submission of Tenders Tenders must be submitted in a sealed opaque envelope, clearly marked on the outside with the above Contract Title and Reference No , and must be received on or before: Tender Closing Time: 4:00 pm local time Tender Closing Date: Friday, March 23, 2018 Delivered to: Village of Alert Bay 14 Maple Road Alert Bay, BC V0N 1A0 Fax: (250) Tender Requirements 3.2 Late tenders will not be accepted or considered, and will be returned unopened A tender must be on the Form of Tender as provided including all Appendices and signed by the authorized signatory(s) as follows: signature(s) must be in original handwriting If the tender is a partnership of joint venture then the name of the partnership of joint venture and the name of each partner or joint venture must be included and each partner or joint venture must sign personally; if a partner of joint venture is a corporation then such corporation must sign as indicated in below; and If the tenderer is a corporation then the full name of the corporation must be included, together with the names and signatures of authorized signatories.

7 PAGE 3 OF 4 INSTRUCTIONS TO TENDERERS 4.2 A tender must be accompanied by tender security ( Bid Security ) in the form of : A bid bond issued by a surety licensed to carry on the business of suretyship in British Columbia in a form reasonably satisfactory to the Owner; or Cash, bank draft or letter of credit in a form acceptable to the Owner; In an amount equal to 10% of the Tender Price. Additional Instructions to Tenderers Freedom of Information Cost of Tender Submission Evaluation Criteria The OWNER is subject to the provisions of the Freedom of Information and Protection of Privacy Act. As a result, while Section 21 of the Act does offer some protection for third party business interests, the OWNER cannot guarantee that any information provided to the OWNER can be held in confidence. All tenders, after closing time and date become the property of the OWNER. 5.2 The OWNER shall not be liable for a tenderer s cost of submitting a tender. 5.3 Tenders will be evaluated on the combination of information provided in the Form of Tender and Appendices which may offer the best value and not necessarily the lowest price. Construction Association Policy The OWNER is not a member of the Public Construction Council of British Columbia, the British Columbia Construction Association or any other construction association. The OWNER does not adopt or agree to be bound by The Procedures and Guidelines Recommended For Use on Publicly Funded Construction Projects produced by the Public Construction Council of British Columbia, September, 1989, or any other procedure/guideline recommended, adopted or produced by any construction association in the tendering and award of the Contract of this project. Good Neighbour Policy Mandatory Site Meeting Contractors working on Municipal rights-of-way or on private land where new rights-of-way are being created are required to provide written notice to the residents in the immediate area of the works, describing what is being constructed, when the works will occur, who to contact for more information and what precautions should be taken if necessary; and that the work-site be posted for safety reasons. 5.6 NOT REQUIRED

8 PAGE 4 OF 4 INSTRUCTIONS TO TENDERERS Deletion / Addition of Work Omissions and Discrepancies 5.7 Tenderers are advised that the OWNER may, at its option, and subject to available funding and budgetary considerations, delete any Work described in the Contract Documents or may require that optional work be added to the scope of Work. The Work is divided into three (3) Areas for this purpose. 5.8 Should a tenderer find omissions from or discrepancies in the Contract Documents, or be in doubt as to their meaning, the tenderer should notify the OWNER no later than 5 days prior to the tender closing, who may send a written instruction to all tenderers in the form of an addendum, which shall become part of the contract and shall be covered in the contract price. Failure to do so may result in the forfeiture of the Bid Security. No oral interpretations made to a tenderer as to the meaning of the Contract Documents shall be considered binding. Every request for an interpretation shall be made in writing, forwarded to the office referred to in paragraph 3.1 of the Instructions to Tenderers Part1. Amendment of Tenders A tenderer may, without prejudice to itself, acknowledge receipt of addenda, or withdraw or revise a tender after it has been deposited with the OWNER. All acknowledgements of receipt of addenda, or requests for withdrawal or revision MUST be received by the OWNER at the office referred to in paragraph 3.1 of the Instructions to Tenderers, in writing before the time set for the tender closing. Non-facsimile acknowledgement of receipt of addenda, or request(s) to withdraw or revise a tender should be submitted in a sealed opaque envelope clearly marked with the contract name and tender reference number. In the case of revision(s), a revised price will not be accepted, only the addition to or deduction from the price(s) will be accepted. Written acknowledgement of receipt of addenda, or withdrawals or revisions should be signed by the same person or persons who signed the original Form of Tender. In the case of facsimile acknowledgement of receipt of addenda, or requests for withdrawal or revisions, they should be received by the OWNER s facsimile machine (at (250) ) at least one hour before the scheduled tender closing time. Tenderers assume the entire risk that the facsimile equipment and staff at the above office will properly receive the facsimile containing the acknowledgement of receipt of addenda, or withdrawal or revision. The original form of the facsimile transmission must be received as soon as possible after the tender closing at the office referred to in paragraph 3.1 of the Instructions to Tenderers. Sub-Surface Conditions A geotechnical investigation has not been undertaken. The CONTRACTOR shall be responsible for verifying conditions and notifying the OWNER as per GC 6.4

9 PAGE 1 OF 4 Form of Tender Contract: Reference No.: TO OWNER: 1 I (WE), THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the CCDC 2 Stipulated Price Contract with attached General Conditions and the 2009 edition of the "Master Municipal Construction Documents - Specifications and Standard Detail Drawings" and the following Addenda: ; ( ADDENDA, IF ANY ) (TENDERER TO COMPLETE) 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and 2 ACCORDINGLY I (WE) HEREBY OFFER: 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work within 60 calendar days of receipt of the written Notice of Award 2.3 to do the Work for the price, which is the sum of the totals for the three(3) neighbourhood Areas set out in Appendix 1, the "Schedule of Lump Sum Prices", and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the "Tender Price" as set out on Appendix 1 of this Form of Tender. Our Tender Price excludes GST. Tenderer s Owner s

10 PAGE 2 OF 4 3 I (WE) CONFIRM: 3.1 that the following Appendices are attached to and form a part of this tender: 4 I (WE) AGREE: Appendices 1 to 7 inclusive; the Bid Security as required by paragraph 4.2 of the Instructions to Tenderers. 4.1 that this tender will be irrevocable and open for acceptance by the OWNER for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the OWNER. If within this period the OWNER delivers a written notice ("Notice of Award") by which the OWNER accepts our tender we will: within 15 Days of receipt of the written Notice of Award deliver to the OWNER: 4.1a) 4.1b) 4.1c) 4.1d) 4.1e) a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the OWNER; a Maintenance Bond in the name of the OWNER in the amount of 2% of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the OWNER; a Construction Schedule, as provided by GC 3.5.1; a "clearance letter" indicating that the tenderer is in WCB compliance; and a copy of the insurance policies as specified in GC 11 and indicating that all such insurance coverage is in place and; Tenderer s Owner s

11 PAGE 3 OF f) a Safety Plan, as provided by SGC 2.2; within 2 Days of receipt of written "Notice to Proceed", or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and sign the Contract Documents 5 I (WE) AGREE: 5.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: fail or refuse to deliver the documents as specified by paragraph of this Form of Tender; or fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by me (us) to enter into the Contract and the OWNER may, on written notice to me (us), award the Contract to another party. I (We) further agree that, as full compensation on account of damages suffered by the OWNER because of such failure or refusal, the Bid Security shall be forfeited to the OWNER, in an amount equal to the lesser of: the face value of the Bid Security; and the amount by which my (our) Tender Price is less than the amount for which the OWNER contracts with another party to perform the Work. 6 I (WE) DECLARE THAT: 6.1 no person, firm or company other than the undersigned, has any interest in this tender or in the proposed Contract for which this tender is made; 6.2 this tender is made without any connection, knowledge, comparison of figures, or agreement with any other company, firm or person making a tender for the same work; 6.3 in tendering for this work, and when called upon to enter into an agreement with the OWNER, I (we) will be bound to comply with all laws, statutes, and municipal bylaws pertaining to the Tenderer s Owner s

12 PAGE 4 OF 4 work. The agreement will be governed by the laws of the province of British Columbia; 6.4 in submitting this tender I (we) did not rely upon any information provided by the OWNER, or any of the OWNER s employees or agents, relating to the conditions, contingencies, risks or other circumstances, local or otherwise, which might influence or affect the performance or the cost of the work, including, without limiting the nature of the ground, subsoil, substrata of the work site, the means of access to the work site, the quality, quantity, nature or location of the materials to be furnished or removed in performance of the work, and the conditions under which the labour force will be employed, except the extent that any such information is expressly set forth in the Contract Documents. I (we) have relied on our own examination of the work site and have informed ourselves as to all conditions, contingencies, risks, and circumstances, local or otherwise, which might influence or affect the performance or the cost of the work. I (we) accept the site prior to the signing of the Contract. MY (OUR) ADDRESS is as follows: Phone: ( ) - Fax: ( ) - This Tender is executed this day of, 20. (FULL LEGAL NAME OF TENDERER S CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Tenderer s Owner s

13 Appendix 1 SCHEDULE OF LUMP SUM COSTS (See paragraph 5.7 of the Instructions to Tenderers) (All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST.) AREA DESCRIPTION LUMP SUM AMOUNT 3 Birch Rd. and Hawthorne St. 4 Pine Street 5 Cedar St., Oak Rd. and Laurel St. TENDER PRICE... GST... TENDER PRICE plus GST.. Tenderer s Owner s

14 Appendix 2 CHARGEOUT RATES (to be used in the event of any additions or deletions to the WORK) Description of Item Unit measurement Rate 150mm PVC sewer = 1.2m depth 150mm PVC sewer = 1.2m depth 100mm PVC sewer = 1.2m depth Asphalt patching (50mm) Concrete patching (100mm) Grass restoration 1050mm manhole Inspection chamber Installation of pump chamber (c/w electrical) 50mm poly pump line (installed) Trench rock > 1 cubic meter Pipe concrete encasement per meter per meter per meter per sq. meter per sq. meter per sq. meter each each each per meter per cubic meter per meter (attach Company labour and equipment chargeout rate sheet) Tenderer s Owner s

15 Appendix 3 EXPERIENCE OF SUPERINTENDENT Name: Experience: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Tenderer s Owner s

16 Appendix 4 COMPARABLE WORK EXPERIENCE PROJECT OWNER/ CONTRACT NAME PHONE NUMBER WORK DESCRIPTION VALUE ($) Tenderer s Owner s

17 Appendix 5 SUBCONTRACTORS TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER Tenderer s Owner s

18 Appendix 6 TENDERER S CURRENT PROJECTS UNDERWAY PROJECT OWNER/ CONTRACT NAME PHONE NUMBER WORK DESCRIPTION VALUE ($) % COMPLETE Tenderer s Owner s

19 Appendix 7 PRELIMINARY CONSTRUCTION SCHEDULE INDICATE SCHEDULE WITH BAR CHART WITH MAJOR ITEM DESCRIPTIONS AND TIME MILESTONE DATES ACTIVITY CONSTRUCTION SCHEDULE (weeks) Tenderer s Owner s

20 SCHEDULE 1 Schedule of Contract Documents The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with "*" are contained in the "Master Municipal Construction Documents Volume II Specifications and Standard Detail Drawings", edition dated Agreement, including all Schedules; 2 Definitions; 3 General Conditions of the Stipulated Price Contract; 4 Performance Bond; 5 Labour and Materials Payment Bond; 6 Maintenance Bond; 7 Safety Plan 8 Supplementary General Conditions, if any; 9 BC Plumbing Code (not attached to The Tender Package) 10 Instructions to Tenderers; 11 Specifications*; 12 Standard Detail Drawings*; 13 Executed Form of Tender, including all Appendices; 14 Drawings listed in Schedule 2 to the Agreement -"List of Drawings"; 15 The following Addenda: Tenderer s Owner s

21 SCHEDULE 2 List of Drawings (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES THAT ARE PART OF THE CONTRACT DOCUMENTS) TITLE DRAWING NO. DATE REVISION DATE REVISION NO Sanitary Sewer Upgrade Design - Sheet 1 February /02/2018 B Pine St. Sanitary Sewers Design- Sheet 2 February /02/2018 B Pine St. at Oak - Sanitary Sewers Design Sheet 3 February /02/2018 Cedar St. Sanitary Sewers Design Sheet 4 February /02/2018 B Cedar St/SRW Sanitary Sewers Design Sheet 5 February /02/2018 Oak Rd. Sanitary Sewers Design Sheet 6 February /02/2018 B Birch Rd. Sanitary Sewers Design Sheet 7 February /02/2018 B Hawthorne Rd Sanitary Sewers Design Sheet 8 February /02/2018 B B B Tenderer s Owner s

22 Supplementary General Conditions (TO BE READ WITH "General Conditions" CONTAINED IN CCDC 2") PAGE 1 OF 3 Contract: Reference No.: TABLE OF CONTENTS Page 2 Administration of the Contract... SGC Review and Inspection of the Work... SGC 1 9 Protection of Persons and Property... SGC Protection of Work and Property... SGC Construction Safety... SGC Indemnification, Waiver of Claims and Warranty... SGC Warranty... SGC 3

23 PAGE 2 OF 3 SUPPLEMENTARY GENERAL CONDITIONS ADMINISTRATI0N OF THE CONTRACT Review and Inspection of the Work PROTECTION OF PERSONS AND PROPERTY Protection of Work and Property (add new clause as follows) The CONTRACTOR shall not schedule work that will require inspection beyond the OWNER s normal office hours without the CONTRACT ADMINISTRATOR s prior approval. Any extra cost incurred by the OWNER for work done outside of normal office hours may be deducted from the CONTRACTOR s monthly payments (add new clause as follows) The CONTRACTOR shall locate, mark and protect from damage or disturbance, any and all stakes, survey pins, monuments and markers at the Place of the Work. All survey stakes, pins, monuments or markers which, in the opinion of the OWNER, have been damaged or disturbed shall be made good following construction by a registered B.C. Land Surveyor at the CONTRACTOR s expense. Construction Safety amend existing by adding: Pursuant to Section 118 of the Workers Compensation Act, the CONTRACTOR will be the Prime Contractor for the WORK and will provide the OWNER with written confirmation as such (add new clause as follows) The CONTRACTOR will prepare and submit to the OWNER prior to commencement of the WORK, a Safety Plan detailing an established Health and Safety Program and site specific provisions for safety of the Public, Workers, OWNER and Consultant. INDEMNIFICATION, WAIVER OF CLAIMS AND WARRANTY 12 Warranty Amend existing by adding: All warranties under this Contract commence from the date of Substantial Performance of the Contract, regardless of whether any Subcontractor achieves Substantial Performance of it s Subcontract prior to Substantial Performance of the Contract as a whole (add new clause as follows) The OWNER is authorized to make repairs to defects or deficiencies if, ten days after giving written notice, the CONTRACTOR has failed to make or

24 PAGE 3 OF 3 SUPPLEMENTARY GENERAL CONDITIONS undertake with due diligence the required repairs. However, in the case of emergency where, in the opinion of the OWNER, delay is not reasonable, repairs may be made without notice being sent to the CONTRACTOR. All expenses incurred by the OWNER in connection with repairs made pursuant to GC 12.3 shall be paid by the CONTRACTOR and may be deducted from the Maintenance Security, or other holdbacks. The CONTRACTOR shall promptly pay any shortfall.

ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # PROJECT GROUP # 2

ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # PROJECT GROUP # 2 ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # 2018-05-001 PROJECT GROUP # 2 Closing: March 29th, 2018 2:00PM Local Time Municipal Administration Building 210 Aberdeen

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS BEAVER COUNTY 2018 YEAR GRAVEL HAUL CONTRACT INSTRUCTIONS TO TENDERERS 1. BACKGROUND 1.1 Beaver County is seeking a tender for (the Work ), as more particularly set out in Schedule

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

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

DOCUMENT INSTRUCTIONS TO BIDDERS

DOCUMENT INSTRUCTIONS TO BIDDERS DOCUMENT 00 21 13 Bidders shall follow the instructions in this document, and shall submit all documents, forms, and information required for consideration of a Bid. Oakland Unified School District ( District

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

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

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

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

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

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

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

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

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

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. * BID FORM TO: RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. Pursuant to and in compliance with your Notice Inviting Bids and other documents

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

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

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM SECTION 00 41 00.02 To: The San Jacinto River Authority 1577 Dam Site Road G & A Building, 3 rd Floor Receptionist Conroe, Texas 77304 Project: 12-Inch Water Line Replacement Across Panther Branch at Grogan

More information

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) #17-218-54 BATHROOMS DATE ISSUED: Friday, November 3, 2017 CLOSING: Thursday, November 23, 2017 By 2:00 p.m. EST, Toronto Time DATE: Friday,

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

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

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

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

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 Bid Opportunity No. 990-2013 Addendum 1 Page 1 of 13 FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 2. Bidder Name of Bidder Usual Business Name of Bidder

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

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

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

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

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

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: INFORMATION FOR BIDDERS The City of Pulaski, TN (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.

More information

CONDITIONS OF TENDERING (E-SUBMISSION)

CONDITIONS OF TENDERING (E-SUBMISSION) INDEX CLAUSE PAGE NO. DESCRIPTION NO. 1 TENDER DOCUMENT B 2 2 COMPLIANCE WITH CONDITIONS OF TENDERING B 2 3 ADDENDA B 2 4 COMPLETION OF TENDER B 2 5 DEVIATION FROM SPECIFICATION B 2 6 DRAWINGS, PROPOSALS

More information

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID

More information

FORM A: BID (See B9)

FORM A: BID (See B9) Bid Opportunity No. 571-2015 Addendum 1 Page 1 of 12 FORM A: BID (See B9) 1. Contract Title SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT

More information

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

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages BIDDING & CONTRACT DOCUMENTS INVITATION TO BID 2 pages BID PROPOSAL & BID FORM 2 pages BIDDERS INFORMATION.. 3 pages AGREEMENT 4 pages SPECIFICATION 1 page LABOR & MATERIALS 4 pages PERFORMANCE BOND 4

More information

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner. ADDENDUM No. 1 Project: Carpet Replacement South Ripley Elementary Versailles, Indiana Project No: 1839.01 Date: October 12, 2018 This addendum is a part of the bid documents. Acknowledge receipt on the

More information

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act FORM 31 LABOUR AND MATERIAL PAYMENT 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,

More information

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF COMPLIANCE

More information

COUNTY OF LOUISA, VIRGINIA

COUNTY OF LOUISA, VIRGINIA COUNTY OF LOUISA, VIRGINIA INVITATION FOR BID (IFB) FOR CONSTRUCTION OF TWO PRE-ENGINEERED METAL BUILDINGS IFB# ED-17-02 OCTOBER 4, 2016 Issue Date: October 4, 2016 INVITATION FOR BID (IFB) IFB# ED-17-02

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

More information

NAPA SANITATION DISTRICT

NAPA SANITATION DISTRICT IMPROVEMENT AGREEMENT SANITARY SEWER IMPROVEMENTS NAPA CREEK CONDOMINIUMS THIS AGREEMENT is made as of this day of, 20 by and between NCCH 103 Napa, LP, a Delaware limited partnership (" DEVELOPER ) and

More information

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: WINDOW TINT TREATMENT FILM FOR CITY OF HOPKINSVILLE POLICE HEADQUARTERS

More information

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I1440039 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article

More information

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Stone, Gravel & Washed Sand. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Stone, Gravel &

More information

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR (Subdivision Name or CSM No.) (Include Phase If Applicable) TOWN OF WESTPORT, DANE COUNTY, WISCONSIN THIS

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

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510) Newark Unified School District 5715 Musick Ave., Newark, California 94560 Telephone (510) 818-4115; FAX (510) 797-6913 Dave Marken, Superintendent of Schools Elaine Neilsen, Chief Business Official November

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018 PASADENA AREA COMMUNITY COLLEGE DISTRICT 1570 E. COLORADO BLVD. PASADENA, CALIFORNIA 91106 2003 Addendum No.: 1 Bid No. 1020 Veterans Resource Center Remodel, Relocation, DSA Requirements Issued June 22,

More information

CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada (702) Fax(702) TDD(800)

CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada (702) Fax(702) TDD(800) CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada 89030 (702)633-1200 Fax(702)649-4696 TDD(800)326-6868 SUBDIVISION OFF-SITE IMPROVEMENTS AGREEMENT EXHIBIT "A"

More information

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018 CERTIFICATE OF DEVELOPMENT CONFORMANCE Per UDO Section 340-90, the submittal andd acceptance of a Certificate of Development Conformanc ce (CDC) shall be a prerequisitee to the approval of a Final Plat

More information

DESIGN - BUILD PROPOSAL OF

DESIGN - BUILD PROPOSAL OF DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing

More information

TENDER AND ACCEPTANCE FORM FOR STIPULATED PRICE CONTRACT

TENDER AND ACCEPTANCE FORM FOR STIPULATED PRICE CONTRACT TENDER AND ACCEPTANCE FORM FOR STIPULATED PRICE CONTRACT Stipulated Price Contract Tender and Acceptance Fm Page 1 Tender F: Tenders must be submitted in a sealed envelope, clearly marked as to its contents

More information

APPENDIX V ESCROW BOND AGREEMENT

APPENDIX V ESCROW BOND AGREEMENT TO: APPENDIX V ESCROW BOND AGREEMENT SANDY SUBURBAN IMPROVEMENT DISTRICT DATE OF MAKING: SUBDIVISION NAME: We, the undersigned, hereinafter called Developer and, a state or federally chartered financial

More information

LAKE COUNTY ROAD DEPARTMENT P.O. BOX 908 LAKEVIEW, OREGON APPLICATION FOR RIGHT-OF-WAY PERMIT

LAKE COUNTY ROAD DEPARTMENT P.O. BOX 908 LAKEVIEW, OREGON APPLICATION FOR RIGHT-OF-WAY PERMIT LAKE COUNTY ROAD DEPARTMENT P.O. BOX 908 LAKEVIEW, OREGON 97630 541-947-6048 COUNTY USE ONLY lakecoroad@co.lake.or.us APPLICATION FOR RIGHT-OF-WAY PERMIT LAKE COUNTY, OREGON APPLICANT S NAME: ADDRESS:

More information

SANITARY SEWERAGE SERVICE AGREEMENT Between MOUNT LAUREL TOWNSHIP MUNICIPAL UTILITES AUTHORITY And

SANITARY SEWERAGE SERVICE AGREEMENT Between MOUNT LAUREL TOWNSHIP MUNICIPAL UTILITES AUTHORITY And Mailing Address-1201 South Church Street Mount Laurel, NJ 08054 Engineering Office: 81 Elbo Lane Mount Laurel, NJ 08054-9641 Phone: (856) 722-5900 ext. 117 Email: engineering@mltmua.com Fax: (856) 235-0816

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

REQUEST FOR APPLICATIONS PASSENGER VEHICLES

REQUEST FOR APPLICATIONS PASSENGER VEHICLES REQUEST FOR APPLICATIONS RFA No. PS20180384 Issue Date: May 1, 2018 Issued by: City of Vancouver (the City ) {00165238v9} TABLE OF CONTENTS TABLE OF CONTENTS PART A INFORMATION AND INSTRUCTIONS Pages A-1

More information

LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) # ACCESSIBILITY IMPROVEMENT FEATURES

LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) # ACCESSIBILITY IMPROVEMENT FEATURES LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) #17-203-39 ACCESSIBILITY IMPROVEMENT FEATURES DATE ISSUED: Wednesday, CLOSING: Friday, August 11, 2017 By 12:00 p.m. EDT, Toronto

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

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

REQUEST FOR PROPOSAL. Aerial Photography Services 2016 Page 1 of 16 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Aerial Photography Services 2016 Proposal Closing Friday, March

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

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

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number: INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00

More information

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website:

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website: TENDER NOTICE SATS Airport Services Pte Ltd (Co Reg. No. 198500561R) invites tenders for the following: TENDER NO: CT1110B031 DESCRIPTION: TENDER FOR THE PROVISION OF MAINTENANCE, REPAIRS, AND MINOR WORKS

More information

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM SOLICITATION NUMBER: 2018-AUDIT REQUEST FOR PROPOSAL For Annual Independent Audit Services MORROW COUNTY SCHOOL DISTRICT #1 DISTRICT OFFICE 240 COLUMBIA LANE IRRIGON, OREGON 97844 Due Date & Time WEDNESDAY

More information

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1023 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE

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

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information

Fraser Health INVITATION TO TENDER

Fraser Health INVITATION TO TENDER Fraser Health INVITATION TO TENDER General Contractors for Surrey Memorial Hospital Sterile Processing Department Expansion and Renovation Project Project Number: SMH-09-1090 ISSUE DATE June 21, 2012 CLOSING

More information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

More information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

BUILDING AGREEMENT. Between

BUILDING AGREEMENT. Between BUILDING AGREEMENT Between BRICK N BOARD PROPERTY DEVELOPERS (PTY) LTD Registration/ID Number: 2007/027222/07 ( Contractor ) And Registration/ID Number: ( Employer ) Stage Phase Erf No. 1 House Type COVERING

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle Paschim Gujarat Vij Company Limited RAJKOT CITY CIRCLE OFFICE Laxminagar, Nana Mava Main Road, Rajkot 360 004 PHONE NO: (0281) 2365910-2365912 FAX NO: (0281) 2365531 E-mail: serjc.pgvcl@gebmail.com Web

More information

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE Tender Document for 2 years Support of Routers and Manageable Switch Cost of the Tender - Rs. 500/- ( Rupees Five Hundred Only ) Invitation for tender

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1000 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE

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

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT FLORIDA DEPARTMENT OF LAW ENFORCEMENT February 15, 2011 With this sheet you have received solicitation documents for the following: Solicitation No. Number of Addenda as of above date: Item(s) of Bid ITB

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

Purchasing Department 4880 Bulls Bay Highway Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 December 18, 2009 RFQ/ITB RECOMMENDATION FOR AWARD NO.: 020-10/DB GSA 2 CORE CITY/NORTH SIDE RFP

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

AGREEMENT WITH BUILDER. NAME or COMPANY NAME: ADDRESS:

AGREEMENT WITH BUILDER. NAME or COMPANY NAME: ADDRESS: Rev. 04/15 AGREEMENT WITH BUILDER THIS AGREEMENT MADE BETWEEN: ATLANTIC HOME WARRANTY ( AHW ), a body corporate, carrying on business in the Atlantic Provinces and NAME or COMPANY NAME: ADDRESS: POSTAL

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE 9/9/2015 PINTO ISLAND TERMINAL DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST PINTO ISLAND TERMINAL RECEIVING WHSE 910 PINTO DR. NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port

More information

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES Punjab Power Development Company Limited (PPDCL), invites proposals from consultancy firms for providing Legal Consultancy Services to the

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

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

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE: 9/14/17 ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority will be accepting bids on the following or approved equal. Please direct technical

More information

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST All permits require: Completed Application Plan Set Traffic Control Plan Copy of GV contractor's license (when applicable) List of subcontractors with

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

SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT

SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT (November 2 nd, 1998) Page 1 of 12 SERVICING AGREEMENT LAND TITLE ACT FORM C (Section 219.81) Province of British Columbia GENERAL INSTRUMENT

More information

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES)

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES) RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES) 1. DEFINITIONS In these Conditions: Business Day means a day other than a Saturday, Sunday or public holiday in England when banks in London

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST. (ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell

More information

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017 This Addendum No. 1 ( Addendum ) as dated above modifies

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