PROJECT NO Tender. Water System Leak Detection Services

Size: px
Start display at page:

Download "PROJECT NO. 2012-17. Tender. Water System Leak Detection Services"

Transcription

1 PROJECT NO Tender Water System Leak Detection Services MAYOR: Vance Badawey CITY CLERK: Ashley Grigg DIRECTOR: Ron Hanson, C.E.T. CLOSING DATE: Monday, August 13, 2012 at 2:00 p.m. Local Time

2 TABLE OF CONTENTS Title Page Table of Contents Notice Scope of the Project (If Applicable) Special Instructions to Bidders Instructions to Bidders (Refer to Niagara Peninsula Standard Contract Documents) Form of Tender - Form of Tender Declaration - Schedule of Tender Unit Prices - Statement A - List of Sub-Contractors - Statement B - Tenderer s Experience in Similar Work - Statement C Harmonized Sales Tax - Statement D Contractor s Tender & Previous Experience Evaluation - Statement E Tenderer s Current Contract List Agreement to Bond Schedule of Drawings Agreement between the Owner and Contractor (Form of Contract Agreement) Special Provisions - General (Refer to Niagara Peninsula Standard Contract Documents) Special Provisions - Contract Items (Refer to Niagara Peninsula Standard Contract Documents) Special Provisions - Supplementary General Conditions (If Applicable) Special Provisions - Supplementary Contract Items (If Applicable) Special Provisions - Labour Conditions and Fair Wage Schedule (If Applicable) Supplementary General Conditions of Contract (Refer to Niagara Peninsula Standard Contract Documents) OPS General Conditions of Contract (Refer to Niagara Peninsula Standard Contract Documents) Standard Drawings (If Applicable) Geotechnical Report (If Applicable) Appendix (If Applicable)

3 NOTICE This contract utilizes the latest revision of the Niagara Peninsula Standard Contract Document, which forms the specification part of this document, with exception to the Standard Instruction to Bidders, Form of Tender, and Supplementary Special Provisions. The Standard Document is available on the internet at the Tenders section of the Regional Municipality of Niagara website and the responsibility for obtaining or having access to the Document will rest with the Tenderer. Once acquired, the Standard Document can be utilized on all projects which clearly indicate reference and use of the Niagara Peninsula Standard Contract Document. The Standard Document is intended to be used as a reference specification and need not be acquired with each tender or quotation call.

4 INTRODUCTION SCOPE OF THE PROJECT The Port Colborne Distribution System consists of approximately 105 km of water mains servicing a population of over 16,000 people. The system was built over a period of years. Water is supplied to the City from the Regional Municipality of Niagara s (Region) water treatment plant located at 323 King Street, Port Colborne. The distribution system has five primary trunk water mains (Regionally owned) that separate the City into four zones: Zone 1, 2, 3a, 3b and 4. (Note that Zones 3a and 3b are not physically isolated from each other and are therefore considered to be a single zone). The plant produces and distributes over 13 million litres of water per day during peak periods. All chlorination and disinfection occurs at the plant, with no in-line chlorination within the distribution system. The City of Port Colborne is requesting tenders for performing acoustic leak detection activities and leak pinpointing activities on the Port Colborne Distribution System and the associated Port Colborne Drinking Water System trunk watermains. The Contractor will complete acoustic leak detection for Zone 1 initially and will provide quotations for the provision to conduct leak detection for the remainder of the City as determined by the City's Project Manager; thus resulting in leak detection activities occurring in all four Zones. Contractors are to include all items listed in the Form of Tender. All works are to include all necessary material and labour to complete each item, unless specified otherwise. The price to be submitted shall be all inclusive of any and all costs associated in delivering the final end products as specified in this document. This project must be completed by December 01, 2013.

5 SPECIAL INSTRUCTIONS TO BIDDERS I N D E X No. Description Page 1. Named Parties 2 SIB 2. Tender Procedure 2-3 SIB 3. Submission of Tenders 4 SIB 4. Clarification, Omission, Discrepancies 4 SIB 5. Errors and Corrections 5 SIB 6. Estimated Tender Price 5 SIB 7. Tender Award 5 SIB 8. Maintenance Holdback 5 SIB 9. Liquidated Damages 5 SIB 10. Additional Insured 6 SIB 11. Workplace Safety & Insurance Board Certificate of Clearance 6 SIB 12. Acceptance or Rejection of Tenders 6 SIB 13. Confidentiality 6 SIB 14. Additions or Deletions of Tender Items 6 SIB 15. Bidder Performance (Litigation) 7 SIB 16. Tender Deposit 7 SIB 17. Exclusions 7 SIB 18. Negotiations 7-8 SIB 19. Accessibility Regulations for Contracted Services 8 SIB 20. Construction Schedule 8 SIB 21. Geotechnical Report 8 SIB 22. Contractor Performance Evaluation 8 SIB 23. Completion of Contract, Final Inspection and Final Acceptance 9 SIB 1 S IB

6 1. Named Parties For the purposes of this contract the following parties are identified: Owner: The City of Port Colborne Engineer: Insyght Systems Inc. Contract Administrator: Insyght Systems Inc. Contact for Inquiries: Darlene Suddard Environmental Compliance Supervisor City of Port Colborne Telephone No.: (905) ext: 232 Fax No. (905) Contact for Inquiries: Sanjay Sawhney Insyght Systems Inc. Telephone No.: (905) Fax No. (866) Tender Procedure The following policy regarding the submission of tenders and the tender opening procedures will be applicable for this project. Tenderer s are requested to adhere strictly to the instructions concerning submission. All tenders must be sealed and submitted to: Ashley Grigg, City Clerk on the First Floor, City Hall 66 Charlotte Street, Port Colborne, Ontario, L3K 3C8 By the following time: 2:00 p.m. local time Monday, August 13, 2012 Tenders received later than the time specified will not be accepted, regardless of the postal seal date. Tenders must be plainly marked to reveal the contents and the Tenderer's name and address. Tenders received after this time will be unopened and returned to the bidder. Tenders shall be submitted in the three envelopes supplied, as follows: i) The first pre-qualifying envelope shall contain: Certificate of Insurance Workers Compensation Clearance List of Experience (Statement B ) In the event the first envelope does not contain the proper documents, the remaining envelopes will not be opened. 2 S IB

7 ii) The second envelope shall contain Tender deposit in the form of a certified cheque, money order, or an irrevocable letter of credit in the amount of $2, In the event the second envelope does not contain the proper documents, the remaining envelope will not be opened. iii) The third envelope shall contain: Form of Tender (including addenda if applicable). List of Sub-contractors Statement A Proposed Project Team Experience/Statement C Harmonized Sales Tax/Statement D Tenderer s Current Contract List/Statement F Example Field Report and Submittal Timeframe/Statement G Please note that the tender specifications shall not be included in the third envelope. Tenders will be opened the same day that tenders close at 2:15 p.m. local time, Monday, August 13, 2012 in Committee Room #2, Second Floor, City Hall. Any Firm submitting Tenders will be permitted to attend the Tender opening. The total tender price will be announced for each tender opened (excluding H.S.T.). If you wish clarification of specifications, do not use the envelopes provided as they will not be opened prior to the Tender opening. For any additional information contact: Darlene Suddard Environmental Compliance Supervisor Sanjay Sawhney Project Manager Telephone: (905) ext 232 Telephone: (905) Fax: (905) Fax: (866) darlenesuddard@portcolborne.ca ssawhney@insyghtsystems.com The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-writing must be initialed by the Bidder s authorized signing officer. All unit prices must be clearly indicated and all extensions written in figures. The bid must not be restricted by a statement added to the Form of Tender or by covering letter, or by alterations to the Form of Tender as supplied by the City of Port Colborne unless otherwise provided herein. 3 S IB

8 The Form of Tender must be signed and witnessed in the spaces provided on the form, with the signature of the bidder or responsible official of the firm bidding. If a joint bid is submitted, it must be signed and addressed on behalf of each of the bidders. 3. Submission of Tenders Submissions shall not be made by or facsimile. Adjustment by , facsimile, letter or otherwise to a Tender already submitted is not permitted. A bidder will be permitted to withdraw his/her Tender unopened after it has been deposited, if such request is received in writing by the City Clerk prior to the time specified for the opening of Tenders. More than one Tender from an individual firm, partnership, corporation, or association under the same or different names will not be considered. Within a Tender submission, Bidders must bid on each of the items. 4. Clarification, Omissions, Discrepancies It will be the Bidders responsibility to clarify any details in question before submitting their bid. Bidders finding discrepancies or omissions in the specifications or other documents or having any doubts concerning the meaning or intent of any part thereof, should immediately request clarification. Written instructions or explanations will then be sent to all bidders in the form of addenda to the Tender documents. Bidders may inquire into and clarify any requirements of this Tender. Inquiries must be directed to the attention of: Darlene Suddard Sanjay Sawhney Environmental Compliance Supervisor Project Manager Telephone: (905) ext. 232 Telephone: (905) Fax: (905) Fax: (866) darlenesuddard@portcolborne.ca ssawhney@insyghtsystems.com Please note that: No inquiries will be taken on the Closing Date of the Tender. Responses, if not already addressed in the Tender, will be addressed in the form of addendum, if required. No oral interpretations will be effective to modify any provisions of the Tender. Addendum are the responsibility of the Contractor, the Contractor must ensure that all applicable addendum are attached to the Form of Tender prior to submission. 4 S IB

9 5. Errors and Corrections City Staff may clarify any aspect of a Tender submission with the Bidder at any time after the Tender has been opened. Any such clarification will not alter the Tender and will not be constituted as a negotiation or renegotiation of the Tender. The Corporation of the City of Port Colborne is not required to clarify any part of a Tender. Any clarification of a Tender by a Bidder shall not be effective until confirmation has been delivered in writing. 6. Estimated Tender Price The estimated tender price to perform leak detection activities on each Zone is as follows (excluding H.S.T.). Estimated Tender Price (per Zone) $7, Tender Award The award of this tender is subject to the Owner obtaining approval from: The Council of the City of Port Colborne Tentatively, leak detection activities may commence, but are not guaranteed, by: September 2012 see section 19. Schedule for project completion dates. 8. Liquidated Damages The liquidated damages for this contract shall be Two hundred and fifty dollars ($250.00) for each and every day s delay as outlined in Special Provisions General Section G Additional Insured The following parties are identified to be included as additional insured for this project: The Corporation of the City of Port Colborne The Regional Municipality of Niagara 10. Workplace Safety & Insurance Board Certificate of Clearance A generic and/or specific Certificate of Clearance shall be provided to the Department Director or designate and the Certificate shall be valid for sixty (60) days from the date of the commencement of the project. All bidders shall furnish the Workplace Safety & Insurance Compensation Board account number in the Form of Tender where indicated. Prior to release of each and every progress draw if the payment falls out of the 60 day validity period, the successful bidder 5 S IB

10 shall be required to provide a new Certificate of Clearance to the Corporation. The Certificate shall indicate that the bidder has complied with the requirements of the Workplace Safety & Insurance Compensation Board and is in good standing in the records of the Board. 11. Acceptance or Rejection of Tenders The Owner reserves the right in its total discretion to accept or reject any Tender as the interests of the Owner require, without stating the reasons. Therefore, the lowest or any Tender will not necessarily be accepted. To be used in conjunction with Statement D of the Form of Tender. 12. Confidentiality The City of Port Colborne will treat all bids as confidential. The City will comply with the Municipal Freedom of Information and Protection of Privacy Act, and its retention by-law pursuant to the Municipal Act, in respect of all bids. All reports approved by the Council of the City of Port Colborne will become public information. These reports will not include bid documents. The City will retain all copies of all bids successful or otherwise. 13. Additions or Deletions of Tender Items The City of Port Colborne reserves the right to add or delete from any portion or portions of the Form of Tender. OPS General Conditions of the Contract Section GC Variations in Tender Quantities is to be omitted from this Contract. 14. Bidder Performance (Litigation) The Corporation may, in its sole discretion, reject a Bid if a Bidder: i. Has, at any time, threatened, commenced or engaged in legal claims or litigation against any of the Organizations listed in Section 1. Named Parties. ii. Is involved in a claim or litigation initiated by the Corporation. iii. Previously provided goods or services to the Corporation in an unsatisfactory manner. iv. Has failed to satisfy an outstanding debt to the Corporation. v. Has a history of illegitimate, frivolous, unreasonable, or invalid claims. vi. Provides incomplete, unrepresentative or unsatisfactory references. vii. Has engaged in conduct that leads the Corporation to determine that it would not be in the Corporation s best interests to accept the Bid. viii. Has a conflict of interest or that which may be viewed as a conflict of interest either with or by the Corporation. 6 S IB

11 15. Tender Deposit Tender deposits with the exception of the two (2) lowest bidders will be returned within fifteen (15) days after the tenders are opened. The tender deposit of the second lowest bidder will be returned once the Contract has been accepted by Council. The tender deposit of the successful bidder will be held until all necessary documentation has been provided, the Agreement has been duly executed and the bidder has provided evidence, satisfactory to the City, that all arrangements have been made for commencement of the services to be provided, on the Contract start date. 16. Exclusion Except as expressly and specifically permitted herein, no bidder shall have any claim for any compensation of any kind whatsoever, as a result of participating in this Tender, and by submitting a Tender each bidder shall be deemed to have agreed that it has no claim. 17. Negotiations If all bids are over budget, the Owner reserves the right to negotiate the terms of the project contract, including price and scope of work, directly with the lowest bidder, to identify cost saving opportunities associated with alternate process, material or construction methods. If an acceptable contract agreement cannot be met with the lowest bidder, the Owner reserves the right to negotiate an acceptable contract with the next lowest bidder. If an agreement cannot be reached which is acceptable to the Owner, the Tender will be cancelled without award. The Owner further reserves the right in its sole discretion to cancel the contract at any time without an award being made. 18. Accessibility Regulations for Contracted Services Contracted employees, third party employees, agents and others that provide customer service on behalf of the City of Port Colborne are legally responsible with the provisions outlined in Section 6 of the Ontario Regulation 429/07 with respect to training. The Contractor shall ensure that such training includes, without limitation, a review of the purposes of the Act and the requirements of the Regulation, as well as instruction regarding all matters set out in Section 6 of the Regulation. By signing the Form of Tender, the Contractor has agreed to be in full compliance with this regulation. 19. Project Schedule The Owner/Contract Administrator shall provide the Contractor with the proposed schedule of leak detection activities. At the Owner s discretion, the Contractor may be required to perform leak detection on up to 4 Zones in the distribution system. 7 S IB

12 This shall be a Completion Date Contract. If the City chooses to award leak detection activities for all Zones (1, 2, 3a/3b and 4) to the successful bidder, all services MUST be completed by December 1, The liquidated damages clause of this contract will be strictly enforced. Bi-weekly progress meetings, if required, will be held while each Zone is monitored, with attendance required by the Contractor and City staff. 20. Geotechnical Report If Applicable. 21. Contractor Performance Evaluation Upon completion of the work the contractor and their sub-contractors will all be subject to a performance evaluation, which will be completed by the Contract Administrator/Inspector, and will be kept on file by the City. The Contractor will provide a list to the Contract Administrator/Inspector listing all of the primary sub-contractors which worked on the project. Copies of the Performance Evaluations will be available to the Contractor and their subcontractors upon written request. 22. Completion of Contract, Final Inspection & Final Acceptance The works covered by this document will not be deemed complete by the City until all works remaining on the deficiency list have either been completed or remedied to the Cities satisfaction. Once this has been done inspection will be required prior to the Completion Certificate being issued. All Maintenance periods will commence once the Completion Certificates have been signed by both parties. Upon the expiration of the Maintenance period, the works will be re-inspected and any new deficiencies which have arose during the maintenance period will be remedied by the Contractor within 20 working days upon receiving written notice of the new deficiencies. Should the work not be remedied in a satisfactory and timely matter, at the expiration of the 20 working days the contractor will forfeit the remaining holdback monies to the City. 8 S IB

13 INSTRUCTIONS TO BIDDERS (Refer to Niagara Peninsula Standard Contract Documents)

14 FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. Contractor s Representative DOCUMENTS INCLUDED IN TENDER Special Provisions Special Instructions to Bidders Instructions to Bidders General Conditions Supplementary General Conditions Standard Specifications (as noted) Drawings (as noted) Addenda (if applicable) and have carefully examined the site and location of the work to be done under this contract. We, the undersigned Contractor(s), understand and accept the said drawings and tender documents, and, for the prices set forth in this Tender, hereby offer to furnish all machinery, labour, tools, apparatus and other means of construction, furnish all materials except as otherwise specified in the Tender, and to complete the work in strict accordance with the drawings and contract documents referred to above, for the total tender price of ($ ) excluding H.S.T. Dollars. 1 F T

15 ADDENDA COMMENCEMENT AND COMPLETION TENDER IS OPEN TO ACCEPTANCE & IRREVOCABLE * to be filled in by Tenderer. OFFERED ON BEHALF OF THE CONTRACTOR Signature Signature Company Name Address Witness Date (mm/dd/yy) We acknowledge that we have received Addendum/Addenda No. to No. inclusive, and that all changes specified in the Addendum/Addenda have been included in the prices submitted. We agree to commence work as specified to proceed continuously to the completion and to complete by the expiration of allotted working days, or completion (delivery) date, whichever has been specified in this document. We agree that this tender is to continue open to acceptance and irrevocable until the formal contract has been executed by the successful tenderer for the said work, and the bond or bonds as specified have been executed by the approved surety or sureties, and that the Owner may, at any time, within 40 (forty) calendar days of closing date, accept this bid without notice, whether any bid has been previously accepted or not. Insert Workplace Safety & Insurance Board Account No. Contractor s Seal Witness 2 F T

16 NOTE: (a) (b) (c) If the Tenderer is a Corporation, the Corporate seal must be affixed under the signature of a duly authorized officer or officers of the Corporation. If the Tenderer is not a Corporation or a Partnership, the Tenderer must sign in the presence of a witness who must also sign. If the Tenderer is a Partnership, each member of the Partnership must sign in the presence of a witness who must also sign. 3 F T

17 1. SCHEDULE OF QUANTITIES Item Description Price Leak Detection in Zone 1 Zone 1 May include up to 18 valve chambers requiring confined space entry Includes approximately 225 valves and 161 hydrants and 1,873 curb stops TOTAL: $ * PROVISIONAL ITEMS Contractors must bid on Provisional Items, however they are to be excluded from the Total Tender Price Item Zone 2 Zone 3 Zone 4 Leak Detection in Zone 2 Description May include up to 25 valve chambers requiring confined space entry Includes approximately 237 valves, 180 hydrants and 1,627 curb stops Leak Detection in Zone 3 May include up to 24 valve chambers requiring confined space entry Includes approximately 362 valves, 150 hydrants and 1,727 curb stops Leak Detection in Zone 4 May include up to 15 valve chambers requiring confined space entry Includes approximately 107 valves, 95 hydrants and 742 curb stops $ $ $ Unit Price $ 4 F T

18 SCHEDULE OF QUANTITIES TENDER SUMMARY SECTION 1 Zone 1 - Leak Detection Services $ TOTAL TENDER PRICE $ AMOUNT NOTE: The above TOTAL TENDER PRICE shall exclude the provisional items and the HST, and shall be entered on pages FT 1 and FT 9 of the Form of Tender. 5 F T

19 LIST OF SUB-CONTRACTORS STATEMENT A The bidders shall list hereunder the names of all sub-contractors intended to be used in the execution of this work subject to the approval of the Contract Administrator. All work not performed directly by the Contractor's forces shall be included in this list. Unless this list is properly completed, the Tender may be disqualified. All changes to this list must be approved by the Contract Administrator. SUB-TRADE NAME OF SUB-CONTRACTOR ADDRESS OF SUB- CONTRACTOR 6 F T

20 STATEMENT B TENDERER'S EXPERIENCE IN SIMILAR WORK YEAR COMPLETED DESCRIPTION OF WORK FOR WHOM WORK PERFORMED VALUE 7 F T

21 PROPOSED PROJECT TEAM EXPERIENCE ROLE STAFF NAME QUALIFICATIONS STATEMENT C YEARS OF EXPERIENCE 8 F T

22 STATEMENT D (a) Harmonized Sales Tax (HST): The Contractor shall NOT include any amount in his tender price for the Harmonized Sales Tax (H.S.T.) Any amount to be levied with respect to the H.S.T. will be included as a separate item on the payment certificate. The appropriate H.S.T. levy will be paid to the Contractor in addition to the amount approved by the Contract Administrator for work performed under the contract and will, therefore, not affect the amount of the contract. The contractor will be required to make the appropriate remittance to Revenue Canada in accordance with the legislation. i) Total Tender Price $ ii) Estimated Cost of Harmonized Sales Tax $ iii) Total Contract Amount [(i) + (ii)] $ iv) H.S.T. Registration Number: Company Name Signature Signature Address Contractor s Seal Witness Witness 9 F T

23 CONTRACTOR S TENDER & PREVIOUS EXPERIENCE EVALUATION SHEET STATEMENT E (To be utilized at the discretion of the City should any inconsistencies arise in the bidding process which will then implement Special Instructions to Bidders No. 12 Acceptance or Rejection of Tenders.) Example: FACTOR WEIGHTING COMPANY A 1. Technical Expertise and 15 Resources 2. Similar Work Experience 10 and Local Expertise 3. Sub-contractor list 5 4. Project Schedule Statement E Project Understanding 5 6. Methodology (Work Plan, Innovation, Schedule, etc.) Draft Design Proposals 5 Sub-total: Cost Factor 15 GRAND TOTAL: 100 WEIGHTED SCORE COMPANY B WEIGHTED SCORE Notes: Cost score will show maximum (15) for lowest cost and pro-rated proportionally to highest cost (to a value of up to 1.5 times of low cost. No points will be awarded for costs exceeding 1.5 times of low cost). The following dates listed in the Special Instructions to Bidders No. 20. Schedule are key to the project progress. Should the contractor wish to alter the schedule it should be attached as a separate sheet to Statement E with an explanation for the change in timing. Bearing in mind that any change to the schedule may affect the contractors total score. 10 F T

24 YEAR AWARDED TENDERER'S CURRENT CONTRACT LIST CURRENTLY UNDER CONSTRUCTION AND INCOMPLETE AS OF JULY 31, 2012 DESCRIPTION OF WORK FOR WHOM IS WORK STATEMENT F ANTICIPATED COMPLETION DATE 11 F T

25 EXAMPLE FIELD REPORT AND SUBMITTAL TIMEFRAME STATEMENT G Bidder shall attach a copy of the proposed field report to be used to detail leak detection findings and indicate the submittal timeframe for completed reports. 12 F T

26 SPECIAL PROVISIONS - GENERAL (Refer to Niagara Peninsula Standard Contract Documents) SPECIAL PROVISIONS CONTRACT ITEMS (Refer to Niagara Peninsula Standard Contract Documents) SPECIAL PROVISIONS SUPPLEMENTARY GENERAL CONDITIONS (If Applicable) SPECIAL PROVISIONS SUPPLEMENTARY CONTRACT ITEMS (If Applicable) SPECIAL PROVISIONS LABOUR CONDITIONS & FAIR WAGE SCHEDULE (If Applicable) SUPPLEMENTARY GENERAL CONDITIONS OF CONTRACT (Refer to Niagara Peninsula Standard Contract Documents) OPS GENERAL CONDITIONS OF CONTRACT (Refer to Niagara Peninsula Standard Contract Documents) 1 S GC

27 SPECIAL PROVISIONS - SUPPLEMENTARY GENERAL CONDITIONS In addition to the conditions stipulated in the Niagara Peninsula Standard Contract Document, the following shall also apply. SPSGC-1 Order of Precedence: In the event of any inconsistency or conflict in the contents of the following documents, such documents shall take precedence and govern in the following descending order: SPSGC-2 a) Agreement b) Addenda c) Special Provisions Supplementary General Conditions d) Special Provisions Supplementary Contract Items e) Special Provisions General f) Special Provisions Contract g) Drawings Issued for Construction h) Standard Specifications i) Special Instructions to Bidders j) Form of Tender k) Supplementary General Conditions l) OPS General Conditions m) Drawings Issued for Tender Later dates shall govern within each of the above categories of documents. This contract encompasses the provision of all labour, materials and equipment necessary for City-wide leak detection services for the Port Colborne Distribution System and associated Port Colborne Drinking Water System (Regional-owned) trunk watermains, to be conducted one Zone at a time for a possible 4 Zones total. The above description is general only and shall not be construed as limiting the scope of the contract. SPSGC-3 The City of Port Colborne distributes water to customers through the Port Colborne Distribution System which receives water from the Region of Niagara (Region) -owned and operated Port Colborne Drinking Water System, of which the following components are part of: the water treatment plant, trunk watermains, valve chambers, storage and pumping facilities. 2 S GC

28 The Port Colborne Distribution System is approximately 105 km in length, has an average age of 33 years, and is comprised of various materials as shown in the table below: Material Non- Metallic Length (m) Metallic Length (m) PVC 53,437 HYPRESCON 226 PE / PHE 49 ASBESTOS CEMENT 4,490 DUCTILE IRON 3,951 CAST IRON 40,877 STEEL 700 Totals: 58,202 45,528 The Region s trunk watermains are approximately 5.6 km in length and are comprised as follows: SPSGC-4 Material Length (m) PVC 22 CONCRETE PRESSURE PIPE 3,312 CONCRETE REINFORCED PIPE 1,890 ASBESTOS CEMENT 195 CAST IRON 17 UNKNOWN 165 Totals: 5,601 Port Colborne Distribution System maps, showing the location of each valve, hydrant and pipe are provided in digital form with these tender documents to be used for leak detection and locating purposes. Additionally, a map of the Region s trunk watermains in the City, indicating the location of valves, valve chambers and any other appurtenances is provided. Hydrants located on private property are outside of the scope of this contract, unless otherwise specified. SPSGC-5 There are twenty-two (22) Regional valve chambers, which will be required to be entered to listen on the valves, as the valves are not accessible from the surface. The breakdown of Regional valve chambers per Zone is roughly as follows: 3 S GC

29 Zone # of valve chambers Additionally, there are approximately sixty (60) City-owned valve chambers that may require entry to listen on the valves. The breakdown by zone is roughly fifteen (15) per zone. Note that City Staff are confident that the majority of the City s valves can be accessed from the surface with most leak detection devices and therefore will not require entry. SPSGC-6 City Staff shall provide a plan to the successful Contractor, indicating when and where leak detection activities shall start in the distribution system/trunk mains and proceed throughout each respective Zone, at least one week prior to the scheduled start date. SPSGC-7 The City s Utility Locate Technician will mark out the location of curb stops in the Zone to be monitored before leak detection activities commencing in that Zone. The Contractor shall follow the planned sequence of monitoring to ensure the appropriate valves have been located and marked by the Technician. SPSGC-8 The City will notify area residents prior to and throughout the leak detection program and will ensure Emergency Services are made aware of the activities, in case of after hours calls or enquiries and will post notification in the local newspaper. SPSGC-9 The Contractor is responsible for providing appropriate notification to property owners or occupants in the event access to private property is needed to assist in locating or pinpointing a leak SPSGC-10 It is the responsibility of the successful proponent to familiarize themselves with the existing climate, soil, environmental and existing infrastructure conditions as well as any other existing conditions within the City of Port Colborne which may be a factor in the methodology to be used as set out by the successful proponent. 4 S GC

30 SPSGC-11 The Contractor's equipment (including vehicles) shall be clearly marked with the name of the Contractor, and staff shall provide proof of identification. The Contractor is to provide contact information for the Contract Administrator if requested by property owners or members of the public. SPSGC-12 The successful bidder shall note that only the following words or from blasting or vibration from pile driving or caisson work may be deleted on the following clause of the Certificate of Insurance: No exclusions for damage or loss from the removal or weakening of support of any property, building or land whether such support be natural or otherwise or from blasting or vibration from pile driving or caisson work. SPSGC-13 Any damage to lawns, driveways, etc. shall be repaired or replaced immediately by the contractor at their expense. SPSGC-14 All work completed by the Contractor on the water distribution system shall be done in accordance with the Safe Drinking Water Act, 2002, Section 12. Section 12 requires that No person shall operate a municipal drinking water system or a regulated non-municipal drinking water system unless the person holds a valid operator s certificate issued in accordance with the regulations. Valve and/or hydrant manipulation activities are outside of the scope of this contract as these activities are defined as operating activities. Any manipulations will be conducted by either the City s licensed Operators, or by the Region s licensed Operators. All personnel assigned to the project shall receive the City s mandatory on-site Information for Contractors performing work on the Port Colborne Distribution System training prior to beginning any leak detection activities, in accordance with the City s Municipal Drinking Water License. If it is proven that operational functions, such as hydrant operation or valve manipulation have been performed by an unauthorized person, that person and their employer will be reported to the Ministry of Environment, in accordance with due diligence requirements for licensed operators. SPSGC-15 It is anticipated that leak detection activities shall primarily be conducted at night and the City can accommodate this. It is suggested that the hours of work be from 10:00 pm to 06:00 am to ensure better results, and to allow for proper scheduling of City and/or Regional Staff. 5 S GC

31 SPSGC-16 The bid shall include by name all personnel to be involved with this program, including, but not limited to, the project manager, the on-site supervisor and any field technicians that may be utilised. A description of these individuals qualifications and past experience, specifically related to leak detection and pinpointing, will be required. If the contractor intends to use sub-contracted personnel, qualifications shall be provided in the bid. Staff undertaking leak detection activities must be suitably trained in the use of equipment utilised and have a minimum experience of 2 years. SPSGC-17 No substitution of personnel shall be permitted without the prior approval of the City s Contract Administrator. SPSGC-18 The owner does not ensure the accuracy, correctness or completeness of the plans with respect to existing underground or aboveground services, or other objects, such as utilities, watermains, forcemains, pipes, manholes, catchbasins, chambers, communications, and process piping. The Contractor shall not make any claim against the Owner for damages or extra work caused or occasioned by his relying upon such services, reports or information either as a whole or in part. Prior to construction the Contractor shall obtain the services of a private locator to verify locations of the utilities and underground services on private property. SPSGC-19 The Bid shall include copies of the intended reports, the format to be used and proposed time frame for submittal. SPSGC-20 Any work that is conducted on a Saturday will not be considered as a Contract working day. Work on Saturdays will be subject to approval by the City s representative. SPSGC-21 Payment for each item listed in the Form of Tender shall be made according to the unit rates specified in the Form of Tender. SPSGC-22 In addition to GC 3.07 the following shall also be amended to include:.04 If the Work is delayed by labour disputes, strikes or lock-outs including lock-outs decreed or recommended to it s members by a 6 S GC

32 recognized union organization, of which the Owner is a member or to which the Owner is otherwise bound, which are beyond the Owner s control, then the contract time shall be extended in accordance with section GC In no case shall the extension of Contract Time be more than the time lost as the result of the event causing the delay, unless a longer extension is agreed to by the Owner. The Contractor shall not be entitled to payment for standby time. 7 S GC

33 SPSCI-1 SPECIAL PROVISIONS - SUPPLEMENTARY CONTRACT ITEMS ALLOWANCE FOR CONSTRUCTION SIGNS, TRAFFIC CONTROL, AND TRAFFIC MANAGEMENT PLAN Item 1.2, SPCD-A2 In addition to the conditions stipulated in the Niagara Peninsula Standard Contract Document, the following shall also apply. In addition to the Traffic Protection Plan required under the O.H.S.A., O.T.M. Book 7 and the M.O.L., paid for under the Contract Items, the Contractor shall be responsible for the preparation of a traffic management plan, to be provided to the Contract Administrator for review, within seven (7) days of the contract award. It shall conform to all necessary regulations. This plan shall have details for the following requirements but shall not be limited to: traffic flows with regards to work schedule traffic management during peak traffic flows maximum delay time number of flagpersons and communication devices (minimum two) Contract rates shall include for traffic control flagging throughout the duration of the project and in accordance with the Manual of Uniform Traffic Control Devices and the requirements of the Construction Safety Association of Ontario. The Contractor shall stage his operations to ensure that one lane of traffic remains open at all times. Vehicular and pedestrian access to all businesses, homes and side streets must be maintained at all times. No road closures will be allowed, unless approved by the Contract Administrator and granted through City Council. Co-ordination and cooperation from the Contractor will be required to ensure minimum disruption during all phases of construction. The Contractor is responsible for the installation and removal of all construction signage and daily maintenance of all signs throughout the duration of the contract. It shall be the responsibility of the Contractor to notify Emergency Services, the Niagara Region (for household waste and recycling pick up), any school boards or Canada Post, all which may be affected, when necessary, as to the current status of construction as it pertains to safe passage of traffic within the construction limits. The Contractor must provide copies of any applicable traffic control plans required for construction at the pre-construction meeting, for review and approval of the Contract Administrator/Inspector prior to commencement of construction. The Contractor must provide copies of their staffing certification for traffic control and traffic protection training certification, prior to the commencement of construction. 1 S CI

34 SPSCI-2 CONFINED SPACE ENTRY Leak detection activities conducted in valve chambers requiring entry, shall be conducted in accordance with O.Reg. 632/05 Confined Spaces. The Contractor shall be responsible for providing all personnel and equipment and for preparing all plans and permits and employee training necessary for compliance to the regulation. LEAK DETECTION ACTIVITIES SPSCI-3 The Contractor will perform leak detection activities generally as follows: a. As directed by the City Project Manager or Contract Administrator, work in designated areas of the City. All work must be completed in the designated area before moving to another area of the system. b. Acoustic leak detection is performed in each area with the assistance of hydrophones, ground microphones and other methods and tools by trained and experienced individuals. c. Detailed leak detection activities along all plastic water mains that would include leak detection of every service valve, every main valve, and every fire hydrant. d. Repeat acoustic leak detection in areas where suspected leaks may exist. e. Follow-up correlation to pinpoint suspected leak locations. SPSCI-4 The Contractor will be responsible for pinpointing leaks that will allow a repair crew at the City's direction to invoke a repair with minimal disruption. Pinpointed leak location shall be marked on the ground using white marking paint. SPSCI-5 Pinpointed occurrences of detected leaks are to be recorded and provided to the City referencing asset identifiers (valve #, hydrant #, service/hydrant valve # - where available) as provided by the City along with nearest municipal address, street name, location description of leak, and an indicator of the kind of leak it may be. SPSCI-6 The City is responsible for undertaking repairs to leaks found and other associated restorations. 2 S CI

35 SPSCI-7 The Contractor will be held accountable for the full cost of excavation and restoration expenses in the event a leak is not found at the location identified by the Contractor, or an excavation of more than 10 feet (3 metres) from the pinpointed area is required to uncover the leak, except under extenuating circumstances (i.e. underground natural springs). SPSCI-8 The Contractor is expected to formally record deviations found in the field from what is shown on the provided mapping. This information is to be communicated to the City on completion of each phase, so that the City can update the water system inventory and mapping system. SPSCI-9 The Contractor will repeat leak detection in areas following resolution of initially identified leaks to determine if other leaks are present that may have been previously masked, on a mutually agreed timetable. 3 S CI

36 ATTACHMENT A DISTRIBUTION SYSTEM MAPS Files provided on enclosed CD include: WaterDistributionSystemZone1.pdf WaterDistributionSystemZone2.pdf WaterDistributionSystemZone3.pdf WaterDistributionSystemZone4.pdf

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

TOWN OF WINDSOR REQUEST FOR QUOTES. Drying Bed Construction

TOWN OF WINDSOR REQUEST FOR QUOTES. Drying Bed Construction QUOTATION Closing Date: May 13, 2016 at 3:00pm Opening Date: May 13, 2016 at 3:00pm At 100 King Street, Windsor N.S. Quotes can be faxed to 902-798-5679 Attn: Todd Richard or Mailed or dropped off at the

More information

REQUEST FOR PROPOSAL SUPPLY & INSTALL TELEPHONY SYSTEM LOCATED AT CITY HALL, 66 CHARLOTTE STREET

REQUEST FOR PROPOSAL SUPPLY & INSTALL TELEPHONY SYSTEM LOCATED AT CITY HALL, 66 CHARLOTTE STREET REQUEST FOR PROPOSAL SUPPLY & INSTALL TELEPHONY SYSTEM LOCATED AT CITY HALL, 66 CHARLOTTE STREET Closing Date: Tuesday February 22, 2011 at 2:00pm local time TELEPHONY RFP-2011-01 Page 1 Confidentiality

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

PROJECT NO. 2015-25 TENDER VEHICLE PURCHASE 2015/2016 FLEET V-6 4 DOOR AWD S.U.V.

PROJECT NO. 2015-25 TENDER VEHICLE PURCHASE 2015/2016 FLEET V-6 4 DOOR AWD S.U.V. PROJECT NO. 2015-25 TENDER VEHICLE PURCHASE 2015/2016 FLEET V-6 4 DOOR AWD S.U.V. MAYOR: John Maloney DIRECTOR: Thomas B. Cartwright, City Fire Chief CITY CLERK: Ashley Grigg CLOSING DATE: Monday, November

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages May 2016 PAGE 2 CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations for the completion of masonry restoration at the Nepean Creative Arts Centre located at 35

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than

More information

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05 Joint Request for Proposal For the Provision of By-law Enforcement and Property Standards Services For Township of Chatsworth Municipality of Grey Highlands Municipality of West Grey December 1, 2015 December

More information

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01 The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, On L9V 0G8 REQUEST FOR QUOTATION FOR GOODS AND SERVICES RFQ-2016-01 SCREENING, HAULING, MIXING & STACKING WINTER SAND QUOTATIONS

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 645-2013

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 645-2013 THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 645-2013 REPLACEMENT OF VALVE CHAMBER AND ASSOCIATED WORKS AT ELDRIDGE AVENUE AND HANEY STREET Table of Contents Bid Opportunity No. 645-2013 Page

More information

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer

More information

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS 1 REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: TEMPORARY FLOW MONITORING SERVICES Project No.: 4712-2010 FOR MINOR WORKS PROJECTS RFEOI/SOQ for Project # 4712-2010 Page 1

More information

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department Township of Wellesley REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department for the Township of Wellesley Fire Department Page

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF

More information

THE REGIONAL MUNICIPALITY OF NIAGARA

THE REGIONAL MUNICIPALITY OF NIAGARA THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR PROAL AVAYA TELEPHONE SYSTEM PROAL NUMBER: 2015-RFP-13 ISSUE DATE: APRIL 20, 2015 CLOSING LOCATION: THE PURCHASING OFFICE THE REGIONAL MUNICIPALITY OF NIAGARA

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

Invitation for Bid Sewer Repair Project

Invitation for Bid Sewer Repair Project Invitation for Bid Sewer Repair Project Section 1 History, Objective, Required Services, and Specifications Objective Repair/Replace a collapsing sewer line consisting of terra cotta clay and concrete.

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise

More information

REQUEST FOR QUOTATION FOR. Interior Painting Gemini Sportsplex REQUEST FOR QUOTATION CLOSING

REQUEST FOR QUOTATION FOR. Interior Painting Gemini Sportsplex REQUEST FOR QUOTATION CLOSING REQUEST FOR QUOTATION FOR Interior Painting Gemini Sportsplex REQUEST FOR QUOTATION CLOSING Date: MAY 29, 2015 TIME: 2:00:00 P.M. local time ADDRESSED TO: Robert Lilbourne, Director of Parks and Recreation

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Request for Proposal

Request for Proposal Request for Proposal Design, Build, Lease Rooftop Solar PV System RFP# 14-2015 Calabogie Community Rink, 574 Mill Street, Calabogie, Ontario Proposal Closing Date: September 25, 2015; 2:00 PM Local Time

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 598-2016 RECONSTRUCTION OF LAFLECHE TENNIS COURTS

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 598-2016 RECONSTRUCTION OF LAFLECHE TENNIS COURTS THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 598-2016 RECONSTRUCTION OF LAFLECHE TENNIS COURTS Bid Opportunity No. 598-2016 Table of Contents PART A - BID SUBMISSION TABLE OF CONTENTS Form

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to

More information

Request for Proposal

Request for Proposal Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information

REQUEST FOR BIDS. Project Management Technical Services

REQUEST FOR BIDS. Project Management Technical Services REQUEST FOR BIDS Project Management Technical Services SECTION 1: GENERAL INSTRUCTIONS TO BIDDERS 1. Bids must be submitted in the form specified in this invitation, if any, and sealed in an envelope or

More information

Request for Proposal for Landscape Architect RFP #2014-08

Request for Proposal for Landscape Architect RFP #2014-08 Request for Proposal for Landscape Architect RFP #2014-08 The Corporation of the Township of Cramahe 1 Toronto Street, P.O. Box 357 Colborne, Ontario K0K 1S0 The Corporation of the Township of Cramahe

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 233-2016 2016 WATERMAIN RENEWALS CONTRACT

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 233-2016 2016 WATERMAIN RENEWALS CONTRACT THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 233-2016 2016 WATERMAIN RENEWALS CONTRACT 1 Bid Opportunity No. 233-2016 Table of Contents TABLE OF CONTENTS PART A - BID SUBMISSION Form A: Bid

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES

REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS, B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Sealed proposals submitted

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

QUOTATION DOCUMENT. 2014 2016 Pavement Marking

QUOTATION DOCUMENT. 2014 2016 Pavement Marking The Corporation of the City of Woodstock QUOTATION DOCUMENT 2014 2016 Pavement Marking Project # 73530 Table of Contents 1 GENERAL... 3 2 QUOTATION DEPOSIT... 3 3 TENDERER TO INVESTIGATE... 3 4 RIGHT TO

More information

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT CONDITIONS OF TENDER TENDER NO : XXX TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT EVALUATION CRITERIA 1. Unless otherwise allowed by the Ministry

More information

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY Request for Proposals PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY CLOSING LOCATION 2270 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME DATE: MARCH 1 ST, 2013 3

More information

REQUEST FOR EXPRESSIONS OF INTEREST

REQUEST FOR EXPRESSIONS OF INTEREST REQUEST FOR EXPRESSIONS OF INTEREST RISK ASSESSMENT SOFTWARE & CONSULTANCY SERVICES EYRE PENINSULA LOCAL GOVERNMENT ASSOCIATION (referred to as "EPLGA" or the "Association") ABN 90 992 364 300 TABLE OF

More information

Website Design, Development and Support Services. Request for Proposal For The Corporation of the Town of Gore Bay

Website Design, Development and Support Services. Request for Proposal For The Corporation of the Town of Gore Bay Website Design, Development and Support Services Request for Proposal For The Corporation of the Town of Gore Bay Issue Date: November 10 th 2015 Closing: December 4 th 2015 1 PROJECT OVERVIEW You have

More information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

REQUEST FOR QUALIFICATIONS. 2013 Concrete Rehabilitation Program. Various Locations within the City of Centennial PROJECT NO.

REQUEST FOR QUALIFICATIONS. 2013 Concrete Rehabilitation Program. Various Locations within the City of Centennial PROJECT NO. REQUEST FOR QUALIFICATIONS 2013 Concrete Rehabilitation Program Various Locations within the City of Centennial PROJECT NO. 2013-RFQ-13-01-01 Request for Qualifications due: Date: Friday, January 11, 2013

More information

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 CITY OF WARWICK BIDS REQUESTED FOR

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 CITY OF WARWICK BIDS REQUESTED FOR CITY OF WARWICK PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 SCOTT AVEDISIAN MAYOR PATRICIA A. PESHKA PURCHASING AGENT The following

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

Kennebecasis Valley Fire Department Inc.

Kennebecasis Valley Fire Department Inc. Inc. Chief Bill Ireland Deputy Chief Dan McCoy 7 Campbell Drive, Rothesay, NB E2E 5B6 Phone (506 848-6604 Fax (506 848-6608 Email: admin.kvfd@nb.aibn.com REQUEST FOR QUOTATION RFQ No. 15-1030 Winter Maintenance

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

REQUEST FOR PROPOSAL RFP #12-004. For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m.

REQUEST FOR PROPOSAL RFP #12-004. For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m. REQUEST FOR PROPOSAL RFP #12-004 For the Provision of After Hours Answering Services Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m. Children s Aid Society of London and Middlesex 1680 Oxford Street

More information

Vendor Management Program

Vendor Management Program The Corporation of the City of Kawartha Lakes is committed to the provision of a safe and healthy work environment for its employees, contractors and visitors. To promote this type of environment, the

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 407-2010

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 407-2010 THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 407-2010 2010 ACTIVE TRANSPORATION INFRASTRUCTURE PROGRAM DAKOTA/DUNKIRK PATHWAY PHASE I WARDE AVENUE TO BISHOP GRANDIN BOULEVARD Bid Opportunity

More information

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS Bid Opportunity No. 656-2011 Page 1 of 8 FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS 2. Bidder Name of Bidder Usual Business Name of Bidder as it appears

More information

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: SR-39-H-15 NSLC Contact:

More information

PROVISION OF LEGAL SERVICES

PROVISION OF LEGAL SERVICES COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents

More information

FORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11

FORM A: BID (See B8) 1. Project Title 2006 COMBINED SEWER RENEWALS - CONTRACT 11 Bid Opportunity No. 638-2006 Page 1 of 20 Template Version: C120060615 FORM A: BID (See B8) 1. Project Title 2. Bidder Name of Bidder Street City Province Postal Code Facsimile Number (Mailing address

More information

CENTENNIAL POOL BULKHEAD REPLACEMENT

CENTENNIAL POOL BULKHEAD REPLACEMENT Halifax PO Box 1749 Halifax, Nova Scotia B3J 3A5 Canada TENDER # 16-162 SPECIFICATIONS FOR CENTENNIAL POOL BULKHEAD REPLACEMENT Halifax Planning and Infrastructure DATE: March 11, 2016 CLOSING DATE: 2:00

More information

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292 THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292 MANITOBA PARKS AND PROTECTED SPACES WEKUSKO FALLS CAMPGROUND WATER TREATMENT PLANT UPGRADES AE Project #: 20154758 Page 1 of 5 Table of Contents

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts) STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

More information

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Request for Qualifications No. FPCC-RFQ-001 Issue date: July 4, 2013 Closing location: MAIL ONLY: COURIER/BY HAND: First Peoples'

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes

More information

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1. Request for Proposal Finance and Corporate Services Department 5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain 1. Introduction 1.1 The City of Richmond (the City

More information

REQUEST FOR PROPOSAL: PRT 2015-04 - LIVE STREAMING WEBCAMS

REQUEST FOR PROPOSAL: PRT 2015-04 - LIVE STREAMING WEBCAMS REQUEST FOR PROPOSAL: PRT 2015-04 - LIVE STREAMING WEBCAMS The Township of Algonquin Highlands is accepting proposal / quotation for the supply, installation and support of outdoor live streaming webcams

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

CLIENT / PROJECT MANAGER AGREEMENT

CLIENT / PROJECT MANAGER AGREEMENT Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

Village of Nakusp RFQ 2016-1 Source Protection Plan RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 514-2016 NEWPCC BOILER #3 ASSESSMENT AND REPAIR

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 514-2016 NEWPCC BOILER #3 ASSESSMENT AND REPAIR THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 514-2016 NEWPCC BOILER #3 ASSESSMENT AND REPAIR Bid Opportunity No. 514-2016 Table of Contents PART A - BID SUBMISSION TABLE OF CONTENTS Form A:

More information

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT TAHOE REGIONAL PLANNING AGENCY 128 Market Street P.O. Box 5310 Phone: (775) 588-4547 Stateline, NV 89449 Stateline, Nevada 89449-5310 Fax (775) 588-4527 www.trpa.org Email: trpa@trpa.org REQUEST FOR PROPOSAL

More information

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE LED LIGHTING UPGRADE MADOC & DISTRICT RECREATION CENTRE 45 COOPER RD DATE OF ISSUE: April 18, 2016 TENDER CLOSING: INQUIRIES TO: 12:00 Noon local time,

More information

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act.

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act. AGREEMENT OF PURCHASE & SALE FOR TURN KEY NEW CONSTRUCTION (House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act The Buyer of

More information

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified

More information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

More information