REQUEST FOR QUOTATION for MUNICIPAL DRAIN MAINTENANCE WORK RFQ-DM NO. XXXXX. DRAIN NAME ~ XXX Drain

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION for MUNICIPAL DRAIN MAINTENANCE WORK RFQ-DM NO. XXXXX. DRAIN NAME ~ XXX Drain"

Transcription

1 DEVELOPMENT SERVICES ENGINEERING DIVISION MUNICIPAL DRAIN SECTIONS Doc. ID No.: T4 Rev.0, April 2014 REQUEST FOR QUOTATION for MUNICIPAL DRAIN MAINTENANCE WORK RFQ-DM NO. XXXXX DRAIN NAME ~ XXX Drain OFFICIAL CLOSING TIME: 11:30 AM, LOCAL TIME on Friday, April 18, 2014 BID SUBMISSION TO: INQUIRIES: INQUIRY DEADLINE: CITY OF KAWARTHA LAKES ENGINEERING DEPARTMENT Attn: Juan Rojas, Manager of Engineering P.O. Box 9000, 12 Peel Street Lindsay, ON K9V 5R8 Paul Herlihey Municipal Drainage Superintendent tel: ext fax: peherlihey@city.kawarthalakes.on.ca Inquiries are to be ed to the above no later than 11:30 AM: Wednesday, April 02, 2014 I/WE, THE BIDDER, HEREBY OFFER TO SUPPLY TO THE CORPORATION OF THE CITY OF KAWARTHA LAKES, SUBJECT TO THE TERMS AND CONDITIONS OF THIS REQUEST FOR QUOTATION, THE ITEMS LISTED HEREIN: NAME OF COMPANY STREET ADDRESS CITY/TOWN POSTAL CODE TELEPHONE NUMBER FAX NUMBER NAME OF CONTACT PERSON TITLE ADDRESS NAME OF PERSON SIGNING FOR THE COMPANY TITLE TOTAL BID AMOUNT (including applicable taxes) $ THIS SHEET WILL BECOME THE COVER PAGE OF YOUR RETURN BID Shared (s:) Workgroup/005-Municipal Drainage/Templates/RFQ XXX Template Mun Drain Clean Out

2 SECTION PAGE NO. Cover Page 1 Table of Contents 2 Declaration of Disclosure 3 General Terms & Conditions 4 Instructions to Bidders and Terms and Conditions 5-16 Specifications Quotation Form ATTACHMENTS: Appendix A Drawings N0. of PAGES x Page 2 of 15

3 DECLARATION OF DISCLOSURE TO: THE CORPORATION OF THE CITY OF KAWARTHA LAKES 1. I/WE DECLARE that no person, firm, or corporation other than the one whose proper officers are indicated below, have any interest in this Quotation or in the Contract. 2. I/WE FURTHER DECLARE that this Quotation is made without any connection, knowledge, comparison of figures or arrangement with any other Company, or person making a similar Quotation and is in all respects fair and without collusion or fraud. 3. I/WE FURTHER DECLARE that no City employee, or member of Council (or their families) is, or will become interested directly or indirectly as a contracting party or otherwise, in the performance of the Contract or in the supplies, work or business to which it relates or in any portion of the profits thereof, or of any such supplies to be used therein or any of the monies to be derived therefrom. 4. I/WE FURTHER DECLARE that the statements contained in the Quotation are in all respect true. 5. I/WE FURTHER DECLARE that I/WE have examined the locality and site(s) of the proposed Works, as well as all the Specifications relating to them, prepared, submitted and rendered available on behalf of the City and hereby acknowledged to be an integral part of the Contract. 6. I/WE hereby propose and offer to enter into the Contract on the terms and conditions and under the provisions set forth in this RFQ and to accept in full payment therefore the sums calculated in accordance with the actual measured quantities and unit prices or lump sum prices, attached to the Quotation. 7. I/WE AGREE that this Quotation is an offer which is to continue to be open for acceptance until the City issues a Purchase Order or a formal Contract is executed by the successful Bidder or for 90 calendar days following this RFQ Official Closing Time, whichever occurs first and that the City may at any time within that period, and without notice, accept this Quotation whether any other Quotations had been previously accepted or not. COMPANY NAME: PRINT NAME OF SIGNING OFFICER: POSITION/TITLE: SIGNATURE: DATE: Page 3 of 15

4 INSTRUCTION TO BIDDERS AND GENERAL TERMS AND CONDITIONS 1. GENERAL The City of Kawartha Lakes is soliciting Bids from qualified Companies for the Goods/Services specified herein. Submission of a Bid in response to this Request for Quotation (RFQ) shall confirm the Bidders agreement and ability to comply with all of the Terms and Conditions, Instructions to Bidders, Specifications and Drawings, where applicable, outlined herein. 2. DELIVERY OF BIDS Submit one copy of the Quotation, in a sealed envelope to: CITY OF KAWARTHA LAKES ENGINEERING DEPARTMENT Attn: Juan Rojas, Manager of Engineering 12 Peel Street Lindsay, ON K9V 5R8 Bids will not be considered unless: Received by the date and time specified; and Received at the address specified above; and Contains the signed Quotation Form, signed by an officer with authority to bind the Company. Bids in response to this RFQ, must be submitted in a sealed envelope, or by facsimile or electronic delivery. The use of mail or courier services for delivery of a Bid will be at the Bidder s risk. A Bid will only be considered as being delivered if it is in the possession of the above noted representative or designated agent before the Official Closing Time. Bids received after the Official Closing Time will be returned to the Bidder, unopened. The City shall not be responsible for any costs incurred by any Bidder to prepare and submit Bid Documents related to this RFQ. Bids will be opened after the Official Closing Time as specified herein. 3. PREPARATION OF BIDS All Bids must be submitted on the Bid Documents as provided by the City. All information requested in the Bid Document must be submitted and be correct. Unless otherwise stated, all items shall be priced based on unit or lump sum prices as specified. Bids that; are incomplete, include additional, uncalled for information, are conditional, obscure, contain erasures, alterations or other irregularities, will be subject to rejection. The Bid must be signed by a designated signing officer with the authority to bind the Company. Completion of the Tender Form and Declaration of Disclosure as supplied, is required. The City shall be the sole judge in determining whether a Bid is compliant. Page 4 of 15

5 4. RIGHT TO ACCEPT OR REJECT BIDS RFQ s will be issued and Bids received, evaluated, rejected or accepted and processed, in accordance with the City s Purchasing By-law. The City of Kawartha Lakes, in its sole discretion, reserves the right to reject any or all Bids, including, the right to reject any Bid from a Bidder if: The Bidder has not performed works for previous Contracts in compliance with the Contract Documents; The Bidder has previously provided Goods/Services in an unsatisfactory manner; The Bidder failed to satisfy an outstanding debt/obligation to the City; There have been past bad dealings between the City and the Bidder; The City determines that the Bidder does not have sufficient experience in the supply of the Goods/Services; or The City has concerns with the financial ability of the Bidder to perform the Contract. The City reserves the right to waive irregularities and/or omissions in order to serve the best interests of the City; doing so, may result in acceptance of a Bid other than the lowest. No liability shall accrue to the City for its decision in this regard. 5. CLARIFICATION/ADDENDA It will be the Bidder s responsibility to clarify any details in question before submitting a Bid. All official correspondence should be directed to the Engineering Section, Attention: Drainage Superintendent. The deadline for submitting inquiries is as noted on the cover page. Clarification responses may not be possible for any requests for clarification received after this date. The City will assume no responsibility for oral instructions or suggestions. Any and all such supplemental instructions if issued, will be in the form of written Addenda, and will be forwarded to all Bidders that have been issued the Bid Documents. Failure of any Bidder to receive any such Addenda shall not relieve such Bidder from any obligation under their Bid as submitted. Addenda issued to Bidders, shall become part of the Bid Documents, and all Bids shall include the Work described in the Addenda. 6. ACKNOWLEDGEMENT By submitting a signed Bid, the Bidder acknowledges that they have read, completely understand and accepts the terms and conditions and instructions of this RFQ in full. 7. CONFIDENTIALITY Confidentiality of records and information relating to this Work must be maintained at all times. All correspondence, documentation and information provided by City staff to any Bidder in connection with, or arising out of this Request for Quotation (RFQ) or the acceptance of any Bid: remains the property of the City; must be treated as confidential; must not be used for any purpose other than for replying to this RFQ, and for fulfillment of any related subsequent Contract. Page 5 of 15

6 All correspondence, documentation and information provided to staff of the City by any Bidder in connection with, or arising out of this RFQ, and the submission of any Bid will become the property of the City, and as such, subject to the Municipal Freedom of Information and Protection of Privacy Act (MFIPPA), and may be released, pursuant to the Act. 8. PRICES Prices quoted are to be in Canadian funds and are to remain firm and irrevocable and open for acceptance by the City for a period of 90 calendar days after the Official Closing Time indicated herein. Unit prices or lump sum prices quoted must be considered to be fair market prices and balanced. Prices quoted must include all incidental costs, including, but not limited to; labour, equipment, travel time, customs duty, excise tax, freight, insurances, fuels, energy costs, etc., and the Bidder shall be deemed to be satisfied as to the full requirements in the Bid Documents. No claim for extra work will be entertained and any additional work must be authorized by the City in writing prior to commencement. Prices submitted must be firm for the duration of the Contract. 9. QUANTITIES The quantities indicated are estimated requirements, and are furnished without liability to the City and shall be used as a basis for comparison only. Should actual quantities, during the duration of the Contract increase or decrease, the unit prices submitted shall remain the same. Payment will be based on actual Good/Services received and accepted by the City. 10. PROVISIONAL ITEMS Items listed as provisional may or may not be included in the Contract Award. The City reserves the right to diminish all or any portion of the items, listed as provisional at any time before, during or after the Contract Award and no claim shall be made for damages on grounds of loss of anticipated profit or for any other reason. 11. ARITHMETIC CORRECTIONS Bidders must pay specific attention to their arithmetic calculations to ensure that unit prices, lump sums or stipulated prices are correctly extended. In cases of discrepancies between unit prices and extensions, unit prices shall prevail. The City reserves the right to make all necessary corrections to arithmetical errors that may be discovered during analysis of the Bids, such as; incorrect extensions, incorrect additions, misplaced decimals and to adjust the tax calculation and total Bid amounts accordingly. All Bidders shall be bound by such corrections. Page 6 of 15

7 12. BID EVALUATION Evaluation of Bids received will take into consideration, but not be limited to: overall Contract price commitment, lowest unit price savings; Bidders ability to provide all items listed; Bidders ability to provide the Goods/Services as and when specified; and Bidders proof of experience and ability to perform the Work, etc. 13. RESOURCE COMMITMENTS The Company shall perform the Work with that degree of care, skill and diligence normally provided in the performance of such Work as described herein. The Company must make available the appropriately skilled workers, consultants or sub-consultants, as appropriate, who will be under the supervision of a senior member of the Company s staff. The Company must be able to provide the necessary materials, tools, machinery, supplies, etc., to carry out the Work. These resources must be available on a dedicated basis, as required, to carry out the Work with due care, skill and efficiency. The Company will ensure that staff assigned to work on this Project have the necessary education, licenses and certifications where necessary. The Company will also ensure that the items addressed in this RFQ are completed or addressed to the satisfaction of the City. 14. ADDITIONAL RESOURCES In the space provided on the Quotation Form, Bidders must identify any/all additional resources/areas where they intend to use sub-contractors/sub-consultants. If none are required, the Bidder shall indicate, Own Forces. The lump sum price Bid must include all costs for these additional resources. All payments for these services will be made to the successful Contractor. The City will not make payment for services provided by any sub-contractor/sub-consultant directly to them. 15. CONTRACT AWARD The City reserves the right to Award the Contract in part or in whole, by item, or groups of items to one Bidder or several Bidders. The City is not bound to accept the lowest or any Bid. The date of the Contract Award shall be the date on which the City forwards notification of acceptance of the Bid to the Company. No Contract shall be Awarded to any person or corporation or any affiliate, subsidiary or related person thereto, who, or which, has a claim or has instituted a legal proceeding against the City or against whom the City has a claim or has instituted a legal proceeding with respect to any previous Contract. 16. CONTRACT The Bid Document as issued, including all addenda and the Bid submitted become part of the Contract and will be executed in the form of a written agreement or purchase order. None of the conditions contained in the Bidders own, standard or general conditions of sale shall be of any effect unless explicitly agreed to by the City in writing. Page 7 of 15

8 The Company shall be bound to enter into the Contract and to provide to the City all documents, certificates, etc., as detailed in the Bid Document. Failure of the Company to enter into the Contract shall be just cause for the cancellation of the Contract Award and the Company may be subject to having their Bids rejected for future Bid opportunities. 17. CONTRACT ASSIGNMENT The Company shall not be permitted to assign or transfer any portion of the Contract. 18. INSURANCE Without restricting the generality of Indemnification, the Company is required to maintain the following insurance coverage for the entire term of the Contract and any subsequent maintenance period. The Company shall provide the City of Kawartha Lakes with proof of insurance in the form of a certificate of insurance, or, if required by the City a copy of the policy. Proof of the insurance coverage shall be in a form satisfactory to the City, prior to commencement of any Work being performed. It is understood and agreed that the coverage provided by these policies will not be changed or amended in any way, nor cancelled by the Company until 60 days after written notice by registered mail of such change or cancellations has been delivered to the City of Kawartha Lakes. There are to be no lapses in insurance at any time during the Contract. Failure for the Company to keep/maintain its Certificate of Insurance current will result in the Contract being terminated. The minimum insurance requirements of the City of Kawartha Lakes, in Canadian dollars, shall be as follows: I. GENERAL LIABILITY INSURANCE COVERAGE A limit of not less than $2,000, for bodily injury, including death, personal injury and property damage arising from any, one accident or occurrence. The City of Kawartha Lakes shall be shown as an additional insured. The policy shall include, but not be limited to the following: i. a cross-liability/severability of interest clause ii. completed operations coverage of not less than 24 months (if applicable) iii. blanket contractual coverage iv. non-owned automobile coverage v. contingent employers liability coverage The Company is responsible for any loss or losses within the deductible limit. This policy shall be primary coverage pursuant to which the insurer is acting as first loss insurer against the risk covered and not excess to any other insurance available to the additional insured. II. AUTOMOBILE LIABILITY INSURANCE Automobile Liability insurance with respect to all licensed vehicles, owned or leased by the Company, shall have limits of not less than $2,000, inclusive for bodily injury, Page 8 of 15

9 including death, personal injury and property damage arising from any one accident or occurrence. 19. WORKPLACE SAFETY AND INSURANCE BOARD Prior to commencement of the Work, a Certificate of Clearance from the Workplace Safety and Insurance Board (WSIB), shall be provided indicating that all payments by the Company to the Board have been made. All of the Company s personnel must be covered by WSIB, at the Company s expense. Clearance certificates shall be automatically supplied to the City, every 60 days throughout the term of the Contract. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by the Company to the Board in conjunction with the subject Contract have been made and that the City will not be liable to the Board for future payments in connection with the Company's fulfillment of the Contract. For Independent Operators who have elected not to have WSIB coverage, the following shall be provided prior to commencement of the Work: a letter from the WSIB confirming Independent Operator status; and a copy of WSIB optional Insurance providing for long-term disability coverage. The City has the right to reject any Bid it deems to have not provided sufficient WSIB coverage. The Company will ensure that any and all sub-contractors also have valid WSIB coverage. 20. LAWS & REGULATIONS The Company shall comply with all relevant Federal, Provincial and Municipal Statutes, Regulations, Acts and By-laws, and the Municipal Freedom of Information and Protection of Privacy Act (MFIPPA), pertaining to the Work. The City of Kawartha Lakes embraces and celebrates diversity, fosters an inclusive society based on dignity and respect for all, and the elimination of discrimination. The Company shall be responsible for ensuring compliance with all relevant Regulations, Acts and By-laws pertaining to the Work by its employees, agents or affiliates engaged in this Contract. 21. INDEMNIFICATION The Company shall indemnify and hold harmless the City and its elected officials, officers, employees and agents from and against all claims, demands, actions, suits or proceedings which may be brought against or made by third parties, directly or indirectly arising or alleged to arise out of the performance of, or failure to perform the Contract as caused by negligent acts, errors or omissions of the Company, its employees or subcontractors, save and except for damages caused by the negligence of the City or its employees. Page 9 of 15

10 The Company shall indemnify and hold harmless, the City from any additional expense which the City may incur to have the Work performed or in respect of any fine, incurred or claim made, as a result of the Company s failure to comply with the requirements of the Occupational Health and Safety Act. 22. HEALTH & SAFETY The Company shall obey all Federal, Provincial and Municipal Laws, Acts, Ordinances, Regulations, Orders-in-Council and By-Laws, which could in any way pertain to the Work outlined in the Contract or to the employees of the Company. Without limiting the generality of the foregoing, the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a Contractor, a Constructor and/or Employer, with respect to, or arising out of, the performance of the Company s obligations under this Contract. The Company shall be aware of and conform to all governing regulations including those established by the City relating to employee health and safety. 23. CHANGES IN THE WORK The City may, without invalidating the Contract, direct the Company to make changes to the Work. When a change causes an increase in services, Supplementary Unit Prices shall be used to calculate fees or, in the absence of such Supplementary Unit Prices, the Contract price shall be negotiated with the Company. When a decrease in requirement occurs, the City shall supply written notification of cancellation of the portion of Contract affected and the fees shall be reduced accordingly at a rate agreed upon by the Company and the City. All such changes shall be in writing and agreed to by the City and the Company. 24. DEFAULT BY COMPANY If the Company: commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the Company makes a general assignment for the benefit of its creditors; then, in any such case, the City may, without notice, terminate the Contract. If the Company: fails to comply with any request, instruction or order of the City; or fails to pay its accounts; or fails to comply with or persistently disregards Statutes, Regulations, Bylaws or directives of relevant authorities relating to the Work; or fails to prosecute the Work with skill and diligence; or assigns or sublets the Contract, or any portion thereof without the City s prior written consent; or refuses to correct defective Work; or is otherwise in default in carrying out its part of any of the terms, conditions and obligations of the Contract, then, in any such case, the City may, upon expiration of ten days from the date of written notice to the Company, terminate the Contract. Any termination of the Contract by the City, as aforesaid, shall be without prejudice to any other rights or remedies the City may have and without incurring any liability whatsoever in respect thereto. If the City terminates the Contract, it is entitled to: i. withhold any further payments to the Company until the completion of the Work and the expiry of all warranty obligations; Page 10 of 15

11 ii. iii. recover from the Company loss, damage and expenses incurred by the City by reason of the Company s default which may be deducted from any monies due or becoming due to the Company, any balance to be paid by the Company to the City; reject any Bid from the Company for future Contracts. 25. NON-PERFORMANCE The City reserves the right to determine, in its sole and unfettered discretion, nonperformance of the Contract, including the level of quality of the Goods/Services provided and further reserves the right to cancel any or all of the Contract. In the event the Company has failed or neglected to comply with any condition set out in the Contract, the Contract may be unconditionally cancelled by the City without notice. The City s evaluation and determination in this regard shall be final. 26. PERFORMANCE EVALUATION Contractor Performance Evaluation An evaluation of the Contractors performance will be completed as part of this Contract. This evaluation is intended to provide an ongoing comprehensive record of Contractor Performance and may have an effect on recommendations for future Contract Awards. Contractor Evaluation Criteria Contractor will be evaluated based on, but not limited to the follow: Quality of Results Final deliverables as well as deliverables throughout the various stages of the project. Management How the project was managed and overall contractors services. Time Time planning and schedule control. Cost Quality of the cost planning and control during the life of the project. 27. PAYMENT TERMS Payment will be made 30 days after delivery, pursuant to the Company submitting an invoice, Contract requirements being completed and Work being deemed satisfactory by the City. Payments made, including final payment shall not relieve the Company from its obligations or liabilities under the Contract. All invoices to be addressed to: City of Kawartha Lakes Attn: Accounts Payable P.O. Box 9000, Lindsay, ON K9V 5R8 Currently, all payments of approved invoices are made to Companies via "Electronic Funds Transfer" (EFT), instead of by cheque. At the time of Award the successful Bidder(s) for this Contract Award, must complete an Accounts Payable Direct Deposit Form as supplied by the City and provide banking information for EFT deposits. Bank accounts must be held at a financial institute in Canada and all payments will be made in Canadian funds. Page 11 of 15

12 SPECIFICATIONS INTRODUCTION The City of Kawartha Lakes is soliciting Bids from qualified contractors to clean out the XXX Municipal Drain. SCOPE OF WORK The Contractor will be responsible for utility locates. Clean out to be done with an excavator with a wrist-a-twist bucket at a depth of mm. Profile to be 0.10% within tolerance and achieving positive drainage. Existing slopes are not to be disturbed. If any bank slopes are disturbed, it will be determined by the Drainage Superintendent if seeding is required. Excavation shall include the removal of fallen trees and any other debris and the price will be included with the leveling of the spoil as no extra. If any fence is to be removed, it will be replaced by the contractor in the cleanout price. Tile outlets are not to be damaged. The spoil material is to be placed mm in depth beginning at 1.5m from the top of the slope and extending to 8.0m if needed. After the acceptance of the quoted price and communications with some concerned farmers about crop damage, the project may start. The completion of the work will be by DEC 15, With the approval of the Drainage Superintendent an invoice will be accepted. Note: *The measurements are approximate in length* It is the contractor s responsibility to construct the grade of the drain at the percentage grade as directed by the Drainage Superintendent. Notification will be given to the successful contractor within 3 to 5 working days after the closing date. Page 12 of 15

13 PROFILE Main: Station Distance (METERS) Grade (%) Weldon Branch Station Distance (METERS) Grade (%) Archer Branch Station Distance (METERS) Grade (%) Page 13 of 15

14 QUOTATION FORM SCHEDULE OF PRICES For the Supply and Delivery of all labour, resources, equipment, fuel, products and materials necessary to complete the Works described, all in accordance with the Terms and Conditions, Instructions to Bidders and the Specifications as detailed in this RFQ. Item No. DESCRIPTION QTY UNIT OF MEASURE UNIT PRICE EXTENDED TOTAL Drain Work 1. Clean out of main drain (open drain) 2106 m $ 2. Replace Culverts (size) xx ea $ 3 Mark tile outlets (city to supply markers) xx ea $ $ Provisional Items a Excavator for additional work 10 hour b Labourer for additional work 10 hour c Supply and install Straw Bales 5 each d Supply and install Silt Fence 30 M e Truck 10 hour SUB TOTAL HST (forward to cover page) TOTAL BID AMOUNT CONFIRMATION Upon Award, I/We will be able to provide insurance certificates(s) to the City, in the amounts as specified. I/We confirm all of our employees are covered by the insurance plan under the Workplace Safety and Insurance Act, 1997, as amended and provide our current Certificate of Clearance Account Number as follows: I/We have the resources and ability to complete the Works by September 28, INITIAL REQUIRED BIDDER MUST COMPLETE ALL APPLICABLE SPACES & PRICES MUST BE IN CANADIAN FUNDS Page 14 of 15

15 I/We, confirm that the following is a complete list of additional resources and sub-contractors /consultants that will be required in the performance of the Work. If none, indicate, Own Forces. ADDITIONAL RESOURCES - DISCIPLINE SUBCONTRACTOR AGREEMENT TO CONTRACT I/We, (Company Name) Of (Complete Business Address) Having examined this RFQ, including the Instructions to Bidders, General Terms and Conditions and Specifications, as issued by The Corporation of the City of Kawartha Lakes, hereby offer and agree to enter into a Contract to supply and deliver: Clean-Out Maintenance Services for xxx Municipal Drain, as required by this RFQ and at the costs detailed in the attached Schedule of Prices. It is understood, by signing and submitting this Quotation, the undersigned is/are, fully aware of the requirements outlined herein. Furthermore, it is certified that the undersigned is/are, authorized and empowered to sign and submit this Quotation. The Bidder agrees that the awarding of this Contract based on this Quotation shall constitute an acceptance of this Quotation and shall represent the agreement between the City and the Bidder. This Quotation is irrevocable and is to continue open to acceptance by the City for a period of 90 calendar days after the official closing date indicated in this RFQ. THE LOWEST OR ANY QUOTATION NOT NECESSARILY ACCEPTED Signature: (I have the authority to Bind the Company) Print Name: Title: Dated at this day of, 2014 THIS DOCUMENT SHALL BEAR AN ORIGINAL HANDWRITTEN SIGNATURE IN INK, BY AN OFFICER WITH AUTHORITY TO BIND THE COMPANY, AND BE SUBMITTED AS SPECIFIED HEREIN TO BE A VALID OFFER Page 15 of 15

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

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

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 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

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 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

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

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

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

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

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

"P" INSURANCE CONDITIONS CONSULTING AND PROFESSIONAL SERVICES

P INSURANCE CONDITIONS CONSULTING AND PROFESSIONAL SERVICES "P" INSURANCE CONDITIONS P_insur_conditions.pdf Issued on May 7, 2013 I N D E X PART I GENERAL INSURANCE CONDITIONS (GIC)... 3 GIC 2 CONSULTANT... 3 GIC 3 INSURANCE PROCEEDS... 4 GIC 4 CONSULTANTS RESPONSIBILITY

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

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources APPENDIX D CONTRACTUAL AGREEMENT (Sample) THIS AGREEMENT made in duplicate, BETWEEN: THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources (Hereinafter referred to as the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS City of Niagara Falls Page 1 INSTRUCTIONS TO BIDDERS A) THE BIDDING PROCESS 1.1 RFQ Closing Time and Location Quotations will be received at the location of and prior to the time and date stated in the

More information

GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES

GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES GENERAL CONDITIONS OF CONTRACT FOR MINOR WORKS PAGE 1 BASE D ON WA LOCAL GOVERNMENT ASSOCIATION MODEL 2010 TABLE OF CONTENTS 1 INTERPRETATION 2 RISE

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

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you

More information

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

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

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

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

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services ISSUE DATE: NOVEMBER 25, 2013 REQUEST FOR PROPOSAL 2013-RFP-20 Fleet Insurance Brokerage Services Original and two (2) copies of a Proposal in an envelope plainly marked "2013-RFP-20 Fleet Insurance Brokerage

More information

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title: WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting

More information

Independent Contractor Agreement (ICA)

Independent Contractor Agreement (ICA) Financial Services: Purchasing & Payment Independent Contractor Agreement (ICA) ICA# This Letter of Agreement is made on 20 between Ryerson University ( RYERSON ) and (the "Contractor ) and is effective

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

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STORAGE AREA NETWORK AT WORKS YARD STORES Bidders are requested to respond to this Quotation call as

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

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

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

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

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

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. 15-01 Moving Services

Request for Proposal No. 15-01 Moving Services Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

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

Request for Quote 2016 STREETLIGHT PAINTING

Request for Quote 2016 STREETLIGHT PAINTING Request for Quote For 2016 STREETLIGHT PAINTING Project Number: 5520-06 Issue Date: May 2016 Table of Contents 1. INTRODUCTION... 1 1.1 GENERAL 1 2. INSTRUCTIONS TO CONTRACTORS... 1 2.1 RESPONSIBILITY

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

Request for Proposal. Credit (Purchasing) Card Services Program

Request for Proposal. Credit (Purchasing) Card Services Program The Corporation of the City of Elliot Lake 45 Hillside Drive North, Elliot Lake, Ontario P5A 1X5 Request for Proposal Credit (Purchasing) Card Services Program Date of Issue July 4, 2014 Proposal Submission

More information

BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS

BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS 1. DEFINITIONS AND INTERPRETATION 1.1 In these General Terms, the following terms shall have the following meaning: BP Affiliate shall mean the BP entity stated

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 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

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

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

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

BROKER AND CARRIER AGREEMENT

BROKER AND CARRIER AGREEMENT P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")

More information

REQUEST FOR QUOTATION (RFQ# INN-ICT-002) New Firewall for Innovacorp Nova Scotia Innovation Corporation (Innovacorp)

REQUEST FOR QUOTATION (RFQ# INN-ICT-002) New Firewall for Innovacorp Nova Scotia Innovation Corporation (Innovacorp) REQUEST FOR QUOTATION (RFQ# INN-ICT-002) for Innovacorp Nova Scotia Innovation Corporation (Innovacorp) LIST OF CONTENTS SECTION I OVERVIEW SECTION II A & B: INSTRUCTIONS FOR BIDDERS SECTION III STANDARD

More information

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC 2 2008 Contracts for Health projects with an Estimated Project

More information

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]

More information

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT. RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

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

SAMPLE 1. GC17 INDEMNIFICATION. (a) (i) (ii) -1-6sgc.doc

SAMPLE 1. GC17 INDEMNIFICATION. (a) (i) (ii) -1-6sgc.doc 1. GC17 INDEMNIFICATION Except as provided in the Contractor shall be liable for, and shall indemnify and hold harmless the Owner against all claims, demands, losses, costs, damages, actions, suits or

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

Broker agreement (Group Insurance & Group Annuities)

Broker agreement (Group Insurance & Group Annuities) This agreement entered into Between: ( the Company ) and ( the Broker ) witnesseth that in consideration of the mutual covenants of the parties herein contained, the parties hereto agree as follows: 1.

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

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

7.4.1 Be required to make exhaustive or continuous on-site reviews;

7.4.1 Be required to make exhaustive or continuous on-site reviews; SUPPLEMENTARY CONDITIONS TO THE CANADIAN STANDARD FORM OF CONTRACT FOR ARCHITECTURAL SERVICES DOCUMENT SIX 2006 EDITION RAIC 6 2006 FRASER HEALTH PROJECTS The following Supplementary Conditions are specific

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

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

REQUEST FOR QUOTATION For the Provision of Services By Architects/Civil Engineer

REQUEST FOR QUOTATION For the Provision of Services By Architects/Civil Engineer MCVS/2/2015 REQUEST FOR QUOTATION For the Provision of Services By Architects/Civil Engineer Funded by the Malta Council for the Voluntary Sector Malta Council for the Voluntary Sector Volunteer Centre,

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip

NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT For Name Of Address City State Zip P.O. Box 4884 Houston, Texas 77210-4884 200 Westlake Park Blvd. Suite # 1200 Houston, Texas 77079 1-800-713-4680

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment.

Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment. Dear Valued Customer, Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment. Lease process: Molex does not offer leases for all of the equipment that we promote.

More information

Standard Conditions of Contract of VJ Engineering Limited (the Company)

Standard Conditions of Contract of VJ Engineering Limited (the Company) 1 DEFINITIONS AND GENERAL 1.1 The following expressions shall have the following meanings in these terms and conditions the Company means VJ Engineering Limited. the Customer means the person(s), corporation

More information

1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of Richmond, British Columbia;

1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of Richmond, British Columbia; General Conditions of Contract for Consulting Services Provided to the City of Richmond 1. Definitions 1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of

More information

Toronto Transit Commission Instructions to Tenderers Request For Tender (June 2010) Page 1 of 2

Toronto Transit Commission Instructions to Tenderers Request For Tender (June 2010) Page 1 of 2 Instructions to Tenderers Request For Tender (June 2010) Page 1 of 2 TITLE: SUPPLY OF I/O CONTROL MODULE TENDER NO: T06BI12065 ISSUE DATE: APRIL 27, 2012 Your firm is hereby invited to submit a Tender

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.

More information

CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT]

CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT] CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT] CONTRACT NO. [CONXXXXXXX] ALBERTA TRANSPORTATION Contract for Engaging Information

More information

3. GC 25 WORKPLACE HEALTH, SAFETY AND COMPENSATION COMMISSION

3. GC 25 WORKPLACE HEALTH, SAFETY AND COMPENSATION COMMISSION 1. GC17 INDEMNIFICATION Except as provided in the Contractor shall be liable for, and shall indemnify and hold harmless the Owner against all claims, demands, losses, costs, damages, actions, suits or

More information

Purchase Order Terms and Conditions Beloit College

Purchase Order Terms and Conditions Beloit College Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions

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

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information