CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

Size: px
Start display at page:

Download "CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO"

Transcription

1 CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO Prepared by: Kresin Engineering Corporation 536 Fourth Line East Sault Ste. Marie, ON P6A 6J8 KEC Ref. No May 2018

2

3 Contract No Wawa Lake Waterfront Phase 1 TABLE OF CONTENTS 1 TABLE OF CONTENTS No. of Pages 1. COVER PAGE (White) 1 2. *ADDENDA (If Any) (Green) XX 3. SEAL SHEET (White) 1 4. TABLE OF CONTENTS (White) 1 5. CONTRACT DRAWING INDEX (White) 1 6. INSTRUCTIONS TO TENDERERS (Blue) 9 7. BID FORM (Yellow) AGREEMENT TO BOND 1 9. ORDER TO COMMENCE (White) STATUTORY DECLARATION CCDC 9a (White) AGREEMENT, DEFINITIONS AND GENERAL CONDITIONS (White) SUPPLEMENTAL GENERAL CONDITIONS (White) SPECIFICATIONS (Pink) 6 *Addenda, if any, will be issued during the tender period. Copies of addenda will be bound into the final document upon award of the contract. Extra loose copy provided for tender submission. May 2018

4 Contract No Wawa Lake Waterfront Phase 1 CONTRACT DRAWINGS 1 CORPORATION OF THE MUNICIPALITY OF WAWA WATER LAKE WATERFRONT PHASE 1 CONTRACT NO CONTRACT DRAWING INDEX Contract Drawing Number Contract Drawing Title 1.1 LIONS BEACH STAIRS 2.1 RETAINING WALL 3.1 GANLEY ST. STORM SEWER OUTLET 4.1 STORM SEWER OUTLETS THESE CONTRACT DRAWINGS ARE MADE PART OF THE CONTRACT THESE DRAWINGS ARE TO ACCOMPANY AND FORM PART OF THESE SPECIFICATIONS May 2018

5 INSTRUCTIONS TO TENDERERS CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

6 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-i INDEX No. Description Page No. 1. General Bidder Registration Location of the Work Scope of Work Informal Tenders Tender Tender Prices Inquiries During Tendering Discrepancies and Addenda Examination of Site Withdrawal or Modification of Tenders Harmonized Sales Tax Tender Deposit Bonds Agreement to Bond Agreement Insurance Workplace Safety and Insurance Board Proof of Ability Occupational Health and Safety Act Alternative Methods of Construction Preparation of Drawings and Specifications Definition of Owner/Authority and Engineer/Contract Administration Acceptance or Rejection of Tenders Contractor s Work Force Approvals and Award Quantities Commencement and Completion Liquidated Damages Co-operation with Owner Review of Shop Submissions Schedule Permits, Fees and Notification... 8 May 2018

7 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-ii 34. Methods of Submission Contract Time... 9 May 2018

8 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-1 1. General Sealed tenders, clearly marked as to contents, in an opaque envelope, will be received by the Corporation of the Municipality of Wawa, Attention: Deputy Clerk, 40 Broadway Avenue, Wawa, Ontario, P0S 1K0 until: The Tenders will be opened publically at 3:15 P.M. 3:00 P.M., LOCAL TIME, FRIDAY, JUNE 8, 2018 An original, Bid Form (provided) together with the specified attachments, duly completed and signed; sealed in an opaque envelope marked "Tender for Wawa Lake Waterfront Phase 1" must be delivered by mail, or otherwise to the above address, not later than the closing date and time noted above. Electronic and/or facsimile submissions will not be accepted. The Owner reserves the right to reject any or all submissions and the lowest tender will not necessarily be accepted. Submissions will be evaluated on price, Contractor qualifications, local manpower, the Contractor s previous experience/performance on similar projects, and Contractor s proposed start and completion dates. 2. Bidder Registration Only those tenders received from bidders who have registered with the Owner will be opened. Contractors intending to submit a tender shall inform the Owner and provide contact information, including address, for the delivery of addenda (if required). 3. Location of the Work The location of work is along the shoreline of Wawa Lake between Dr. Rose s Beach and Lions Beach. 4. Scope of Work Work under this Contract generally consists of supplying all materials, labour and equipment necessary to construct aesthetic improvements to storm sewer outlets, unit stone retaining walls and sheet steel pile walls. 5. Informal Tenders Tenders which are incomplete, unbalanced, conditional, obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected as informal. All entries must be legible and made in ink or typewriter, otherwise the Tender may also be declared informal and rejected. Persons tendering are required to fill in all blanks as directed. Should any uncertainty arise as to the proper manner of doing so, the instructions on correct procedures will, upon request, be given by the Engineer. Tenders that contain prices which appear to be so unbalanced as likely to affect adversely the interests of the Owner may be rejected. 6. Tender Each tender shall include a completed Bid Form, Appendices A through F to the Bid Form and an Agreement to Bond, all as bound herein, and a tender deposit as required herein, together with any May 2018

9 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-2 other forms or sheets which the Tenderer is instructed to complete elsewhere herein, or in any Addendum hereto. The Tenderer shall give the Total Stipulated Price both in words and in figures and, except as is otherwise specifically permitted in the Bid Form, shall fill in all blank spaces for prices, and other information requested in the Bid Form. 7. Tender Prices The prices quoted in the Bid Form shall, unless otherwise stated or specified, include the furnishing of all materials, supplies and equipment and providing of all expertise, labour, construction tools and equipment, utility and transportation services necessary to perform and complete all the work required under the Contract, including all miscellaneous work, whether specifically included in the Contract Documents or not. It is the intention of the Plans and Specifications to provide finished work. Any items and appurtenances omitted therefrom which are clearly necessary for the completion of the work shall be considered a portion of the work though not directly specified and/or shown or called for on the Plans. 8. Inquiries During Tendering The Tenderer is advised that inquiries regarding the interpretation of the plans or specifications, shall be verbal only, and directed to the Consultant, Kresin Engineering Corporation, Attention: Michael Kresin, P. Eng. - Telephone: (705) Inquiries received after 5:00 pm, Wednesday, June 6, 2018 may not be responded to by the Engineer. Any Tenderer contacting the Owner directly regarding this project will be disqualified from the bidding process. 9. Discrepancies and Addenda If a Tenderer finds discrepancies in, or omissions from the Contract Documents, or if he is in doubt as to their meaning, he shall notify the Engineer, who may issue a written addendum. Neither the Owner nor the Engineer will make oral interpretations of the meaning of the Contract Documents. It will be the Contractor's responsibility to clarify any details in question not mentioned in this contract or shown on the accompanying plans, before submitting his bid. The prices as tendered, shall include the supply of all labour, equipment and materials, required to complete this contract to the satisfaction of the Engineer. Tenderers may, during the tendering period, be advised by Addenda of required additions to, deletions from, or alterations in the Tender Documents. All such changes shall become an integral part of the Tender Documents and shall be allowed for in arriving at the Total Stipulated Price. The tenderer shall insert, in the space provided in the Bid Form, the numbers of all Addenda received by them during the tendering period, including any bound into the Contract Documents, and those received by and/or otherwise. If no Addenda have been received insert the word "NONE" in the space provided. 10. Examination of Site The Tenderer shall visit the site of the work before submitting his tender and must satisfy himself as to the local conditions that may be encountered during construction of the work. He shall make his own estimate of the facilities and difficulties that may be encountered and the nature of the sub-surface materials and conditions. He shall not claim at any time after submission of his tender that there was any misunderstanding of the terms and conditions of the contract relating to site conditions. May 2018

10 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT Withdrawal or Modification of Tenders A Tenderer who has already submitted a tender may submit a further tender at any time up to the official closing time. The last tender received shall supersede and invalidate all tenders previously submitted by that Tenderer for this contract. Faxes, electronic mail, telegrams, etc. will not be accepted, only a full tender submission will be accepted. A Tenderer may withdraw his tender at any time up to the official closing time by submitting a letter bearing his signature and seal as in his tender. Such a submission must be received by the Mississauga First Nation prior to the tender closing time. The Tenderer shall show his name, the name of the project and the contract number(s) on the envelope containing such a letter. No telegrams, electronic mail, fax transmissions, telephone calls, etc. will be considered. 12. Harmonized Sales Tax The Tenderer shall tender the items listed in the Price Breakdown (Appendix C) in the Bid Form excluding Harmonized Sales Tax (HST). HST will be shown in the space provided in Appendix C and will be included in the Total Stipulated Price. HST will be shown on each Payment Certificate and will be paid to the Contractor by the Owner in addition to the amount certified for payment as per the contract prices. 13. Tender Deposit Every tender shall be accompanied by a tender deposit in the form of a certified cheque or Bank Draft or Bid Bond payable to the Corporation of the Municipality of Wawa in the amount of: as a guarantee for the execution of the contract. Five Thousand Dollars ($5,000.00) Such deposit shall be security to the Owner that the Tenderer, if notified of intent to award the Contract, will supply bonds (if applicable), insurance documents and a WSIB Clearance Certificate, and will execute the agreement, all within the timeframes specified herein, and start work as specified. The security will be forfeited to the Owner if the selected Tenderer fails to comply. Tender deposits of all Tenderers except the first and second choice of the owner to carry out the work, will be returned within ten (10) workings days after the date of opening tenders. The tender deposit of the two chosen Tenderers will be retained until a tender has been accepted by the Owner and the contract properly executed. If the Tenderer has not been notified of intent to award the Contract within sixty (60) days after the date of opening tenders, his tender deposit will be returned on demand. Except as otherwise herein provided the tenderer guarantees that if his tender is withdrawn before the Owner shall have considered the tenders or before or after he has been notified that his tender has been recommended to the Owner for acceptance or that if the Owner does not for any reason receive within the specified timeframes as stipulated and as required herein, the Agreement executed by the Tenderer, insurance documents, the Performance Bond (if applicable) and the Payment Bond (if applicable) executed by the tenderer and the surety company and the other documents required herein, the Owner may retain the tender deposit for the use of the Owner and may accept any tender, advertise for new tenders, negotiate a contract or not accept any tender. May 2018

11 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT Bonds The Contractor, together with a surety company approved by the Owner and authorized by law to carry on business in the Province of Ontario, shall, unless otherwise directed, furnish to the Owner in triplicate, within ten (10) days after notification of intent to award the Contract, a Contract Performance Bond in the amount of 100% of the Total Tender Value and a separate Labour and Material Payment Bond in the amount of 50%, of the Total Tender Value. Such bonds shall be approved by and acceptable to the Owner and must be furnished by the Contractor upon receipt of notification of intent to award the Contract. The bonds shall be maintained in good standing until the fulfilment of the Contract. 15. Agreement to Bond Each tender must be accompanied by an "Agreement to Bond" (as provided attached to the Form of Tender) from an approved guarantee company as surety that the Tenderer can obtain the required Contract Labour and Material Payment Bond and the required Contract Performance Bond. 16. Agreement The Tenderer agrees that, if requested to do so by the Owner or anyone acting on the Owner s behalf within sixty (60) days after the date of opening tenders, he will execute in triplicate and return to the Owner, the Agreement in a form bound herein within ten (10) days after being so requested. The Tenderer shall therefore keep the tender open for acceptance for the period noted above. 17. Insurance The Contractor shall, within ten (10) days of being notified by the Owner, in writing, of intent to award the Contract, furnish to the Owner insurance documents as specified herein. 18. Workplace Safety and Insurance Board The Contractor shall, within ten (10) days of being notified by the Owner, in writing, of intent to award the Contract, furnish evidence of compliance with all requirements of the Workplace Safety and Insurance Act of Ontario. Such evidence shall include a Certificate of Good Standing issued prior to the execution of the contract, and a further certificate issued prior to the release of the Construction Lien Act holdback. Contractors shall provide, to the Contract Administrator, updated Certificates of Good Standing as they expire. An up-to-date Certificate of Good Standing shall be provided with each monthly statement. 19. Proof of Ability In order to aid the Owner in determining the capability of each Tenderer, the Tenderer shall complete the following statement sheets, which are bound herein, and submit with their tender: Statement 'A' Statement 'B' Statement 'C' Statement 'D' Tenderer s Experience Tenderer s Senior Supervisory Staff Construction Equipment Subcontractors If the Tenderer prefers, in lieu of completing and submitting the above mentioned statement sheets, submit the information required by the said sheets on similar forms prepared in his own office, provided that the said forms bear the Tenderer's name and the date of preparation and contain the same up-todate information. May 2018

12 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-5 The Owner may make such investigation as it deems necessary to determine the ability of the Tenderer to perform the work, and the Tenderer shall furnish the Owner all such information and data it may request for this purpose. The Owner reserves the right to reject any tender, if the evidence submitted by, or investigation of such Tenderer fails to satisfy the Owner that such Tenderer is properly qualified to carry out the obligations of the contract and to complete the work as contemplated therein. 20. Occupational Health and Safety Act In order to avoid any misunderstanding as to the nature of the work to be performed herein, by executing this contract, the Contractor unequivocally acknowledges that he is the constructor within the meaning of the Occupational Health and Safety Act, and Regulations for Construction Projects, and the Contractor undertakes to carry out the duties and responsibilities of a constructor with respect to the work. It is specifically drawn to the attention of the tenderer that the Occupational Health and Safety Act provides, in addition to other matters, that: "A constructor shall ensure, on a project undertaken by the constructor, that, a) the measures and procedures prescribed by this Act and the regulations are carried out on the project; b) every employer and every worker performing work on the project complies with this Act and the regulations; and c) the health and safety of workers on the project is protected." competent person means a person who, a) is qualified because of knowledge, training and experience to organize the work and its performance; b) is familiar with this Act and the regulations that apply to the work; and c) has knowledge of any potential or actual danger to health or safety in the workplace; ( personne competente )" To this end the "constructor" shall notify the Ministry of Labour of the commencement of work on the project, with copies of such notification to be forwarded to the Engineer prior to a scheduled preconstruction meeting. 21. Alternative Methods of Construction A Tenderer wishing to use methods of construction other than those shown and/or specified in these Contract Documents must provide complete design details, calculations, specifications and working drawings for his proposal. This information together with statements identifying the reason(s) for proposing alternatives and any price saving to the Owner must be attached to his tender. In preparation of the Total Stipulated Price the Tenderer must use the method indicated and/or specified in these Contract Documents, otherwise the tender will be rejected as informal. 22. Preparation of Drawings and Specifications The Contract drawings and specifications for the work were prepared by Kresin Engineering Corporation, 536 Fourth Line East, Sault Ste. Marie, ON. The Contractor shall indemnify and save harmless the Consultants, Kresin Engineering Corporation, and its employees, and the Corporation of the Municipality of Wawa from and against all claims, demands, losses, costs, damages, action suites or proceedings by third parties, directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the Work. May 2018

13 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-6 Any representations in the tender documents and plans are furnished merely for the general information of tenderers and are not in any way warranted or guaranteed by or on behalf of the Owner or the Owner's consultants and its sub consultants or the consultants' or sub consultants' employees, and neither the Owner nor its consultants or its employees shall be liable for any representations negligent or otherwise contained in the documents. These design documents are prepared solely for the use by the Owner and there are no representations of any kind made by Kresin Engineering Corporation, its employees and sub consultants and its employees to any party with whom Kresin Engineering Corporation has not entered into a contract. 23. Definition of Owner/Authority and Engineer/Contract Administration Wherever the word "Owner", "Authority" or "Corporation" appears in this contract, it shall be interpreted as meaning the Corporation of the Municipality of Wawa. Wherever the word "Engineer", "Consulting Engineer", "Owner s Representative" or "Contract Administrator" appears in this contract it shall be deemed to mean the Consultants, Kresin Engineering Corporation, or such other officers, as may be authorized by the Owner to act in any particular capacity. Wherever the word Documents appears it shall be deemed to mean the specifications and the drawings. 24. Acceptance or Rejection of Tenders Subject to the General Conditions, neither the Engineer nor any officer or employee of the Owner has authority to make or accept an offer or to enter into a contract on behalf of the Owner or to create any rights against or to impose any obligations on the Owner. The recommendation by the Engineer of a tender to the Owner for acceptance, or issuance of a letter of intent to award the Contract, does not constitute acceptance of the tender by the Owner. A tender is accepted by the Owner and a contract is made thereby between the Owner and a tenderer only when an Agreement in the form bound herein is executed by the Owner and by the Tenderer, and the acceptance of the tender and the execution of the Agreement by the Owner are subject to the express condition that the Owner receive a performance bond and a payment bond in the forms bound herein and in accordance with the requirements hereof, within ten (10) days after notification of intent to award the tender by the Owner. Tenders shall be open for acceptance for a period of sixty (60) days after the closing date. After this time the tender may only be accepted with the consent of the successful bidder. The Owner shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Tenderer before or after, or by reason of, the acceptance or the nonacceptance by the Owner of any tender, or by reason of any delay in the acceptance of a tender, save as provided in the Contract. Tenders are subject to a formal contract being prepared and executed. The Owner reserves the right to reject any or all tenders and to waive formalities as the interests of the Owner may require without stating reasons therefore and the lowest or any tender will not necessarily be accepted. The following table lists some possible tender irregularities and outlines the Owner s resulting course of action. May 2018

14 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT-7 TENDER IRREGULARITIES Listed below are examples of some common tender irregularities and the results of such deficiencies. 1. LATE TENDERS Automatic rejection envelope not accepted/opened. 2. BIDDER NOT REGISTERED WITH CONSULTANT Automatic rejection envelope not accepted/opened. 3. TENDERS NOT COMPLETED IN INK OR NOT TYPEWRITTEN 4. TENDER NOT SIGNED Automatic rejection. 5. TENDER FORM NOT USED Automatic rejection. 6. AGREEMENT TO BOND (IF REQUIRED) Bond Company, Corporate Seal or equivalent proof of authority to bind company or signature missing. 7. TENDER DEPOSIT Deposit missing Signature missing Security in form other than specified Bid security is submitted for an insufficient amount Consultation with staff and/or the Owner s Solicitor on a case by case basis with a report back to Owner with recommendation. Two (2) working days to correct. If the corrected agreement is not received within the time allotted, the tender must be rejected. Automatic rejection. Automatic rejection. Automatic rejection. Two (2) working days to submit sufficient deposit. If the deposit is not received within the time allotted the tender must be rejected. 8. QUALIFIED BIDS Consultation with staff, and/or the Owner s Solicitor. Possible rejection or acceptance determined on a case by case basis. 9. ADDENDUM/ADDENDA NOT ACKNOWLEDGED One (1) working day to acknowledge all Addenda and confirm in writing that no other changes to the Tender, Bid Price, Tender Value, etc., are required. If the Tenderer requires additional changes, the Tender will be automatically rejected. 10. INCOMPLETE TENDER (PART BIDS, ALL ITEMS NOT BID) 11. TENDERS CONTAINING MINOR CLERICAL ERRORS, ERASURES, OVERWRITING OR STRIKEOUTS NOT INITIALLED 12. ADDITIONAL ALTERNATE TENDER IN WHOLE OR IN PART FOR CONSIDERATION 13. MATHEMATICAL ERRORS WHICH ARE NOT CONSISTENT WITH UNIT PRICES 14. MISSING PAGES NOT RELATED TO FORM OF TENDER, AGREEMENT TO BOND, SCHEDULE OF PRICES 15. TENDER DOCUMENTS WHICH SUGGEST THE BIDDER HAS MADE A MAJOR MISTAKE IN CALCULATIONS OR TENDER. Automatic rejection. Two (2) working days to correct and initial errors. Owner reserves the right to waive initialing and accept bid. Additional alternate bids will be considered unless specified otherwise in the tender request. Bids containing mathematical corrections from the checking procedure may be accepted. Bid unit prices shall ordinarily be used to correct extensions. Where there are obvious errors such as incorrect extensions or misplaced decimals, the Owner shall consider the intent of the bidder. The Owner reserves the right to waive the requirement for the extra pages and accept or reject the bid outright. Consultation with staff and/or the Owner s Solicitor on a case by case basis with a report back to Owner with recommendation. May 2018

15 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT Contractor s Work Force The Contractor will be required to use local manpower as much as possible for the work under this contract. 26. Approvals and Award The Contractor shall note that this work is subject to the approval of the Municipal Council. The Contractor shall have no claim for payment or extra payment due to the Owner s failure to secure approval necessitating cancellation of the project or portions of it. The award of the contract will be based on a contract amount that meets the Owner s construction budget. If necessary the Owner reserves the right to add or delete work under the tender items as may be necessary to meet the Owner s budget. 27. Quantities Where quantities are set out in the Schedule of Items and Prices, it is pointed out that these quantities are approximate only, and are given as a basis for estimating and comparing bids. 28. Commencement and Completion The Contractor must commence work within ten (10) calendar days of receiving written notice from the Owner to commence work. Work on this contract must be completed by the time stipulated on the bid form. 29. Liquidated Damages The Contractor shall note that in the case that all work called for under the contract is not finished or completed by the Time for Completion, as stipulated in the Form of Tender, damage will be sustained by the Owner. In this case, liquidated damages will be due to the Owner as outlined in the Special Provisions General section of these Contract Documents. 30. Co-operation with Owner The Contractor shall note that the Owner may be carrying out work in the vicinity of the project location. The Contractor shall co-operate fully with the Owner in every respect. 31. Review of Shop Submissions The Contractor shall submit to the Engineer shop, working and setting drawings and product literature as required by these documents. Materials shall not be brought to site prior to the Engineer carrying out a review of the shop submission. 32. Schedule It is the Owner s intent to have the work completed as quickly as possible in order to minimize the duration of disturbance. The Contractor will be required to submit a schedule for approval by the Owner showing proposed dates for start and completion of each major task. 33. Permits, Fees and Notification The Contractor is responsible for and shall pay for all permits, licenses and inspections necessary for performing the work. May 2018

16 Contract No Wawa Lake Waterfront Phase 1 INSTRUCTIONS TO TENDERERS IT Methods of Submission It is in the Tenderer's best interest that they do not submit their Tender via a courier service. The outer tender envelope must clearly identify the contents as a tender and neither the Owner nor the Engineer shall be responsible for identifying tender envelopes contained in courier envelopes. Tenders received orally, by telephone, or facsimile shall not be accepted. 35. Contract Time Tenderers shall insert, in the Bid Form, their proposed commencement and substantial performance date. The proposed commencement and substantial performance dates inserted by the Tenderer shall be considered the Contract Time of the project. Tenderers shall note that time is of the essence in this Contract. END OF SECTION May 2018

17 BID FORM CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

18 Contract No Wawa Lake Waterfront Phase 1 BID FORM 1 TENDERER'S CHECK LIST CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO BEFORE SUBMITTING YOUR TENDER, CHECK THE FOLLOWING POINTS: YES NO Has your Tender been signed, sealed and witnessed? (Bid Form page 4) Have you filled in all blanks in the Bid Form? Have you enclosed the official Bid Form (loose copy)? Have you enclosed the Tender Deposit? Have you enclosed the Agreement to Bond? Have you read the Contract Documents thoroughly? Have you completed Appendices A through F of the Bid Form? Have you visited the site(s) to have a clear understanding of the work involved? MAKE SURE THAT THE TENDER IS IN A SEALED ENVELOPE, APPROPRIATELY MARKED INCLUDING THE TENDERER S NAME. May 2018

19 Contract No Wawa Lake Waterfront Phase 1 BID FORM 2 PROJECT: CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO OWNER: CORPORATION OF THE MUNICIPALITY OF WAWA 40 BROADWAY AVENUE WAWA, ON P0S 1K0 CONSULTANT: KRESIN ENGINEERING CORPORATION 536 FOURTH LINE EAST SAULT STE. MARIE, ON P6A 6J8 TENDERER: (print in ink or type) Contractor's Name: Contractor s Address: Contractor s Contractor's Telephone: Contractor's Fax: Name of Person Signing for Firm: Position of Person Signing for Firm: TENDERS RECEIVED BY: Corporation of the Municipality of Wawa 40 Broadway Avenue Wawa, ON P0S 1K0 May 2018

20 Contract No Wawa Lake Waterfront Phase 1 BID FORM 3 TO: Corporation of the Municipality of Wawa Attn: Deputy Clerk 40 Broadway Avenue Wawa, ON P0S 1K0 RE: Wawa Lake Waterfront Phase 1 Contract No Authority: WE, (Name of Company) (Address) (Telephone) Having carefully examined the Bid Documents, as prepared by Kresin Engineering Corporation, offer and agree as follows: 1. I/We, the Undersigned, hereby offer to furnish labour, tools, apparatus and other means of construction, services and materials including all applicable taxes and duties in force at the time of Tender submission required to complete the above work in accordance with the requirements of the Tender Documents for the Total Stipulated Price [INCLUDING HST], of: ($ ) in lawful money of Canada if awarded a Contract on acceptance of this Tender within thirty (30) days from the time set for the Tender submission. Dollars 2. That the bid price entered by the Tenderer in the Bid Form is based on the assumption that the Engineer's written order to commence work will be issued to the Tenderer within a 30-day period after the opening date for Tenders. 3. That we recognize the Owner's right to accept any Tender or Tender Prices submitted or to reject all Tenders with no cause for claim by any Tenderer. 4. That the awarding of a Contract based on this Tender, shall constitute an acceptance of this Tender or such portion thereof as contained in the award, as soon as notification of award of the Contract. 5. To complete the Work of this Contract to the requirements of the Contract Documents no later than the dates stipulated below. Proposed Commencement Date: Substantial Performance Date: October 1, 2018 May 2018

21 Contract No Wawa Lake Waterfront Phase 1 BID FORM 4 6. To perform the work in compliance with the required completion schedule stated in the Bid Documents. 7. No person, firm, or corporation other than the undersigned has any interest in this Bid or in the proposed Contract for which this Bid is made. 8. This Bid is open to acceptance for a period of thirty (30 days) from the date of bid closing. Signatures SIGNED AND SUBMITTED for and on behalf of: Name of the Bidder/Contractor signature Name and Title of Person Signing Witnesses signature signature Name and Title of Person Signing Name and Title of Person Signing Date: N.B. Where legal jurisdiction or Owner requirement calls for: a) proof of authority to execute this Bid; attach such proof of authority in the form of a certified copy of a resolution naming the representative(s) authorized to sign this Bid for and on behalf of the Corporation or Partnership; or b) the affixing of a corporate seal, this Bid should be properly sealed. May 2018

22 Contract No Wawa Lake Waterfront Phase 1 BID FORM 5 APPENDIX "A" TO BID FORM Project: Corporation of the Municipality of Wawa Wawa Lake Waterfront Phase 1 Contract No Bidder: LIST OF BID DOCUMENTS The following is the list or description of the Bid Documents referred to in the Bid for the above named project: - the Agreement between the Owner and the Contractor; - Addendum/Addenda No. through ; - Supplemental General Conditions - Specifications; - Contract Drawings; - Standard Drawings, if any; - Instructions to Tenderers; - Bid Form and Appendices; - General Conditions and Definitions; May 2018

23 Contract No Wawa Lake Waterfront Phase 1 BID FORM 6 APPENDIX "B" TO BID FORM Project: Corporation of the Municipality of Wawa Wawa Lake Waterfront Phase 1 Contract No Bidder: LIST OF SUBCONTRACTORS We are not proposing to employ any subcontractors. All portions of the work will be performed by the Bidder s own forces. We are proposing to employ the following subcontractor(s) for the performance of a portion of the Work. Division or Section of Work Name of Subcontractor May 2018

24 Contract No Wawa Lake Waterfront Phase 1 BID FORM 7 APPENDIX "C" TO BID FORM Project: Corporation of the Municipality of Wawa Wawa Lake Waterfront Phase 1 Contract No Bidder: PRICE BREAKDOWN The following are our Prices for the work listed hereunder. The Prices listed apply to performing the work during the time scheduled for such work in the project schedule. These prices do NOT include Value Added Taxes. HST shall be shown in the space provided below. Description of Work 1. General Requirements 2. Mobilization and Demobilization 3. Lions Beach Stairs Removal and Restoration 4. Waterfront Stabilization Sheet Pile Retaining Wall 5. Ganley Street Storm Sewer Outlet 6. Four (4) Storm Sewer Outlets (Dr. Rose s Beach, St. Marie St., Wawa St., Caverhill St.) Lump Sum Price ($) $ $ $ $ $ $ Sub Total (excluding HST) $ 13% HST Total Stipulated Price (including HST) (Carry forward to page 3 of the Bid Form) May 2018

25 Contract No Wawa Lake Waterfront Phase 1 BID FORM 8 APPENDIX "D" TO BID FORM Project: Corporation of the Municipality of Wawa Wawa Lake Waterfront Phase 1 Contract No Bidder: ALTERNATIVE PRICES The following are our prices for the alternative work listed hereunder. Such alternative work and amounts are NOT included in our Bid Price. These prices for the alternative work do NOT include Value Added Taxes. Effect on Stipulated Price ($) Description of Alternative Work Addition Deletion (If Appendix "D" is not used, put "Not Applicable" and initial the bottom of the page.) May 2018

26 Contract No Wawa Lake Waterfront Phase 1 BID FORM 9 APPENDIX "E" TO BID FORM Project: Corporation of the Municipality of Wawa Wawa Lake Waterfront Phase 1 Contract No Bidder: SEPARATE PRICES The following are our Separate Prices for the work listed hereunder. Such work and amounts are NOT included in our Bid Price. These Separate Prices do NOT include Value Added Taxes. Separate price work is only to be constructed or carried out upon receipt of the Engineer s direction to proceed with that item. Should the Owner not proceed with the separate price work identified below, the Contractor shall not be entitle to any additional payment nor shall it affect the Total Stipulated Price. Description of Separate Price Work Separate Price Amount ($) (If Appendix "E" is not used, put "Not Applicable" and initial the bottom of the page.) May 2018

27 Contract No Wawa Lake Waterfront Phase 1 BID FORM 10 APPENDIX "F" TO BID FORM Project: Corporation of the Municipality of Wawa Wawa Lake Waterfront Phase 1 Contract No Bidder: TENDERER S EXPERIENCE The Tenderer is to list on this statement sheet his/her experience in similar work which he/she has successfully completed. Failure by a Tenderer to comply with the foregoing requirements may result in his/her tender being disqualified by the Owner. Year Description of For Whom Work Value $ Consultant Contract Performed May 2018

28 AGREEMENT TO BOND CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

29 AGREEMENT TO BOND Date:..., 20 * Corporation of the Municipality of Wawa Surety: Broadway Avenue Address:... Wawa, ON... P0S 1K0 Telephone No:... Dear Sirs: Re: Wawa Lake Waterfront Phase 1 Contract No In consideration of the Corporation of the Municipality of Wawa (hereinafter referred to as "the Owner") accepting the tender of and executing an Agreement with (hereinafter referred to as "The Tenderer") for Contract No Wawa Lake Waterfront Phase 1 project, subject to express condition that the Owner receive the Performance Bond and the Payment Bond in accordance with the said tender, we the undersigned hereby agree with the Owner to become bound to the Owner as surety for the Tenderer in a Contract Performance Bond in the amount of 100% of the Total Stipulated Price and a separate Contract Labour and Material Payment Bond in the amount of 50% of the Total Stipulated Price, and we agree to furnish the Owner with the said bonds within 10 days after notification of the acceptance of the said tender and execution of the said Agreement by the Owner has been mailed to us. Yours very truly, Signature (affix seal) Name NOTE -This Agreement must be executed on behalf of the surety company by its authorized officers under the company's corporate seal. Of the two forms bound herein, one shall become part of the tender and the other shall be retained by the surety company. * Enter name and address of Surety Company at the top of the page.

30 ORDER TO COMMENCE CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

31 CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO DATE: TO (Contractor): This is your written order to commence work associated with the noted Contract. The Time for Completion within which you have agreed to have the work completed ends on: October 1, 2018 CONTRACT ADMINISTRATOR As per the Instruction to Tenderers Item 26, work on the above shall begin within 10 days of the date of this certificate.

32 STATUTORY DECLARATION CCDC 9a 2001 CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

33

34 AGREEMENT, DEFINITIONS AND GENERAL CONDITIONS CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68 SUPPLEMENTAL GENERAL CONDITIONS CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

69 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTARY GENERAL CONDITIONS 1.1 Project Information.1 Project Owner: Corporation of the Municipality of Wawa.2 Location of Project: Wawa Lake Waterfront Between Dr. Rose s Beach and Lions Beach Wawa, Ontario.3 Consultant: Kresin Engineering Corporation 1.2 General Intent of Work:.1 The general intent of the General Conditions, Supplementary General Conditions, Specifications, Plans, Addenda (if any) and all other Contract Documents and provisions thereof is that the Contractor shall:.1 Furnish all tools, qualified labour, materials, equipment, qualified superintendence and all services, other incidentals, assurances and guarantees, assumptions of risk, and responsibility for the performance of the Work as set forth in the Contract Documents unless otherwise specifically provided..2 Begin work promptly and proceed expeditiously and continuously without cessation or shutdown of work unless otherwise specifically approved in writing by the Engineer, or directed by the Contract..3 Perform, complete, and make ready for its intended purpose, within the times specified, including additional times provided for certain conditions, the work or parts thereof covered by the Contract, all in accordance with plans, Specifications, and any addendum thereto and such direction or instructions as the Engineer may give to supplement the plans and Specifications. The Contractor shall retain sole responsibility and expense for Quality Control of their Work products. 1.3 Emergency and Maintenance Measures.1 Whenever the construction site is unattended by the Contractor s Superintendent, the name, address and telephone number of a responsible official of the contracting firm shall be given to the Engineer. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Engineer in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, an act of God, or any cause whatsoever. May 2018

70 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS 2.2 Should the Contractor be unable to carry out the immediate remedial measures required, the Corporation will arrange to carry out the necessary repairs, the costs for which shall be charged to the Contractor. 2.0 CCDC General Condition Supplements and Amendments The following conditions supplement or amend the General Conditions of the Standard Construction Document CCDC 2, 2008 Edition of the Stipulated Price Contract incorporating Agreement between Owner and Contractor, Definitions, and The General Conditions. The Supplemental General Conditions govern over the General Conditions of CCDC-2, DEFINITIONS.1 Delete the Definition for Provide and replace it with the following: "Provide/Provision" means design, supply, install, terminate, commission and test. 2. GC 1.1 CONTRACT DOCUMENTS.1 Delete article and insert the following: 3. GC 1.4 ASSIGNMENT the order of priority of documents, from highest to lowest, shall be - the Agreement between the Owner and the Contractor; - Addendum/Addenda; - Supplemental General Conditions - Specifications; - Contract Drawings; - Standard Drawings; - Instructions to Tenderers; - Bid Form and Appendices; - General Conditions and Definitions; - Working Drawings..1 Add new sentence to the end of 1.4.1: The Owner's consent to permit assignment of all or part of this Contract shall not relieve the Contractor of the obligations and responsibilities for proper commencement, execution and completion of the Work according to the terms of the Contract. May 2018

71 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS 3 4. GC 3.4 DOCUMENT REVIEW.1 Delete article and insert the following: The Contractor shall review the Contract Documents and other instructions and shall report promptly to the Consultant any error, inconsistency or omission the Contractor may discover. Such review by the Contractor shall be to the best of the Contractors knowledge, information and belief and in making such review the Contractor does not assume any responsibility to the Owner or the Consultant for the accuracy of the review. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies or omissions in the Contract Documents or other instructions, which the Contractor did not discover. If the Contractor does discover any error, inconsistency or omission in the Contract Documents or other instructions, the Contractor shall not proceed with the work affected until the Contractor has received corrected or missing information from the Consultant. 5. GC 3.14 TIME IS OF THE ESSENCE.1 Add new article: GC 3.14 Time is of the Essence Time shall be of the essence in the performance of the Work. 6. GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT.1 Add to the end of 5.2.1: The first payment application shall not be submitted until a minimum of 30 days after the award of Contract..2 Add new article: Second and subsequent applications for payment shall be accompanied by a duly signed Statutory Declaration on CCDC Form 9A. 7. GC 5.3 PROGRESS PAYMENT AND WARRANTY SECURITY.1 Amend GC 5.3 PROGRESS PAYMENT by the addition of AND WARRANTY SECURITY..2 Article : Change ten days (10) to read thirty days (30)..3 Delete article and insert the following: May 2018

72 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS the Owner shall make payment to the Contractor on account as provided in Article A-5 of the Agreement - PAYMENT on or before 30 calendar days after receipt of certificate of payment from the Consultant..4 Add new article: The Contractor shall provide to the Owner for the duration of the warranty, a warranty security the value of which shall be 3% of the contract value. The warranty security shall be retained by the Owner in equal increments from monies that would otherwise be payable to the Contractor, so that by the date of substantial performance of the contract the full value of the warranty security has been retained. On the expiration of a period of 12 months from the date of Substantial Completion, and after all known imperfect work has been rectified to the satisfaction of the Consultant, the warranty security, less any deduction as provided for in the Contract, shall be paid to the Contractor following the issuance by the Consultant of the Final Certificate. 8. GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK.1 Add new article: Upon receipt of a copy of the Certificate of Substantial Performance, the Contractor shall forthwith, as required by Section 32(1) Paragraph 5 of the Construction Lien Act, R.S.O. 1990, c.c.30, as amended, publish a copy of the certificate in the Daily Commercial News..2 Add new article: Except as otherwise provided for in Section 31 of the Construction Lien Act, the 45 Day lien period prior to the release of holdback, shall commence from the date of publication of the Certificate of Substantial Performance. 9. GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK.1 Add to the end of article 5.5.1: The Substantial Performance Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such statutory holdback shall be due 46 Days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: a. a release by the Contractor in a form satisfactory to the Contract May 2018

73 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS 5 Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding work or matters arising out of the Contract Documents; b. a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks properly retained; c. a satisfactory certificate of clearance from the Workplace Safety and Insurance Board; and d. proof of publication of the Certificate of Substantial Performance. 10. GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK.1 Article 5.6.1: delete and substitute the following: Holdback monies will not be released until 46 days after substantial performance of the Contract has been advertised in a construction trade newspaper, excluding any monies held in reference to GC Add new article: The Consultant, in his sole discretion may refuse to certify completion of the work of any or all Subcontractors or Suppliers, without offering reason. The Contractor shall obtain the Consultant's permission before submitting any claim for such certification. The Contractor shall indemnify, hold harmless and defend the Consultant and the Owner against any and all claims arising from such certification or lack of such certification. 11. GC 5.7 FINAL PAYMENT.1 Revise terms of GC from 5 calendar days to 30 calendar days. 12. GC 5.8 WITHHOLDING OF PAYMENT.1 Add new article: The Owner may withhold sufficient funds to protect himself from loss on account of any of the following: - Defective work not remedied; - Delay in performance of the work; - Delay in submission of documentation, certificates, samples, shop drawings, and record drawings; - Claims filed or reasonable evidence indicating probable filing of claims; May 2018

74 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS 6 - Overpayment for completed work; and/or - Damaged work caused by Contractor, Subcontractors or Suppliers. When the condition(s) for which money has been withheld has (have) been remedied, the Consultant will immediately issue (a) certificate(s) for the amount(s) withheld. Additional consulting fees incurred by the Owner resulting from the above will reduce the Contract price in a sufficient amount to cover such fees..2 Add new article 5.8.3: The Contractor and his surety or he, his executors, administrators, successors and assigns, and any and all other parties in any way concerned, shall fully relieve and indemnify the Owner and all its officers, agents, servants and employees and the Consultant from any and all liability of expenses by way of legal costs of otherwise in respect to any claim which may be made for lien or charge at law or in equity or to any claim or liability under the Construction Lien Act, R.S.O. 1990, as amended, or to any attempted attachment for debt, garnishee process or otherwise. The Owner shall not in any case be liable to any greater extent that the amount then owing by the Owner to the Contractor, his executors, administrators, successors and assigns. In the event that any claim for lien shall be registered or given to the Owner pursuant to the provision of the Construction Lien Act, 1983, all payments to be made under this Contract shall be suspended until such liens have been discharged or vacated. 13. GC 6.2 CHANGE ORDER.1 Add new article: For work on time and material basis for payment, payment amount will be determined in accordance with CG GC 6.3 CHANGE DIRECTIVE.1 Delete article and replace it with the following: The Contractor s fee shall be 10% or as otherwise agreed upon by the parties. 15. GC 7.2 CONTRACTOR`S RIGHT TO STOP WORK OR TERMINATE CONTRACT.1 Add the following paragraph 7.2.6: Paragraph shall not apply to the proper withholding of payments because of the Contractor's failure to pay all just claims promptly nor because of the registration or notice of liens against the Owner's property, until such claims and liens are discharged. May 2018

75 Contract No Wawa Lake Waterfront Phase 1 SUPPLEMENTAL GENERAL CONDITIONS GC 9.2 TOXIC AND HAZARDOUS SUBSTANCES AND MATERIALS.1 Add new article : 17. GC 11.1 INSURANCE Prior to the commencement of the work the Contractor shall provide, to the Consultant, a list of those products controlled under WHMIS which he expects to use on the Contract. Related Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. The Contractor shall notify the Consultant of changes to the list in writing and provide relevant Material Safety Data Sheets..1 Add new article : 18. GC 12.3 WARRANTY Contractor shall be required to pay any deductible amounts in connection with all insurance policies..1 Add the following to the end of paragraph : The applicable warranty period for items repaired during the period referred to in paragraph shall commence from the date of acceptance of the corrected work by the Consultant..2 Add new article paragraph : During the month prior to the end of the 12 month warranty period in paragraph , the Consultant and the Contractor shall, at the Owner's request, conduct a review of the project to list outstanding defects and deficiencies to be corrected by the Contractor at no cost to the Owner. 19. GC 13 OCCUPATIONAL HEALTH AND SAFETY.1 Add new article 13.1: For the purposes of the Occupational Health and Safety Act, the successful Contractor is considered to be the Constructor as defined in the Act. END OF SECTION May 2018

76 SPECIFICATIONS CORPORATION OF THE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT PHASE 1 CONTRACT NO

77 Contract No Wawa Lake Waterfront Phase 1 SPECIFICATIONS GENERAL REQUIREMENTS 1.1 Laws, Regulations and Standards: All work shall be completed in accordance with all applicable laws, regulations and standards. 1.2 Safety: The Contractor 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 Contractor shall meet the requirements of the Ontario College of Trades with respect to Compulsory Trades and shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act, the Technical Standards and Safety Act (2000) and any regulations made thereunder. The Contractor shall be aware of and conform to all governing regulations including those established by the Owner relating to employee health and safety. The Contractor shall keep employees and subcontractors informed of such regulations. The Contractor shall provide Safety Data Sheets (MSDS) to the Owner for any supplied Hazardous Materials. 1.3 Progress of Work and Time for Completion: Time shall be the essence of this contract. The Contractor will be required to commence work within ten (10) working days of receiving notification to proceed and shall work continuously to the completion of the work. Work on this contract must be completed by the date noted in the Bid Form. Any additional expenses, including costs for additional work force to meet this schedule and completion date will be the responsibility of the Contractor and is to be included in the Contractor s total stipulated price. 1.4 Permits: The Owner will obtain and pay for a Building Permit (if required). The Contractor shall obtain and pay for all other permits necessary for the proper completion of the work. Copies of all permits shall be provided to the Engineer. The Contractor shall coordinate all inspections relating to the building permit and all other permits. 1.5 Insurance: The Contractor shall provide all insurance as required herein. 1.6 Work Site Delineation and Cleanliness: The Contractor s work site shall be clearly delineated upon mobilization and maintained until demobilization. All work shall be limited to within the confines of the delineated work area. The Contractor shall maintain the work site in a clean and tidy condition. The Contractor shall be responsible for maintaining all access roadways and parking lots within and adjacent to the work in a safe and traversable condition. The Contractor shall provide a work site delineation plan to the Consultant for acceptance by the Owner prior to mobilizing to the site. 1.7 Cooperation: The Contractor shall cooperate fully with the Owner and the Consultant during the conduct of this project. May 2018

78 Contract No Wawa Lake Waterfront Phase 1 SPECIFICATIONS Access: The Contractor shall ensure that access along Eldorado Road is not impeded by the work. The Contractor shall minimize disruption to roadways. 1.9 Material Storage: Materials and products shall be handled and stored on the job in such a manner that no damage shall be done to the materials and products, structures, the site and surrounding area. An area will be allocated by the Owner for the storage of materials and products. The storage area shall be kept tidy at all times. Materials and products shall be protected from damage during storage and installation Relocation of Existing Utilities/Services: The Contractor shall be responsible for and shall pay for the adjustment and/or relocation of any utilities, mechanical or electrical services necessary for the construction of the works Construction Limits: The Contractor shall limit construction activities to ensure a reasonable and compact construction site and to minimize the extent of areas disturbed Environmental Controls: The Contractor shall provide environmental controls as necessary and as directed by the Engineer. The Contractor shall employ proper dust erosion and sedimentation control methods. The Contractor shall ensure that the noise level from construction activities is minimized. 2.0 MOBILIZATION AND DEMOBILIZATION The Contractor shall mobilize all machinery, equipment, tools, apparatuses, fuel, facilities, utilities and all other incidentals, including labour forces to the site and within the Contract limits. The Contractor shall also demobilize all machinery, equipment, tools, apparatuses, fuel, facilities, utilities and all other incidentals, including labour forces, from the site and within the Contract limits. All items not specifically mentioned in this specification but required to complete the work shall be included under this item. Payment for this item will be made by the Owner, on receipt of a request for payment made by the Contractor in strict accordance with the Contract Documents, as follows: 1. On complete mobilization, as determined by the Engineer, 50% of the price noted in Appendix C for this item. 2. On complete demobilization, as determined by the Engineer, 50% of the price noted in Appendix C for this item. Payment of the total stipulated price shall be full compensation for all work associated with this Item. May 2018

79 Contract No Wawa Lake Waterfront Phase 1 SPECIFICATIONS LIONS BEACH STAIRS REMOVAL AND RESTORATION 3.1 Intent: The stipulated price for this work shall include all labour, equipment and materials required for the completion of the tasks described herein as well as all additional tasks required to provide a complete final product. a) Remove the existing deteriorated interlocking block/stone stairs and associated retaining walls, railings, etc. at the north end of Lions Beach Park in the Municipality of Wawa. Salvage materials for re-use where possible. b) Construct new interlocking block/stone retaining walls and patio space as shown on the drawings. c) Construct new pedestrian guard rails to match existing. d) Restore all disturbed areas to match adjacent conditions. 3.2 Materials: a) Interlocking blocks shall be AB Collection by Allan Block to match existing or approved alternate. b) Interlocking pavers shall be Hollandstone by Unilock to match existing or approved alternate. c) Geotextile shall be 270R by Terrafix or approved alternate. d) Timber products shall be pressure treated, suitable for direct burial. Paint to match existing. e) Steel rails shall be 57mm O.D. schedule 40 galvanized pipe. Paint to match existing. f) Granular materials shall be clean virgin material meeting the requirements of OPSS. g) All other materials incorporated into the work shall be in accordance with the requirements set out by manufacturers where applicable and/or the relevant OPSS. h) Contractor shall provide shop submissions for review for all materials prior to delivery to site. 3.3 Construction: All interlocking block and paver installation shall be in accordance with the manufacturer s recommendations. Granular materials shall be compacted to 98% standard proctor dry density. Disturbed areas shall be restored to match adjacent conditions. Vegetated areas shall be restored with minimum 75mm topsoil and hydo-seeded in accordance with OPSS.MUNI.804. Seed mix shall be Northern Ontario Mix. 4.0 WATERFRONT STABILIZATION STEEL SHEET PILE RETAINING WALL 4.1 Intent: The stipulated price for this work shall include all labour, equipment and materials required for the completion of the tasks described herein as well as all additional tasks required to provide a complete final product. May 2018

80 Contract No Wawa Lake Waterfront Phase 1 SPECIFICATIONS 4 a) Install erosion and sedimentation controls, turbidity curtain and all other environmental controls required for compliance with the requirements of regulatory bodies. b) Remove existing unit block retaining wall, debris, vegetation and soil as required to facilitate the work. c) Install new steel sheet pile (SSP) retaining wall, complete with all accessories and appurtenances. d) Install backfill, construct path and restore all disturbed areas to match adjacent conditions. 4.2 Materials: a) Sheet steel piles shall be S64 by Roll Form Group or approved alternate. b) All metal components, including sheet piles, shall be hot dip galvanized. c) Geotextile shall be 270R by Terrafix or approved alternate. d) Backfill material shall be clean material as shown on the drawings and approved by the engineer. e) Contractor shall provide shop submissions for review for all materials prior to delivery to site. 4.3 Construction: All work shall be carried out in strict accordance with regulatory and permit requirements for work in and adjacent to water bodies. Strict controls on emissions, equipment refuelling, etc. shall be implemented. Contractor shall ensure the location of buried infrastructure is known prior to installing sheet piles. Adjust construction approach as necessary to avoid damage to buried infrastructure. Installation shall be in accordance with OPSS.MUNI 903. Installation shall be via hammer driving or use of vibrating driving head. Steel sheet piles shall be assembled before driving and shall be driven as a continuous wall. SSP shall be installed to form a straight walls with no horizontal deviation of more than 75mm between inflection points. SSP shall not deviate more than 1% from vertical. Top of SSP wall shall be cut off to form a level plane. Complete installation of environmental controls shall precede all other tasks. Disturbed areas shall be restored to match adjacent conditions. Restore lake bed area with clean gabion stone, G-3 gradation in accordance with OPSS.MUNI Stone shall be approved by the Engineer for in-water use prior to delivery of material to-site. May 2018

81 Contract No Wawa Lake Waterfront Phase 1 SPECIFICATIONS GANLEY STREET STORM SEWER OUTLET 5.1 Intent: The stipulated price for this work shall include all labour, equipment and materials required for the completion of the tasks described herein as well as all additional tasks required to provide a complete final product. a) Install erosion and sedimentation controls, turbidity curtain and all other environmental controls required for compliance with the requirements of regulatory bodies. b) Remove existing pipe, structures, debris, etc. to facilitate the implementation of the proposed work. c) Construct new storm sewer, maintenance holes, catch basins, etc. in accordance with the drawings and the applicable OPS standards and drawings. d) Construct guide rails as shown on the drawings in accordance with OPSD and associated OPS. e) Support existing utilities as may be required. f) Restore all disturbed areas as shown on the drawings to match adjacent conditions. 5.2 Materials: a) All materials shall be the size and class shown on the drawings. b) Materials shall be in accordance with OPS requirements. c) Granular materials shall be clean virgin material meeting the requirements of OPSS. d) Geotextile shall be 270R by Terrafix or approved alternate, except under rock protection. Geotextile under rock protection shall be 600R by Terrafix or approved alternate. e) Contractor shall provide shop submissions for review for all materials prior to delivery to site. 5.3 Construction: All work shall be carried out in strict accordance with regulatory and permit requirements for work in and adjacent to water bodies. Strict controls on emissions, equipment refuelling, etc. shall be implemented. Complete installation of environmental controls shall precede all other tasks. Contractor shall ensure the location of buried infrastructure is known prior to start of construction. Adjust construction approach as necessary to avoid damage to buried infrastructure. Granular materials shall be compacted to 98% standard proctor dry density. Disturbed areas shall be restored to match adjacent conditions. Vegetated areas shall be restored with minimum 75mm topsoil and hydo-seeded in accordance with OPSS.MUNI.804. Seed mix shall be Northern Ontario Mix. May 2018

82 Contract No Wawa Lake Waterfront Phase 1 SPECIFICATIONS FOUR (4) STORM SEWER OUTLETS (DR. ROSE S BEACH, ST. MARIE ST., WAWA ST., CAVERHILL ST.) 6.1 Intent: The stipulated price for this work shall include all labour, equipment and materials required for the completion of the tasks described herein as well as all additional tasks required to provide a complete final product. a) Install erosion and sedimentation controls, turbidity curtain and all other environmental controls required for compliance with the requirements of regulatory bodies. b) Remove existing pipe, structures, debris, etc. to facilitate the implementation of the proposed work. c) Construct new storm sewer, headwalls, etc. in accordance with the drawings and the applicable OPS standards and drawings. d) Restore all disturbed areas as shown on the drawings to match adjacent conditions. 6.2 Materials: a) All materials shall be the size and class shown on the drawings. b) Materials shall be in accordance with OPS requirements. c) Granular materials shall be clean virgin material meeting the requirements of OPSS. d) Geotextile shall be 270R by Terrafix or approved alternate. e) Contractor shall provide shop submissions for review for all materials prior to delivery to site. 6.3 Construction: All work shall be carried out in strict accordance with regulatory and permit requirements for work in and adjacent to water bodies. Strict controls on emissions, equipment refuelling, etc. shall be implemented. Complete installation of environmental controls shall precede all other tasks. Contractor shall ensure the location of buried infrastructure is known prior to start of construction. Adjust construction approach as necessary to avoid damage to buried infrastructure. Granular materials shall be compacted to 98% standard proctor dry density. Disturbed areas shall be restored to match adjacent conditions. Vegetated areas shall be restored with minimum 75mm topsoil and hydo-seeded in accordance with OPSS.MUNI.804. Seed mix shall be Northern Ontario Mix. END OF SECTION May 2018

83 LIST OF DRAWINGS RIB 1 N 1.1 LIONS BEACH STAIRS 2.1 RETAINING WALL 3.1 GANLEY ST. STORM SEWER OUTLET 4.1 STORM SEWER OUTLETS «LION'S BEACH STAIRS RIB 2 «GANLEY ST. STORM SEWER OUTLET «RETAINING WALL «CAVERHILL «WAWA ST. OUTLET «ST. ST. OUTLET MARIE ST. OUTLET «DR. ROSE'S BEACH OUTLET GENERAL NOTES RIB 1 LOCATED AT LADY DUNN HOSPITAL NORTH PARKING LOT APPROX 29m NNE DIRECTION. N. = E. = ELEV. = RIB 2 LOCATED AT GANLEY STREET. N. = E. = ELEV. = Engineering Corporation KEC # 1657 PROJECT KEY PLAN CONTRACT WAWA LAKE WATERFRONT PHASE 1

84 REMOVE EXISTING HAND RAIL AS REQUIRED EXISTING RETAINING WALL IN THIS AREA TO FACILITATE PLAZA CONSTRUCTION. CONSTRUCT NEW RETAINING WALL(±25m²). TIE INTO EXISTING. ±2.4m CONSTRUCT NEW PAVING STONE PLAZA(±23m²). ELEVATION TO MATCH EXISTING. A P4 EL:290.75m A P4 EL:293.00m PROPOSED HANDRAIL EXISTING PLAZA ±7.0m REMOVE EXISTING STAIRS, RETAINING WALLS, RAILINGS AND FILL MATERIAL. SALVAGE AND REUSE MATERIAL WHERE POSSIBLE. EL:288.50m EXISTING PATH ±4.6m PLAN VIEW SCALE 1:50 PROPOSED HANDRAIL COMPACTED GRANULAR FILL PROPOSED CONCRETE PAVERS ON 50mm MANUFACTURED SAND TO MATCH EXISTING PLAZA. PROPOSED RETAINING WALL. CONSTRUCT IN ACCORDANCE WITH MANUFACTURERS REQUIREMENTS. EXISTING LANDING SEE POST DETAIL COLLAR 140mmØ (TYP.) EL:293.00m REMOVE EXISTING STAIRS, RETAINING WALLS, RAILINGS AND FILL MATERIAL. SALVAGE AND REUSE MATERIAL WHERE POSSIBLE. RAIL 57mmØ (TYP.) REMOVE EXISTING STAIRS TO FACILITATE NEW CONSTRUCTION. EL:290.75m POST DETAIL EL:288.50m WOODEN POST 138x138mm IN 250mmØ CONCRETE FOOTING RESTORE AREA ADJACENT TO WALL WITH ROCK PROTECTION TO MATCH ADJACENT AREAS. RESTORE BEYOND WITH TOPSOIL, SEED AND COVER. HANDRAIL DETAIL SCALE 1:50 SECTION A SCALE 1:50 NOTES: 1. ALL DIMENSIONS ARE IN METRES UNLESS NOTED. 2. DO NOT SCALE DRAWING. 3. DRAWING SHOWS PROPOSED CONSTRUCTION EMPHASIZED. 4. EXISTING CONDITIONS APPEAR SCREENED IN BACKGROUND. 5. LOCATION OF EXISTING UNDERGROUND UTILITIES ARE APPROXIMATE ONLY AND MUST BE VERIFIED BY CONTRACTOR. SCALE CHK DATE March ISSUED FOR TENDER 05/18/18 RB DWG. R. Boisvert No DESCRIPTION DATE INITIAL GEO BM REVISIONS KRESIN Engineering Corporation FILE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT LIONS BEACH STAIRS DRAWING NO. 1.1

85 N EXISTING GRAVEL PATH MUNICIPAL WATER PUMP HOUSE A B Δ= m PROPOSED STEEL SHEET PILE DEADMAN. REFER TO TYP. SECTION. PROPOSED STEEL SHEET PILE RETAINING WALL. REFER TO TYPICAL SECTION. EXISTING INTERLOCKING BLOCK RETAINING WALL TO BE REMOVED. GRAVEL 12.8m Δ= 4.9 C 14.0m D Δ= 11.0 Δ= m 18.7m E F I ISOLATE WORK AREA WITH EROSION/SEDIMENT CONTROLS AND TURBIDITY CURTAIN IN ACCORDANCE WITH OPSD 219 SERIES. Δ= m H G 9m Δ= m Δ= 21.3 TOP OF RETAINING WALL TOP OF RETAINING WALL PLAN VIEW APPROXIMATE LOCATION OF EXISTING MUNICIPAL WATER INTAKE. CONTRACTOR TO CONFIRM LOCATION AND ELEVATION PRIOR TO CONSTRUCTION. 2.5m PATH RESTORE DISTURBED AREAS WITH TOPSOIL AND SEED 150mm CRUSHED GRAVEL PATH ON GEOTEXTILE. C200x21 CONTINUOUS TOP OF WALL VARIES SEE PLAN FOR ELEVATIONS 0.6m CONTINUOUS L150x150x12 WHALER SURVEYED LAKE LEVEL AT OCT m 0.6m CLEAN COMPACTED GRANULAR FILL WORK POINT COORDINATES NORTHING EASTING A B C D E F G H I SSP DEADMAN ANCHOR 600mm SSP SECTION C/W 25mmØ TIE 1800 O.C. 2m LAKE BOTTOM VARIES RESTORE LAKE BOTTOM WITH G-3 GABION STONE ±750mm WIDE BY 300mm THICK. BOTTOM OF PILE EL= m TYPICAL SECTION NOTES: 1. ALL DIMENSIONS ARE IN METRES UNLESS NOTED. 2. DO NOT SCALE DRAWING. 3. DRAWING SHOWS PROPOSED CONSTRUCTION EMPHASIZED. 4. EXISTING CONDITIONS APPEAR SCREENED IN BACKGROUND. 5. LOCATION OF EXISTING UNDERGROUND UTILITIES ARE APPROXIMATE ONLY AND MUST BE VERIFIED BY CONTRACTOR. SCALE CHK DATE May ISSUED FOR TENDER 05/18/18 RB DWG. R. Boisvert No DESCRIPTION DATE INITIAL GEO BM REVISIONS KRESIN Engineering Corporation FILE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT RETAINING WALL DRAWING NO. 2.1

86 LEGEND BENCHMARK EXISTING CATCH BASIN EXISTING MAINTENANCE HOLE N EXISTING LIGHT STANDARD TORONTO AVENUE PROPOSED 30m GUIDE RAIL OPSD EXISTING HYDRO POLE EXISTING GUY WIRE EXISTING HYDRANT EXISTING CURB STOP EXISTING EDGE OF DRIVEWAY / PATH EXISTING FENCE CHANNEL GENERAL NOTES: A 1. ALL SERVICES TO REMAIN UNINTERRUPTED FOR THE DURATION OF THE CONSTRUCTION. 2. THE CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS TO PRE-CONSTRUCTION CONDITION OR BETTER AND TO THE SATISFACTION OF THE ENGINEER. 3. DRAWING BASE INFORMATION FROM TOPOGRAPHIC SURVEY CONDUCTED OCTOBER 2017 BY KRESIN ENGINEERING CORPORATION. PROPOSED CB 1 4. ALL WORK SHALL BE COORDINATED WITH THE OWNER TO MINIMIZE DISTURBANCE. SUFFICIENT ACCESS TO THE AREA. AS DEFINED BY THE OWNER, SHALL BE MAINTAINED AT ALL TIMES. ASPHALT EXISTING 1200mmØ CSP EL: PROPOSED 27m OF 200mmØ PVC SDR RIB # EL: PROPOSED 3m OF 200mmØ PVC SDR35 5. THE CONTRACTOR SHALL IMPLEMENT SUFFICIENT ENVIRONMENTAL CONTROLS TO COMPLY WITH ALL FEDERAL, PROVINCIAL AND MUNICIPAL ACTS, REGULATIONS AND BY-LAWS FOR THE PROTECTION OF THE NATURAL ENVIRONMENT, INCLUDING LIMITING THE RELEASE OF DELETERIOUS SUBSTANCES SUCH AS DUST, SEDIMENT, NOISE, ODOURS, ETC. 6. PROJECT BENCHMARK: RIB #2 LOCATED ON DRAWING. N. = E. = ELEV. = m STUB 1200mmØ CONCRETE CONNECT TO EXISTING PROPOSED MH PROPOSED 20m OF 1200mmØ STORM SEWERS: EL: EL: EL: TOE OF SLOPE TOP OF SLOPE EL: PROPOSED SLOPE TOPSOIL AND SEED AND EROSION CONTROL BLANKET 1. ALL STORM SEWER PIPE TO BE CSA PVC DR35, OR CSA A257.2 REINFORCED CONCRETE D-50 PIPE,SIZED AS NOTED ON DRAWINGS. ALL FITTINGS & APPURTENANCES TO BE 100% COMPATIBLE. 2. STRUCTURE INSTALLATION SHALL BE ACCORDANCE WITH THE APPLICABLE OPSD. STRUCTURE BEDDING MATERIAL SHALL BE GRANULAR A, COMPACTED TO 98% SPDD. STRUCTURE BACKFILL SHALL BE SAND, COMPACTED TO 98% SPDD. 3. PIPE INSTALLATION SHALL BE ACCORDANCE WITH THE APPLICABLE OPSD. PIPE BEDDING MATERIAL SHALL BE GRANULAR A, COMPACTED TO 98% SPDD AND SHAPE TO RECEIVE PIPE. PIPE COVER SHALL BE SAND, COMPACTED TO 98% SPDD. REMOVE APPROX. 12m EXISTING STORM PIPE REMOVE EXISTING CONCRETE RUBBLE PROPOSED 3m OF 250mmØ PVC SDR PROPOSED 8m OF 450mmØ PVC EL: EXISTING GRAVEL PATH A RESTORE ALL DISTURB AREAS WITH TOPSOIL AND SEED PROPOSED CB 2 RESTORE PEDESTRIAN TRAIL WITH NEW GRAVEL PATH. ±55m². 150mm CRUSHED STONE ON GEOTEXTILE REMOVE EXISTING BRIDGE ± 8.5m TORONTO STREET 292 PROPOSED GUARD RAIL MAX. WATER = m TOP OF SLOPE = m 291 GRAVEL PROPOSED PEDESTRIAN BARRICADE ON HEADWALL OPSD PROPOSED PRE-CAST CONCRETE HEADWALL OPSD PROPOSED ROCK PROTECTION LINED CHANNEL 1.0m THICK ON GEOTEXTILE. APPROX. ±45m² OPSD ± WAWA LAKE SURVEYED SHORELINE NOVEMBER 2017 WATER SURFACE EL: PROPOSED G-10 GABION STONE 450mm THICK ON GEOTEXTILE SLOPES: 75mm TOPSOIL AND SEED C/W EROSION CONTROL BLANKET (CS2 BY LAYFIELD), STAPLED AND INSTALLED IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTION SECTION A SCALE 1:100 BOTTOM ELEVATION = m EXISTING GROUND NOTES: 1. ALL DIMENSIONS ARE IN METRES UNLESS NOTED. 2. DO NOT SCALE DRAWING. 3. DRAWING SHOWS PROPOSED CONSTRUCTION EMPHASIZED. 4. EXISTING CONDITIONS APPEAR SCREENED IN BACKGROUND. 5. LOCATION OF EXISTING UNDERGROUND UTILITIES ARE APPROXIMATE ONLY AND MUST BE VERIFIED BY CONTRACTOR. SCALE CHK DATE May ISSUED FOR TENDER 05/18/18 RB DWG. R. Boisvert No DESCRIPTION DATE INITIAL GEO BM REVISIONS KRESIN Engineering Corporation FILE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT GANLEY ST. STORM SEWER OUTLET DRAWING NO. 3.1

87 WATER STREET PROPOSED PEDESTRIAN BARRICADE. AS PER OPSD , NOV.2017, REV.3 PROPOSED HEADWALL (OPSD ) C/W PEDESTRIAN BARRICADE (OPSD ) CONNECT EXISTING PIPE TO HEADWALL (TYP.) SAND BEACH REMOVE APPROX. 11m OF EXISTING PIPE PROPOSED ROCK LINED DITCH. REFER TO TYPICAL SECTION. APPROX. 60m² N ±5m WAWA LAKE ± 286.6m SURVEYED OCT mm NOM. EXISTING 300mm DIA. STORM PIPE VARIES 1 75mm THICK TOPSOIL ON GEOTEXTILE 270R. HYDROSEED AND EROSION CONTROL BLANKET EXTEND STONE AND GEOTEXTILE 500mm PAST TOP OF SLOPE +3.9m WATER STREET GABION STONE G mm THICK ON GEOTEXTILE RESTORE WITH BEACH SAND PROPOSED HEADWALL. AS PER OPSD RESTORE ALL DISTURBED AREAS WITH 75mm TOPSOIL AND SEED. INSTALL EROSION CONTROL BLANKET PROPOSED ROCK LINED DITCH. REFER TO TYPICAL SECTION. APPROX. 72m² 1000mm NOM. ST. MARIE STREET OUTFALL TYPICAL OUTFALL SECTION SCALE 1:20 PROPOSED HEADWALL (OPSD ) C/W PEDESTRIAN BARRICADE (OPSD ) CONNECT EXISTING PIPE TO HEADWALL (TYP.) REMOVE APPROX. 12.5m OF EXISTING PIPE N ± 5m EXISTING CB EXISTING 300mmØ CONCRETE STORM PIPE WAWA LAKE ± 286.6m SURVEYED OCT m WAWA STREET SAND BEACH PROPOSED ROCK LINED DITCH. REFER TO TYPICAL SECTION. APPROX. 64m² RESTORE ALL DISTURBED AREAS WITH 75mm TOPSOIL AND SEED. INSTALL EROSION CONTROL BLANKET RESTORE WITH BEACH SAND Ž WAWA STREET OUTFALL PROPOSED HEADWALL (OPSD ) C/W PEDESTRIAN BARRICADE (OPSD ) CONNECT EXISTING PIPE TO HEADWALL (TYP.) PROPOSED 3m OF 300mmØ PVC SDR35 CONNECT TO EXISTING ± 5m PROPOSED ROCK LINED DITCH. REFER TO TYPICAL SECTION. APPROX. 92m² REMOVE APPROX. 21m OF EXISTING PIPE N WAWA LAKE ± 286.6m SURVEYED OCT CAVERHILL STREET PROPOSED HEADWALL (OPSD ) C/W PEDESTRIAN BARRICADE (OPSD ) CONNECT EXISTING PIPE TO HEADWALL (TYP.) ± 5m PROPOSED ROCK LINED DITCH. REFER TO TYPICAL SECTION. APPROX. 32m² REMOVE APPROX. 9.3m OF EXISTING PIPE N CONNECT PROPOSED 300mmØ PVC PIPE TO EXISTING CB EX CB 2.9m 300mm 0.35% 4m EX. CB EXISTING 300mmØ CONCRETE STORM PIPE WAWA LAKE ± 286.6m SURVEYED OCT m +3.5m Œ RESTORE ALL DISTURBED AREAS WITH 75mm TOPSOIL AND SEED. INSTALL EROSION SAND BEACH CONTROL BLANKET DR. ROSE'S BEACH OUTFALL RESTORE WITH BEACH SAND WAWA STREET CAVERHILL STREET OUTFALL SAND BEACH RESTORE WITH BEACH SAND RESTORE ALL DISTURBED AREAS WITH 75mm TOPSOIL AND SEED. INSTALL EROSION CONTROL BLANKET NOTES: 1. ALL DIMENSIONS ARE IN METRES UNLESS NOTED. 2. DO NOT SCALE DRAWING. 3. DRAWING SHOWS PROPOSED CONSTRUCTION EMPHASIZED. 4. EXISTING CONDITIONS APPEAR SCREENED IN BACKGROUND. 5. LOCATION OF EXISTING UNDERGROUND UTILITIES ARE APPROXIMATE ONLY AND MUST BE VERIFIED BY CONTRACTOR PRIOR TO CONSTRUCTION. SCALE CHK DATE May ISSUED FOR TENDER 05/18/18 RB DWG. R. BOISVERT No DESCRIPTION DATE INITIAL GEO BM REVISIONS KRESIN Engineering Corporation FILE MUNICIPALITY OF WAWA WAWA LAKE WATERFRONT STORM SEWER OUTLETS DRAWING NO. 4.1

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014 Town of Middleton Storm Water Outfall Connaught Avenue June 20, 2014 Set No. Town of Middleton Storm Water Outfall OVERVIEW Page 1 Connaught Avenue _ June 20, 2014 OVERVIEW This document is a Supplementary

More information

NORTHERN COLLEGE DRY HYDRANT

NORTHERN COLLEGE DRY HYDRANT NORTHERN COLLEGE DRY HYDRANT Prepared for: NORTHERN COLLEGE 4715 Highway 101 East South Porcupine, ON P0N 1H0 Prepared by: J.L. RICHARDS & ASSOCIATES LIMITED 834 Mountjoy Street S, PO Box 10 Timmins, ON

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

CHAIR AND MEMBERS STRATEGIC PRIORITIES AND POLICY COMMITTEE MEETING ON SEPTEMBER 14, 2015

CHAIR AND MEMBERS STRATEGIC PRIORITIES AND POLICY COMMITTEE MEETING ON SEPTEMBER 14, 2015 TO: FROM: CHAIR AND MEMBERS STRATEGIC PRIORITIES AND POLICY COMMITTEE MEETING ON SEPTEMBER 14, 2015 JOHN BRAAM, P.ENG. MANAGING DIRECTOR, ENVIRONMENTAL & ENGINEERING SERVICES AND CITY ENGINEER SUBJECT:

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall,

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall, PAAC/City CONSIGNMENT AGREEMENT for ARTWORK This Consignment Agreement (the Agreement ) is made this date: * by and between * (the Consignor ), The City of Twentynine Palms (the City ), to provide the

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

Rules of Accreditation. for Advertising Agencies. August 2010

Rules of Accreditation. for Advertising Agencies. August 2010 for Advertising Agencies August 2010 LIST OF CONTENTS Clauses Page no. Interpretation 3 The Print Media Accreditation Authority 4 1 Conditions for Accredited Agency 5 2 Application for Accreditation 6

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

INVITATION TO TENDER Tender-08 ADIDAS SPORTSPLEX REMEDIATION

INVITATION TO TENDER Tender-08 ADIDAS SPORTSPLEX REMEDIATION INVITATION TO TENDER 2016-Tender-08 ADIDAS SPORTSPLEX REMEDIATION Date Issued: August 11, 2016 Paper original and one (1) electronic copy in PDF format of a Bid Submission in an envelope plainly marked

More information

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS 39441 (601) 428-4014 (601) 428-1948 fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Date: From: To: This Billboard Rental Agreement is made

More information

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Bid No. B18/9998 05/09/2018 NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Sealed Bids will be received until 3:00 P.M. (Tucson Time), June 5, 2018, by Pima County Community

More information

TENDER #16-12 PROCESS MECHANICAL AND BUILDING MECHANICAL UPGRADE OF REDWOOD ESTATES WATER TREATMENT PLANT (WTP) PROJECT NO.

TENDER #16-12 PROCESS MECHANICAL AND BUILDING MECHANICAL UPGRADE OF REDWOOD ESTATES WATER TREATMENT PLANT (WTP) PROJECT NO. TENDER #16-12 PROCESS MECHANICAL AND BUILDING MECHANICAL UPGRADE OF REDWOOD ESTATES WATER TREATMENT PLANT (WTP) PROJECT NO. 151-05429-02 September, 2016 THE CORPORATION OF THE TOWNSHIP OF SOUTH GLENGARRY

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 16, 2017 PROJECT Facilities Master Plan - Phase 1 Interior Renovations PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center. ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office. INSTRUCTIONS TO BIDDERS PART ONE: GENERAL 1.1 Bid Proposals/Invitation to Tender 1.1.1 Sealed proposals shall be addressed to: For legal address, contact contracting office. and delivered enclosed in a

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO. MET Building Restoration, 20 Gordon Court

METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON. TENDER DOCUMENT NO. MET Building Restoration, 20 Gordon Court METROPOLITAN REGIONAL HOUSING AUTHORITY INVITES BIDS ON TENDER DOCUMENT NO. Building Restoration, 20 Gordon Court CLOSING DATE: Tuesday, May 1, 2018 Tender No. Building Restoration, 20 Gordon Court TABLE

More information

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO SHAMROCK SCHOOL PLAYGROUND ENHANCEMENTS

THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO SHAMROCK SCHOOL PLAYGROUND ENHANCEMENTS THE CITY OF WINNIPEG BID OPPORTUNITY BID OPPORTUNITY NO. 242-2018 SHAMROCK SCHOOL PLAYGROUND ENHANCEMENTS Note to Bidders: Please be aware of revisions to B13.4 Bid Opportunity No. 242-2018 Table of Contents

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119

PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119 PHASE 3: MAIN AND SECOND LEVEL RENOVATION EDUCATION CENTRE SASKATCHEWAN RIVERS PUBLIC SCHOOL DIVISION NO. 119 545 11TH STREET EAST, PRINCE ALBERT, SASKATCHEWAN PROJECT No. 15.041 ISSUED FOR TENDER JUNE

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR. SITC of Standalone Fire Alarm for exit doors at BIAL project office

Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR. SITC of Standalone Fire Alarm for exit doors at BIAL project office Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR SITC of Standalone Fire Alarm for exit doors at BIAL project office Bangalore International Airport Limited Kempegowda International

More information

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project

NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Bid No. B17/9963 April 11, 2017 NOTICE INVITING SEALED BIDS East Campus Exterior EIFS and Painting Project Sealed Bids will be received until 3:00 P.M. (Tucson Time), May 4, 2017, by Pima County Community

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

More information

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR QUOTATION Q05.2016 SHAREPOINT SUPPORT SERVICES Sealed bids submitted on the included

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Request for Quotations Arras Weir Maintenance

Request for Quotations Arras Weir Maintenance Request for Quotations 2015-35 Arras Weir Maintenance The City of Dawson Creek requests written quotes for maintenance at the Arras Weir on the Kiskatinaw River, 1.7 km upstream of the Kiskatinaw Bridge

More information

T Simcoe Street Parking Garage Elevator Cylinder Replacement

T Simcoe Street Parking Garage Elevator Cylinder Replacement Department: Corporate Services Fax: 705-876-4607 To: Distribution List From: Bernadette Lawler/Marla Sutherland Fax: Date: March 27, 2015 Phone: Pages: 9 including this cover page Re: T-16-15- 190 Simcoe

More information

Supply and Delivery of Boltless Metal Shelving Units

Supply and Delivery of Boltless Metal Shelving Units T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

CONSIGNMENT AGREEMENT

CONSIGNMENT AGREEMENT CONSIGNMENT AGREEMENT This Consignment Agreement, hereinafter referred to as this Agreement, states the terms of the parties agreement with respect to personal property, hereinafter referred to as Consigned

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON JUNE 2017 SECTION 00 11 00 PROJECT DOCUMENTS INVITATION TO TENDERERS PAGE 1 Sealed tenders, marked Main Street Paving will be received by the Town of

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

Supply and Delivery. Chromebase All-in-One Computers

Supply and Delivery. Chromebase All-in-One Computers T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

Request for Quotations Airport Secure Access System

Request for Quotations Airport Secure Access System - Request for Quotations 2015-39 Airport Secure Access System The City of Dawson Creek requests written quotes for the supply and installation of a new secure key/card/fob access control system at the

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

INTERNATIONAL AIR TRANSPORT ASSOCIATION CARGO AGENCY AGREEMENT

INTERNATIONAL AIR TRANSPORT ASSOCIATION CARGO AGENCY AGREEMENT INTERNATIONAL AIR TRANSPORT ASSOCIATION IATA SERVICE CENTRE EUROPE TORRE EUROPA PASEO DE LA CASTELLANA 95 28046 MADRID SPAIN CARGO AGENCY AGREEMENT AN AGREEMENT made this....... BETWEEN each IATA Member

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

Central Regional Integrated Health Authority (CRIHA) 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4. 57 Pippy Place St. John s, NL A1B 4H8

Central Regional Integrated Health Authority (CRIHA) 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4. 57 Pippy Place St. John s, NL A1B 4H8 TENDER DOCUMENTS FOR Badger Quay New-Wes-Valley, NL Sprinkler Upgrades Bonnews Lodge OWNER: Central Regional Integrated Health Authority (CRIHA) 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4 PRIME

More information

Gecko Logistics Group Terms & Conditions

Gecko Logistics Group Terms & Conditions Gecko Logistics Group Terms & Conditions 1. Definitions In these conditions - "Carrier" shall mean Gecko Logistics Group; "Carriage" shall mean and include the whole of the services undertaken by the Carrier

More information

Sfera Architectural Associates Inc. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA. For. The Corporation of the.

Sfera Architectural Associates Inc. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA. For. The Corporation of the. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA For The Corporation of the Town of Tecumseh Dated: May 29, 2013 Bids & Construction: May 29, 2013 S P E C I F I C A T I O N OF LABOUR AND MATERIALS

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

PROJECT MANUAL PT 17-05

PROJECT MANUAL PT 17-05 PROJECT MANUAL PT 17-05 LOCATION: 176 Wilson Street Kingston, ON WORK: Kitchen Renovation (53) MANDATORY PRE-TENDER CLOSING SITE MEETING: Monday May 29, 2017 at 10:30 a.m. 176 Wilson Street Kingston, ON

More information

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

Strait Regional School Board. St Andrew Junior School Asphalt Shingle Replacement SAJH 0617

Strait Regional School Board. St Andrew Junior School Asphalt Shingle Replacement SAJH 0617 Strait Regional School Board St Andrew Junior School SAJH 0617 St Andrew Junior School Title Page List of Contents Section 00 00 10 Page 1 of 2 Administration Division 00 Section 00 00 00 Section 00 0010

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information