Request for Tender Tender-07 Transformers

Size: px
Start display at page:

Download "Request for Tender Tender-07 Transformers"

Transcription

1 Date Issued: February 19, 2018 Closing Date and Time: Request for Tender 2018-Tender-07 Transformers Original copy of a Tender in a sealed envelope plainly marked 2018-Tender-07 Transformers must be received prior to 3:00 p.m. local time on Wednesday, March 14, 2018 Closing Location: Courier, mail or hand delivered to: City of Penticton Corporate Officer City Hall 171 Main Street Penticton, BC V2A 5A9 Contact: All enquiries must be directed in writing to purchasing@penticton.ca It is the sole responsibility of the proponent to check the City s website at for any updated information and addenda issued before the closing date. is the only authorized website to register and obtain competitive bid documents for the City of Penticton opportunities. The City of Penticton shall not be held responsible for our competitive bid documents that are located on any other website. Procurement and Inventory Services Department 616 Okanagan Avenue East Penticton, BC V2A 3K6 TEL purchasing@penticton.ca 1

2 INVITATION TO TENDER Sealed Tenders marked 2017-Tender-05 Transformers will be received at the office of the Corporate Officer City Hall, 171 Main Street, Penticton, BC V2A 5A9 up to 3:00 p.m. local time Wednesday, March 14, 2018 for: Pad Transformers The said tenders are subject to the terms and conditions of the Invitation to Tender, the Schedule, instructions to Tenderers, general conditions, specifications and any special conditions, plans or drawings attached hereto (all of which documents shall be initialled by the tenderer in the space provided). Further information, tender forms, and specifications may be obtained from or the office of the Procurement and Inventory Services Manager at the City Yards Office, 616 Okanagan Avenue East, Penticton, BC V2A 3K6 between the hours of 7:30 a.m. and 3:15 p.m. Monday to Friday, excluding statutory holidays. It is the responsibility of the bidder to check for addenda which will be posted on the City s website. Tenders will be opened in the public at 3:00 p.m. at City Hall Council Chambers on the 2 nd floor of 171 Main Street, Penticton, BC. Interested parties may be present during the opening of the tenders. The City of Penticton reserves the right to accept or reject all or any Tenders and to accept the Tender in total or in part, or to accept the Tender which it deems most favourable in the interest of the City of Penticton. The lowest or any Tender will not necessarily be accepted. PLEASE READ THE ATTACHED INSTRUCTIONS TO TENDERERS TENDER Date of Tender: In compliance with the above invitation, the undersigned offers and agrees if this tender be accepted within sixty (60) calendar days from the date of opening, to furnish or supply to the City of Penticton any, all or any part of the items upon which prices are stated, at the price set opposite each item, deliver at the designated point or points within the time specified in the schedule attached hereto. The goods to be supplied herein are manufactured by at The Tenderer is a sole proprietor, partnership, company incorporated under the laws of. (Check where applicable.) Name and Address of Sole Proprietor, Signature and Title of Person Partnership or Company Tendering Signature and Address to Sign Tender (Print or Type Name (Print or Type): of Witness or Witnesses Title Under Signature): 2

3 1. ACCEPTANCE THIS TENDER MAY BECOME PART OF A LEGAL CONTRACT EVERY PAGE MUST BE SIGNED OR INITIALLED WHERE INDICATED INSTRUCTIONS TO TENDERERS 1.1. The Corporation of the City of Penticton (the City ) reserves the right: to award bids received on the basis of individual items, or groups of items, or on the entire list of items; to reject any or all bids, or any part thereof; to waive any informality in the bids; where the City determines that all tender prices are too high, all tenders may be rejected; and to accept the bid that is in the best interest of the City. The Procurement and Inventory Services Manager s decision shall be final The City has the right, in its sole discretion, to evaluate any or all Tenders on any basis it considers desirable, including the overall cost of the Tenders in relation to the City's budget for the Work, the ability of the Tenderer or Tenderers to perform the Work, the finances or credit-worthiness of the Tenderer or Tenderers, and any experience of the Tenderer or Tenderers in performing work of a kind comparable to the Work The City may in its absolute discretion, reject a Tender submitted by the Tenderer if the Tenderer, or any officer or director of a corporate Tenderer, is or has been engaged, either directly or indirectly through another corporation or legal entity, in a legal action against the City and its elected and appointed officers and employees or any of them in relation to: Any other Contract or services; or Any matter arising from the City s exercise of its powers, duties or functions under the Local Government Act and the Community Charter or any other enactments; within five years of this Tender Offer. For purposes of this section, the words legal action includes, without limitation, mediation, arbitration, hearing before an administrative tribunal or lawsuit filed in any court. Without limiting the City s sole discretion in determining whether or not to reject a Tender pursuant to this clause, the City will consider such factors as whether the legal action is likely to affect the Tenderer s ability to work with the City and its employees, agents, consultants and representatives or any of them and whether the City s past experience with the Tenderer in the matter that resulted in the legal action indicates that the City is likely to incur increased staff and legal costs or either of them in the administration of this Contract if it is awarded to the Tenderer An acceptance mailed to the successful tenderer within the time for acceptance specified in the tender results in a binding Contract without further action by either party. 2. PRICES 2.1. Unit prices shall be shown for each unit on which there is a tender. Taxes are to be extra where applicable Unless otherwise specified herein by the City, all prices quoted are to be net prices in Canadian funds including Canadian Customs duties, and are to be F.O.B., including delivery charges, to the destination as indicated Proponents acknowledge that, if it is a non-resident company, payments to the Proponent, as a non-resident, may be subject to withholding taxes under the Income Tax Act (Canada). Further, unless the Proponent, as a non-resident, 3

4 provides the City with an official letter from Canadian Customs and Revenue Agency waiving the withholding requirements, the City will withhold the taxes it determines are required under the Income Tax Act (Canada) The City reserves the right to terminate this Contract based on unacceptable price increases during the Contract period. 3. ALTERNATE TENDERS 3.1. The specifications describe the goods which it is felt are necessary to meet the performance requirements of the City. Tenderers desiring to tender on goods which deviate from these specifications but which they believe to be the equivalent, are requested to submit alternate tenders on the goods which so deviate; however, ALTERNATE TENDERS MUST BE CLEARLY INDICATED AS SUCH, AND DEVIATIONS FROM THE APPLICABLE SPECIFICATIONS PLAINLY NOTED. All alternate tenders will be given due and utmost consideration taking into account the following factors: compatible for its intended use, relatively easy to maintain, durable, and integrated/coordinated with the design approach of other items in the package. The tender must be submitted as a separate submission and be accompanied by complete specifications of the goods offered. The City is not obligated to accept any alternatives. 4. TIME OF DELIVERY When not otherwise specified, Tenderers must definitely state the time of delivery of the goods or completion of services. 5. SAMPLES Samples of items, when required, must be submitted within the time specified and at no expense to the City; if not destroyed in testing, they will be returned at the Tenderers' request and expense unless otherwise specified in the Schedule. 6. SIGNATURES 6.1. If an individual is making the tender, he shall print or type his name and address on the tender form and sign the same in the spaces provided. His signature shall be witnessed and the witness shall give his address If a partnership is making the tender, the name and address of the partnership shall be printed or typed on the tender form and the names of all members of the partnership shall be printed or typed in the spaces provided. The tender shall be signed by one or more of the partners in the following manner: for example, "Smith and Jones by John Jones a partner". The signature or signatures shall be witnessed and the witness or witnesses shall give their address or addresses If a company is making the tender, the name of the company and its place of business shall be printed or typed on the tender form and the tender form shall be signed by the person or persons authorized to sign the tender on behalf of the company, indicating the capacity in which they sign: for example, "John Doe Company Ltd. by John Smith, Secretary" or as the case may be Tenders signed by an agent must be accompanied by evidence of his authority The invitation to tender, tender, conditions, specifications, schedule and any other documents attached to the tender shall be initialled by the proper signing officer of the tenderer The Certification Document must be completed. 7. TENDERS 4

5 7.1. SIGNATURES AND INITIALS REQUIRED All Tenders must be signed in the place provided on the final page by an officer or employee having authority to bind the Bidder by signature. The signature shall be witnessed and the witness shall give his address and telephone number. All other pages of the Tender Document shall be initialled by the Signing Officer in the spaces provided. 8. TENDER 8.1. Tenders must be submitted on the forms provided Tenders shall be enclosed in a sealed envelope clearly marked with the Tender number and name, and addressed to the Corporate Officer, City Hall, 171 Main Street, Penticton, B.C. V2A 5A9. It is the sole responsibility of the Tenderer to ensure the Tender is delivered to the main reception desk of City Hall before the Closing Time Tenders will be received until the Closing Date and Time of 3:00 p.m. local time, Wednesday, March 14, Late Tenders will be returned unopened All prices and notations MUST be typewritten or written in ink. No erasures are permitted. Mistakes MUST be crossed out and corrections typewritten or written in ink adjacent thereto, and initialled in ink by the proper signing officer of the tenderer Tenders, or modification thereof, received after the date and time fixed by the City in the invitation to tender for receiving tenders will NOT be considered In case of mistake in extension of price, unit price will govern Tenders not submitted on the accompanying Schedule of Tender and/or without a completed Certification Document will NOT be considered Submission of tenders to the City via direct facsimile or is not acceptable and all tenders MUST be submitted in a sealed envelope, clearly marked with the tender number and project title The City will not assume any responsibility or liability for any costs incurred by the Tenderer in the preparation of their Tender. 9. THIS TENDER WILL BE OPENED PUBLICLY 9.1. Within 15 days of receipt of the written Notice of Award from the City, the successful supplier shall supply all specified documentation. This may include Certificate of Insurance, Performance Bond, WCB Clearance Letter and a copy of the current City of Penticton or inter-community Business License Tenderers are solely responsible for their own expenses in preparing a tender and for subsequent negotiations with the City, if any. If the City elects to reject all tenders, the City will not be liable to any Tenderer for any claims, whether for costs or damages incurred by the Tenderers in preparing the tender, loss of anticipated profit in connection with any final Contract, or any other matter whatsoever 5

6 9.3. While the City has used considerable efforts to ensure an accurate representation of information in this tender, the information contained is not guaranteed or warranted to be accurate by the City, nor is it necessarily comprehensive or exhaustive. 10. SPECIAL CONDITIONS Where special conditions are attached hereto, these conditions will take precedence over any conditions listed under "General Conditions" or "Instructions to Tenderers". 11. WITHDRAWAL Tenders may be withdrawn by written notice only, provided such notice is received in the office of the Corporate Officer prior to the Closing Date and Time. Upon Closing Time all tenders become irrevocable. By submission of a tender the Tenderer agrees that should they be successful, the Tenderer will become the Supplier will enter into a Contract with the City of Penticton. 12. CONTACTS Any query regarding this tender document shall be directed only to the City of Penticton Purchasing Division representative named below. This Tender is not to be discussed with any other City staff or Council member except at the direction of the Purchasing Division representative. Violation of this condition may result in rejection of your tender. The City will not be responsible for Tenderers adjusting their tender based on oral instructions by any member of City staff or by Contracted consultant or agent. Tender documents will only be modified by issuance of an addendum by the Purchasing Division representative. It is the Tenderers sole responsibility to check the City s bidding opportunities web pages for addenda to this invitation Tenderers should examine the tender documents immediately upon receipt and notify the Purchasing Division representative, not less than five (5) working days before Tender closing, of any errors, omissions or ambiguities found in the documents. This will allow the City, at its discretion, to issue addenda to all Tenderers prior to closing Any questions regarding this tender must be submitted at least five (5) working days prior to the closing date. Any questions submitted after this date may not be answered. City of Penticton Procurement Division representative for this tender is Cathy Ingram, Procurement and Inventory Services Manager and may be contacted via at purchasing@penticton.ca 13. PREFERENCE POLICY AND AWARDS Awards shall be made on the basis of lowest compliant tender, after consideration of all technical and commercial criteria The City may, after Contract award, negotiate changes to the scope of the Work, the materials, the Specifications or any conditions without having any duty or obligation to advise any other Tenderers and the City shall have no liability to any other Tenderer as a result of such negotiations or modifications. 14. APPROPRIATION SOLICITATIONS The award of this tender is subject to the approval and availability of budget funding in a fiscal year. 6

7 15. COMPETITION The intent of this tender is to invite competition. If you believe that these specifications unfairly restrict competition please contact the City of Penticton Procurement Division representative listed in paragraph 12.3 of the Instructions to Tenderers. 16. BRAND NAMES 17. CONFLICTS Unless otherwise stated, if, and wherever, the Specifications state a brand name, a make, the name of manufacturer, a trade name or a vendor catalogue number, it is for the purpose of establishing a grade or quality of material only. It is not intended to rule out the use of other equivalent materials or equipment. By submitting a Tender, the Tenderer warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Tenderer, has any financial relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict. If such a relationship does exist it must be declared and the City in its sole discretion will determine if a conflict of interest exists. 18. BID CLARIFICATION The City in its sole discretion reserves the right to clarify any bid after closing and prior to award. 19. AMENDMENT OF TENDERS A Tenderer may amend or revoke a tender by giving written notice, delivered by hand, courier, mail, or fax, to: Office of the Corporate Officer 171 Main Street, Penticton, BC V2A 5A9 Fax at any time up until the Tender Closing Date and Time An amendment or revocation that is received after the Tender Closing Date and Time shall not be considered and shall not affect a tender as submitted An amendment or revocation must be signed by an authorized signatory of the Tenderer Any amendment that expressly or by inference discloses the Tenderer s Tender Price or other material element of the tender such that, in the opinion of the City, the confidentiality of the tender is breached, will invalidate the entire tender An acceptable form on a tender amendment which Tenderers may, but are not required to, use is as follows: 7

8 SAMPLE ONLY DO NOT FILL IN Tender: (TITLE OF TENDER) TO: Corporate Officer s Office Fax No: The extensions in our tender should be adjusted accordingly, and our Tender Price as set out in Form of Tender, TENDER # Schedule of Quantities, Item # increased/decreased by $, excluding GST. We have not included our revised Tender Price in order to preserve the confidentiality of our tender. Signed and delivered the day of, If a tender amendment or revocation is sent by fax the Tenderer assumes the entire risk that equipment and staff at the receiving office will properly receive the fax containing the amendment or revocation before the Tender Closing Date and Time. The City assumes no risk or responsibility whatsoever that any fax will be received and shall not be liable to any Tenderer if for any reason a fax is not properly received. 20. ACKNOWLEDGEMENT OF ADDENDA Tender documents may be revised to indicate changes. These changes will be made in the form of an addendum. Addenda, if any, will be posted to the City of Penticton s website at It is the responsibility of Tenderers to check for addenda, which may be posted at any time up to Closing Time, prior to submitting their tender. Acknowledgement of receipt of the addenda must be indicated on the SCHEDULE TO TENDER. 21. SEPARATION Should any term or portion of this Tender be found to be invalid or unenforceable, the remainder shall continue to be valid and enforceable. 22. DISPUTE RESOLUTION In the event of a dispute arising between the City of Penticton and the supplier as to their respective rights and obligations under the Contract, either party may give written notice to the other party seeking Alternate Dispute Resolution, but the Contract shall continue to be performed by both parties. In the event a party gives written notice to the other party seeking Alternate Dispute Resolution, both parties agree to using their best efforts to resolve the dispute by mutual agreement for a period of not less than fourteen (14)days. In the event the parties fail to resolve the dispute by mutual agreement after fourteen (14) days of the time specified, either party may give written notice to the other party declaring the attempted dispute resolution by mutual agreement to be a failure. 8

9 In the event notice of failure to resolve the dispute by mutual agreement is given, the dispute shall be referred to and finally resolved by arbitration pursuant to the Commercial Arbitration Act of British Columbia, latest edition. Any dispute may be submitted to arbitration except the breach or alleged breach of the confidentiality provisions of this Contract; where the Contract has been lawfully terminated by City of Penticton pursuant to this Contract. 23. CONFIDENTIALITY AND SECURITY It is the City s policy to maintain confidentiality with respect to all confidential information related to the Proposal, but the City is subject to the Freedom of Information and Protection of Privacy Act. If the Tenderer considers that any of its information is confidential, the Tenderer shall identify that confidential information and advise the City in its Tender. For additional information, refer to: COMPLETION OF CERTIFICATION DOCUMENT The Certification Document must be completed as specified and returned with your Tender submission. 9

10 GENERAL CONDITIONS 1. CONDUCT OF CONTRACT The City Procurement and Inventory Services Manager, or her designate, shall have the conduct of the Contract. 2. EXTRAS Except as otherwise provided in this Contract, no payment for extras shall be made unless such extras and the prices therefore have been authorized in writing by the City Procurement and Inventory Services Manager. 3. INSPECTION All goods shall be subject to inspection and test by and shall meet the approval of the City Procurement and Inventory Services Manager, and her decision shall be final and binding upon all parties. The Supplier shall adopt such inspection measures as may be considered necessary by the City Procurement and Inventory Services Manager to ensure that the goods supplied, or to be supplied, hereunder are at all times of a uniform grade and of the kind and quality herein specified In case any goods, or lots of goods, are defective in material or workmanship or otherwise not in conformity with the specifications of the Contract, the City Procurement and Inventory Services Manager shall have the right either to reject them or to require their correction. Goods or lots of goods which have been rejected or required to be corrected shall be removed or corrected in place, as requested by the City Procurement and Inventory Services Manager, by and at the expense of the Supplier promptly after receipt of notice by the Supplier from the Procurement and Inventory Services Manager If the Supplier fails to remove such goods or lots of goods promptly when requested by the City Procurement and Inventory Services Manager, and to proceed promptly with replacement or correction thereof, the City may either:.1 by Contract or otherwise replace or correct such goods and charge to the Supplier the cost occasioned the City thereby, or.2 may terminate this Contract as provided in the clause of this Contract entitled "Default" Acceptance or rejection of the goods shall be made as promptly as practicable after delivery, except as otherwise provided in this Contract, but failure to inspect and accept or reject goods shall neither relieve the Supplier from responsibility for such goods as are not in accordance with the specifications, nor impose liability on the City therefore Unless otherwise specified by the Tenderer in the schedule attached hereto, the Supplier warrants that in the manufacture of the goods only the best workmanship and materials have been employed and if, within a period of one (1) year from the date of acceptance of the goods by the City, such goods or any portion thereof are found by the City to be defective or faulty due to imperfect or bad workmanship or material, the Supplier agrees to replace such defective goods without expense to the City. 4. RESPONSIBILITY FOR GOODS Except as otherwise provided in this Contract, the Supplier shall be responsible for the goods covered by this Contract until they are delivered at the designated delivery point, regardless of the point of inspection; and the Supplier shall bear all risks as to rejected goods after notice of rejection. 10

11 5. PAYMENTS Payment terms will be Net 30 days. The Supplier shall be paid, within a reasonable time after the submission by the Supplier of properly prepared invoices, the prices stipulated herein for goods delivered and accepted or services rendered and accepted, less deductions, if any, as provided herein. Unless otherwise specified, payment will be made on partial deliveries accepted by the City, when the amount due on such deliveries so warrants. All invoices, credits, backorders, packing slips and correspondence relating to any order must contain the original Purchase Order number as reference. The City of Penticton will not be responsible for any delay arising from the Supplier s failure to do so. 6. ASSIGNMENT AND SUBLETTING The Supplier shall keep the work under his personal control. The Supplier shall not, without the written consent of the City, assign or transfer this Contract, or any sum or sums or any part thereof, due or to become due to the Supplier under this Contract. 7. SUPPLIER'S LIABILITY 7.1. The Supplier shall indemnify and save harmless the City and its officers, servants and agents from and against all claims relating to labour and material furnished for the work in connection with this Contract and to inventions, copyrights, trademarks or patents and patent rights used or infringed by the Supplier in the manufacture or supply of the goods furnished hereunder, and from all such claims in the subsequent use and operation thereof after delivery to the City The Supplier shall be liable for all loss, costs, damages, and expenses whatsoever incurred or suffered by the City, its elected officials, officers, employees and agents (the Indemnities) including but not limited to damage to or loss of property and loss of use thereof, and injury to or death of a person or persons resulting from or in connection with the performance, purported performance, or non-performance of this Contract, excepting only where such loss, costs, damages and expenses are as a result of the sole negligence of the Indemnities The Supplier shall defend, indemnify and save harmless the Indemnities, from and against all claims, demands, actions, proceedings, and liabilities whatsoever and all costs and expenses incurred in connection therewith in connection with the performance, purported performance, or non-performance of this Contract, excepting only where such claim, demand, action, proceeding or liability is based on the sole negligence of the Indemnities. 8. MONIES DUE THE CITY 9. LIENS All monies payable to the City as provided herein may be retained out of any monies then due or which may become due, from the City, to the Supplier, under this or any other Contract with the City, or may be recovered from the Supplier or his surety in any Court of competent jurisdiction as a debt due to the City. The Supplier, his surety and their respective heirs, executors, administrators, successors and permitted assigns shall fully indemnify the City and all its officers, servants and employees from and against any and all liability or expenses by way of legal costs or otherwise in respect to any claim which may be made for a lien or charge at law or in equity or to any claim or liability under the Mechanics Lien Act, or to any attachment for debt, garnishee process or otherwise. 10. DEFAULT The City may, by written notice of default to the Supplier, terminate the whole or any part of this Contract in any 11

12 one of the following circumstances:.1 if the Supplier fails to make delivery of the goods, or to perform the services within the time specified herein or any extension thereof; or.2 if the Supplier fails to perform any of the other provisions of this Contract, or so fails to make progress as to endanger performance of this Contract in accordance with its terms, and in either of these two circumstances, does not cure such failure within a period of ten (10) days, or such longer period as the City Procurement and Inventory Services Manager may authorize in writing, after receipt of notice from the Procurement and Inventory Services Manager specifying any such failure In the event the City terminates this Contract in whole or in part, the City may procure, upon such terms and in such manner as the City Procurement and Inventory Services Manager may deem appropriate, goods or services similar to those terminated, and the Supplier and their surety shall be liable to the City of any excess costs for such similar goods or services, provided that the Supplier shall continue the performance of this Contract to the extent not terminated under the provisions of this clause The Supplier shall not be liable for any excess costs if any failure to perform the Contract arises by reason of strikes, lockouts, acts of God or of the public enemy, acts of the City, fires or floods, or defaults of sub-suppliers due to any of such causes unless the City Procurement and Inventory Services Manager shall determine that the goods or services to be furnished by the sub-supplier were obtainable from other sources in sufficient time to permit the Supplier to meet the required delivery schedule. 11. QUALIFICATION No Contract shall be awarded to any Tenderer who, in the judgment of the City, is not a responsible Tenderer or does not have all the necessary experience, capital, organization, and equipment to perform the Work in strict accordance with the terms and provisions of the Contract. 12. PERMITS AND LICENCES The successful Supplier(s), their employees, agents and vehicles shall have and maintain valid permits and licenses as required by law for the execution of services related to this Contract. The successful Supplier will be required to conform to all Federal, Provincial, and City Acts and Regulations that may apply to the operation of this Contract. The successful Supplier is required to obtain and pay for all necessary permits, licenses, and inspection fees. Certified copies of required permits/licenses will be available upon request. The Supplier must comply with all conditions and safety regulations of WorkSafe BC and must be in good standing and must maintain this standing throughout the term of the Contract. 13. APPLICABLE LAWS This Tender shall be governed in accordance with the laws of British Columbia. 12

13 SCOPE OF WORK Goods to be Supplied: To supply padmount transformers. Specifications: See Attachments for Specifications. (These are minimum specification requirements, higher specification standards may be considered). Standard Tenderer s Note for Distribution Transformers: Tenders will be evaluated based on the following: 1) TOC (Total Ownership Cost) as per: CSA - C MINIMUM EFFICIENCY VALUES FOR LIQUID FILLED DISTRIBUTION TRANSFORMERS TOC = transformer first cost + cost of no-load loss + cost of load loss Where: Cost of no-load loss = A no-load loss (W) Cost of load loss = B load loss (W) Where: A = present value factor of no-load loss ($13.58/W) B = present value factor of load loss ($4.63/W) Please include the following information with your Quotation: IC - initial cost (quoted price) for each item Pnl - guaranteed core loss (no-load loss*) in watts for each item Pwl - guaranteed winding loss (load loss) in watts for each item NL (No-Load) loss in watts at 85 C and 105% of rated voltage. L (Load) loss in watts at full load at rated voltage and corrected for 85 C For dual voltage transformers, the guaranteed load loss shall be applied to the connection that has the highest measured loss values. Certified test reports on guaranteed losses will be required from the successful bidder at the time of shipment. 2) Overall dimensions and weight of each transformer 3) Delivery time 4) Past performance of supplier and equipment Upon award of a contract, the successful proponent must provide the City with drawings which must be approved prior to commencing the manufacturing process. 13

14 BID SHEET Tender-07 Transformers Certification: I/We have carefully read and examined the tender document and have conducted such other investigations as were prudent and reasonable in preparing this response. I/We certify that the statements made in this response are true and complete. These statements and prices as bid represent our response to the City of Penticton. I/We agree to be bound by statements and representations made in this response and to any agreement resulting from this response. I/We hereby agree that this tender may only be withdrawn by written notice delivered to the office of the Corporate Officer prior to the time set for the closing of tenders. I/We agree that the tender attached hereto shall be irrevocable by us for a period of sixty (60) days after the date of the closing of the tender. Acknowledgement of Addenda I/We acknowledge receipt of the following addenda which become part of the work and are included in this tender: ADDENDUM # ADDENDUM # The Supplier must provide Lump Sum Rates and unit rates for each of the items specified below. The lump sum rates shall be all inclusive and include, but not be limited to, all materials, labour, equipment, freight and all applicable taxes and levies, excluding PST and GST, required to provide the Goods. NOTE: Prices F.O.B. Penticton shipped on a flatbed truck, loaded from the side, appropriately covered or washed. Padmounts to be seafoam green in colour. Qty Description/Rating Product Number each TRANSFORMER, DV, 1PH, PAD, /120V, 50KVA each TRANSFORMER, DV, 1PH, PAD, /120V, 100KVA 3. 2 each TRANSFORMER, DV, 3PH, PAD, Y/120V, 300KVA Unit Price Extended Price TOTAL BID PRICE (excluding taxes) $ 14

15 Estimated delivery in weeks FIRM NAME ADDRESS POSTAL CODE PHONE NO. FAX NO. ADDRESS: DATE SIGNATURE OF BIDDER** PRINT NAME SIGNATURE OF BIDDER** PRINT NAME ** must be an official signatory of the company 15

16 16

17 17

18 CITY OF PENTICTON ELECTRICAL DIVISION STANDARD SPECIFICATION FOR DISTRIBUTION TRANSFORMERS PAD-MOUNTED, THREE-PHASE, DEAD FRONT C.S.A. STANDARD... C Capacity: (Select one) X 300 kva 500 kva 750 kva 1000 kva 1500 kva 2000 kva 3000 kva High Voltage [V]: (Select one) X Dual 8320GrdY/4800 x 12470GrdY/7200 Single 12470GrdY/7200 Low-Voltage [V]: (Select one) X 208GrdY/ GrdY/277* 600GrdY/ GrdY/4800* *Non-standard low-voltage rating Type of Feed... RADIAL NOTES: 1. Load-break inserts complete with dust caps (for both HV & LV when LV = 8320GrdY/4800V) 2. Dual Voltage selector switch (for Dual HV only) 3. 3 phase, two position, oil-immersed load-break switch kVA and above - Add 10 hole spades with spade support. 5. Bids will be evaluated according to C.S.A. Standard C Paint Colour = Seafoam Green Revised: April 27, 2016 N:\Electrical Div\Standards - System\Specifications\Transformers\Three Phase\Padmount\Distribution Transformer\3ph Pad Distribution Transformer_ doc 18

DISTRICT OF KITIMAT PURCHASING DEPARTMENT

DISTRICT OF KITIMAT PURCHASING DEPARTMENT DISTRICT OF KITIMAT PURCHASING DEPARTMENT 206 ENTERPRISE AVENUE, KITIMAT, B.C.,V8C 2C7 PH: (250) 632-8925 FAX: (250) 632-4650 INVITATION TO TENDER U ntil the time designated in the attached schedule as

More information

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

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

More information

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

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

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

More information

RETRO REFLECTIVE GLASS BEADS

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

More information

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY THIS SUPPLY AGREEMENT (the Agreement ) is made on the applicable dates

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

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

More information

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM) Signed for (all pages) on behalf of SUPPLIER and hereby warrants that (s)he is duly authorised to sign and accept this complete GTCCCSM, consisting of 9 (nine) pages and all it Appendices, on behalf of

More information

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS ICON DRILLING ABN 75 067 226 484 PURCHASE ORDER TERMS & CONDITIONS Acceptance of this offer is subject to the terms and conditions of this Agreement. Acceptance of materials, work or services, payment

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. SERVICES & DELIVERABLES. Seller agrees to provide to CORTEC PRECISION SHEETMETAL (or its subsidiaries, if such subsidiaries are designated as the contracting parties

More information

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

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

More information

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE 1 Contract Formation: These Terms and Conditions of Purchase (the "Terms and Conditions") apply to any purchases by Prufrex USA, Inc., its subsidiaries,

More information

Company Policies CHEMIDOSE LIMITED. Chemical dosing specialists

Company Policies CHEMIDOSE LIMITED. Chemical dosing specialists Company Policies CHEMIDOSE LIMITED Chemical dosing specialists Unit 1 Centre 2000 St.Michael s Road Sittingbourne Kent ME10 3DZ Tel:01795 425169 www.chemidose.co.uk Chemidose Policies, Terms and Conditions

More information

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project

More information

General Terms of Contract

General Terms of Contract APPENDIX III General Terms of Contract GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 1. 1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have

More information

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for a light emitting diode (LED) system, Invitation to Bid Number 12/13-03, on behalf of

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT THIS AGREEMENT is made this day of, 19, by and between [Name of Company], with its principal place of business located at [Address] (the "Company") and [Name of Distributor], [Address]

More information

SECTION A - INSTRUCTIONS

SECTION A - INSTRUCTIONS SECTION A - INSTRUCTIONS 1. INTRODUCTION The Long Beach Unified School District (District) is seeking sealed bids from qualified vendors (Bidder), to provide classroom medical/science equipment. The intent

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 OWNER: City of Des Plaines (the City ) 1420 Miner Street Des Plaines, Illinois

More information

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES . DEFINITIONS: In this document the following words shall have the following meanings: 1.1 "Agreement" means these Terms and Conditions; 1.2 "Customer" means the organisation or person who purchases goods

More information

BID INVITATION. Bid Invitation

BID INVITATION. Bid Invitation BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE TO

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

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

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

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

More information

Bid #15-15 Goodyear Tires

Bid #15-15 Goodyear Tires April 10. 2015 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Tuesday, May 5. 2015 for the Purchase of: GOODYEAR

More information

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

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

More information

STANDARD TERMS & CONDITIONS Quotations & Service Delivery

STANDARD TERMS & CONDITIONS Quotations & Service Delivery 1. DEFINITIONS AND INTERPRETATION In these conditions these words have the following meaning: the Company JN Building Services Limited and Wemco Limited the Contract Any contract under which the Company

More information

Conditions of Contract for Purchase of Goods and Services

Conditions of Contract for Purchase of Goods and Services Conditions of Contract for Purchase of Goods and Services DOCUMENT GOVERNANCE Policy Owner Head of Procurement Effective date 1 March 2017 This policy will be reviewed every six months. CONTENTS 1. DEFINITIONS

More information

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones Request for Quotation 792-18Q Steamboat Springs Emergency Solar Tower Phones Due: April 6, 2018 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood

More information

GENERAL TERMS AND CONDITIONS 1. Term: This Contract will apply from the Commencement Date and will continue until further notice unless this Contract

GENERAL TERMS AND CONDITIONS 1. Term: This Contract will apply from the Commencement Date and will continue until further notice unless this Contract GENERAL TERMS AND CONDITIONS 1. Term: This Contract will apply from the Commencement Date and will continue until further notice unless this Contract is terminated in accordance with its terms. 2. Supply:

More information

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS 1. Applicability. (a) These terms and conditions of sale (these "Terms") are the only terms which govern the sale of the goods ("Goods") by Tecogen Inc.

More information

UNICEF MOLDOVA United Nations Children s Fund Telephone

UNICEF MOLDOVA United Nations Children s Fund Telephone UNICEF MOLDOVA United Nations Children s Fund Telephone 373 22 22 00 45 131, 31 August 1989 Str., Facsimile 373 22 22 02 44 UN House, Chisinau chisinau@unicef.org Republic of Moldova www.unicef.md Date:

More information

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

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

More information

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS 1. Applicability. 2. Delivery. GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS a. These terms and conditions of sale (these "Terms") are the only terms which govern the sale of the goods ("Goods") by

More information

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS 1. Acceptance. This acknowledgment shall operate as Deluxe Plastics ( Deluxe ) acceptance of Buyer s purchase order, but such acceptance is

More information

SALES REPRESENTATION AGREEMENT *** SPECIMEN ONLY *** THIS AGREEMENT made and entered into by and among. , a. Specimen

SALES REPRESENTATION AGREEMENT *** SPECIMEN ONLY *** THIS AGREEMENT made and entered into by and among. , a. Specimen SALES REPRESENTATION AGREEMENT Warning: Professional advice may be required before using this *** SPECIMEN ONLY *** THIS AGREEMENT made and entered into by and among, a corporation d/b/a with principal

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

More information

Nick Consulting Architecture Ltd TERMS AND CONDITIONS OF QUOTATION / SALES

Nick Consulting Architecture Ltd TERMS AND CONDITIONS OF QUOTATION / SALES Nick Consulting Architecture Ltd TERMS AND CONDITIONS OF QUOTATION / SALES 1. DEFINITIONS Agreement means the agreement between NCA and the Customer for the supply of Goods pursuant to an application made

More information

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

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

More information

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified. BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com TRAFFIC SAFETY CONES-2018 PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX

More information

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

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

More information

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE 1 +++++ TENDER NO: 7 OF 2018-19 SUPPLY OF OFFICE FURNITURE 1 2 NGWENYA TOWN BOARD TENDER NO: 7 OF 2018-19 SUPPLY OF OFFICE FURNITURE TABLE OF CONTENTS DETAILS PAGE 1. Preamble and General Conditions 3

More information

Sunnyside Valley Irrigation District

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

More information

CONDITIONS OF TENDERING (E-SUBMISSION)

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

More information

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

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

More information

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Sweeper Broom & Parts Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

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

More information

TERMS AND CONDITIONS FOR THE SALE OF GOODS AND SERVICES

TERMS AND CONDITIONS FOR THE SALE OF GOODS AND SERVICES 1. Applicability. These terms and conditions of sale ( Terms ) and the accompanying proposal for services or proposal for goods, as applicable, ( Proposal ) are the only terms which govern the sale of

More information

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

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

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST 802-18Q Defibrillator Due: 06/15/2018 2:00 p.m. MST Buyer: CMC Purchasing Department 802 Grand Avenue / Glenwood Springs, CO 81601 / bids@coloradomtn.edu Section I: Introduction Colorado Mountain College

More information

TERMS AND CONDITIONS OF SALES

TERMS AND CONDITIONS OF SALES 1. Acceptance No Contract, Order or information (literature, drawings etc.) provided to or by the Purchaser shall be binding on Infra Green Ltd unless confirmed in the Infra Green Ltd Order Confirmation.

More information

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 CITY OF FAIRBANKS BID REQUEST FOR FURNISHING (MATERIALS ONLY) TO THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 BID OPENING DATE/TIME: NOVEMBER 28, 2014 11:00 AM PURCHASING JOAN HANCOCK PHONE:

More information

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID. BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE TO

More information

ITUNES S.À.R.L. PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS

ITUNES S.À.R.L. PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS ITUNES S.À.R.L. PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS This Purchase Agreement ("Agreement") contains Apple's standard Purchase Order Terms and Conditions and shall apply to any Purchase

More information

Serco Limited Purchase Order Terms and Conditions (the "PO Terms")

Serco Limited Purchase Order Terms and Conditions (the PO Terms) 1. Definitions and Interpretation For the purpose of these Conditions: 1.1 "Affiliate" means any entity that directly or indirectly through one or more intermediaries, controls or is under the control

More information

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

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

More information

Central Unified School District Request for Proposal

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

More information

General Terms for Use Of The BBC Logo By Licensee Of Independent Producers

General Terms for Use Of The BBC Logo By Licensee Of Independent Producers General Terms for Use Of The BBC Logo By Licensee Of Independent Producers 1 Definitions In this Licence, unless the context otherwise requires, the following terms shall have the meanings given to them

More information

Saddles for Sale RFSB # N

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

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

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

More information

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

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

More information

REQUEST FOR APPLICATIONS PASSENGER VEHICLES

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

More information

Request for Proposal

Request for Proposal Request for Proposal Bottled Water 2016 RFP No. 16-21.1 Issue Date: Tuesday, August 30, 2016 The Philadelphia Parking Authority is seeking proposals from qualified vendors to provide bottled water under

More information

VILLAGE OF ALERT BAY

VILLAGE OF ALERT BAY TENDER NO. 2018-01 2018 Sanitary Sewer Upgrade Master Municipal Construction Documents - 2009 Lump Sum Contract Canadian Construction Documents Committee 2 February 2018 CONTENTS The complete Contract

More information

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

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

More information

Effective 08/01/2005 1/6

Effective 08/01/2005 1/6 STANDARD CLAUSES FOR ROCKLAND COUNTY PURCHASE ORDERS The parties to the attached purchase order, or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN

More information

CONSULTANCY SERVICES AGREEMENT

CONSULTANCY SERVICES AGREEMENT DATED 2010 [INSERT NAME OF CUSTOMER] (Customer) CAVALLINO HOLDINGS PTY LIMITED ACN 136 816 656 ATF THE DAYTONA DISCRETIONARY TRUST T/A INSIGHT ACUMEN (Consultant) CONSULTANCY SERVICES AGREEMENT Suite 5,

More information

SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions. Title and risk of loss. Governing Terms & Conditions.

SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions. Title and risk of loss. Governing Terms & Conditions. SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions Governing Terms & Conditions This Purchase Order ( Order ) constitutes the offer of Seves USA Inc. USA, Inc. ( Seves

More information

Terms & Conditions. Building Efficiency, UK & Ireland

Terms & Conditions. Building Efficiency, UK & Ireland THIS CONTRACT The contract between us is subject to our standard terms and conditions of sale and may be subject to special terms set out and described as such on any quotation. Unless previously withdrawn,

More information

APPLE INDIA PRIVATE LIMITED PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS

APPLE INDIA PRIVATE LIMITED PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS APPLE INDIA PRIVATE LIMITED PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS THIS PURCHASE AGREEMENT (the 'Agreement') sets forth the terms and conditions that apply to all purchases of goods and

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE ACCEPTANCE These Terms and Conditions of Sale (this Contract ) shall govern all orders for the purchase of products from StemCulture Inc. or its affiliates (hereinafter referred

More information

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

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

More information

Trócaire General Terms and Conditions for Procurement

Trócaire General Terms and Conditions for Procurement Trócaire General Terms and Conditions for Procurement Version 1 February 2014 1. Contractors Obligations 1.1 The Contractor undertakes to perform its obligations arising from this Agreement with due care,

More information

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK INVITATION FOR BID 2016-03 2016 ¾ TON 2DR UTILITY TRUCK Issue Date June 20, 2016 Bids Due July 20, 2016 at 5:00 p.m. (Bid Opening) TO BE OPENED AT REGULARLY SCHEDULED CITY COUNCIL MEETING ON THURSDAY JULY

More information

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

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

More information

Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks)

Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks) Request for Quotation Date: 10 August 2012 Dear Sir/Madam, Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks) 1. We hereby solicit your quotation for the supply

More information

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

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

More information

Schedule A Page 1 of 6

Schedule A Page 1 of 6 Page 1 of 6 SINGAPORE AIRLINES LIMITED COMMERCIAL SUPPLIES DEPARTMENT TERMS AND CONDITIONS OF TENDER 1 TERMS OF APPLICATION Application of tender by contractor/supplier constitutes acceptance by contractor/supplier

More information

TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT

TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT FUJINON Inc. Web Version: 01 (March 1, 2011) TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT 1. Each quotation provided by FUJINON INC. (the Seller ), together with the Terms and Conditions of Sale provided

More information

Business Details. Contact Details. Director/Principal Details. Business Addresses. Trade References

Business Details. Contact Details. Director/Principal Details. Business Addresses. Trade References APPLICATION FOR A 30 DAY CREDIT ACCOUNT Locked Bag 1500 Dandenong South VIC 3174 Australia P. 03 9215 2222 F. (03) 9215 2346 admin@pattersoncheney.com.au Business Details Business Business Numbers ABN

More information

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS EDL GROUP OPERATIONS PTY LTD ACN 055 555 416 of Building 17, 2404 Logan Road, Eight Mile Plains, Queensland, Australia ("EDL") EDL requires that the Supplier supply EDL with

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods) STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS (Procurement of Goods) TABLE OF CONTENTS INTRODUCTION. 3 PAGE SECTION I INVITATION TO TENDER 4 SECTION II INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions

More information

CORPORATE SUPPLY ARRANGEMENT CS-000xxx

CORPORATE SUPPLY ARRANGEMENT CS-000xxx CORPORATE SUPPLY ARRANGEMENT CS-000xxx THIS CORPORATE SUPPLY ARRANGEMENT is made the 22 day of January, 2018 Supplier Name, Address, Contact: (the "Offeror") HEREBY OFFERS TO SUPPLY, AS, IF AND WHEN REQUESTED,

More information

MASTER PURCHASE AGREEMENT

MASTER PURCHASE AGREEMENT MASTER PURCHASE AGREEMENT This Master Purchase Agreement dated as of January 6, 2003 is by and between the County of Allegheny ( County ) and Zep Manufacturing Company, a division of Acuity Specialty Products

More information

The terms defined in this Article shall have the meanings ascribed to them herein whenever used in this Agreement :

The terms defined in this Article shall have the meanings ascribed to them herein whenever used in this Agreement : DISTRIBUTORSHIP AGREEMENT II This Distributorship Agreement (this "Agreement") is made and entered into this day of 20 by and between. a corporation duly organized and existing under the laws of the Republic

More information

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC NAME & ADDRESS OF FIRM: TYPE: (please mark one) REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC-174-2010 Individual Partnership Corporation CONTACT PERSON: TELEPHONE No. EMAIL ADDRESS:

More information

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT, dated as of, 20 (this Agreement ), is made and entered into by and between William Marsh Rice University, a Texas non-profit corporation

More information

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

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

More information

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

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

More information

WORK AUTHORIZATION STANDARD TERMS AND CONDITIONS OF SALE 1. EXPRESS LIMITED WARRANTY. Summit Aviation, Inc. ( Summit ) warrants its workmanship and

WORK AUTHORIZATION STANDARD TERMS AND CONDITIONS OF SALE 1. EXPRESS LIMITED WARRANTY. Summit Aviation, Inc. ( Summit ) warrants its workmanship and WORK AUTHORIZATION STANDARD TERMS AND CONDITIONS OF SALE 1. EXPRESS LIMITED WARRANTY. Summit Aviation, Inc. ( Summit ) warrants its workmanship and installation ("Services') to conform to final specifications,

More information

Credit Application Form

Credit Application Form Credit Application Form This Form comprises 4 sections: 1 Details of Applicant (including Warranty and Acknowledgment of Terms and Conditions) 2 Other Business Information & Trade References 3 Terms and

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Terms and Conditions of Sale 1. Interpretation 1.1 Van Hessen shall mean Van Hessen UK Casings Ltd and its subsidiaries and the words we, us and our shall have the same meaning. 1.2 Goods shall mean the

More information

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ & REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/2014-2015 & 2015-2016 SUPPLY & DELIVERY OF CEMENT GOVERNMENT OF MACHAKOS COUNTY P.O. BOX 1996-90100

More information

DRAFT Do Not Use Without Legal Review DRAFT

DRAFT Do Not Use Without Legal Review DRAFT Contract Packaging Agreement between ( PACKAGER ) and ( CUSTOMER ) Januarry 2011 WHEREAS, CUSTOMER desires to engage the facilities and services of PACKAGER for the packaging of certain products to be

More information

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF BRANDED EXAMINATION ANSWER BOOKLETS, FOLDERS AND ENVELOPES TUK/04/2018/2019 ALL TENDERERS ARE ADVISED TO

More information

Terms and Conditions

Terms and Conditions MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS ALL PURCHASE ORDERS ( ORDER OR ORDERS ) BETWEEN ALORICA INC. ( ALORICA ), ITS SUBSIDIARIES AND AFFILIATES, AND THE PARTY SUPPLYING THE PRODUCTS OR SERVICES

More information