TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF UP TO 109 ORION V SURPLUS DECOMMISSIONED BUSES BID NO.

Size: px
Start display at page:

Download "TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF UP TO 109 ORION V SURPLUS DECOMMISSIONED BUSES BID NO."

Transcription

1 TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF UP TO 109 ORION V SURPLUS DECOMMISSIONED BUSES BID NO.: Z08BT14105 May 2014 Toronto Transit Commission

2 Toronto Transit Commission Request For Bids MASTER INDEX REQUEST FOR BIDS INDEX DOCUMENT INSTRUCTIONS TO BIDDERS DOCUMENT BID FORM DOCUMENT BID BOND DOCUMENT 00411A- BID SECURITY IRREVOCABLE LETTER OF CREDIT DOCUMENT PERFORMANCE BOND DOCUMENT IRREVOCABLE LETTER OF CREDIT DOCUMENT PARENTAL GUARANTEE DOCUMENT GENERAL CONDITIONS DIVISION 1 - SPECIFICATIONS

3 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS INDEX Section Title Page 1 BID SUBMISSION BID WITHDRAWL OR REVISION BID INQUIRIES BID OPENING AND RESULTS COMMUNICATIONS RESTRICTIONS ADDENDA PRICING SUBMISSION REQUIREMENTS SELECTION OF BIDDER EXCEPTIONS OR QUALIFICATIONS EVALUATION AND ACCEPTANCE OF BIDS MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT WORK PERFORMANCE INVESTIGATION BY THE BIDDER INSURANCE REQUIREMENTS BID SECURITY PARENTAL INDEMNITY CONTRACT AWARD SITE VISIT...12

4 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 1 BID NO.: Z08BT14105 TITLE: SALE & REMOVAL OF UP TO 109 ORION V SURPLUS DECOMMISSIONED BUSES 1 BID SUBMISSION The Bidder shall be responsible for ensuring it understands the Instructions to Bidders, General Conditions, applicable Supplementary Conditions, Specifications, and all other related documents which form this Request for Bids. The Bidder shall complete and submit the Bid Form to the TTC by hand delivery/courier by 10:00:59 a.m. Toronto time on TUESDAY, JUNE 3, 2014 ( Bid Closing Date ): ATTENTION: Head Commission Services Department 1900 Yonge Street Toronto, Ontario, Canada, M4S 1Z2 The Bidder should not show its name, or any other identifying mark or information, on its Bid submission envelope, but should write the Bid Closing Date on the provided Submission Label, attached hereto as Appendix A, and shall affix the Submission Label to its submission envelope. The TTC will not be responsible to redirect any submissions delivered in error to any other of the TTC's properties. Any submission received and date and time stamped after the Bid Closing Date shall not be considered and will be opened by the TTC s Commission Services Department only to determine the name of the company providing the submission. The company will be notified that its submission was received after the Bid Closing Date and that it will not be considered for evaluation. A facsimile Bid, or any electronic media-type submission, or a Bid not submitted in a sealed envelope shall not be accepted unless otherwise expressly permitted within the RFB. 2 BID WITHDRAWL OR REVISION Bids submitted to the TTC on or before the Bid Closing Date and in the prescribed manner as set out in Section 1, will not be returned to the Bidder. Each Bid is deemed to have been received by the TTC only at the time impressed on the date stamp. The time of receipt shall be conclusively determined according to the TTC's reception desk time clock. Prior to the Bid Closing Date, a Bidder may: (a) withdraw its Bid by giving written notice to that effect signed by a senior officer of the Bidder having the apparent or customary authority to give such a communication and such notice shall only be effective if provided on or before the Bid Closing Date and delivered to the address and to the attention in the prescribed manner as set out in Section 1 of Document

5 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 2 (b) submit a revised Bid on or before the Bid Closing Date in the prescribed manner as set out in Section 1 of Document provided such a revised Bid: i. Is clearly identified as a revised Bid; and ii. iii. Is dated as such; and Is submitted within an envelope marked Revised Bid ; and iv. Includes a statement to the effect that This submission dated., supersedes and replaces our Bid dated ). In the event more than one Bid is received from the same Bidder and the conditions set out in Section 2 b) i. - 2 b) iv. are not met, the TTC will consider each Bid a valid response to this RFB and proceed to evaluate each Bid separately, which may result in TTC awarding a Contract based on any Bid submission from the Bidder. Except as otherwise stated in Section 2 of Document 00100, a Bid may not be otherwise withdrawn or amended after the Bid Closing Date. Bids are valid for acceptance by the TTC until expiration of the Bid validity period specified on the Bid Form. 3 BID INQUIRIES All inquiries or requests for additional information regarding the Request for Bids shall, without exception, be in writing and directed to Mr. David Marshall, Purchasing Manager, david.marshall@ttc.ca or Fax No.: (416) BID OPENING AND RESULTS The public opening of Bids will take place in the TTC s Offices, 1900 Yonge Street, 15 minutes after the Bid Closing Date and time. Interested parties are invited to attend and should assemble in the TTC lobby at 1900 Yonge Street within 5 minutes of the Bid Closing Date and time; interested parties will then be escorted to the room for the Bid opening by TTC staff. Only total Bid prices and the names of the Bidders will be revealed at the opening, this information will also be posted on the TTC s Materials & Procurement website within 2 business days of the Bid Closing Date. To access the website enter in your browser, click on the link Business with the TTC, then the link Materials & Procurement, followed by the Tender Response link. Once the Contract is awarded, the name of the successful Bidder along with the Contract award/sale value will be posted on the Contract Awards link. 5 COMMUNICATION RESTRICTIONS 5.1 Prohibited Contacts and Lobbying Prohibition

6 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 3 A Bidder, Bidder s team members and all of the Bidder s respective advisors, employees and representatives are prohibited from engaging in any form of political or other lobbying, of any kind whatsoever, to influence the outcome of the RFB process. Without limiting the generality of the RFB, no Bidder, Bidder s team members or the Bidder s respective advisors, employees and representatives shall contact or attempt to contact either directly or indirectly, at any time during the RFB process, any of the following persons or organizations on matters related to the RFB process, the RFB Documents or the Bids, with the exception of the individual named in Section 3 or his/her designate: (a) (b) (c) any employee or advisor to the Board; any member of the Board; any member of the City of Toronto Council. If a Bidder, its team member(s) or any of its respective advisors, employees or representatives, in the opinion of the TTC, contravenes this Section 5, the TTC may at its sole discretion disqualify the Bidder(s) from further consideration for award. Anyone who lobbies (as defined in the City of Toronto Municipal Code, Chapter 140) or is expected to lobby a Member of the Board, any Board Member s staff, or any TTC officer or employee must comply with the requirements as set out in the City of Toronto Municipal Code, Chapter 140 Lobbying. For the purposes of Chapter 140 of the City of Toronto Municipal Code, the Board is a local board (restricted definition). For further information please see City of Toronto Web site at Failure to comply with the requirements of Chapter 140 of the City of Toronto Municipal Code, may, at the TTC s sole discretion, be considered in the evaluation of the Bidder s current Bid or future bid submissions and award of the current or future contracts. The TTC reserves the right, at its sole discretion, to not award a contract to a Bidder who has failed to comply with the requirements of Chapter 140 of the City of Toronto Municipal Code. 5.2 Exception to sub-section 5.1 The individual named in Section 3 may, at his/her sole discretion, delegate any of his/her responsibilities as set out in this RFB Document. With the written approval from the individual named in Section 3 or his/her designate, the Bidder or any representative of the Bidder may have contact and may communicate with any individual as set out in sub-section 5.1 (a) (c) to the extent permitted in the written approval. 5.3 Media Releases, Public Disclosures and Public Announcements A Bidder shall not, and shall ensure that its advisors, employees, or representatives do not, issue or disseminate any media release, public announcement or public disclosure (whether for publication in the press on the radio, television, internet, or any other medium) that relates to the RFB process, the RFB, the Bid Documents or any matters related thereto, without the prior written consent of the TTC.

7 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 4 A Bidder, Bidder s team members and all of the Bidder s respective advisors, employees and representatives shall not make any public comment, respond to questions in a public forum, or carry out any activities to either criticize another Bidder or Bid or to publicly promote or advertise its own qualifications, interest in or participation in the RFB (procurement) process without the TTC s prior written consent, which consent may be withheld in the TTC s sole discretion. Notwithstanding this sub-section, the Bidder, Bidder s team members and all of the Bidder s respective advisors, employees and representatives are permitted to state publicly that it/they are participating in the RFB process. For the purposes of greater clarity, this sub-section does not prohibit disclosures necessary to permit the Bidder to discuss the RFB with prospective subcontractors participation in the RFB. 5.4 Restrictions on Communications Between Bidders No Collusion A Bidder shall not discuss or communicate, directly or indirectly, with any other Bidder, any information whatsoever regarding the preparation of its own Bid or the Bid of other Bidders in a fashion that would contravene applicable law. Bidders shall prepare and submit Bids independently and without any connection, knowledge, comparison of information or arrangements, direct or indirect, with any other Bidder. This obligation extends to all team members of a Bidder and all of the Bidder s respective advisors, employees and representatives. 6 ADDENDA 6.1 The TTC may, in its sole discretion, amend or supplement the Bid Documents prior to the Bid Closing Date by the issuance of an Addendum in accordance with this sub- Section. No statement, whether oral or written, made by the TTC or its advisors, employees (whether orally or in writing) shall be deemed or construed to add to, subtract from or otherwise amend the Bid Documents unless issued as an Addenda in accordance with this sub-section. Written answers or clarification to issues of substance shall be shared with all Bidders and will be issued as part of the RFB in the form of an Addendum. During the Bid period, any changes to the Bid Documents will be made by the issue of a written Addendum. The Bidder shall confirm its incorporation of all applicable Addenda in its Bid Form. Failure to do so may result in the disqualification of the Bidder. In the event this RFB is posted on the TTC website, each Addendum will be posted on the same TTC website. It is the Bidder s responsibility to monitor the website to ensure they have received all the Addenda issued up until the Bid Closing Date. In the event this RFB was issued via a method other than the TTC website, the Addenda will be issued via the same method. The onus is on the Bidder to ensure it has received all Addenda related to this RFB. A written Addendum will be issued in the form of complete replacement pages, which are to be inserted in the Bid Documents, discarding the replaced pages. Each affected

8 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 5 7 PRICING page is marked at the bottom with the Addendum number. Revisions for modified or added text are indicated by highlighting that text by the use of bold italicized attributes. If spill-over to the next page occurs as a result of added text, the pages affected will be issued in the form of complete replacement pages and the latest addendum number will be marked on the bottom of the affected page(s). Revisions for deleting the text of an entire sub-section or an entire paragraph are indicated by inserting the bracketed word (Deleted) in bold italicized attributes adjacent to the sub-section number or at the beginning of the deleted paragraph. Deleted words in a sentence will be indicated by highlighting the entire revised sentence in bold italicized attributes and deleted sentences in a paragraph will be indicated by highlighting of the entire revised paragraph in bold italicized attributes. If a subsequent addendum affects a page that has previously been revised, the bold and italicizing attributes will be removed from the previously changed text and only the modified text of the latest addendum will be highlighted by the use of bold italicized attributes, and only the latest addendum number will be marked on the bottom of the affected page(s). 7.1 Unless specifically shown to the contrary, Bid unit prices shall be considered firm, in Canadian Funds, and must include any and all expenses that may be anticipated and incurred by the Bidder while providing the Work as specified in this RFB. The Bidder shall submit unit prices for all items listed in the Bid Form - Price Schedule, based on the estimated quantities indicated therein. When an option exists in the RFB to submit a Bid based on various options, the Bidder shall submit such options as instructed in the RFB. The TTC provided quantities stated in the Bid Form - Price Schedule are estimates only and should not be interpreted as indicating a minimum or maximum quantity. The quantities shall be used as a basis for comparison upon which the award of a contract will be made. These quantities are not guaranteed to be accurate and are furnished without any liability to the TTC whether decreased or increased. The Bidder shall include in its Bid, extended prices based on the estimated quantities for items of Work shown in the Price Schedule. Such extended prices shall be the product of the unit prices multiplied by the estimated quantities. Payments shall be based on the actual Work required and performed, at the Contract unit prices, subject to the terms and conditions of the Contract Documents. 7.2 The TTC reserves the right to award all or any portion of the Work as specified in the Bid Form. 8 SUBMISSION REQUIREMENTS 8.1 Each Bidder shall submit the following with its Bid:

9 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page The completed Bid Form (Document 00300) The Bid Security either in the form of a bank draft/certified cheque or executed BID BOND form, included as Document 00411, or executed BID SECURITY IRREVOCABLE LETTER OF CREDIT form, included as Document 00411A, or as otherwise noted in Document Section 16 - BID SECURITY. 9 SELECTION OF BIDDER Selection of a Bidder will be based on the Submission Requirements set out in Document Section 8 SUBMISSION REQUIREMENTS, and the total offered price(s) as set out in the Bid Form. 10 EXCEPTIONS OR QUALIFICATIONS Failure to comply with all the conditions of the Request for Bids or taking any exceptions to the conditions specified herein may render the Bid unacceptable. The Bidder shall be deemed to accept all terms and conditions of the Request for Bids unless explicitly excepted or qualified in the Bid. 11 EVALUATION AND ACCEPTANCE OF BIDS The TTC is under no obligation to accept the highest or any Bid and reserves the right to award to other than the highest Bidder. The TTC reserves the right to cancel or withdraw the Request for Bids at any time prior to Notification of Award at no cost to the TTC. Each and every alteration or erasure made in the Bid shall be initialed by an authorized signatory of the Bidder. Any errors or inconsistencies in the Bid submission shall be subject to the interpretation of the TTC. (a) Without prejudice to any reserved right of the TTC, each Bidder shall submit a Bid that is fully compliant with and responsive to the Bid Documents, including all required pricing information and shall include all information required in Section 8 Document Bids may be evaluated taking into account the following rules, subject to the reserved rights of the TTC set out in the RFB: Prices shall be evaluated on the basis of the total evaluated price of each respective Bidder;

10 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 7 (b) The award of any contract shall be subject to satisfactory reference checks and the absence of any actual or potential conflict of interest; and (c) For any Bid Irregularities refer to the TTC s website at: By submitting a Bid, a Bidder warrants that to its best knowledge and belief, having made all reasonable inquiries with respect thereto, no actual or potential conflict of interest exists with respect to the submission of its Bid or performance of the contemplated contract other than those disclosed in the Bid Form. In the event that the TTC discovers a Bidder s failure to disclose all actual or potential conflicts of interest, the TTC may disqualify the Bidder or terminate any contract awarded to that Bidder under this RFB. The Bidder shall be deemed to have accepted all terms and conditions of the Bid Documents unless explicitly excepted or qualified in its Bid. Any exception as defined in the TTC s Procurement Policy, to the Bid Documents requirements, may render the Bid unacceptable. The TTC s Procurement Policy and list of common Bid Irregularities are located on the TTC Web site at: Any errors, inconsistencies or ambiguities in the Bid submission shall be subject to the interpretation of the TTC. Each and every alteration or erasure made in the Bid shall be initialled by an authorized representative of the Bidder. If applicable, whenever the amount tendered in a price schedule for an item does not agree with the extension of a Bid quantity and the tendered unit price, the unit price shall govern and the extended amount and the Total Bid Price shall be corrected accordingly. Mathematical discrepancies will be corrected by the TTC by appropriate means to arrive at the correct total evaluated price. If applicable, where a Bidder has made an error in transferring an amount from one part of the Bid to another, the amount shown before transfer shall, subject to any corrections as provided above, be taken to be correct, and the amount shown after transfer and the total evaluated price shall be corrected accordingly. In the event that the TTC receives two or more Bids identical in price, the TTC reserves the right to select one of the tied Bids by way of a coin toss (in the case of two identical bids), or lottery (in the case of more than two identical bids). The TTC s right to accept or reject any or all Bids or to accept a Bid including the lowest price Bid, whether or not it complies with the Bid Documents, or to cancel this RFB at any time prior to the Notification of Award is expressly reserved without liability to the TTC. For purposes of this RFB, comply, complies and compliance mean that the Bid conforms to the requirements of the Bid Documents without material deviation. A material deviation in a Bid is any failure to comply with a Bid Document requirement that, in the sole discretion or opinion of the TTC; (a) (b) impedes, in any material way, the ability of the TTC to evaluate the Bid; affects the TTC s ability to enforce the Bidder s obligations pursuant to the Bid Documents; or

11 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 8 (c) constitutes an attempt by the Bidder to revise the rights or obligations under the Bid Documents in a way not permitted by the RFB. If at any stage of the evaluation process or at any time up to award of a contract, the TTC determines that a Bid is non-compliant pursuant to this RFB, the TTC may, in its sole discretion and without liability, cost or penalty, declare the Bid to be noncompliant and the Bid shall not be given any further consideration. For the purpose of clarity, each Bidder acknowledges and agrees that the TTC s evaluation of compliance with the Bid Documents is not an evaluation of absolute compliance and that the TTC may waive failures to comply that, in the TTC s sole discretion, do not constitute a material deviation. The award of a contract will be based on which Bidder has provided a Bid which the TTC determines, in its sole discretion, to provide the greatest value based on quality, service and price and determined on the evaluation criteria contained in these Bid Documents. The TTC may, in its sole discretion, require clarification of any Bid. The TTC reserves the right, in its sole discretion, to waive any requirement of the Bid Documents where, in the sole opinion of the TTC, there is an irregularity or omission in the information provided that is not a material deviation to the Bid Documents unless a specific consequence has been identified herein for the TTC of such an irregularity or omission. Every Bid shall be submitted on the prescribed Bid Form as set out in the Bid Documents, and shall: (a) (b) be completed without inter-lineation, alteration or erasure of or with respect to; (i) (ii) any of the pre-printed text provided on the form; or information included on the Bid Form, unless the effect thereof is clear and unambiguous as is the assent of the Bidder to that inter-lineation, alteration or erasure (e.g. by initialling); and bear the original signature of the Bidder (or, in the case of a Bid submitted by a corporation, a person represented to be an authorized signing officer of the corporation), inscribed in the space provided. All words and phrases forming part of the Bid must be written out in full, and abbreviations should not be used. Where an abbreviation is used contrary to this requirement, any ambiguity or other uncertainty shall be as determined by the TTC at its sole discretion. The TTC, in addition to any other remedies it may have in law or in equity, shall have the right to rescind any Contract awarded to a Bidder in the event that the Bidder made a material misrepresentation or submitted any inaccurate or incomplete information in its Bid, or made any unauthorized amendment to the terms and conditions set out in the Bid Form, other than inserting the information requested and signing the Bid Form. Where the Bidder is not disqualified despite a discrepancy or inconsistency between the Bid Form that it submitted and the Bid Form prescribed by the TTC for the RFB, the Bid Form prescribed by the TTC for the RFB will prevail. The TTC reserves the right at its sole discretion to refuse to accept any Bid from a Bidder that:

12 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 9 (a) (b) (c) received an unsatisfactory Contractor Performance Review rating in relation to a previous contract with the TTC; had a previous contract with the TTC that was terminated for default; was previously given a Notification of Award of contract by the TTC and defaulted in proceeding with the work of the contract; (d) has submitted false or misleading disclosure in relation to Section 5; (e) (f) failed or refused to comply with any applicable federal, provincial or municipal law governing this Bid or a prior contract with the TTC; and is an affiliate of or successor to any corporation described in clauses (a) to (e), including any Bidder that is controlled within the meaning of the Ontario Business Corporations Act by the same person or group of persons who so controlled any corporation described in clauses (a) to (e) above. All costs and expenses incurred by each Bidder in the preparation and delivery of its Bid or in providing any additional information necessary for the evaluation of its Bid shall be borne solely by the Bidder. The TTC will not be liable to pay any costs or expenses of any Bidder or to reimburse or compensate a Bidder in any manner whatsoever under any circumstances, including in the event of the rejection of any or all submissions or if a decision is made not to proceed with the Contract. 12 MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT A Bid submitted to the TTC shall become the property of the TTC and is therefore, subject to the provisions of the Municipal Freedom of Information and Protection of Privacy Act. Bidders are responsible for familiarizing themselves with the provisions of this Act. 13 WORK PERFORMANCE The TTC maintains a record of the performance of each Company in completing work for the TTC. This information is used to complete a Company Performance Review form which is forwarded for review to the respective Company upon completion of a Contract. A performance rating is established based on the overall performance history of a Company on TTC contracts and is considered as a factor in the evaluation of Bids in the award of this Contract. The TTC reserves the right to restrict a Company with an unsatisfactory work performance history from submitting Bids on TTC contracts and to reject any Bid submitted by same.

13 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page INVESTIGATION BY THE BIDDER 14.1 By the TTC permitting a Site Visit, as set out in Section 19 Document 00100, the Bidder acknowledges and agrees it has had the opportunity to inspect and evaluate the condition of the Work and the Site prior to submitting a Bid Failure of a Bidder to attend the Site Visit as set out in sub-section document shall not in any way relieve the Bidder of its obligation to honour its Bid. 15 INSURANCE REQUIREMENTS 15.1 The successful Bidder shall be required to comply with the requirements as specified in Document Section 7 - INSURANCE REQUIREMENTS, and provide the evidence of insurance as specified in Document Section 8 - EVIDENCE OF INSURANCE In the event of default or failure to comply with the insurance requirements on the part of the Bidder, the TTC shall be at liberty to accept the next highest or any Bid, or to advertise for new Bids, or to have the Work executed in any other way it may deem best. The Bidder shall indemnify and save harmless the TTC from all loss, damage, cost, charges and expenses which it may suffer or be put to by reason of any such default or failure on the part of the Bidder. 16 BID SECURITY 16.1 The Bid shall be accompanied by a security deposit in the form of a Bid Bond, Bid Security Irrevocable Letter of Credit, Bank Draft or certified cheque in the amount of $5, Canadian Funds. Bank Drafts or certified cheques will also be accepted in the amount of 5, US Funds If submitting a bid bond, the Bidder may use the TTC's standard form provided as Document BID BOND. Such bond shall be issued by a duly licensed surety or insurance company registered to transact the business of suretyship in the Province of Ontario. In lieu of the TTC s standard form of Bid Bond, the Bidder may submit its surety/insurance company s bid bond form(s) and such bid bond shall be issued by a duly licensed surety or insurance company registered to transact the business of suretyship in the Province of Ontario. However in such event, the surety/insurance company s bid bond form(s) shall contain the same or similar terms and conditions as set out in the TTC s Document BID BOND. The acceptability of a bid bond submitted on a form(s) other than the TTC s standard as provided herein is at the sole discretion of the TTC. A reproduced copy of the original bid bond is acceptable for submission, however if requested by the TTC the original is to be submitted within 3 business days of the request If submitting an irrevocable letter of credit the Bidder may use the TTC s standard form provided in Document 00411A BID SECURITY IRREVOCABLE LETTER OF CREDIT.

14 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page 11 The irrevocable letter of credit shall be from a Canadian Schedule I, or II chartered bank. In lieu of the TTC s standard form of Bid Security Irrevocable Letter of Credit, the Bidder may submit a Bid security irrevocable letter of credit issued from a Canadian Schedule I, or II chartered bank, however the bank s Bid security irrevocable letter of credit shall contain the same or similar terms and conditions as set out in the TTC s Document 00411A - BID SECURITY IRREVOCABLE LETTER OF CREDIT. The acceptability of a Bid security irrevocable letter of credit submitted on a form(s) other than the TTC s standard as provided herein is at the sole discretion of the TTC. A reproduced copy of the original Bid security irrevocable letter of credit is acceptable for submission, however if requested by the TTC the original is to be submitted within 3 business days of the request If the Bidder is submitting a bank draft or certified cheque it shall be in the amount of $5, Canadian or $5, U.S. Funds and shall be made payable to the Toronto Transit Commission. The bank draft or certified cheque shall be drawn on a Canadian Schedule I or II chartered bank or Canadian licensed credit union with a branch in Canada. The bank draft or certified cheque shall be stapled to the first page of the Bid Form Bid Security deposits will be returned or released as follows: (a) The Bidder s Bid Security deposit will be returned or released within thirty-six hours following the receipt by the TTC of the Company s (successful Bidder s) Contract Security, subsequent to the award of Contract. (b) The Bidder s Bid Security deposit will be returned or released within thirty-six hours following the confirmation from the TTC that no Contract will be awarded based on this Request for Bids. 17 PARENTAL INDEMNITY 17.1 If requested by the TTC, as a condition of award of Contract, a subsidiary company shall be required to submit a Parental Guarantee, on the TTC s form. A copy of the TTC s form of Parental Guarantee is included for reference as Document CONTRACT AWARD 18.1 Upon TTC issuing the Notification of Award for the Contract, the successful Bidder shall provide Contract Security, in an amount equal to or greater than 25% of the total Contract Price as set out in Document Section 22 CONTRACT SECURITY which will be in force until the removal of the final Bus from the TTC Site, and final payment to the TTC for the Work.

15 Toronto Transit Commission Document INSTRUCTIONS TO BIDDERS Page Included herein, as a reference, are the TTC s Contract Security forms; Irrevocable Letter of Credit (Contract Security) - Document 00630, and Performance Bond (Document 00610) Within fifteen (15) calendar days of the TTC issuing a Notification of Award of the Contract the successful Bidder shall submit its Contract Security and applicable insurance certificates to the TTC All costs for the Contract Security/insurance shall be included in the total Bid price submitted for the Contract In the event of default or failure to comply with Document sub-section 18.3 above on the part of the Bidder, the TTC shall take possession of the Bid Security monies submitted in accordance with Document Section 16 BID SECURITY and shall be at liberty to accept the next highest or any Bid, or to advertise for a new Request For Bids, or to have the Work executed in any other way it may deem best. The Bidder shall also indemnify and save harmless the TTC from all loss, damage, cost, charges and expenses which it may suffer or be put to by reason of any such default or failure on the part of the Bidder. Also, the TTC may at its sole discretion, restrict the defaulting Bidder from submitting a tender/proposal/bid on subsequent Requests For Tenders/Proposals/Bids, for a period of time deemed appropriate by the TTC. The TTC may at its sole discretion also restrict any Bidder with whom an officer or director of that Bidder or with whom an individual associated with that Bidder, including but not limited to an officer or director that has, in the past, been associated, in any way, with a company that has been given a Notification of Award of contract by the TTC and defaulted in proceeding with the work of the contract, from submitting a tender/proposal/bid on subsequent Requests For Tenders/Proposals/Bids, for a period of time deemed appropriate by the TTC. 19 SITE VISIT 19.1 Not Applicable

16 APPENDIX A PLEASE CUT-OUT AND AFFIX THIS ADDRESS LABEL TO THE ENVELOPE CONTAINING YOUR SUBMISSION. ** FILL IN THE BID CLOSING DATE BELOW IN THE SPACE PROVIDED ** TO: TORONTO TRANSIT COMMISSION BID NO.: TITLE: BID CLOSING DATE: Z08BT14105 SALE & REMOVAL OF UP TO 109 ORION V SURPLUS DECOMMISSIONED BUSES 10:00:59 A.M. TORONTO TIME on, 2014 ATTENTION: HEAD TTC SERVICES DEPT. TORONTO TRANSIT COMMISSION 1900 YONGE STREET TORONTO, ONTARIO M4S 1Z2 NOTE: THE TTC CANNOT BE HELD RESPONSIBLE FOR DOCUMENTS SUBMITTED IN ENVELOPES THAT ARE NOT LABELLED IN ACCORDANCE WITH THE ABOVE INSTRUCTIONS. IF YOU HAVE ANY QUESTIONS, PLEASE CONTACT THE INDIVIDUAL REFERENCED IN SECTION 3 OF THE INSTRUCTIONS TO BIDDERS.

17 Toronto Transit Commission Document BID FORM INDEX Section Title Page 1 DECLARATION: OFFER: EXCEPTIONS/QUALIFICATIONS INSURANCE REQUIREMENTS TERMS OF PAYMENT: SUBMISSION REQUIREMENTS RECEIPT OF ADDENDA VALIDITY: SIGNATURE:... 3 Appendix 1 Price Schedule

18 Toronto Transit Commission Document BID FORM Page 1 Title Bid No. To : Sale & Removal of Up to 109 Orion V Surplus Decommissioned Buses : Z08BT14105 : Toronto Transit Commission 1 DECLARATION: We: (Name of Bidder) (Address) (Telephone Number Incl. Area Code and Fax Number) do hereby declare as follows: - That we have carefully examined the Instructions to Bidders, the General Conditions, Specifications, applicable related documents which form this Request for Bids, and all addenda and do hereby accept the same as part and parcel of the Contract; - That the shareholders or partners of the above company are the only persons interested in this Bid, and no other person has any interest in this Bid, or in the Contract proposed to be taken; - That this Bid is made without any knowledge, comparison of figures, or arrangements with any other party or parties making a Bid for the same Work and is, in all respects, fair and made without collusion or fraud; - That no member of the City of Toronto Council or Board Member of the TTC, or any officer or employee of a municipal corporation of the Toronto area, or of the TTC is or shall become interested, directly or indirectly, as a contracting party, partner or otherwise in, or in the performance of the Contract or business to which it relates, or in any portion of the profits thereof. - That we are in compliance with the City of Toronto Municipal Code, Chapter Lobbying.

19 Toronto Transit Commission Document BID FORM Page 2 2 OFFER: We do hereby bid and offer to perform all (or any portion of) the Work as specified within the Request for Bids, for the Unit and as applicable Total Prices as set out in the applicable Price Schedule(s) in Canadian Funds which includes all costs. 3 EXCEPTIONS/QUALIFICATIONS We agree to accept all terms and Conditions of the Request for Bids unless explicitly excepted or qualified (if any indicate below). 4 INSURANCE REQUIREMENTS We hereby acknowledge and agree that should our Bid be accepted by the TTC, we shall; 4.1 Submit within fifteen (15) calendar days, the required evidence of insurance specified in Document Section 8 EVIDENCE OF INSURANCE, in a form acceptable to the TTC; and 4.2 Be responsible for making up any delay to the schedule resulting from our failure to provide acceptable documentation within the time specified; and 4.3 Meet or exceed the liability limits requested and comply with all other aspects of Document Section 7 - INSURANCE REQUIREMENTS. 5 TERMS OF PAYMENT: We agree that the Bid price is based upon the payment terms as stated in Document Section 9 - TERMS OF PAYMENT. 6 SUBMISSION REQUIREMENTS We include the following information as requested in Document Section 8 - SUBMISSION REQUIREMENTS: (Include attachments as required).

20 Toronto Transit Commission Document BID FORM Page 3 7 RECEIPT OF ADDENDA We agree that this Bid incorporates addenda no. to inclusive as issued by the TTC during the Bid period. 8 VALIDITY: We agree that this Bid is valid for acceptance for a period of 60 calendar days from the day of closing of Bids and that the TTC may at any time within the said period accept this Bid whether or not any other Bid has been previously accepted. 9 SIGNATURE: Dated this... Day of (Signature)... (Print Name)... (Title) I/We have authority to bind the Corporation.

21 Toronto Transit Commission Document BID FORM APPENDIX 1- PRICE SCHEDULE Page 1 Price Schedule Sale & Removal of up to 109 Orion V Surplus Decommissioned Buses The Bidder shall complete this Price Schedule, in accordance with the Request for Bid documents. Item Estimated Quantity Description Unit Price (Per Bus) Total Price (Unit Price x Estimated Quantity) 1* 109 Surplus/Decommissioned TTC Orion V Buses $ $ Sub-Total $ 13% $ TOTAL BID PRICE for Surplus/Decommissioned TTC Orion V Buses (i.e. price to be paid to the TTC) $ If H.S.T. is exempt, provide H.S.T. Exemption Number. F.O.B. TTC Site. The amounts shown above are in Canadian Funds, and not subject to adjustment.

22 Toronto Transit Commission Document Bid No. Z08BT14105 BID BOND Page 1 BE IT KNOWN BY THESE PRESENTS, that hereinafter called the "Principal" and authorized to transact the business of suretyship in the Province of Ontario and hereinafter called the "Surety" ARE JOINTLY AND SEVERALLY HELD AND FIRMLY BOUND UNTO the TTC, in the penal sum of Five-Thousand ($5,000.00) of lawful money of Canada to be paid to the TTC or to its attorneys, successors, or assignees for which payment well and truly be made, we jointly and severally bind ourselves, and each of our several and respective successors, heirs, executors, administrators and assignees and every one of them forever firmly by these presents. WHEREAS the said Principal is herewith submitting to the TTC its Bid for the Sale & Removal of up to 109 Orion V Surplus Decommissioned Buses, Contract No. Z08BT14105 and the said Bid provides that it is to continue open to acceptance and to be irrevocable for a period of sixty calendar days from the Closing of the Request for Bids (RFB). NOW THE CONDITION OF this obligation is such that if, on acceptance of the Bid of the aforesaid Principal in accordance with the terms and conditions of the said RFB within Sixty calendar days from the Closing of the RFB, the said Principal shall, within the time required, enter into a Contract and give good and sufficient evidence of insurance and provide bonds as required by the said Bid Documents to secure the performance of the terms and conditions of the Contract, then this obligation shall be void; otherwise the Principal and Surety shall pay unto the TTC the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding.

23 Document Toronto Transit Commission BID BOND Bid No. Z08BT Page 2 IN WITNESS WHEREOF we have hereunto set our seals by the hands of our proper Officers in that behalf. DATED this day of, 201. (Name of Principal) Per: (Signature) Name: Title: (C/S) Per: (Signature) Name: Title: I/We have authority to bind the Corporation. (Name of Surety) Per: (Signature) Name: Title: (C/S) Per: (Signature) Name: Title: I/We have authority to bind the Corporation. END OF SECTION

24 Toronto Transit Commission Document 00411A IRREVOCABLE LETTER OF CREDIT (BID SECURITY) Page 1 Toronto Transit Commission Materials and Procurement 1138 Bathurst Street Toronto, Ontario M5R 3H2 Attention: Head Materials and Procurement Contract Title: Sale & Removal of up to 109 Orion V Surplus Decommissioned Buses Dear Sir: We hereby authorize the Toronto Transit Commission to draw on the (Financial Institution), Toronto up to any aggregate amount of Five-Thousand dollars ($5,000.00) available by drafts at sight as follows: Pursuant to the request of our customer(s), (Company Name), we, hereby establish and give to you an Irrevocable Letter of Credit in your favour in the total amount of $5, which may be drawn upon us by you and which demand we shall honour without enquiring whether you have the right as between yourself and our said customers to make such demand and without recognizing any claim of our said customers. Provided, however, that you are to deliver to the (Financial Institution), Toronto at such time as a written demand for payment is made upon us, your signed statement that the monies drawn pursuant to this Letter of Credit are pursuant to obligations related in your Contract with (Company Name). This Letter of Credit will continue up to sixty calendar days from the day of closing of the Bids by the TTC and will expire on that date. The drafts drawn under this Credit are to state on their face that they are drawn under the (Financial Institution), Toronto, Ontario, Letter of Credit No. dated. We hereby agree that drafts drawn in conformity with the terms and conditions of the Credit will be duly honoured on presentation. This Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits (2007 Revision) International Chamber of Commerce Publication No Authorized Signature: Title: Countersigned: Title: END OF SECTION

25 Toronto Transit Commission Document PERFORMANCE BOND Page 1 BE IT KNOWN BY THESE PRESENTS, that BOND # a company incorporated under the laws of hereinafter called the "Contractor", and authorized to transact the business of Suretyship in the Province of Ontario, hereinafter called the "Surety", ARE JOINTLY AND SEVERALLY HELD AND FIRMLY BOUND UNTO the TTC and its successors, hereinafter called the "Obligee", in the penal sum of dollars ($ ) of lawful money of Canada to be paid to the Obligee or to its attorneys, successors, or assigns, for which payment well and truly to be made, we jointly and severally bind ourselves and each of us our several and respective successors, heirs, executors, administrators and assigns forever firmly by these presents. WHEREAS the Contractor has entered into a written Contract with the Obligee, for the execution of certain Work for the said Obligee at the total Contract Price and upon the terms and conditions in the Contract Documents, for the Sale & Removal of up to 109 Orion V Surplus Decommissioned Buses, Contract No.: Z08BT14105, which Contract Documents are by reference made a part hereof, and are hereinafter referred to as the "Contract", and having been required to furnish satisfactory security for the fulfilment of the said Contract and said Surety has consented to become such security and to execute these presents. NOW THE CONDITION OF this obligation is such that if the said Contractor shall well, truly and faithfully execute, complete and carry out the said Contract and all the terms and conditions thereof to the satisfaction of the Obligee and shall keep and maintain in good working order and complete repair the whole of the Work performed under the said Contract and any Contract Change which may be made pursuant thereto, for the warranty period(s) indicated in the said Contract and shall indemnify and keep indemnified the Obligee and the officers, servants and agents thereof from all, and all manner of damage, loss, expenses, claims and demands arising out of any breach of the said Contract, or any of the covenants or conditions therein contained, then this obligation shall be void, else to remain in full force. PROVIDED further and it is hereby agreed and declared that neither the Contractor nor the Surety shall be liable under this instrument for payment of any claims for labour, material or services used or reasonably required for use in the performance of the Contract. PROVIDED always, and it is hereby agreed and declared, that the Obligee and the Contractor have the right to change, alter and vary the terms of the Contract and that the Obligee may, in its discretion at any time or times, take and receive from the Contractor any security whatsoever and grant any extension of time thereon or on any liability of the Contractor to the Obligee.

26 Document PERFORMANCE BOND Page 2 Toronto Transit Commission PROVIDED further and it is hereby agreed and declared that the Contractor and the Surety shall not be discharged or released from liability hereunder and that such liability shall not be in any way affected by any such changes, alterations, or variations, the taking or receiving of security, or extension of time, as aforesaid, or by the exercise of the Obligee of any of the rights or powers reserved to it under the Contract or by its forbearance to exercise any such rights or power, including (but without restricting the generality of the foregoing) any changes in the extent or nature of the Work or by any dealing, transaction, forbearance or forgiveness which may take place between the Contractor and the Obligee. AND IT IS HEREBY DECLARED AND AGREED that the above bounden Surety shall be liable as Contractor and that nothing of any kind or matter whatsoever that will not discharge the said Contractor shall operate as a discharge or release of liability to the said Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding. IN WITNESS WHEREOF we have hereunto set our seals by the hands of our proper Officers in that behalf. DATED this day of, 201_. Name of Contractor: Per: Name: Title: Per: Name: Title: I/We have authority to bind the Corporation. Name of Surety: Per: Name: Title: Per: Name: Title: I/We have authority to bind the Corporation. (Signature) (Signature) (Signature) (Signature) (C/S) (C/S)

27 Toronto Transit Commission Document Bid No. Z08BT14105 IRREVOCABLE LETTER OF CREDIT (CONTRACT SECURITY) PAGE 1 Toronto Transit Commission Materials and Procurement 1138 Bathurst Street Toronto, Ontario M5R 3H2 Attention: Head Materials and Procurement Contract Title: Sale & Removal of up to 109 Orion V Surplus Decommissioned Buses Dear Sirs: We hereby authorize the Toronto Transit Commission to draw on the (Financial Institution), Toronto up to any aggregate amount of $ available by drafts at sight as follows: Pursuant to the request of our customer(s), (Company Name), we, hereby establish and give to you an Irrevocable Letter of Credit in your favour in the total amount of $ which may be drawn upon us by you and which demand we shall honour without enquiring whether you have the right as between yourself and our said customers to make such demand and without recognizing any claim of our said customers. Provided, however, that you are to deliver to the (Financial Institution), Toronto at such time as a written demand for payment is made upon us, your signed statement that the monies drawn pursuant to this Letter of Credit are pursuant to obligations related in your Contract with (Company Name). The amount of the Credit shall be reduced from time to time by notice in writing given to the undersigned by the Toronto Transit Commission. date. This Letter of Credit will continue up to and will expire on that This Letter of Credit shall be renewed from year to year on its anniversary date unless we give you notice in writing 30 days prior to the expiry date or an anniversary thereof. The drafts drawn under this Credit are to state on their face that they are drawn under the (Financial Institution), Toronto, Ontario, Letter of Credit No. dated. We hereby agree that drafts drawn in conformity with the terms and conditions of the Credit will be duly honoured on presentation. This Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits (2007 Revision) International Chamber of Commerce Publication No Authorized Signature: Title: Countersigned: Title:

28 Toronto Transit Commission Document PARENTAL GUARANTEE Page 1 WHEREAS, a company incorporated under the laws of (Province/Country) is a subsidiary of (parent company s name) AND WHEREAS the TTC is desirous of entering into a Contract for with. NOW THIS AGREEMENT WITNESSES that in consideration of the premises and the award of a Contract by the TTC to, that (parent company) agrees to provide all the necessary financial and technical support for the proper completion of the said Contract and shall guarantee the performance of the said Contract in accordance with the terms and conditions, including timely completion thereof, and agrees to guarantee the Work for the warranty period(s) stipulated therein. IT IS UNDERSTOOD AND AGREED that this Contract of guarantee will be interpreted in accordance with the laws of the Province of Ontario, and (parent company) hereby attorns to the jurisdiction of the Courts of the Province of Ontario. This agreement shall be attached to and form part of a Contract for between and the TTC. IN WITNESS WHEREOF (parent company) has hereunto affixed its corporate seal under the hands of its duly authorized officers in that behalf, this day of, 201_. PARENT COMPANY: (SEAL) Per: (Signature) (Print Name) (Title) I / We have authority to bind the Corporation

TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF H6 SUBWAY CARS BID NO.: Z08BT14006

TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF H6 SUBWAY CARS BID NO.: Z08BT14006 TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF H6 SUBWAY CARS BID NO.: Z08BT14006 December 2013 Toronto Transit Commission Toronto Transit Commission Request For Bids MASTER INDEX

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

PART D SUPPLEMENTAL CONDITIONS

PART D SUPPLEMENTAL CONDITIONS PART D SUPPLEMENTAL CONDITIONS Page 1 of 18 PART D - SUPPLEMENTAL CONDITIONS GENERAL D1. GENERAL D1.1 In addition to the General Conditions for Construction Contracts, these Supplemental Conditions are

More information

Toronto Transit Commission Instructions to Tenderers Request For Tender (Revised May 2011) Page 1 of 3

Toronto Transit Commission Instructions to Tenderers Request For Tender (Revised May 2011) Page 1 of 3 Instructions to Tenderers Request For Tender (Revised May 2011) Page 1 of 3 TITLE: INSTRUCTIONS TO TENDERERS 1 Tender Submission - The Tenderer shall complete the Tender Form including the Tender Form

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

More information

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE AND REMOVAL OF SCRAP METALS BID NO.: Z06BT12149

TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE AND REMOVAL OF SCRAP METALS BID NO.: Z06BT12149 TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE AND REMOVAL OF SCRAP METALS BID NO.: Z06BT12149 Toronto Transit Commission Request For Bids MASTER INDEX REQUEST FOR BIDS INDEX DOCUMENT 00100 -

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS 1. Rejection of Bids Bids with one or more of the following may be declared informal and/or disqualified and/or rejected: a) Bids that do not comply strictly with all terms and conditions of the Bid Solicitation

More information

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

More information

INVITATION TO TENDER TENDER FORM

INVITATION TO TENDER TENDER FORM INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: Jefferson Parish Sheriff s Office 1233 Westbank Expressway, Room 411 Harvey, LA 70058 (Owner to provide name and address of owner) BID FOR: (Owner to provide

More information

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Request for Tender. Humidifier Replacement February 19, 2013

Request for Tender. Humidifier Replacement February 19, 2013 Request for Tender For: Humidifier Replacement February 19, 2013 1602 Telesat Court Rick Moore Supervisor, Property & Facility Management Telephone: 613 747-7800 Ext. 2872 Index of Sections Section A -

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

DEFERRED SHARE UNIT PLAN. December, 2013

DEFERRED SHARE UNIT PLAN. December, 2013 DEFERRED SHARE UNIT PLAN December, 2013 Amended and Restated March, 2014 TABLE OF CONTENTS ARTICLE 1 PURPOSE... 1 1.1 PURPOSE.... 1 1.2 EFFECTIVE DATE.... 1 ARTICLE 2 DEFINITIONS... 1 2.1 DEFINITIONS....

More information

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Tender. For: Boiler Replacement November 21, Telesat Court Request for Tender For: Boiler Replacement November 21, 2016 1602 Telesat Court 1 Index of Sections Section A - Information for Tenderers and General Conditions Section B - Form of Tender Section C - Form

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT BLEACHER REPLACEMENT Contract No. BE17-253 File No. 1961 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

Procedure for Electronic Bid Submission

Procedure for Electronic Bid Submission Procedure for Electronic Bid Submission Tendering Procedures, Requirements and Materials The following tendering procedures shall apply to the purchase of Goods and/or Services in an amount estimated to

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16 TOWNSHIP OF BLANDFORD-BLENHEIM Labour, Materials, Equipment and Services Required for the Installation of a Recreation Trail LABOUR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FOR THE INSTALLATION OF A

More information

LETTER OF GUARANTEE BY CORPORATE

LETTER OF GUARANTEE BY CORPORATE LETTER OF GUARANTEE BY CORPORATE THIS DEED OF GUARANTEE executed at........ on.... day of...... 20.... by: M/s.................. a company / firm having its Registered Office / principal place of business

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Financial Services Purchasing and Payment Unit REQUEST FOR QUOTATION Title Email address: bids@gwemail.ryerson.ca Date April 19, 2011 Telephone Number (416) 979-5000 ext. 6988 Solicitation Number Fax Number

More information

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding 1 ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO SPECIFICATION NO. O-OA COVERING General Conditions - Instructions for Bidding DIVISION: DEPARTMENT: UNIT: DATE: ENG. REF.: PREPARED BY: SUMMARY: A specification

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

Request For Proposal (RFx) - Terms and Conditions

Request For Proposal (RFx) - Terms and Conditions CANADIAN PACIFIC RAILWAY COMPANY - and - [Supplier Invited to Submit a Proposal] ( PROPONENT ) For full and valuable consideration, a receipt and sufficiency of which is confirmed by a Proponent submitting

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI 15-101 ISSUE DATE: Tuesday, April 21 st, 2015 CLOSING DATE: Friday May 1 st, 2015 TIME: LOCATION: 12:00 p.m. (local time) Township of North

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT Cottleville Project Number DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT THIS DEPOSIT AGREEMENT GUARANTEEING IMPROVEMENTS WITH LETTER OF CREDIT (the AGREEMENT ) made and entered

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

The Bank may grant or continue to grant the Facility to the Customer if the following conditions are fulfilled and continue to be fulfilled:-

The Bank may grant or continue to grant the Facility to the Customer if the following conditions are fulfilled and continue to be fulfilled:- TERMS AND CONDITIONS GOVERNING CREDITABLE ACCOUNTS In consideration of MALAYAN BANKING BERHAD (hereinafter called the Bank which expression shall include the Bank s successors and assigns) agreeing to

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

MINNESOTA STATE LOTTERY SECURITY DEPOSIT REQUIREMENTS

MINNESOTA STATE LOTTERY SECURITY DEPOSIT REQUIREMENTS MINNESOTA STATE LOTTERY SECURITY DEPOSIT REQUIREMENTS applicants who do not have a favorable credit history are required to maintain a security deposit for a minimum of six months. The security deposit

More information

APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR

APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR APPENDIX 3 - CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT made this day of, 201* BETWEEN: (the "Owner") AND (the "Contractor") In consideration of the mutual covenants and agreements

More information

ONTARIO NORTHLAND TRANSPORTATION COMMISSION. Request for Proposals No. RFP For. Electrical Distribution Upgrade Cochrane Mechanical Shops

ONTARIO NORTHLAND TRANSPORTATION COMMISSION. Request for Proposals No. RFP For. Electrical Distribution Upgrade Cochrane Mechanical Shops ONTARIO NORTHLAND TRANSPORTATION COMMISSION Request for Proposals No. RFP 2018 079 For Electrical Distribution Upgrade Cochrane Mechanical Shops REPLY BY DATE: 2 p.m. Friday, April 13, 2018 Primary Contact:

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

Sample Investment Management Agreement

Sample Investment Management Agreement FINAL June 2016 Sample Investment Management Agreement Updated and Approved by the PMAC Practices & Standards Committee and Borden Ladner Gervais LLP This sample investment management agreement ( IMA )

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

WHOLESALE BROKER AGREEMENT. THIS WHOLESALE BROKER AGREEMENT (this Agreement ) dated as of the

WHOLESALE BROKER AGREEMENT. THIS WHOLESALE BROKER AGREEMENT (this Agreement ) dated as of the WHOLESALE BROKER AGREEMENT THIS WHOLESALE BROKER AGREEMENT (this Agreement ) dated as of the day of,, by and among the entities indicated on Schedule A attached hereto and incorporated herein by reference

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

DIF CREDIT AGREEMENT [Insert Project Name]

DIF CREDIT AGREEMENT [Insert Project Name] DIF CREDIT AGREEMENT [Insert Project Name] This DIF CREDIT AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the CITY OF WILDOMAR, a California municipal corporation ( CITY ), and,

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT THIS PRODUCER AGREEMENT (this Agreement ), dated as of, 20, is made and entered into by and between Hull & Company, LLC, a Florida corporation (

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

Schedule 1 COLLATERAL ASSIGNMENT AGREEMENT

Schedule 1 COLLATERAL ASSIGNMENT AGREEMENT Schedule 1 COLLATERAL ASSIGNMENT AGREEMENT For use outside Quebec BY: [Insert name of the Policy Owner], [address] (the Policy Owner ) TO AND IN FAVOUR OF: INDUSTRIAL ALLIANCE INSURANCE AND FINANCIAL SERVICES

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT Project Manual BOSTON CONVENTION AND EXHIBITION CENTER Boston, Massachusetts OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT April 20, 2016 Pre-Bid Conference: 11 A.M., April 27, 2016 truane@massconvention.com

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

GOLD CREEK FLUME CONCRETE PATCHING

GOLD CREEK FLUME CONCRETE PATCHING GOLD CREEK FLUME CONCRETE PATCHING Contract No. E11-205 File No. 1688 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form PROJECT MANUAL INDEX I. BIDDING CONDITIONS A - Project Information Sheet B - Instructions to Bidders C - Proposal Form D - List of Subcontractors Forms II. CONDITIONS E- Forms of Performance and Payment

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Samuel Asabia House, 35, Marina, Lagos, Nigeria. FIRST BANK OF NIGERIA LIMITED FIRSTECONNECT PLATFORM

Samuel Asabia House, 35, Marina, Lagos, Nigeria. FIRST BANK OF NIGERIA LIMITED FIRSTECONNECT PLATFORM FIRST BANK OF NIGERIA LIMITED FIRSTECONNECT PLATFORM TERMS AND CONDITIONS Please read the following Terms and Conditions carefully. The following Terms and Conditions ( the Terms & Conditions ) apply to

More information

(This Agreement supersedes all prior Agreements) AGREEMENT

(This Agreement supersedes all prior Agreements) AGREEMENT (This Agreement supersedes all prior Agreements) AGREEMENT AGREEMENT, dated day of, 20, between International Transportation & Marine Agency, Inc., a corporation organized and existing under and by virtue

More information

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO)

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO) REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES THE CHILDREN S AID SOCIETY OF OTTAWA (CASO) Issue Date: August 11, 2017 Closing Deadline: 16:00 hours, Friday September 1st, 2017 Delivery Method: Proponents

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

TRANSFER AGENCY AND REGISTRARSHIP AGREEMENT

TRANSFER AGENCY AND REGISTRARSHIP AGREEMENT TRANSFER AGENCY AND REGISTRARSHIP AGREEMENT THIS AGREEMENT made as of the day of, 20 B E T W EE N: (hereinafter referred to as the Issuer ) AND: (hereinafter referred to as RST ) WITNESSES THAT the parties

More information

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted Quotation No. 16-Q35 REQUEST FOR QUOTATION THE CORPORATION OF THE CITY OF CORNWALL PURCHASING SERVICES 100 Water Street East, Suite 104, CORNWALL, ONT. K6H 6G4 TEL # (613) 932-6252 FAX (613) 932-5919 (purchasing@cornwall.ca)

More information

LONDON CONVENTION CENTRE REQUEST FOR PROPOSAL FOR

LONDON CONVENTION CENTRE REQUEST FOR PROPOSAL FOR LONDON CONVENTION CENTRE REQUEST FOR PROPOSAL FOR LIGHTING UPGRADES IN UNDERGROUND PARKING GARAGE & LOADING DOCK June 25/2013 00100 - INSTRUCTIONS TO BIDDERS 1 CONTACT INFORMATION London Convention Centre

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information