Regional District of North Okanagan Kal Lake Pump Station Primary Service Unit Substation Equipment Installation
|
|
- Audra Townsend
- 5 years ago
- Views:
Transcription
1 1115 St. Paul Street Kelowna, BC Canada V1Y 2C6 T F July 12, 2016 Regional District of North Okanagan Kal Lake Pump Station Primary Service Unit Substation Equipment Installation Procurement Number 2015-E General The Regional District of North Okanagan (RDNO) operates a lake intake pump station located at Westkal Road, Coldstream, BC (the Kal Lake Pump Station). The existing service to the station is a primary service from BC Hydro, feeding a customer owned 25kV load-break switch and transformer. The existing equipment dates back to 1982, and in recent testing, the load-break mechanism was found to be difficult to close, and recommended for replacement. The RDNO has purchased a replacement unit sub-station from Prime Engineering, and now needs to hire a contractor to remove the old equipment and install the new unit sub-station. The new equipment has been delivered, and the RDNO is storing it at their Mission Hill Water Treatment Plant site. Prime Engineering will conduct the required insulation and resistance testing as part of their supply contract, so the installation contractor will need to coordinate with Prime for the scheduling of that testing. Prime Engineering has already completed and submitted the required forms to BC Hydro, and the installation has received approval for the equipment from BC Hydro. The installation contractor will need to coordinate with BC Hydro to disconnect the existing primary switch, and reconnect the primary conductors to the new equipment. This installation contract includes removal of the existing transformer and primary switch, including disposal (or salvage the existing transformer and primary would become the contractor s property after removal). The installation contract includes transporting the new equipment from the storage site, and all off-loading and installation at the Kal Lake pump station. Crane supply and coordination is the contractor s responsibility. The existing site has a standby generator set and external diesel tank that are planned to be removed from the site. The diesel tank will need to be removed to facilitate the installation of the new unit substation, so the removal of that tank will be part of the installation contract. The removal of the existing standby generator set will be an optional item. Removal includes disconnecting and making safe the electrical connections, removal of all generator fuel lines, and loading the fuel tank and generator on to a flat deck trailer at the site, and the RDNO will be responsible for disposal. Note that the fuel tank has been emptied, but the fuel lines may not be fully drained. As part of the new equipment installation, the ground fault trip for the secondary conductors is planned to be relocated to the secondary main breaker (a secondary ground fault currently trips the primary switch). In order to achieve this, the existing main secondary breaker (by Eaton) requires an upgrade to its trip unit: currently it only has an LSI trip unit, and it requires an LSIG trip unit to provide the ground fault protection. The existing breaker is a 2000A, 600V breaker, located in the MCC in the electrical room. It has an existing Digitrip RMS 310 trip unit, with LSI protection. According to Eaton, the upgrade to include ground fault protection requires the installation of a new trip unit. The required update is a RT RG 310+ TU Retrofit Kit, which has all the components to convert an R-
2 1115 St. Paul Street Kelowna, BC Canada V1Y 2C6 T F Frame breaker to a 310+ trip unit with LSIG protection. Supply and install the retrofit kit, to upgrade the existing breaker. The new equipment has been selected to occupy a similar footprint to the existing. The equipment to be removed and replaced is in a covered area, with limited access points. In addition, there are overhead power lines in the area, which the contractor will need to be aware of when removing the existing equipment, and off-loading the new equipment at the site. A site meeting for interested contractors is scheduled for Thursday, July 21 at 2:00 pm. Attendance is mandatory. This equipment installation is expected to require a multi-day power outage, so work cannot commence until after the end of irrigation season, when water demand is reduced. It is expected that work for this installation will be able to commence Monday, September 19. The following information has been included, for reference: Details of the pre-purchased equipment Portion of existing single line drawing Existing building layout drawing RDNO General Terms and Conditions, including Insurance Requirements Quotation Requirements Quotes for the new service equipment installation should be itemized to include separate line items for: Removal of existing primary switch and transformer, and installation of pre-purchased unit sub-station equipment, including coordination with equipment supplier for testing, coordination with RDNO water utility operators for site access and shutdown, and coordination with BC Hydro for disconnect and reconnect of primary supply Removal of the existing diesel fuel tank Removal of the existing generator set Supply and installation of the new LSIG trip unit to the existing 2000A, 600V main secondary breaker The quote should include an estimated schedule, assuming a start date of Monday, September 19, including an estimated power outage duration. Please provide three references for other primary service equipment installations. The RDNO is subject to the provisions of the Freedom of Information and Protection of Privacy Act (Act). As a result, while Section 21 of the Act does offer some protection for third party business interests, the RDNO cannot guarantee that any information provided to the RDNO can be held in confidence. All quotations, after closing time and date, become the property of the RDNO. Unless specifically outlined in the quotation, the services or any part thereof may not be subcontracted, transferred, or assigned to another firm, person, or company without the prior written authorization of the RDNO. The RDNO reserves the right to not proceed with the assignment, or to reduce or expand the scope of work as necessary.
3 1115 St. Paul Street Kelowna, BC Canada V1Y 2C6 T F Evaluation Criteria The RDNO will compare and evaluate all quotations to determine the Contractor s strength and ability to provide the services, in order to determine the quotation which is most advantageous to the RDNO using the following criteria: Overall quality of the submitted information Experience, Reputation, and Resources. The references for similar completed projects (as listed in the Quotation Requirements section) will be used in this evaluation Questions arising during the offer preparation period should be directed to Interior Instruments (a Division of Corix), attention to Linda Bie, P.Eng., phone , lindab@iiesltd.com. Copy questions to Sandy Edwards, RDNO Project Manager, sandy.edwards@rdno.ca. Please reference the Procurement Number (listed at the beginning of this document) on all correspondence, including the submitted quote. The deadline for submission of quotations is Thursday, August 11, 2016 at 3:00 pm, PST. Quotes will be publically opened in the RDNO board room shortly after the submission deadline. Quotes will be accepted by to: Sandy Edwards, RDNO Project Manager, sandy.edwards@rdno.ca Copy to Linda Bie, P.Eng., Interior Instruments (a Division of Corix), lindab@iiesltd.com The RDNO reserves the right to accept some, all, or none of the submitted quotations, and to change the scope of work before a PO is issued.
4 REGIONAL DISTRICT OF NORTH OKANAGAN MEMBER MUNICIPALITIES: ELECTORAL AREAS: CITY OF ARMSTRONG VILLAGE OF LUMBY B SWAN LAKE E CHERRYVILLE DISTRICT OF COLDSTREAM TOWNSHIP OF SPALLUMCHEEN C B.X. DISTRICT F ENDERBY (RURAL) CITY OF ENDERBY CITY OF VERNON D LUMBY (RURAL) Hourly Works & Service Contract General Terms & Conditions 1. SCOPE The Contractor agrees to furnish all labour, tools, equipment, material and services and to secure all permits necessary for the complete performance of the Work contracted for except as otherwise provided for on the Purchase Order. 2. PAYMENT As full consideration for performance of the Work, the RDNO will pay the Contractor as provided for on the Purchase Order. 3. INVOICING & PAYMENT Upon completion of the Work, the Contractor shall submit an invoice in duplicate to the address noted on the Purchase Order. For Work that is performed on a time and material or reimbursable cost basis, Option 1: One (1) copy of timesheets, paid invoices, vouchers, and receipts for all expenses shall be submitted with the invoice. Option 2: Lump Sum Quoted price: Invoices must reference the RDNO Purchase Order No. Click & insert PO Number and include the Contractor s HST/GST registration number. 4. INDEPENDENT CONTRACTOR The Contractor is an independent Contractor and all persons employed by the Contractor to perform its obligations shall be the employees or servants of the Contractor and not of the RDNO. 5. TERMINATION The RDNO may, in its absolute discretion, stop the Work and terminate this Contract at any time, but where the Contractor is not in default the RDNO shall pay the Contractor for the portion of the Work done in conformity with the Contract to the date of such termination. 6. ASSIGNMENT The Contractor agrees not to sub-contract, assign or transfer this Contract, in whole or in part without the prior written consent of the RDNO. 7. SAFETY The Contractor agrees, while on the RDNO's property, to observe such safety rules or training requirements as the RDNO shall prescribe as necessary for the protection of the RDNO and the Contractor s personnel and property and as are necessary to comply with all laws, ordinances and regulations applicable in the jurisdiction of the place of the Work, and to limit smoking and the use of fire to such locations and occasions as are designated by a representative of the RDNO. 8. APPLICABLE LAW The Contractor shall in all respects be governed by and construed in accordance with the laws of the Province of British Columbia. 9. INDEMNIFICATION The Contractor shall indemnify and hold the RDNO harmless from and against any and all experiences, actions, causes of action, damages, claims and demands arising out of, or in any way connected with the performance of this Contract. 10. LIENS The Contractor shall take all necessary and proper steps to ensure that no claims for lien will be filed against the Work or the property of the RDNO. The Contractor agrees that it will at its own expense cause any such lien or claim to be released and discharged. 11. INSURANCE & BUSINESS LICENCE The Contractor shall maintain WorkSafe BC coverage (WCB) in compliance with the laws of the Province of British Columbia, valid insurance in types and amounts as defined on Attachment A entitled Insurance Requirements. Prior to commencing any Work, the Contractor shall forward proof of such requirements to the attention of Click & insert Managers Name - Fax: (250) WORKMANSHIP All workmanship and materials shall be acceptable to the RDNO in every respect and shall comply strictly with all terms and conditions of the Contract and shall be subject to inspection by the RDNO. Neither acceptance of the Work by the RDNO nor payment shall relieve the Contractor from liability under the indemnification clause or any of the guarantees or warranties contained or implied herein. 13. LOCAL CONDITIONS The Contractor shall by personal inspection, examination, calculations or tests, or by any other means, satisfy himself with respect to the local conditions to be encountered and practicability of the work and of the methods of procedure. No verbal agreements or conversation with any officer, agent or employee of the RDNO, either before or after the issuance of a purchase order, shall effect or modify any of the terms or obligations herein contained. CONTRACTOR NAME: ADDRESS: Phone: Fax: AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE: Page 1 of 2
5 1. Public Liability & Property Damage Insurance. Attachment "A" - Insurance Requirements Contractor Insurance INDEMNITY The Contractor shall save and hold harmless the RDNO, its officers, agents, servants and employees, from and against any and all suits or claims alleging damage or injury (including death) to any person or property that may occur or that may be alleged to have occurred, in the course of the performance of this Contract, whether such claim shall be made by an employee of the Contractor, or by a third person and whether or not it shall be claimed that the alleged damage or injury (including death) was caused through a willful or negligent act or omission of the Contractor, its officers, servants, agents or employees, or a willful or negligent act or omission of any of its sub-contractors or any of their officers, servants, agents or employees, and at its own expense, the Contractor shall defend any and all such actions and pay all legal charges, costs and other expenses arising therefrom. 2. INSURANCE - Public Liability & Property Damage The Contractor shall maintain and keep in force during the term of the Contract and until the date of the completion certificate, five million dollars, ($5,000,000.00) inclusive limits for Public Liability and Property Damage with RDNO named as additional insured, against liabilities or damages in respect of damage to property arising out of the performance of work. The Contractor shall, at the time the contract is signed, submit to the RDNO a copy of the insurance policies required under this section and shall also provide to the RDNO from time to time, as may be required, satisfactory proof that such policies are still in full force and effect. The RDNO shall be named as an additional insured party on the policy. In addition, such insurance policy shall include the following "Cross Liability" clause: "The insurance afforded by this policy shall apply in the same manner, as though separate policies were issued, to any action brought against any of the named insured by or on behalf of any other named insured." 3. INSURANCE - Equipment Notwithstanding anything contained elsewhere herein, it is understood and agreed that the RDNO shall not be liable for any loss or damage to Contractor's equipment including loss of use thereof. Each and every policy insuring the Contractor's equipment that will be utilized under this Contract shall contain the following clauses: "It is agreed that the right to subrogation against the RDNO or any of his officers, employees, or agents of their parent, subsidiary, affiliated, or associated companies or corporations is hereby waived." 4. INSURANCE - Automotive A minimum of three million dollars ($3,000,000.00) of public liability and property damage insurance shall be carried on all automotive equipment. 5. INSURANCE - General Provisions Before starting the Work, the Contractor shall file with the RDNO, certificates of all insurance policies acceptable to the RDNO. These certificates shall state that the insurance complies with the requirements of this Contract and that the territory of the policy includes the country in which the work is to be conducted. Each insurance policy required under this Contract shall contain an endorsement to provide all named insured's with prior notice of changes and cancellations. Such endorsement shall be in the following form: "It is understood and agreed that the coverage provided by this policy will not be changed or amended in any way or cancelled until thirty (30) days after written notice of such change or cancellation shall have been given or sent by registered mail to all named insured's." Should the Contractor fail to make payment of premiums or other assessments required by the Contractor's insurers to maintain such policies in force and effect, the RDNO may in his discretion make payment of such premiums or assessments and deduct the amount thereof from such monies as may be then or later payable to the Contractor pursuant to the Contract documents or recover the same from the Contractor as the RDNO in his discretion may determine. Work & Service Terms & Conditions Page 2 of 2
6
7
8
9
10
11
12
13
14
15
16
REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS TO SUPPLY AND SERVICE PORTABLE TOILETS
REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS Issue Date: March 1, 2013 The City invites your company to provide a price quotation: TO SUPPLY AND SERVICE PORTABLE TOILETS Quotations will be
More informationQUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.
THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION
More informationOCCUPATIONAL HEALTH AND SAFETY POLICIES AND PROGRAMS
The Regional District of North Okanagan REQUEST FOR PROPOSAL 2012-18 OCCUPATIONAL HEALTH AND SAFETY POLICIES AND PROGRAMS Issue Date: May 18, 2012 Closing Location: Regional District of North Okanagan
More informationREQUEST FOR QUOTATION NO CS37. Greater Vernon Recycling and Disposal Facility: Quonset Unit Heater Supply and Installation
REQUEST FOR QUOTATION NO. 2018-CS37 Date of Issue: July 3, 2018 Date of Close: July 13, 2018 Request for Quotation No. 2018-CS37 Page 2 of 7 REGIONAL DISTRICT OF NORTH OKANAGAN REQUEST FOR QUOTATION NO.
More informationRESIDENTIAL/COMMERCIAL GARBAGE COLLECTION
RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION REQUEST FOR QUOTES 2015-2020 Village of Port Alice PO Box 130 1061 Marine Drive Port Alice, BC V0N 2N0 Telephone: (250) 284-3391 Fax: (250) 284-3416 INSTRUCTIONS
More informationRequest for Quotation
City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STEEL PIPE Bidders are requested to respond to this Quotation call as instructed subject to the provisions
More informationREQUEST FOR QUOTATION FOR Supply and Service Portable Toilets
REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets Request for Quotation No. : 2018-RFQ-04 Issued: January 9, 2018 Submission Deadline: January 23, 2018 2:00:00 PM Page 1 of 12 SUBMISSION OF
More informationINVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:
INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL
More informationSHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between
SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.
TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL
More informationRevised GENERAL CONDITIONS (Procurement Contract)
Revised 2005-03-14 GENERAL CONDITIONS (Procurement Contract) INDEX GC1 INTERPRETATION... 1 GC2 ASSIGNMENT AND SUB-LETTING... 2 GC3 CONDUCT OF THE WORK... 2 GC4 PERSONAL INFORMATION AND PRIVACY... 3 GC5
More informationWESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT
WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,
More informationAGREEMENT BETWEEN OWNER AND SELLER
AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,
More informationBUSINESS INCENTIVE PROGRAM APPLICATION
BUSINESS INCENTIVE PROGRAM APPLICATION PART A APPLICANT INFORMATION (Financial incentive payment will be made to Applicant ONLY.) 1. Applicant: Legal Name of Business (the "Applicant"): Address: City:
More information2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES
REQUEST FOR PROPOSAL ISSUE DATE: NOVEMBER 21, 2013 2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES MANDATORY SITE VISIT: Wednesday, November 27, 2013 at 1:00 p.m. Meet at
More informationAPPLICATION for MOBILE FOOD VENDING LICENSE 2018
APPLICATION for MOBILE FOOD VENDING LICENSE 2018 Please read and understand all terms and conditions stated herein as they form an integral part of the Mobile Food Vending Agreement and continued tenure
More informationWATER 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 informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More informationREGIONAL DISTRICT OF NORTH OKANAGAN
REGIONAL DISTRICT OF NORTH OKANAGAN REQUEST FOR PROPOSAL #2015-PO6 PRC WHITE VALLEY PARKS, RECREATION AND CULTURE Supply of one (1) new multi-use vehicle INSTRUCTIONS TO PROPOSERS 1. The Regional District
More informationSTANDARD GENERATION INTERCONNECTION AGREEMENT BETWEEN CITY OF ANAHEIM AND
STANDARD GENERATION INTERCONNECTION AGREEMENT BETWEEN CITY OF ANAHEIM AND This Standard Generation Interconnection Agreement ( Interconnection Agreement ), dated, for purposes of identification only, is
More informationRequest for Quotation
City of Richmond Finance & Corporate Services Division Request for Quotation On Call PRESSURE WASHING AND WINDOW WASHING Contractor Bidders are requested to respond to this Quotation call as instructed
More informationCity of Beverly Hills Beverly Hills, CA
City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects
More informationAPPLICATION FOR MOBILE RETAIL VENDING LICENSE 2018
APPLICATION FOR MOBILE RETAIL VENDING LICENSE 2018 Please read and understand all terms and conditions stated herein as they form an integral part of the Mobile Retail Vending Agreement and continued tenure
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TURN OUT BOOTS FOR RICHMOND FIRE-RESCUE Bidders are requested to respond to this Quotation call
More informationSUPPLIER - TERMS AND CONDITIONS Materials and Goods
SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed
More informationSTANDARD 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 informationRequest for Quotation
City of Richmond Finance & Corporate Services Division Request for Quotation Stores Request: Supply and Delivery of GLOVES Bidders are requested to respond to this Quotation call as instructed subject
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More informationSHORT FORM SUBCONTRACT AGREEMENT
SHORT FORM SUBCONTRACT AGREEMENT Page 1 of 7 Subcontract No. THIS AGREEMENT, made and entered into at El Dorado Hills, El Dorado County, California this day of 20, by and between ROEBBELEN CONTRACTING,
More informationTerms & Conditions Supply of Goods or Services
Terms & Conditions Supply of Goods or Services 1. DEFINITIONS In these terms and conditions: Agreement means an agreement between the Purchaser and Supplier for the supply of Goods or Services constituted
More informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES
ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract
More informationConstruction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.
Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:
More informationAGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES
AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter
More informationREQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME
REQUEST FOR TENDER No. 1717 GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME Issue date: February 10, 2016 Closing location: Purchasing Department 2020 Labieux Road Nanaimo,
More informationSAMPLE 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 informationContractor 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 informationREQUEST FOR PROPOSAL. Request for Proposal No Playground Equipment for Oceanview Park
REQUEST FOR PROPOSAL Request for Proposal No. 1440 Playground Equipment for Oceanview Park Issue date: May 14, 2013 Closing Location: Purchasing Department 2020 Labieux Road Nanaimo, B.C. V9T 6J9 City
More informationJOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS
JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH
More informationMASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)
MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TEMPORARY FENCING Bidders are requested to respond to this Quotation call as instructed subject
More informationTown 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 informationWatershed Educational Campaign Project
Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue
More informationCenter Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES
Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,
More informationPest Control Services
Pest Control Services Quotation #276 Issue Date: Friday, September 1, 2017 Jan Romer, Buyer Issued by: The Thames Valley District School Board Return Date: 4:00:00 pm, local time, Friday, September 15,
More informationBID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )
BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,
More informationREGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN
REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REQUEST FOR QUOTATIONS Scrap Metal Processing, Transportation and Marketing December 5, 2018 1. INTRODUCTION The Regional District of Okanagan-Similkameen (RDOS)
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name
More informationGeneral Conditions for Consultancy Services Agreements
Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added
More information2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.
contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationTown of Highlands Board Approved as of May 17, 2012
TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),
More informationClark Public Utilities
Electric Generating Facilities of 100 Kilowatts or Less This ( Agreement ) is entered into by the undersigned customer ("Customer"), and, ( Utility ). Both parties, who may be herein further referred to
More informationWashington University in St. Louis
Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance
More informationCITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance
CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections
More informationSubcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301
contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described
More informationTier 1 Standard Interconnection Agreement Customer-Owned Renewable Generation System
CITY OF MOUNT DORA, FLORIDA FIRST REVISED SHEET NO. 15.0 CANCELS ORIGINAL SHEET NO. 15.0 Tier 1 Standard Interconnection Agreement Customer-Owned Renewable Generation System This Agreement is made and
More informationSMALL ORDERS TERMS AND CONDITIONS - BLANKET
1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or
More information=====================================================================
Purchasing Department, 3330 22nd Ave., Prince George BC V2N 1P8 Phone: 250-561-5809, Fax: 250-561-5842, email: purchasing@cnc.bc.ca June 30, 2009 TO: FAX : Attention: FROM: Helene Rohn FAX: 250-561-5842
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationFIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE
Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER
More informationTHE CORPORATION OF THE DISTRICT OF SAANICH
THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION
More informationCITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660
CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile
More informationPerformance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS
Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS The terms and conditions contained herein ( Terms and Conditions ) shall govern the Purchase Order issued to Hauler by Company ( Purchase Order
More informationRequest for Proposals
Request for Proposals 2014-RFP-13 Electrical Engineering Support and Consulting Services Date Issued: June 10, 2014 The City invites your company to provide a Proposal to provide Electrical Engineering
More informationPage of 5 PURCHASE AGREEMENT
Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").
More informationFIXTURE TERMS & CONDITIONS Materials & Goods
FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,
More informationRequest for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)
Request for Tender No. 1585 Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC) Issue Date: November 12, 2014 Tender Closing Location Purchasing Department 2020 Labieux Road Nanaimo,
More informationSTANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission
STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationREQUEST FOR PROPOSAL October 5, 2017
REQUEST FOR PROPOSAL October 5, 2017 WASTE OIL BURNER REPAIR/REPLACEMENT For the Transfer Station Building 40 Bennington Road And Public Works Garage 79 Bennington Road Hancock, NH 03449 Please direct
More informationPURCHASE ORDER TERMS & CONDITIONS. Order Acceptance
PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any
More informationCity of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S
SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Contract 3579Q Supply and Installation of Overhead Crane for Works Yard Salt Shed Bidders are requested to respond to this
More informationSURPLUS BID ATTACHMENT
SACRAMENTO MUNICIPAL UTILITY SMUD INSTRUCTIONS TO BIDDERS SURPLUS BID ATTACHMENT 1. INSPECTION: This material should be carefully inspected before bidding and any questions regarding quantities or specifications
More informationREGIONAL DISTRICT OF NORTH OKANAGAN
REGIONAL DISTRICT OF NORTH OKANAGAN INVITATION TO TENDER # 2018-CS11 COMMUNITY SERVICES Vernon and District Performing Arts Centre Boiler Replacement Sealed bids clearly marked Vernon and District Performing
More informationForm No. 23 DECLARATIONS
GOLDEN STATE WATER COMPANY Revised Cal. P.U.C. Sheet No. 1579-E SAN DIMAS, CALIFORNIA 91773-9016 Canceling Original Cal. P.U.C. Sheet No. 1506-E DECLARATIONS Page 1 This Interconnection Agreement ("Agreement")
More informationREQUEST FOR QUOTE # 16471
REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY
More informationLEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update
LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic
More informationJACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES
JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,
More informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More informationWorkforce Management Consulting Services
Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis
More informationREQUEST FOR QUOTATIONS
REQUEST FOR QUOTATIONS Title: LANDSCAPE MAINTENANCE CITY-WIDE ROUGH MOW Reference No.: 1220-040-2016-024 FOR THE SUPPLY OF GOODS AND/OR SERVICES (General Services) TABLE OF CONTENTS 1. INTRODUCTION...
More informationSCHEDULE SGI : SMALL GENERATOR INTERCONNECTIONS OTHER THAN NET METERING
~A BARC ELECTRIC COOPERATIVE SCHEDULE SGI : SMALL GENERATOR INTERCONNECTIONS OTHER THAN NET METERING A. APPLICABILITY This Schedule SGI is applicable to Interconnection Customers who own and operate, or
More informationDOUKPSC04 Rev Feb 2013
DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby
More informationMANITOBA HOUSING SUPPLEMENTAL CONDITIONS CONTRACT #: XXXX GENERAL
GENERAL 1. Stipulated Price Contract CCDC2-2008 2. CCDC2-2008 Supplemental Conditions The Construction Contract for this project is the standard Construction Document- CCDC2 2008, Stipulated Price Contract.
More informationSTANDARD TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS 1. Parties to this Agreement 1. In these conditions ( these Conditions ) WPDT means Wilson Power And Distribution Technologies Pvt. Ltd. and Customer means the person entering
More informationREQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651
REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,
More informationALAMEDA MUNICIPAL POWER INTERCONNECTION AGREEMENT GENERAL CONDITIONS
ALAMEDA MUNICIPAL POWER INTERCONNECTION AGREEMENT GENERAL CONDITIONS For Residential, Commercial, Municipal, or Federal Agency Eligible Renewable Electrical Generation Facilities These General Conditions
More informationAGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE
AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway
More informationFORM OF TENDER 32/2010
FORM OF TENDER 32/2010 ELECTRIC PANEL UPGRADES CANADA GAMES COMPLEX -- for the Facilities & Fleet Department -- Page 1 of 9 I/We, the undersigned, do hereby tender and offer to enter into contract with
More informationAttachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT
Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project
More informationRequest for Quotation
Request for Quotation Date: 10/09/2018 Quotation Number: 4275 Specification/Quotation Documents For: LTC Transformer Test RFQ Due Date: 10/23/2018 at 2:00pm **Please note we have had issues recently with
More informationREQUEST FOR QUOTATIONS NO. PS (the RFQ ) SERVICES OF QUALIFIED PROFESSIONAL TO REPLACE THE SCREENS AT DEISTER SCREEN DECK OF THE ASPHALT PLANT
AT DEISTER SCREEN DECK OF THE ASPHALT PLANT Quotations are to be addressed to the Supply Chain Management office, 4 th Floor, City of Vancouver, 453 West 12 th Avenue, Vancouver, British Columbia, Canada,
More information7/14/16. Hendry County Purchase Order Terms and Conditions
Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen
More informationInterconnection of Electric Generators
Interconnection of Electric Generators (GENERATING CAPACITY OF NOT MORE THAN 25 KILOWATTS) Public Utility #1 of Ferry County Republic Washington November 15, 2007 Table of Contents Chapter 1 Purpose and
More information