ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

Size: px
Start display at page:

Download "ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018"

Transcription

1 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum to the specifications and contract documents is issued to provide additional information and clarification to the original Invitation to Bid s Terms and Conditions, Technical Specifications and/or Bid Form and is hereby declared a part of the original Invitation to Bid and contract documents. Bidders shall acknowledge receipt of this Addendum by inserting this Addendum Number and Date issued on the Addendum Acknowledgement Form (ACK-1) located within the Bid documents. 1. The following are responses to questions received by Monday, June 11, 2018 as per Special Terms and Conditions, Item 69 Deadline For Questions : Q.1: A.1: Q.2: A.2: Will mechanical contractor operating on the listed chiller, fan and VFD systems be required to perform any work on any natural gas systems? Work on any natural gas system is not included in the scope of services/technical Specifications of this Bid. Refer to the revised Technical Specifications attached (REV TEC-1 through REV TEC-4) for specific components of the landfill gas treatment system. Please provide clarification on what certification is required for the mechanical contractor to work on the carrier equipment. Mechanical contractor must be a Carrier factory-authorized dealer. 2. Technical Specifications have been revised as per attached named as REV - TEC-1 through REV - TEC Based on the NON-Mandatory Pre-Bid Conference and Site Visit on May 30, 2018, copies of the Sign-In Sheets are hereby attached. ALL ELSE REMAINS THE SAME Diane LeRay, CPPO, CPPB Procurement Manager Addendum No. 1 Bid No.: 18-11/AL - 1 -

2 Addendum No. 1 Bid No.: 18-11/AL - 2 -

3 Addendum No. 1 Bid No.: 18-11/AL - 3 -

4 Addendum No. 1 Bid No.: 18-11/AL - 4 -

5 TECHNICAL SPECIFICATIONS 1. SCOPE: REPAIR AND MAINTENANCE OF LANDFILL GAS CHILLER SYSTEM SWA Bid No /AL A. The Solid Waste Authority of Palm Beach County ( Authority ) is seeking the services of a qualified Class A Mechanical Contractor to perform routine preventative maintenance and major repair as needed for a Landfill Gas Chiller and Treatment System. B. Facilities Location: Solid Waste Authority of Palm Beach County North County Disposal Site Landfill COMPOST BUILDING # North Jog Road, West Palm Beach, FL C. The Landfill Gas Chiller and Treatment system includes the following skid mounted components: i. The oil-aftercooler system is a structural steel skid which includes a primary aftercooler and knock-out pot with filter to remove oil from the gas. This skid also includes a Variable Frequency Drive (VFD), motor, instrumentation, and controls for the oil-aftercooler fan. ii. The gas drier skid is a structural steel skid which includes a secondary aftercooler and knock-out pot with filter to remove moisture from the gas stream, gas heat exchanger, gas re-heater and condensate removal system. This skid also includes a Variable Frequency Drive (VFD), motor, instrumentation, and controls for the air aftercooler fan. iii. The Chiller (Glycol refrigeration) system consists of: Two (2) Carrier Branded 70- ton redundant chilling units. Model Number 30RAP070. One (1) glycol tank, glycol recirculation pumps, heat exchanger, and associated piping, instrumentation and controls. D. The Contractor must be certified to work on Carrier-branded equipment. E. The Bidder is encouraged to attend the non-mandatory pre-bid conference and site visit thereafter, to familiarize themselves with all equipment. F. The Contractor shall log and provide a report of all preventative maintenance completed per the manufacturer s recommendations at the recommended service intervals. G. A complete list of system equipment and the respective specifications for major components is provided in the Appendices. 2. QUALIFICATIONS OF MECHANICAL CONTRACTOR: The Bidder must have a State of Florida Class A Unlimited Air Conditioning Contractor s License. This license qualifies the holder to contract unlimited air-conditioning work to install, maintain, fabricate, and alter central air-conditioning, heating, refrigeration, and ventilating systems. This includes air distribution, insulation of pipes, pneumatic control piping, condensate drains, low voltage wiring, thermostats, condensers, evaporators, compressors, and chillers. The technician performing the work must have a HVACR Journeyman s License, along with a North American Technician Excellence (NATE)/ U.S. Environmental Protection Agency (EPA) Approved Universal Technician Certification. The Bidder must also be qualified to work on the Gas Compression portion of the system. SWA Bid No /AL REV - TEC - 1

6 3. PERFORMANCE: All work shall be performed on a lump sum or time and material basis, when and as directed by authorized personnel of the Authority. CONTRACTOR S STAFF, UPON ARRIVAL AT THE AUTHORITY S FACILITY SHALL HAVE THE SITE SUPERVISOR OR DESIGNEE INITIAL ACKNOWLEDGEMENT OF ARRIVAL TIME AND SHALL HAVE SUPERVISOR OR DESIGNEE SIGN ACKNOWLEDGEMENT OF DEPARTURE TIME ON ATTACHMENT A (SAFETY CHECK/TIME-SHEET), HEREIN. 4. PREVENTATIVE MAINTENANCE SERVICES: The following procedure will be followed: upon award of the Contract, the Authority (Utilities Department) will establish a recurring service schedule with the Contractor. The Contractor shall adhere to the service schedule as requested by the Authority, unless other arrangements are requested and approved by the Authority. 5. SERVICE PROCEDURE: The following procedure will be followed: A. When the need arises, the Authority (Utilities Department) will notify the Contractor of the need for maintenance services. Notification will include the nature of required service and name and telephone number of the contact person. B. The Authority will issue a Job Estimate Form (See Attachment B, herein) to the Contractor for written estimates for each project. The Authority requires a written estimate prior to beginning any job. All written estimates must provide a breakdown of labor hours, materials costs, rental equipment costs, and any subcontractor fees. All written estimates must be submitted using the Job Estimate Form Attachment B, herein. C. Within twelve (12) hours after notification of a job (or next business day), Contractor shall make a site inspection (if required) and provide a written estimate based on the prices bid, herein. i. The twelve (12) hour deadline may be extended by the Authority personnel, if required. ii. During site inspection, if the contractor detects or anticipates a potential warranty claim to the manufacturer for any piece of equipment; the Contractor shall immediately notify the Authority (Utilities Department) and await further direction from the Authority. iii. Contractor shall utilize site inspection to ascertain if there are any discrepancies from these bid specifications. iv. During site inspection, if the Contractor detects or anticipates a problem that may interfere with work set forth herein, the Contractor shall immediately notify the Authority (Utilities Department). v. Hourly rates are defined as actual time worked. Hourly rates for personnel shall commence upon arrival at site. No travel time shall be reimbursed by the Authority. Shop rate shall include pickup and/or delivery cost to all sites. vi. All O & M services will be completed within seven (7) days of the receipt of verbal or printed purchase order or blanket order release. * Some jobs may be longer. Contractor shall request permission from the Authority for extension on certain jobs. SWA Bid No /AL REV - TEC - 2

7 vii. The Authority will pay a minimum charge of one (1) hour for one-man for each service call requested. viii. No travel expenses to and from the site for service calls will be paid. ix. Some materials may be furnished by the Authority. All other materials will be furnished by Contractor on the basis of actual cost plus a markup as bid. Supporting documentation must be supplied with the invoice for material costs for reimbursement by the Authority. Approval must be made in writing by authorized Authority personnel prior to purchase of materials. Such materials shall become the property of the Authority. x. Failure to respond to requests for job estimates on a timely basis on three (3) consecutive occasions will be grounds for cancellation of Contractor s contract. 6. RESPONSE TIME: Contractor shall provide hourly rates for each of the following response times: A. Routine Service: Whenever normal operations of an Authority site are not affected. Work to be accomplished during normal hours (7:00 a.m. through 5:00 p.m., Monday through Friday). Response time to be within twelve (12) hours of request for on-site repairs and for equipment to be picked-up at Solid Waste Authority locations and repaired at the Contractor s site. B. Emergency Service: Whenever lives and/or property are at risk or the normal operation of an Authority site is halted. Response time shall be within 1 ½ hours of request, twenty-four (24) hours a day, and seven (7) days a week. Repair turnaround time is to be no more than two (2) calendar days. 7. LABOR RATES: The hourly rates shall include all costs associated with the performance of the services, except Contractor s actual cost of materials and Authority pre-approved specialty rental equipment. Hourly rates shall include direct labor, consumables, overhead, profit, supervision, insurance, and all other associated costs. 8. MATERIALS/RENTAL TOOLS AND EQUIPMENT: A. In addition to the labor rates, the Authority shall reimburse Contractor for Contractor s actual cost of materials, rental equipment and tools plus mark-up not to exceed 5% of the Contractor s rental cost. Documentation of such cost, such as copies of invoices or other valid documentation for the materials, rental of equipment and tools, shall be furnished with the invoice to the Authority. In cases where the Contractor manufacturers his or her own materials, he or she will charge the Authority a price no higher than what he or she charges to his or her most favored customer. The Authority reserves the right to request verification. *Expenses for special rental equipment or tools needed to complete a job are subject to the Authority s approval. No payment for specialty rental equipment will be made without prior written approval from the Authority. B. Equipment other than Rental: Contractor shall provide a complete list and description of companyowned equipment available to provide the required services on Form EQUIP-1 herein. All company- SWA Bid No /AL REV - TEC - 3

8 owned equipment needed to perform the required work shall be furnished by the Contractor at NO ADDITIONAL COST TO THE AUTHORITY. This shall include but not be limited to the following: i. All standard refrigeration industry test equipment. ii. All calibration equipment. iii. All grease/lubricants. iv. All cleaning material(s) and/or equipment. v. Fully equipped maintenance truck(s). C. All repairs or jobs shall be performed using company-owned equipment when available. Availability will be determined by the list of company-owned equipment submitted by the Contractor on Form EQUIP-1 herein. D. The Authority may, at its discretion provide the Contractor with spare parts and/or supplies. 9. SUBCONTRACTING: A. Contractor shall not employ any subcontractor, supplier or other persons or organization against whom the Authority may have reasonable objection. Acceptance of any subcontractor by the Authority shall not constitute a waiver of any right of the Authority to reject defective work. The Authority may furnish to any such subcontractor, supplier or other persons or organization to the extent practicable, information about amounts paid on their behalf to the Contractor. B. Contractor shall not be required to employ any subcontractor, other person, or organization against whom contractor has reasonable objection. If a subcontractor fails to perform or make progress as required by the Authority, and it is necessary to replace the subcontractor to complete the work in a timely fashion, the Contractor shall promptly do so, subject to acceptance of the new subcontractor by the Authority. C. The Bidder shall employ its own forces, in addition to supervision to perform not less than 75% of the proposed services. Once the estimate is approved, no charges will be made to the estimate without prior written approval by the Authority. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY SWA Bid No /AL REV - TEC - 4

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS SCOPE OF WORK It is intent of JEA to to obtain a qualified Contractor to perform the scheduled and emergency repair and maintenance of over 506 generators throughout the JEA service territory in the following

More information

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

3.0 PERFORMANCE SPECIFICATIONS

3.0 PERFORMANCE SPECIFICATIONS 3.0 PERFORMANCE SPECIFICATIONS 3.1 Scope of work: Work includes, but is not limited to, providing all labor, tools, equipment, test equipment, and services required to perform program management, preventative

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m.

Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m. PURCHASING AND PROCUREMENT DIVISION City of Jacksonville Beach Purchasing and Procurement Division 1460A Shetter Avenue Jacksonville Beach FL 32250 Phone: 904.247.6229 Fax: 904.247.1639 Email: purchasing

More information

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

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

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair APPENDIX A - TECHNICAL SPECIFICATIONS JEA Fleet Services Light Duty Equipment Maintenance and Repair 1. GENERAL SCOPE OF WORK This scope of work is looking for a Respondent(s) to provide JEA Fleet Services

More information

2.2 The Purposes and Advantages of a Central Utility Plant

2.2 The Purposes and Advantages of a Central Utility Plant 2.2 The Purposes and Advantages of a Central Utility Plant The purpose of the Central Utility Plant (CUP) at NIST is to provide steam, chilled water, and compressed air for hot and cold water, warm and

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

More information

Main Building Auditorium

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

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT 4 HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

INSTRUCTIONS TO BIDDERS

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

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

More information

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

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

More information

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018 Sud Associates, P.A. Consulting Engineers Flat Iron Building, Suite 706, 20 Battery Park Avenue, Asheville, NC 28801 (828) 255-4691 Fax: (828) 255-4949 Ish Sud, Ph.D., P.E., President Fellow ASHRAE, LEED

More information

EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS

EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0 Vendors Qualifications/Certifications

More information

Invitation for Bid - Standard Office Furniture / Task Chair

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

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Addendum No. 2 TO: ALL BIDDERS OF RECORD The following items shall take precedence over the drawings and specifications

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT Notice is hereby given that the Central Valley Opportunity Center (CVOC) calls for bids to furnish (1) new Forklift. 1. The bid specifications

More information

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

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

More information

D R A F T - 02/22/08

D R A F T - 02/22/08 ADDENDUM NO. 1 Issued March 3, 2008 TO REQUEST FOR BIDS FOR OPERATION AND MAINTENANCE OF THE ELLINGTON LANDFILL GAS COLLECTION SYSTEM AND THERMAL OXIDIZER STATION (Bid Number FY08-EN-004 (RFB Issued February

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: May 12, 2010 TO: RE: ALL PROSPECTIVE BIDDERS BID

More information

Bidding Conditions Attachment C

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

More information

THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MEMORANDUM

THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MEMORANDUM ENC. June 5, 2012 THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MATERIALS MANAGEMENT DEPARTMENT 101 OLD VENICE ROAD OSPREY, FLORIDA 34229 TELEPHONE (941) 486-2183 FAX (941) 486-2188 MEMORANDUM TO: FROM:

More information

1. Revision to page 170

1. Revision to page 170 ADDENDUM No. 2 IFB No.V-1208A Design, Build, Operate and Maintain a new turnkey CNG Fueling Station. Date: January 7, 2015 To Prospective Bidders: The purpose of this addendum is to clarify answers in

More information

DUKE UNIVERSITY CONSTRUCTION STANDARDS

DUKE UNIVERSITY CONSTRUCTION STANDARDS 1 23 08 00 Commissioning of HVAC Systems 1. GENERAL A. GENERAL PROVISIONS 1. Drawings and general provisions of the Contract, including General Conditions and Division - 1 Specifications Sections, apply

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

COUNTY OF SAN JOAQUIN

COUNTY OF SAN JOAQUIN June 4, 2012 COUNTY OF SAN JOAQUIN General Services Department 44 North San Joaquin Street, Suite 590 Stockton, California 95202-2778 (209) 468-3357, Fax (209) 468-2186 GABRIEL E. KARAM Director Capital

More information

RFP for Elevator Maintenance

RFP for Elevator Maintenance Housing Authority of the City of Shreveport Request for Proposals for Elevator Maintenance and Repair Services for the HACS Administrative Office at 2500 Line Avenue, Shreveport, LA 71104 Proposals due:

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for the repair of the concrete tipping floor at the Material Recycling Center (MRF)

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

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

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

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

Capital Projects Group Mechanical Work Commissioning Specification

Capital Projects Group Mechanical Work Commissioning Specification Capital Projects Group Mechanical Work Commissioning Specification Specification 20 05 40 Revision 0 Date: August 2018 Mechanical Work Commissioning Specification Specification 20 05 40 Publication Date:

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS

EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS DISTRICT VII, HEADQUARTERS FACILITY AND TAMPA BAY SUNGUIDE REGIONAL TRAFFIC MANAGEMENT CENTER I. PURPOSE: DISTRICT VII, HEADQUARTERS FACILITY

More information

BID RESULTS CK09MERCER COUNTWIDE ROOF REPAIRS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM

BID RESULTS CK09MERCER COUNTWIDE ROOF REPAIRS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM BID RESULTS CK09MERCER2018-06 COUNTWIDE ROOF REPAIRS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM TWO PROPOSALS REQUIRED FOR ALL WORK $7500.00 AND ABOVE CONTRACT

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

Addendum No. TWO Date:

Addendum No. TWO Date: Addendum No. TWO Date: 11.12.2018 Project: HICKORY GROVE RE-PAVING OF DRIVES & PARKING FOR THE JEFFERSON COUNTY HOUSING AUTHORITY, BIRMINGHAM, ALABAMA MCKEE PROJECT NO. 18-229 The following modifications/

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION * This specification is a product of the Texas Department of Transportation (TxDOT).

More information

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

Document B252TM 2007

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

More information

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES Part A Methods of Source Selection 5-101 Methods of Source Selection. Contracts for goods and services shall be awarded following one of the following procurement

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: June 20, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4016JR District-Wide Board-Up, Locksmith, and Fencing Services OPENING DATE: June 28,

More information

Addendum No. 1 Page 1 of 1

Addendum No. 1 Page 1 of 1 Addendum No. 1 Page 1 of 1 DATE: February 26, 2018 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Steam Pipe System Replacement w/

More information

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

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

More information

201 East Cox Ferry Rd. Conway, SC

201 East Cox Ferry Rd. Conway, SC Telephone: (843) 488-6893 335 FOUR MILE ROAD Page: 1 Term Contract to Provide Preventative Maintenance and Repair of Equipment HCS District Contract Number #1516-26RS Horry County Schools District Term

More information

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017 Addendum No. 1 DATE: October 11, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: Remodel C-Building Restroom JJC PROJECT

More information

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

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

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01451 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within

More information

SIMLAW Seed CoMpAny LIMIted

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

More information

EXHIBIT A SCOPE OF SERVICES

EXHIBIT A SCOPE OF SERVICES EXHIBIT A SCOPE OF SERVICES 1.0 INTRODUCTION & DESCRIPTION Real property that is acquired for a planned transportation project or real property acquired for a project but that is not used requires maintenance

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) PURCHASE AND DELIVERY OF ONE (1) 2012/2013 MIDSIZE 4-DOORS 4x2 PICK UP TRUCK June 11, 2012 RFQ NO. FY12.1088.FSM ANDRA SAMOA

More information

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals

More information

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT AT ENGINEERING DISTRICT 8-0 and 8-5 (Countywide) 2140 HERR STREET HARRISBURG PA

More information

BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK

BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK HOSKINS ARCHITECTURE, LLC 1827 1 ST AVENUE NORTH, SUITE 104 BIRMINGHAM, ALABAMA 35203 205.321.4122 ADDENDUM NO. 1 PROJECT: BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01 40 00 PART 1 - GENERAL 1.1 SUMMARY A. This section covers the establishment and operation of the Contractor s Quality Control (CQC) system as specified by the General Conditions of the Contract.

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More information

City of Jacksonville Finance Department

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

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Exhibit 5 Page 1 of 12 TRANSIT VEHICLE INVENTORY MANAGEMENT PROCEDURES

Exhibit 5 Page 1 of 12 TRANSIT VEHICLE INVENTORY MANAGEMENT PROCEDURES Page 1 of 12 TRANSIT VEHICLE INVENTORY MANAGEMENT PROCEDURES 725-030-025 114 Page 2 of 12 115 Page 3 of 12 Approved: Department of Transportation Secretary PURPOSE:

More information

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017 Addendum No. 1 DATE: October 16, 2017 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Respondents SUBJECT: Addendum No. 1 PROJECT NAME: IT Office Remodel JJC PROJECT NO.: B17027

More information

ADDENDUM NO. 1 DATE: August 7, BID TITLE: Calibrations, Maintenance, Repair, Leak Tests, and Trade0In of Nuclear Gauges- Statewide

ADDENDUM NO. 1 DATE: August 7, BID TITLE: Calibrations, Maintenance, Repair, Leak Tests, and Trade0In of Nuclear Gauges- Statewide FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 Fax: (850) 414-4951 ADDENDUM NO. 1 DATE: August 7, 2014 BID#: ITB-DOT-13/14-9051-JP

More information

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

Rev A. Vendor Compliance Manual

Rev A. Vendor Compliance Manual 9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully

More information

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1 Plan holders of the F. HOEFLICH DITCH PETITION PROJECT NO. 142 are hereby notified

More information

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized Acadiana Metropolitan Planning Organization (MPO) Policy and Procedures Consultant Selection Process When Federal Funds Are Utilized Adopted by TPC 11/2016 Approved: DOTD 03/2013 FHWA 05/2016 CONTENTS

More information

ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST

ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST WASTEWATER TREATMENT PLANT NO.2 MEMBRANE BIOREACTOR EQUIPMENT City Project No. RFP- U- 08-10 DATE: March 28, 2008 TO: Prospective Membrane Bioreactor

More information

PROCUREMENT DEFINITION

PROCUREMENT DEFINITION PROCUREMENT DEFINITION PROCUREMENT DEFINITION as well as the end receipt and approval of payment. It often involves (1) purchase planning, (2) standards determination, (3) specifications development, (4)

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion Page 1 of 5 REQUEST FOR PROPOSALS Syracuse City is seeking the services of a qualified engineering consultant

More information

I. Procurement. Procurement Authority. Ethical Conduct, Conflict of Interest. DU Procurement Policy

I. Procurement. Procurement Authority. Ethical Conduct, Conflict of Interest. DU Procurement Policy I. Procurement Procurement of goods and services for the university must be conducted in an open and competitive environment to ensure that prices paid are fair and reasonable. Purchasing activities are

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

Request For Proposals

Request For Proposals Request For Proposals Watauga County seeks Proposals from individuals or firms interested in providing services for the demolition and removal of a 237,000 square foot building located in Boone, NC. The

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information