Specifications For Consolidated Fleet Vehicle Maintenance and Repair Services RFx #7107
|
|
- Arthur Patrick
- 6 years ago
- Views:
Transcription
1 Specifications For Consolidated Fleet Vehicle Maintenance and Repair Services RFx #7107 State of Tennessee Department of General Services, Central Procurement Office
2 Table of Contents Section One: General Solicitation Instructions Purpose Key Outcomes Scope Contracting Approach Current Environment Fiscal Year 2012 Category Spend State of Tennessee Fleet Portfolio Definition of Terms And Acronyms... 4 Section Two: Specifications General Requirements Contract Manager Account Manager Service Locations Maintenance Guide Parts Costs Preventive Maintenance Service Requirements Service Provision Service Requirements Service Timeframes Prior Approval of Services Full Service Maintenance & Repair Service Requirements Service Provision Service Requirements Service Timeframes Courtesy Safety Inspection Securing of State Vehicles Prior Approval of Services Inspection Estimates Accident Repair & Bodywork Service Requirements Service Provision Estimates... 10
3 2.4.3 Frame Specifications OEM Parts Qualified Personnel Four Point Anchoring System Paint Maintenance and Repair Services Safety Equipment Inspection Warranty... 11
4 Section One: General Solicitation Instructions 1.1 Purpose The State of Tennessee currently maintains a statewide contract for Preventive Maintenance & Repair (Statewide Contract 207) with Bridgestone Retail Operation, LLC. The State of Tennessee is seeking through this ITB to establish a consolidated contract for Fleet Vehicle Maintenance and Repair Services for all State agencies, local governmental units within the geographic limits of the State of Tennessee, any private nonprofit institution of higher education chartered in Tennessee, and any corporation which is exempted from taxation under 26 U.S.C. Section 501(c) (3) as amended and which contracts with the Department of Mental Health and Substance Abuse Services to provide services to the public (T.C.A et seq.). The resulting contract will be open to these governments unless a letter is attached to your bid, requesting exemption to this allowance. Vendor(s) agree to extend services under this contract to all authorized contract users at the same price and under the same terms and conditions offered in this bid. 1.2 Key Outcomes The State of Tennessee wishes to contract with Vendors whose bids best meet the key outcomes established in this section. In pursuing this contract, the State seeks to accomplish the following: 1. Expand the categories of maintenance services available to fleet vehicle users 2. Expand the existing network of maintenance and repair locations available to fleet vehicle users 3. Reduce direct costs associated with the delivery of maintenance and repair services 4. Minimize fleet vehicle downtime The overarching goal of this solicitation is to drive cost savings while also expanding the services and network of available service locations in the State of Tennessee. 1.3 Scope Vendors responding to this ITB must be able to provide services in one or all of the following service categories for State fleet vehicles including, small, midsize and full size sedans, police pursuit vehicles, Class 1 through Class 6 trucks (light and medium-duty trucks), vans up to 1 ton, and SUV s: 1. Preventive Maintenance Service 2. Full-Service Maintenance and Repair Service 3. Accident Repair and Bodywork Service Vendors interested in responding to this ITB may provide a proposal for a single category, multiple categories or all of the categories of services in this Solicitation in accordance with requirements. Vendors may propose services in one single or multiple State Regions (as defined in Attachment A) in accordance with requirements. 1.4 Contracting Approach The State intends to award a contract to the lowest responsive and responsible bidder in each category within each region as defined in Exhibit A to this ITB. Vendors providing services in more than one region and/or more than one category may be awarded in multiple regions and/or categories. The State reserves the right to award for some, none or all of the services categories and regions. 1.5 Current Environment For Fiscal Year 2012, it is estimated that the State of Tennessee spent approximately $10.5 million on vehicle maintenance and repair services. Event # Statewide Fleet Vehicle Maintenance & Repair Services 3
5 1.5.1 Fiscal Year 2012 Category Spend The following table provides estimates of Preventive and Full-Service Maintenance Service spend for Fiscal Year 2012 for the State of Tennessee. TN Department Users of Maintenance Service FY 2012 Spend Motor Vehicle Management (MVM) $ 3,000,000 Tennessee Department of Transportation (TDOT) $ 6,500,000 OTHER $ 1,000,000 TOTAL $ 10,500, State of Tennessee Fleet Portfolio The State fleet managed by MVM consists of approximately 4,050 light duty/mid-duty State-owned vehicles. The tables below provide additional details regarding types of vehicles and age of vehicles in the fleet. Vehicle Type Number of Vehicles Police Sedan 770 Sedan 575 Passenger Van 650 2WD Truck/SUV 525 4WD Truck/SUV 1,465 Mid-Duty Truck 65 Vehicle Age Number of Vehicles year 2000 or older 130 year year ,100 year , Definition of Terms And Acronyms Term/ Acronym Definition ITB MVM TDOT PM GVWR Class 1 Truck Class 2 Truck Class 3 Truck Class 4 Truck Class 5 Truck Class 6 Truck Invitation To Bid Motor Vehicle Management Division of the Tennessee Department of General Services Tennessee Department of Transportation Preventative Maintenance Gross Vehicle Weight Rating A truck with GVWR of 0 to 6,000 pounds A truck with GVWR of 6,000 to 10,000 pounds A truck with GVWR of 10,001 to 14,000 pounds A truck with GVWR of 14,001 to 16,000 pounds A truck with GVWR of 16,001 to 19,500 pounds A truck with GVWR of 19,501 to 26,000 pounds Event # Statewide Fleet Vehicle Maintenance & Repair Services 4
6 Section Two: Specifications 2.1 General Requirements Contract Manager Vendor shall designate a Contract Manager for the Contract. The Contract Manager will be a single point of contact for the State Contract Administrator and be responsible for addressing broad contract issues and requests brought to them by the State Contract Administrator. The Contract Manager should have the authority and competence to address and correct any issues related to the implementation of the Contract. Vendor shall notify the State Contract Administrator in writing within three (3) business days of assigning a new Contract Manager. The State reserves the right to reject the newly assigned Contract Manager and/or request a new Contract Manager at any time as may be required Account Manager Vendor shall designate an Account Manager for each State Agency, Local Government, Higher Education entity, or other authorized end user utilizing the Contract. The Account Manager will be the single point of contact for Customers utilizing the Contract. Vendor may designate a single Account Manager to each Customer or for multiple Customers, as needed. The Account Manager will be responsible for addressing Customer specific issues related to the Contract for the specific Customer account and should have the authority and competence to address and correct any issues raised. Vendor shall notify the State Contract Administrator and affected Customers in writing within three (3) business days of assigning a new Account Manager. The State reserves the right to reject the newly assigned Account Manager and/or request a new Account Manager at any time as may be required Service Locations Vendor must have an established network of multiple service locations within the region (3 or more for Preventive Maintenance and Full-Service Maintenance and Repair Services; 2 or more for Accident Repair & Body Work) for which they have bid. All locations must provide the full range of services in the category or categories for which the Vendor has bid. Vendor shall complete and submit Attachment B to this ITB with their bid response, outlining the physical location of all service facilities for each region Maintenance Guide Vendors shall utilize a standard maintenance and repair guide in development of estimates for work. It is preferred that Vendors utilize nationally recognized maintenance and repair guides such as Chilton, Mitchell, All Data, etc. Other maintenance and repair guides will be considered by the State. Vendors utilizing guides that are not considered to be nationally recognized maintenance and repair guides must provide an example of their guide and acknowledge in their bid that the guide is used uniformly across all service locations. The State will determine the acceptability of the guide provided Parts Costs For Full-Service Maintenance and Repair and Accident Repair and Bodywork Services all parts used in the provision of service will be invoiced to the State at a percent discount issued from a Vendor s Catalog or List Pricing. Vendors will be asked to bid parts at retail, as well as a percent discount that will then be applied to the items and service bid by the Vendor where applicable within the solicitation. Vendors may be asked to submit evidence acceptable to the State for the cost of all parts used in servicing a vehicle when submitting their invoice to the State. Event # Statewide Fleet Vehicle Maintenance & Repair Services 5
7 2.2 Preventive Maintenance Service Requirements Service Provision Vendors shall be able to provide all of the following preventive maintenance services for all fleet vehicles in scope: Lube, Oil & Filter Tire Rotation Replace Air Filter Replace Wiper Blades Air Conditioning Evacuate and Recharge Radiator Flush and Fill Transmission Fluid Service Requirements All work will be performed by qualified service personnel trained and authorized to do the work. Vendor is responsible for proper disposal of all old fluids and parts in accordance with State and Federal guidelines. The State reserves the right to request Vendor return all parts removed from a State Vehicle during repair to the State for inspection upon delivery or pickup of the vehicle and at that time the State will determine whether to retain the old part or return the part to the Vendor for proper disposal Service Timeframes The State expects that Vendors will work to minimize fleet downtime for State fleet vehicles and as such Vendors shall give State fleet vehicles the highest possible priority in scheduling and performance of services. All Preventive Maintenance Services shall be performed within 30 minutes of a scheduled appointment time. When appointments are made for service, the State shall be sure the vehicle operator or the State authorized representative secures and keeps appointments Prior Approval of Services All service and repairs for State-owned vehicles exceeding $ will require prior approval by an authorized representative of the State. Prior approval shall be provided through transmission of a Purchase Order Number that shall be used by the Vendor when invoicing for the services. Any maintenance/repair services and/or parts that the Vendor deems necessary, beyond those already approved, must first be approved by the State. Event # Statewide Fleet Vehicle Maintenance & Repair Services 6
8 2.3 Full Service Maintenance & Repair Service Requirements Service Provision Vendor shall provide full-service maintenance and repair services and other approved repairs for all fleet vehicles in scope. Examples of services in scope for this bid include, but are not limited to: Wheel Balance Wheel Alignments Flat Tire Repair Brake Inspections Brake Service Replace Spark Plugs Engine Diagnostics Radiator Service Battery Service Fuel System Service Safety Inspections Emissions Testing Air Conditioner Service Vendors providing Full Service Maintenance and Repair Services who also wish to be considered for award for Preventive Maintenance Services must bid both categories in their response Service Requirements All work will be performed by qualified service personnel trained and authorized to do the work. Mechanics shall be ASE or Factory certified or equal, and be qualified to perform maintenance and repairs to all vehicle components. All Tennessee Highway Patrol vehicles require the use of OEM brake parts; Aftermarket brake parts on THP Patrol Vehicles will not be acceptable. Vendor is responsible for proper disposal of all old fluids and parts in accordance with State and Federal guidelines. The State reserves the right to request Vendor return all parts removed to affect a repair to the State for inspection upon delivery or pickup of the vehicle and at that time the State will determine whether to retain the old part or return the part to the Vendor for proper disposal. Tennessee Highway Patrol Vehicles Year Make Model Police Ford Crown Vic 2012 Police Chevrolet Caprice 2012 Police Ford Utility 2008 Police Chevrolet Tahoe 2007 Police Chevrolet Impala Service Timeframes The State expects that Vendors will work to minimize fleet downtime for State fleet vehicles and as such Vendors shall give State fleet vehicles the highest possible priority in scheduling and performance of services. When appointments are made for service, the State shall be sure the vehicle operator or the State authorized representative secures and keeps Event # Statewide Fleet Vehicle Maintenance & Repair Services 7
9 appointments. Services and repairs should generally not exceed 24 hours. Timeframes will exclude weekends and holidays. The State will require immediate notification to the fleet vehicle user and/or an authorized representative of the State whenever a service or repair will exceed the specified timeframes. Vendor may be required to provide written notification in certain circumstances as may be requested by the State. Event # Statewide Fleet Vehicle Maintenance & Repair Services 8
10 2.3.4 Courtesy Safety Inspection Service providers performing services on State fleet vehicles shall perform a courtesy safety inspection of the following items at no additional cost: Brakes Tires Fluid levels Battery Filters Belts Hoses Wipers Lights Fuses Steering Suspension Shocks/Struts CV joints/boots Service provider shall provide a checklist of the inspection with notes as to any defects noted during the inspection to the vehicle user when vehicle is picked up upon completion of service/repair Securing of State Vehicles The vendor shall take reasonable precautions to ensure the State vehicles and equipment are protected from foreseeable harm Prior Approval of Services All service and repairs for State-owned vehicles exceeding $ will require prior approval by an authorized representative of the State. Prior approval shall be provided through transmission of a Purchase Order Number that shall be used by the Vendor when invoicing for the services. Any maintenance/repair services and/or parts that the Vendor deems necessary, beyond those already approved, must first be approved by the State Inspection After service is completed, the vehicle(s) will be subject to inspection by an authorized State representative and/or the fleet vehicle user. If the repair services are not properly performed, the vehicle will be returned to the Vendor for corrective action. All corrective actions shall be performed at no additional charge to the State Estimates Vendor must provide in writing a detailed estimate of the work to be performed (including total labor/material hours and parts) to an authorized representative of the State or his/her designee. Vendor will be held to the estimate unless it is found that additional work is required to maintenance the vehicle properly. In this case, the Vendor shall immediately contact the authorized representative of the State, detail the additional work and cost, and get approval for the new estimate prior to beginning any additional work. Event # Statewide Fleet Vehicle Maintenance & Repair Services 9
11 2.4 Accident Repair & Bodywork Service Requirements Service Provision Vendor shall provide accident repair and bodywork services for all fleet vehicles in scope. Vendor shall give State vehicles the highest possible priority in scheduling and performance of repairs. Any delays in performing repairs shall be reported to the State as soon as they are known Estimates Vendor must provide in writing an authorized representative of the State or his/her designee a detailed estimate of the work to be performed to repair the vehicle to pre-accident/damaged condition (including total labor/material hours and parts) and an estimated date of completion of the work. Vendor will be held to the estimate unless it is found that additional work is required to maintenance the vehicle properly. In this case, the Vendor shall immediately contact the authorized representative of the State, detail the additional work and cost, and get approval for the new estimate prior to beginning any additional work in writing Frame Specifications Vendor shall maintain a source of structural specifications covering vehicle structure and wheel alignment specifications for the make, model and year of the vehicle being repaired. Vendor shall have a measuring device capable of measuring in three dimensions (symmetrical or asymmetrical unibody structures) for the type of vehicle repaired and provide written structural documentation or computer printout. Vendor shall provide a printout of frame specifications showing the frame specifications are the same post-repair as they were before the accident to an authorized representative of the State or his/her designee OEM Parts Vendor must use original equipment replacement parts unless authorized by an authorized representative of the State or his/her designee to use aftermarket, non-oem replacement, remanufactured or reconditioned parts Qualified Personnel All work will be performed by qualified service personnel trained and authorized to do the work. Vendor must have a gas metal arc (GMA/MIG) welder and technician trained in proper welding techniques Four Point Anchoring System Vendor shall have a four point anchoring system capable of holding a vehicle in a stationary position during structural and body pulls which is suitable for the type of vehicle being repaired Paint Vendor shall have a pressurized spray booth meeting all current federal, state and local requirements. Vendor shall have a paint mixing system capable of producing OEM-type finish and matching the vehicle s current paint in shade and finish Maintenance and Repair Services Vendor shall have the ability to complete and verify four-wheel alignment through computer printout either from an inhouse alignment system or a qualified sublet alignment provider. Vendor shall have the ability to remove and reinstall suspensions, engines, and drive trains or be able to provide the name of a qualified sublet provider to perform these services as needed. Vendor must have the ability to reclaim, evacuate, and recharge vehicle air conditioning systems using in-house equipment and certified technicians or a qualified sublet provider. Event # Statewide Fleet Vehicle Maintenance & Repair Services 10
12 2.4.9 Safety Equipment Vendor must have employees that are qualified to diagnose airbags and safety restraints, and capable of completing OEM-specified repairs using in-house equipment with certified technicians, or utilize a qualified sublet provider with certified technicians Inspection After service is completed, the vehicle(s) will be subject to inspection by an authorized representative of the State or his/her designee and/or the fleet vehicle user. If the repair services are not properly performed, the vehicle will be returned to the Vendor for corrective action. All corrective actions shall be performed at no additional charge to the State. Vendor shall have the ability to fully hoist a vehicle for inspections Warranty Vendor shall warranty work performed for a minimum of 1 year. The Vendor shall, without additional compensation, correct or revise any errors, omissions, or other deficiencies in its services provided under the Contract. Event # Statewide Fleet Vehicle Maintenance & Repair Services 11
NEW YORK, N.Y. I0004 DIVISION OF MATERIEL. NOTICE =OF- ADDENDUM ADDENDUM #1
NEW YORK, N.Y. I0004 DIVISION OF MATERIEL www.mta.infolnyctlprocurelnyctproc.htm NOTICE =OF- ADDENDUM ADDENDUM #1 BID OPENlNGlDUE DATE: AUG. 10,2010 2 Broadway New York, NY 10004 Thomas F. Prendergast
More informationComal ISD Job Description
Job Title: Wage/Hour Status: Non-Exempt Reports to: Shop Supervisor Pay Grade: X10 Dept/School: Transportation Days: 237 Date Revised: Job Code: T107 Primary Purpose: Responsible for the Preventative Maintenance
More informationAPPENDIX 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 information201 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 informationDepartment of Finance Procurement Services
Department of Finance Procurement Services REQUEST FOR QUOTATION Tender Number: 4913 Closing Date: 27-Nov-2017 Closing Time: 12:00PM Four Door (Five Passenger) Sedan with Silent Patrol Vehicle Partition
More informationRequest for Proposal Fleet Maintenance Services
Request for Proposal Fleet Maintenance Services Request for Proposals The Southeastern Virginia Areawide Model Program t/a Senior Services of Southeastern Virginia (SSSEVA) is requesting proposals for
More informationAudit Template. Business Requirements. Type or Print. Submitted Date: Contact ID: Shop Name: Address:
Audit Template Contact ID: Submitted Date: Shop Name: Type or Print Address: Email: Phone: Business Requirements Audit Question: 1. Has your collision repair facility been in business for a minimum of
More informationOne One Ton Regular Cab 4x4 2 Door Truck Transportation, Infrastructure & Energy
Department of Finance Procurement Services REQUEST FOR QUOTATION Tender Number: 4831 Closing Date: 29-Aug-2017 Closing Time: 12:00PM One One Ton Regular Cab 4x4 2 Door Truck Transportation, Infrastructure
More informationEXHIBIT 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 informationTEXAS 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 informationREMANUFACTURED AND ORIGINAL EQUIPMENT MANUFACTURER S (OEM) COMPATIBLE TONER CARTRIDGES PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TXDOT No. 207-79-83* REMANUFACTURED AND ORIGINAL EQUIPMENT MANUFACTURER S (OEM) COMPATIBLE TONER CARTRIDGES PUBLICATION This
More informationEXHIBIT 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 informationCity of Forest Park, Georgia Invitation for Bid
City of Forest Park, Georgia Invitation for Bid Solicitation For: Purchase of five (5) vehicles to be used for the primary purpose of general law enforcement as unmarked or marked vehicles. Vehicles as
More informationAMERICAN PUBLIC WORKS ASSOCIATION Northern California Chapter BEST PRACTICES IN FLEET MANAGEMENT. David Renschler, CPFP
AMERICAN PUBLIC WORKS ASSOCIATION Northern California Chapter BEST PRACTICES IN FLEET MANAGEMENT David Renschler, CPFP Fleet Management Preventive Maintenance (PM) program Cost recovery Tracking of equipment
More informationEMPLOYMENT OPPORTUNITY AUTOMOTIVE TECHNICIAN
Professionally and compassionately helping people EMPLOYMENT OPPORTUNITY AUTOMOTIVE TECHNICIAN Position Details: Automotive Technician FLSA Status: Non-Exempt Represented Starting Salary: $60,407 Salary
More informationOperational Policy. Policy Title: Applies to: Reference # Approved by: Dates: Total # of Pages Effective: Dec 13, 2011 Fleet Governance Committee
Operational Policy Policy Title: Applies to: Reference # Fleet Maintenance Policy All City Vehicles 402-FLT-11 Approved by: Dates: Total # of Pages Effective: Dec 13, 2011 Fleet Governance Committee Last
More informationFacilities Planning and Construction (FP&C)
Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:
More informationCITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644
Typed by: Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7434 run Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government
More informationRISK CONTROL SOLUTIONS
RISK CONTROL SOLUTIONS A Service of the Michigan Municipal League Liability and Property Pool and the Michigan Municipal League Workers Compensation Fund Safety and Liability Exposures for Public Works
More informationREQUEST FOR OFFER No Supply and Deliver One (1) New Special Service Vehicle for Nanaimo Fire & Rescue
REQUEST FOR OFFER No. 1570 Supply and Deliver One (1) New Special Service Vehicle for Nanaimo Fire & Rescue Issue date: September 23, 2014 Closing location: Purchasing Department 2020 Labieux Road Nanaimo,
More informationINVITATION TO BID. (This is not an order.)
CITY OF CLEVELAND INVITATION TO BID Page 1 of 2 (This is not an order.) Buyer: Rashaun Billy 216-664-2626 rbilly@city.cleveland.oh.us Requestor: Vakedia Stiggers Division of Purchases & Supplies 216-664-7058
More informationPUBLICATION 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 informationCITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644
Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama
More informationADMINISTRATIVE REGULATION AR: DATE APPROVED: February 24, 2015 ORIGINATING DEPARTMENT:
ADMINISTRATIVE REGULATION AR: 8.12-2 DATE APPROVED: February 24, 2015 SUBJECT: ORIGINATING DEPARTMENT: Fleet Management Policy Fleet Management Division Page 1 of 12 POLICY: The Citrus County Board of
More informationREQUEST FOR WRITTEN QUOTATION
ORANGEBURG-CALHOUN TECHNICAL COLLEGE 3250 ST. MATTHEWS RD. ORANGEBURG, SC 29118 REQUEST FOR WRITTEN QUOTATION RFQ #: OC-14-1819 Issue Date: March 1, 2019 Buyer: Scarlet Geddings Phone: 803-535-1243 Open
More informationAPPENDIX 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 informationCITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644
Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama
More informationUNHCR/HCP/2016/xx High Commissioner s Policy on Quality Management in the Supply of Goods and Services to Persons of Concern
UNHCR/HCP/2016/xx on Quality Management in the Supply of Goods and Services to Persons of Concern Approved by: Filippo Grandi, High Commissioner Signature: Approval date: Contact: Date of entry into force:
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10
Administered by UNIVERSITY OF MAINE SYSTEM REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10 ISSUE DATE: May 21, 2010 BIDS MUST BE RECEIVED BY: Friday, June 4, 2010 2:00 pm DELIVER
More informationCENTRAL 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 informationSection 405 FLEET MANAGEMENT
Section 405 FLEET MANAGEMENT TABLE OF CONTENTS OVERVIEW A. Purpose and Objectives 2 B. Responsibilities 3 POLICIES C. Maintaining Proper Fleet Size 6 D. Buying New Versus Used 7 E. Environmental Stewardship
More informationGuidelines To Performing Open Recalls on School Buses
Guidelines To Performing Open Recalls on School Buses Version: 05/18 OVERVIEW In early 2012, the Pupil Transportation Unit (PTU) conducted an investigation into outstanding recalls on school buses in Manitoba
More informationBody Repair Program Operating Standards
Body Repair Program Operating Standards Mission Statement Mission Statement To provide body shops with the training, procedures, parts, and tools to repair the car in an easy and cost-effective manner.
More informationTown of Skowhegan BOAT
Town of Skowhegan INVITATION TO BID BOAT Boat, Motor and Trailer for Skowhegan Fire Department BID DUE DATE: 10 a.m. March 24 th, 2014 Contacts: Greg Dore, Interim Town Manager 207-474-6907 Shawn Howard,
More informationFinance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS
Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions
More informationTEXAS 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 informationDIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT. Columbia, MO 65201
Request for Bid (RFB) Boone County Purchasing 601 E. Walnut, Room 209 Columbia, MO 65201 Tyson Boldan, Buyer Phone: (573) 886-4392 Fax: (573) 886-4390 Email: tboldan@boonecountymo.org Bid Data Bid Number:
More informationFleet Maintenance Overview
Fleet Maintenance Overview Population of 102,430 1,021 budgeted full-time employees, 24 in Fleet and Materials Management Fleet Operating Budget of $4,665,786 and Department Maintenance is funded from
More informationTurn Your Parts Department into a Profit Center
Turn Your Parts Department into a Profit Center Presented by: Rod Davis Dealers Deserve a Return on Investment Course Objectives Pricing Strategies for Increased Profit Margins Customer Driven Processes
More informationExhibit 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 informationFORM A: BID (See B7) 1. Contract Title SUPPLY & DELIVERY OF A TRAILER MOUNTED CRASH ATTENUATOR
Bid Opportunity No. 741-2012 Page 1 of 11 FORM A: BID (See B7) 1. Contract Title SUPPLY & DELIVERY OF A TRAILER MOUNTED CRASH ATTENUATOR 2. Bidder Name of Bidder Usual Business Name of Bidder as it appears
More informationMIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818
1. PURPOSE MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 BID # 19-1 TRASH DISPOSAL AND RECYCLING CONTRACT SPECIFICATIONS The purpose of these specifications is
More informationSTAFF REPORT OPERATIONS SERVICES. Kevin De Leebeeck, P.Eng., Director of Operations. THAT Council receive Report OPS Fleet Replacement Strategy;
STAFF REPORT OPERATIONS SERVICES Report Title: Fleet Replacement Strategy Report No.: OPS 15-33 Author: Meeting Type: Kevin De Leebeeck, P.Eng., Director of Operations REGULAR COUNCIL Council Date: SEPTEMBER
More informationREQUEST FOR QUOTATIONS Zero Turn Mower
REQUEST FOR QUOTATIONS 2018-22 Zero Turn Mower The City of Dawson Creek is requesting quotations for one 2018 Zero Turn Mower All contract documents are available through the City of Dawson Creek website
More informationSEALED BID. Contract for the Implementation of the State Standard Plan for Electronic Collection and Recycling
Waste Management Division REQUEST FOR PROPOSAL SEALED BID Contract for the Implementation of the State Standard Plan for Electronic Collection and Recycling DATE: March 1, 2013 QUESTIONS DUE BY: April
More informationCITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644
Typed by: Mailing Address: P. 0. Box 1948 Mobile, labama 36633 (251) 208-7 434 brm Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government
More informationRAPID INCIDENT SCENE CLEARANCE (RISC)
Approved: Effective: September 18, 2008 Traffic Engineering and Operations Topic No. 750-030-020-a RAPID INCIDENT SCENE CLEARANCE (RISC) PURPOSE: Rapid Incident Scene Clearance (RISC) is a highly innovative
More informationMaximizing Repair Profits in the BHPH market. Lee Fitts Kris DeWolfe
Maximizing Repair Profits in the BHPH market Lee Fitts Kris DeWolfe BHPH Competition Sell more cars to maintain profits Increased acquisition costs Increased repair costs Decrease in average vehicle sale
More informationParts Policy and Procedure Manual. Terex Construction Americas 8800 Rostin Road Southaven, MS ( TEREX)
Parts Policy and Procedure Manual Terex Construction Americas 8800 Rostin Road Southaven, MS 38671 888-908-3739 (888-90-TEREX) Table of Contents 2 General Contact Information Terex Construction Americas
More informationCHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services - Purchasing Division Telephone:
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services - Purchasing Division Telephone: 301-645-0656 ITB NO. 18-14 MEDIUM DUTY PASSENGER BUSES ADDENDUM NUMBER THREE TO: All Bidders
More informationAMERICAN 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 informationLower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.
The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at
More informationADDENDUM 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
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
More informationCourse Outcome Summary
Course Information: Description: Basic Maintenance Instruction Level: Grades 11-12 Total Credits: 1 Course ACT College and Career Readiness Standards This course is for those looking to enter the automotive
More informationMinority, Women Owned and Florida Veteran Business Enterprise Plan Fiscal Year
Minority, Women Owned and Florida Veteran Business Enterprise Plan Fiscal Year 2017 2018 Department of Highway Safety and Motor Vehicles 1. MISSION, VISION AND STATEMENT OF COMMITTMENT The Department of
More informationOffice of the Auditor General. Follow-up to the 2011 Audit of Procurement Practices General. Tabled at Audit Committee October 8, 2015
Office of the Auditor General Follow-up to the 2011 Audit of Procurement Practices General Tabled at Audit Committee October 8, 2015 Table of Contents Executive Summary... 1 Introduction... 1 Summary
More informationPowered Industrial Trucks (Forklift) Program. Elizabeth City State University Office of Environmental Health & Safety
Powered Industrial Trucks (Forklift) Program Elizabeth City State University Office of Environmental Health & Safety I. Purpose In accordance to the provisions of the NC OSHA Powered Industrial Truck Standard
More informationTEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM #: 2 DATE: May 27, 2015 BID #: ITB-DOT-14/15-9044-RC TITLE: WOOD CHIPPER, DISC-TYPE, TRAILER MOUNTED OPENING DATE: JUNE 10 @ 3:00 EST *NOTICE IS HEREBY GIVEN
More informationCounty of Bucks GENERAL SERVICES DIVISION. Vehicle Maintenance Report
County of Bucks GENERAL SERVICES DIVISION Vehicle Maintenance Report Peter McElroy, Asset Manager July 11, 2011 At the request of the Bucks County Board of Commissioners, this report provides a comprehensive
More informationUniversity of Delaware
SECTION 22 05 00_COMMON WORK FOR PLUMBING SYSTEM University Contact: Energy & Engineering Group (302) 831-1744 Part 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Start up 2. Factory Training 3. Quality
More informationTEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation
More informationNOTES: 2:00 1, N.
INVITATION TO BID Sealed quotations will be received for the City Council of The City of Lake Forest in the office of Michael Thomas, Director of Public Works, 800 N. Field Drive, Lake Forest, Illinois,
More informationFENCING AND FENCE REPAIR
INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions
More informationIntroduction to Automotive Technology
Introduction to Automotive Technology Course Design 2005-2006 Course Information Organization Eastern Arizona College Division ITE Course Number AUT 101 Title Introduction to Automotive Technology Credits
More informationMTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm
MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000093691 NOTICE -OF ADDENDUM ADDENDUM # 1 BID OPENING/DUE DATE:
More informationINSERT PICTURE OF FLEET VEHICLE MAINTENANCE PLAN
INSERT PICTURE OF FLEET VEHICLE MAINTENANCE PLAN VEHICLE PREVENTIVE MAINTENANCE PROGRAM The South Carolina Department of Transportation and The Office of Public Transit in cooperation with the Federal
More informationPOLICY AND PROCEDURE MANUAL
Dayton Parts, LLC. P.O. Box 5795 Harrisburg, PA 17110-0795 (800) 233-0899 (800) 225-2159 Fax POLICY AND PROCEDURE MANUAL 1. Contact/Ordering information 2. Business Hours 3. Products 4. Prices 5. Price
More informationCITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide
P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,
More informationAPPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES
APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements
More informationCity of Moreno Valley Date Council Approved: 3/5/2019 Date Effective: 3/5/2019. CLASS SPECIFICATION Fleet and Facilities Maintenance Supervisor
City of Moreno Valley Date Council Approved: 3/5/2019 Date Effective: 3/5/2019 CLASS SPECIFICATION Fleet and Facilities Maintenance Supervisor GENERAL PURPOSE Under general supervision, plans, coordinates,
More informationMETRO MANAGEMENT RESPONSES TO FISCAL 2005 FISCAL 2008 STATE REQUIRED PERFORMANCE AUDIT OF THE METROPOLITAN TRANSIT AUTHORITY OF HARRIS COUNTY, TEXAS
I. INTRODUCTION Pursuant to Chapter 451, Section 451.454 of the Texas Transportation Code, METRO must have an independent auditor perform a management audit every four years. The audit must include three
More informationCHARLES COUNTY GOVERNMENT ITB NO WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION SERVICES
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 September 22, 2016 ITB NO. 17-09 WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE VALDOSTA, GEORGIA 31601 BID #26-15-16 FOR: Gasoline and Diesel Fuel Contract OPENING DATE: May 10, 2016 TIME: 11:15 A.M. EST
More informationVehicle Master Plan size shape improve
Vehicle Master Plan The purpose and intent of the Vehicle Master Plan is to size, shape, and improve the efficiency of the University s fleet by monitoring the utilization, cost and availability of each
More informationALABAMA * SURPLUS SALE PS /10/12
Office of the Associate Vice President for Administration Logistics and Support Services THE UNIVERI i y u ALABAMA FOUNDED 18_ * SURPLUS SALE The University of Alabama is offering for sale by SEALED BID,
More informationPage 1 of 5 OPEN DATE: 02/04/15 CLOSE DATE: 02/22/15 DAKOTA COUNTY Employee Relations Administration Center, 1590 Highway 55 Hastings, MN 55033-2372 651.438.4435 http://www.dakotacounty.us INVITES APPLICATIONS
More informationATTACHMENT A. Bid # 6793
ATTACHMENT A SCOPE OF WORK TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS STORAGE SHED INSTALLATION AT THE SAN JOAQUIN COUNTY HOUSEHOLD HAZARDOUS WASTE FACILITY Bid # 6793 Department of Public Works Solid
More informationLOS PINOS FIRE PROTECTION DISTRICT JOB OPENING
LOS PINOS FIRE PROTECTION DISTRICT JOB OPENING Job Title: Fire Equipment Mechanic (Full-Time) Annual Salary: $44,000.00 (Depending on Qualifications) Number of Vacancies: One (1) Hours Worked: 40 Hour
More informationMANATEE COUNTY CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION PUBLIC WORKS WATER DIVISION A U D I T R E P O R T
MANATEE COUNTY CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION PUBLIC WORKS WATER DIVISION A U D I T R E P O R T TABLE OF CONTENTS I. INTERNAL AUDIT REPORT C. Irregularities, Abuse, or Illegal Acts,
More informationVacancies for the Post of Driver in the Ministry of Education and Human Resources, Tertiary Education and Scientific Research
MINISTRY OF EDUCATION AND HUMAN RESOURCES, TERTIARY EDUCATION AND SCIENTIFIC RESEARCH Circular Note No 13 of 2018 Vacancies for the Post of Driver in the Ministry of Education and Human Resources, Tertiary
More informationSTAFF REPORT FROM: CHANNELLE HUBBARD, ~ HUMAN RESOURCES COORDINATOR/DEPUTY CITY CLERK
STAFF REPORT TO: HONORABLE MAYOR AND CITY COUNCIL FROM: CHANNELLE HUBBARD, ~ HUMAN RESOURCES COORDINATOR/DEPUTY CITY CLERK SUBJECT: AUTHORIZATION TO ESTABLISH THE JOB CLASSIFICATION OF FLEET MAINTENANCE
More information4201 Patterson Avenue, 2 nd Floor Baltimore, MD (410)
MTA TAXI ACCESS II SERVICE POLICY This policy is current as of January 5, 2009. It replaces all previous versions and may be amended by The Maryland Transit Administration. If you are a person with a disability
More informationSOUTH CORRECTIONAL ENTITY (SCORE) INVITATION TO BID PRISONER TRANSPORTATION VEHICLE
SOUTH CORRECTIONAL ENTITY (SCORE) INVITATION TO BID PRISONER TRANSPORTATION VEHICLE Section 1 Introduction 1.1 South Correctional Entity (SCORE) is seeking bids from qualified bidders for one van with
More informationMAINTENANCE MANAGEMENT ACCREDITATION STANDARDS
Maintenance Management Accreditation Standards January 2007 Page 1 MAINTENANCE MANAGEMENT ACCREDITATION STANDARDS Maintenance Management Systems It is considered desirable to move heavy vehicle compliance
More informationI. 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 informationMotor Vehicle Body Repairer Level 3
Level 3 C5 Resistance Spot Welding (RSW) Duration: 3 hours 1 hour 2 hours This unit is designed to provide the motor vehicle body repair apprentice with an overview of resistance spot welding (RSW). Topics
More informationMotor Vehicle Body Repairer (Metal and Paint) Level 3
Level 3 A6 Manitoba Ozone Protection Industry Association (MOPIA) Duration: 4 hours 4 hours 0 hours This unit is designed to provide the motor vehicle body repair apprentice with an overview of MOPIA.
More informationSUBJECT: Audit Report Delivery Vehicle Replacement Strategy (Report Number DA-AR )
June 16, 2010 DAVID E. WILLIAMS VICE PRESIDENT, ENGINEERING DEAN J. GRANHOLM VICE PRESIDENT, DELIVERY AND POST OFFICE OPERATIONS SUBJECT: Audit Report (Report Number ) This report presents the results
More informationIntroductIon Best PractIces PAGE Index
Introduction Best Practices Index A. Objectives... 1 B. Important: A Word About This Guide... 1 C. Defining the Guideline Manual... 1 D. Upfitter Integration Expectations... 2 E. Continuous Improvement...
More informationHINDS COMMUNITY COLLEGE
HINDS COMMUNITY COLLEGE PURCHASING POLICIES & PROCEDURES Updated 8/17/10 INTRODUCTION/MISSION The Department of Purchasing provides this manual to all employees of the College in an effort to ensure that
More informationRoles & Responsibilities
Roles & Responsibilities Table of Contents Roles and Responsibilities... 2 Corporate Management, Total Energy Services Inc... 2 President/ CEO... 2 VP Legal & General Counsel... 2 Vice President, Operations...
More informationWarren 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 informationREQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS
OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017
More informationSTATEMENT OF WORK. Emergency Roadside Assistance for various vehicles and trailers RFP : JBR17X002 NATO UNCLASSIFIED. Version 3
STATEMENT OF WORK Emergency Roadside Assistance for various vehicles and trailers Version 3 10/01/2017 NATO Support and Procurement Agency SOUTHERN OPERATIONAL CENTRE L-8302 Capellen (G.-D. of Luxembourg)
More informationCAPR 77-1 GEORGIA WING SUPPLEMENT 1 10 OCTOBER Transportation OPERATION AND MAINTENANCE OF CIVIL AIR PATROL VEHICLES
GEORGIA WING SUPPLEMENT 1 CAPR 77-1 10 OCTOBER 2018 APPROVED/G. SCHNEIDER/CAP/LG Transportation OPERATION AND MAINTENANCE OF CIVIL AIR PATROL VEHICLES CAP REGULATION 77 1, dated 26 December 2012 is supplemented
More informationPROCUREMENT OVERVIEW. State of Louisiana Division of Administration Office of State Procurement
PROCUREMENT OVERVIEW State of Louisiana Division of Administration Office of State Procurement PURPOSE Guidelines (laws, rules, policies, executive order) Methods of Procurement Competitive Process Emergency
More informationSECTION 6.2: CONTRACT MANAGER
: Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and
More informationMechanic. MINIMUM QUALIFICATIONS Each position description lists the minimum qualifications for each Mechanic classification.
Mechanic Position/Salary: Mechanic A $34.05-$41.36 Posted: December 21, 2018 Mechanic B $29.44- $35.73 Filing Deadline: Apply Immediately-Recruitment Mechanic C $26.47-$32.18 may be closed at any time
More informationWater Pollution Control for Work in Sensitive Areas
Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed
More information