NEW YORK, N.Y. I0004 DIVISION OF MATERIEL. NOTICE =OF- ADDENDUM ADDENDUM #1
|
|
- Marvin McLaughlin
- 6 years ago
- Views:
Transcription
1 NEW YORK, N.Y. I0004 DIVISION OF MATERIEL NOTICE =OF- ADDENDUM ADDENDUM #1 BID OPENlNGlDUE DATE: AUG. 10,2010
2 2 Broadway New York, NY Thomas F. Prendergast President New York City Transit August 3,2010 ADDENDUM NO. 1 Contract No. 08K0020 Repair of Light Duty Automatic Transmissions TO ALL PROSPECTIVE BIDDERS: Changes to the Contract Documents - Remove page six (6) of the Specific Contract Provisions and replace it with the revised Specific Contract Provisions page attached. (See also a redlined version attached indicating the changes made via this addendum.) - Remove page T-2 of the Technical Specifications and replace it with the revised Technical Specifications page attached. (See also a redlined version attached indicating the changes made via this addendum.) The following question was received and the answer to the question is hereby made part of the contract: Q1. With regard to the above contract we have a question regarding items in the SPECIFIC CONTRACT PROVISIIONS SECTION I11 as follows: PAGE ARTICLE 102 PARAGRAPH A: The work to be performed under this contract may briefly be described as removing, repairing or rebuilding and re-installing the Authority's light duty automatic transmissions of the types and manufacturers listed in the Price Schedule, as required during the term of the Contract, for the portion of the Authority's auto and truck non-revenue fleet listed on Attachment A, including all necessary or incidental work, labor, materials and transportation. etc--- PAGE ARTICLE 104 PARAGRAPH H Each Rebuilt Unit or new flywheel must be a factory OEM Rebuilt Unit in accordance with the Manufacturer's Guide and invoiced at its cost as set forth for that model in the Price Schedule. Our question is this: Article 102 Paragraph A indicates the prices being bid are for a facility (vendor) rebuilt or repaired transmission on fleet as indicated on your schedule and labor to install this unit. Page 1 of 2 MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York
3 Contract 08K0020 Addendum No. 1 August 3,201 0 Article 104 Paragraph H indicates you are requesting an OEM FACTORY REBUILT UNIT discounted in accordance with parts discount schedule. Please clarify. A. Please see the revised Specific Contract Provisions Article 104, Paragraph H. Please note, per Technical Specifications page T-3, replacement flywheels shall be OEM parts. All other conditions remain unchanged. "Reminder: Be sure to attach this addendum to your bid or acknowledge it in the place provided in Bidder's Proposal. Failure to do so may result in rejection of your bid." \. Alain Chirot Senior Director Materiel Division Page 2 of 2
4 SPECIFIC CONTRACT PROVISIONS D. For a repairable Unit, the Work Order submitted by the Contractor shall consist of an itemized estimate of the number of labor hours, parts and materials for the removal, repair and reinstallation of transmissions in accordance with the Technical Specifications and the Price Schedule. The Authority shall only be obligated to pay for those costs approved in advance in writing by the Project Manager or his designee. The Contractor shall complete repairs within three (3) business days (the Turnaround Time) of such Work Order approval, except that the Project Manager may extend such time if repair parts are not immediately available from the OEM. The Contractor shall maintain certified time records for the Work performed on each Work Order. E. The Authority will not be charged for repair costs under the following circumstances: 1. Repair service within forty-eight (48) hours of any prior repair service for the same malfunction. 2. Time spent by repair personnel on a Repair Call awaiting the arrival of additional personnel or parts. 3. Time spent diagnosing Unit problems and preparing a Work Order. F. The Contractor shall make available adequate service facilities, including spare parts and material for the Equipment. Trained technical Service Personnel shall be available to the Authority sufficient to meet its Work obligations. G. The Authority reserves the right of temporarily suspending the performance of the whole or any part of the Work, if it shall deem it in its best interest to do so, without compensation to the Contractor for such suspension other than extending the time for completing the Work as much as in the opinion of the Authority the Contractor may have been delayed by such suspension. H. Each Rebuilt Unit must meet or exceed original factory OEM specifications in accordance with the Manufacturer's Guide and invoiced at its cost as set forth for that model in the Price Schedule. I. The determination of whether or not a Unit is repairable or defective beyond economic repair shall be made solely by the Project Manager. If upon reviewing a Work Order, the Project Manager determines the cost of repairing or rebuilding a Unit is not economical to the Authority, Contractor shall reassemble the Unit and return the vehicle to the Authority. In such a case, Contractor shall not charge the Authority. J. Unit types shall include, but are not limited to, all automobile, light-duty truck and van Units. The Project Manager, by notice to the Contractor in writing, may include additional Unit types within this Contract. All prices are to remain fixed, 7/08 Operating Contract 08K0020 Page 6
5 SPECIFIC CONTRACT PROVISIONS D. For a repairable Unit, the Work Order submitted by the Contractor shall consist of an itemized estimate of the number of labor hours, parts and materials for the removal, repair and reinstallation of transmissions in accordance with the Technical Specifications and the Price Schedule. The Authority shall only be obligated to pay for those costs approved in advance in writing by the Project Manager or his designee. The Contractor shall complete repairs within three (3) business days (the Turnaround Time) of such Work Order approval, except that the Project Manager may extend such time if repair parts are not immediately available from the OEM. The Contractor shall maintain certified time records for the Work performed on each Work Order. E. The Authority will not be charged for repair costs under the following circumstances: 1. Repair service within forty-eight (48) hours of any prior repair service for the same malfunction. 2. Time spent by repair personnel on a Repair Call awaiting the arrival of additional personnel or parts. 3. Time spent diagnosing Unit problems and preparing a Work Order. F. The Contractor shall make available adequate service facilities, including spare parts and material for the Equipment. Trained technical Service Personnel shall be available to the Authority sufficient to meet its Work obligations. G. The Authority reserves the right of temporarily suspending the performance of the whole or any part of the Work, if it shall deem it in its best interest to do so, without compensation to the Contractor for such suspension other than extending the time for completing the Work as much as in the opinion of the Authority the Contractor may have been delayed by such suspension. I H. Each Rebuilt Unit pust,meet or exceed onrinal factory OEM gpecifications in accordance with the Manufacturer's Guide and Invoiced at its cost as set forth for that model in the Price Schedule. - i r. -. Deleted: or new flywheel 'i Deleted: Rebuilt Umt I. The determination of whether or not a Unit is repairable or defective beyond economic repair shall be made solely by the Project Manager. If upon reviewing a Work Order, the Project Manager determines the cost of repairing or rebuilding a Unit is not economical to the Authority, Contractor shall reassemble the Unit and return the vehicle to the Authority. In such a case, Contractor shall not charge the Authority. J. Unit types shall include, but are not limited to, all automobile, light-duty truck and van Units. The Project Manager, by notice to the Contractor in writing, may include additional Unit types within this Contract. All prices are to remain fixed, 7/08 Operating Contract O8K0020 Page 6
6 . NEW YORK CITY TRANSIT DEPARTMENT OF BUSES & METROPOLITAN TRANSPORTATION AUTHORITY BUS COMPANY TECHNICAL SPECIFICATIONS: REPAIR OF LIGHT DUTY TRANSMISSIONS IN AUTOMOBILES, LIGHT- DUTY TRUCKS AND VANS Contractor must be in a possession of a vehicle computer scan tool. All vehicles equipped with computer-controlled transmissions must be scanned for proper operation and defect codes before disassembly. Prior to removal of the transmission, Contractor shall report to the Project Manager any of the above items found to be defective, with particular reference to the transmissionrelated electrical components. If Contractor finds defective solenoids on which wire insulation has cracked or hardened, Contractor shall report it to the Project Manager. The Project Manager, or histher designee (Inspector), shall be sent to Contractor's facility for evaluation of the proposed repairs, which may not be made without the Project Manager's or Inspector's approval. REMOVAL & DISASSEMBLY: Each Unit shall be removed and disassembled completely. All replacement parts are to be kept together in a basket or box for inspection by the Inspector. The transmission and assembly, excluding replacement parts, shall be washed in a proper solution or hot tank and inspected for unusual damage. Transmission cooler shall be flushed and cleaned. The radiator shall be checked for coolant leaks, coolant fan operation, mechanical or electrical operation. Transmission cooler lines shall be checked for damage and replaced, as necessary. Valve body shall be disassembled, cleaned and inspected for defects. If the pump, case or related hard parts are damaged, the Project Manager must be notified for approval of replacement parts. Contractor must hold replaced parts for inspection. Failure to produce such parts shall result in non-payment for the subject repair. Contractor shall at all times comply with New York State Department of Motor Vehicles Repair Shop Rules and Regulations. GENERAL REPLACEMENT PARTS: The following items shall be replaced on every Rebuilt Unit as applicable (some transmissions may have certain additional items, such as bands, vacuum pumps, etc, which must be replaced in order to provide NYCT with a complete repair): A. All seals, O-rings and gaskets B. All pump, drum and shaft bushings C. All clutches D. All steels E. All fluids F. All screens and filters G. All vacuum modulators H. All steel or plastic seal rings I. All bands J. Torque converter (which shall be remanufactured at the discretion of the Project Manager) Contract 08K ~3 T-2
7 NEW YORK CITY TRANSIT DEPARTMENT OF BUSES & METROPOLITAN TRANSPORTATION AUTHORITY BUS COMPANY TECHNICAL SPECIFICATIONS: REPAIR OF LIGHT DUTY TRANSMISSIONS IN AUTOMOBILES, LIGHT- DUTY TRUCKS AND VANS Contractor must be in a possession of a vehicle computer scan tool. All vehicles equipped with computer-controlled transmissions must be scanned for proper operation and defect codes before disassembly. Prior to removal of the transmission, Contractor shall report to the Project Manager any of the above items found to be defective, with particular reference to the transmissionrelated electrical components. If Contractor finds defective solenoids on which wire insulation has cracked or hardened, Contractor shall report it to the Project Manager. The Project Manager, or hislher designee (Inspector), shall be sent to Contractor's facility for evaluation of the proposed repairs, which may not be made without the Project Manager's or Inspector's approval. REMOVAL & DISASSEMBLY: Each Unit shall be removed and disassembled completely. All replacement pad are to be kept together in a basket or box for inspection by the Inspector. The transmission and assembly, excluding replacement parts, shall be washed in a proper solution or hot tank and inspected for unusual damage. Transmission cooler shall be flushed and cleaned. The radiator shall be checked for coolant leaks, coolant fan operation, mechanical or electrical operation. Transmission cooler lines shall be checked for damage and replaced, as necessary. Valve body shall be disassembled, cleaned and inspected for defects. If the pump, case or related hard parts are damaged, the Project Manager must be notified for approval of replacement parts. Contractor must hold 4 replaced parts for inspection. Failure to produce such parts shall result in non-payment for the subject repair. Contractor shall at all times comply with New York State Department of Motor Vehicles Repair Shop Rules and Regulations. GENERAL REPLA CEMENT I PARTS: The following items shall be replaced on every &built Unit as applicable (some (Deleted:rp I i transmissions may have certain additional items, such as bands, vacuum pumps, etc, which must be replaced in order to provide NYCT with a complete repair): A. All seals, O-rings and gaskets B. All pump, drum and shaft bushings C. All ciutches D. All steels E. All fluids F. All screens and filters G. All vacuum modulators H. All steel or plastic seal rings I. All bands J. Torque converter (which shall be remanufactured at the discretion of the Project Manager) Contract O8K ~3 T-2
MTA - 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 informationSpecifications For Consolidated Fleet Vehicle Maintenance and Repair Services RFx #7107
Specifications For Consolidated Fleet Vehicle Maintenance and Repair Services RFx #7107 State of Tennessee Department of General Services, Central Procurement Office Table of Contents Section One: General
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 0000077625 NOTICE -OF ADDENDUM ADDENDUM #4 BID OPENING/DUE DATE:
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 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 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 informationAddress: City: State: Zip: Day Phone: Fax: 5. Where Were Your Products Purchased and/or Installed: Installer s Name/Company:
ATS Warranty Card & Information For validation of your warranty, and in order for your information to be accessed by ATS, please follow these procedures. 1. MAIL REGISTRATION CARD TO ATS (below) Please
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: April 29, 2016 BID NO.: 16-0625 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR GENERATOR MAINTENANCE SERVICE, REPAIR
More information1. 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 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 informationTEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES
TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).
More informationSAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No.
SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS SAWS To Bidder of Record: ADDENDUM NO. 2 August 15, 2013 This addendum, applicable to work referenced above, is an amendment
More informationCOUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA ADDENDA No.
COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA 18940 Doug Taylor, Assoc. AIA, AVS TELEPHONE (215) 944-1015 Supervisor of Operational
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 informationSELF-EVALUATION FOR AUTOMOBILE MECHANICS
SELF-EVALUATION FOR AUTOMOBILE MECHANICS This test contains four sections that deal with the knowledge and skills required to obtain a certificate of qualification in the field of automobile mechanics.
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 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 0000125187 NOTICE -OF ADDENDUM ADDENDUM #2 BID OPENING/DUE DATE:
More informationGUILFORD COUNTY SCHOOLS JOB DESCRIPTION JOB TITLE: MECHANIC III-SHOP CREW CHIEF TRANSPORTATION DEPARTMENT GENERAL STATEMENT OF JOB
GUILFORD COUNTY SCHOOLS JOB DESCRIPTION JOB TITLE: MECHANIC III-SHOP CREW CHIEF TRANSPORTATION DEPARTMENT (c) DMG, 1994, Rev. 2000, Rev. 2/06 1 GENERAL STATEMENT OF JOB Under general supervision, performs
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 informationMAINTENANCE MECHANIC TRAINING TRAINER S GUIDE
A-09b MAINTENANCE MECHANIC TRAINING TRAINER S GUIDE Duty A: Pumps (Not Hydraulic) A-09b: Rebuild Pump (Aro Diaphragm) Issued 06/01/98 Instructions To The Trainer 1. The Learner will contact you when ready
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 informationCITY 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 informationSUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS
I. SCOPE OF WORK SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS The Department of Environmental Protection, Bureau of Abandoned Mine Reclamation requires a contractor to conduct subsurface rotary
More informationC. 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 informationModification: Modify the paragraph by deleting "wastewater and replace it with brine.
defective land or areas, or (ii) correct such defective Work, materials, supplies or equipment or, if the defective Work, materials, supplies or equipment has been rejected by OWNER, remove it from the
More informationADDENDUM NO. 1 REQUEST FOR PROPOSAL REHABILITATION OF 1999 NEW FLYER BUS. September 5, 2018
ADDENDUM NO. 1 REQUEST FOR PROPOSAL REHABILITATION OF 1999 NEW FLYER BUS September 5, 2018 This Addendum No. 1 is in response to questions received from potential submitters. All responses must be reviewed
More informationI INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project
I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,
More informationOctober 9, 2013 ADDENDUM No. 1 FOR
DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO This document contains: October 9, 2013 ADDENDUM No. 1 FOR LIQUID CHLORINE Specification No. 109812 I. Revisions to the Specification II. Questions Submitted
More informationBOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.
BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC
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 informationDW Module 10: General Maintenance Answer Key
DW Module 10: General Maintenance Answer Key What are some factors that impact the availability of equipment? (What causes downtime?) Human Error Acts of God or Nature Product Defects Planned Service Work
More informationSPECIFICATIONS FOR TENDER # INSTALLATION OF BOILER ECONOMIZER REPLACEMENT FOR WESTERN HEALTH
SPECIFICATIONS FOR TENDER #0171-1342 INSTALLATION OF BOILER ECONOMIZER REPLACEMENT FOR WESTERN HEALTH CLOSING DATE: 27 SEPTEMBER 2013 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for
More informationCity 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 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 0000211165 NOTICE -OF- ADDENDUM ADDENDUM # 1 BID OPENING/DUE DATE:
More informationADDENDUM 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 informationSECTION FUEL-FIRED UNIT HEATERS
SECTION 23 55 33 PART 1 - GENERAL 1.1 DESCRIPTION A. This Section includes gas-fired unit heaters. SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable
More informationGENERAL SPECIFICATION FOR WEIGHING OF MATERIALS
ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 102 OCTOBER 1992 GENERAL SPECIFICATION FOR WEIGHING OF MATERIALS 102.01 SCOPE 102.02 REFERENCES 102.03 DEFINITIONS TABLE OF CONTENTS 102.04 SUBMISSION
More informationREQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM
REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management
More informationSECTION 39 - MANHOLES TABLE OF CONTENTS
Section SECTION 39 - MANHOLES TABLE OF CONTENTS Page 39-1 GENERAL... 39.1 39-2 CONCRETE MANHOLES... 39.1 39-2.01 NOT USED... 39.1 39-2.02 Concrete Storm Drain Manholes... 39.1 39-3 SADDLE SEWER MANHOLES...
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: D. Anthony Rubin Date Issued: April 15, 2014 BID NO.: 14-7033 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM
More informationRequest for Proposals
Request for Proposals Computer End Point Support Services PROPOSALS WILL BE RECEIVED UNTIL 12:00 Noon, Friday, March 23, 2018 in Purchasing Department, City Hall Building 101 North Main Street, Suite 324
More informationCity of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016
General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.
More informationADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)
ADDENDUM No. 2 ITB No. 4564 GEDDES DAM GATE RECOATING AND REPAIRS Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be made to the
More informationSPECIFICATIONS - DETAILED PROVISIONS Section Progressing Cavity Pump C O N T E N T S
SPECIFICATIONS - DETAILED PROVISIONS Section 11938 - Progressing Cavity Pump C O N T E N T S PART 1 - GENERAL... 1 1.01 GENERAL... 1 1.02 RELATED SPECIFICATION SECTIONS... 1 1.03 MANUFACTURERS... 1 PART
More informationACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.
Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3
More informationThe closing date Remains UNCHANGED: May 2, 2018 at 2:00 PM Pacific Time. Note: Revised Additions are in bold, deletions have a strikethrough.
April 25, 2018 Business Services Procurement and Contracting 16550 SW Merlo Road Beaverton, OR 97003 (503) 356-4324 SOLICITATION ADDENDUM NO. 1 ITB 18-0020 ELMONICA, ERROLL HASSEL, GREENWAY BOILER REPLACEMENTS
More informationA. This Section includes administrative and procedural requirements for quality assurance and quality control.
SECTION 01400 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification
More informationCITY OF TACOMA Tacoma Power & Public Works Engineering
CITY OF TACOMA Tacoma Power & Public Works Engineering ADDENDUM NO. 1 DATE: August 22, 2017 REVISIONS TO: Request for Bids Specification No. PE17-0235F Citywide LED Streetlight Installation NOTICE TO ALL
More informationSECTION 50 CONTROL OF WORK
SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and
More informationBOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y MV AUTOMOTIVE AND LIGHT TRUCK PARTS ADDENDUM NO. 4
January 6, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA AUTOMOTIVE AND LIGHT TRUCK PARTS ADDENDUM NO. 4 The above Invitation For Bids is changed as follows: 1. The acceptance date has been
More informationCQR-1. CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015
CQR-1 CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015 SCOPE This document establishes the minimum quality program requirements for a contractor providing equipment, material,
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 0000149475 Contract #CM-1058 NOTICE -OF ADDENDUM ADDENDUM #1 INCLUDES
More informationManagement Instruction
Management Instruction Control of Asbestos Exposure from Brake and Clutch Repair and Service This management instruction (MI) establishes policy, outlines responsibilities, and lists work practices that
More informationTOWN 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 informationTENDER FOR COMPLETE REPAIR OF OLKARIA 1 UNIT 3 GENERATOR ROTOR AT GEOTHERMAL POWER PROJECT. KGN- GDD : CLARIFICATION REQUEST
CLARIFICATION 1 KenGen wishes to make the following clarifications as raised by potential bidders through clarification 1 TENDER FOR COMPLETE REPAIR OF OLKARIA 1 UNIT 3 GENERATOR ROTOR AT GEOTHERMAL POWER
More informationRequest for Proposals Equipment and Supplies Portable 185 cfm Air Compressor
Request for Proposals Equipment and Supplies September 26, 2016 2016 Portable 185 cfm Air Compressor Proposals Due: 2:00pm Thursday, October 6, 2016 Park District of Highland Park 636 Ridge Road Highland
More informationTHE CALIFORNIA STATE UNIVERSITY Office of the Chancellor 401 Golden Shore Long Beach, CA (562) Date: May 3, 2005 Code: HR
THE CALIFORNIA STATE UNIVERSITY Office of the Chancellor 401 Golden Shore Long Beach, CA 90802-4210 (562) 951-4425 Date: May 3, 2005 Code: HR 2005-20 To: From: Subject: CSU Presidents Jackie R. McClain
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 informationINVITATION TO BID FUEL PRODUCTS. Notice is hereby given that the Aberdeen School District is accepting fuel bids for the following:
INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting 2016-2017 fuel bids for the following: Regular, unleaded and diesel fuels for district buses and vehicles.
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 TWO TO: All Bidders Please
More informationPatrick Malloy Communities Quality Assurance System
Patrick Malloy Communities Quality Assurance System Page 1 of 83 Log of Quality Manual Revisions Version Number Revision Date Type of Revision 1 April 9, 2007 1 st release 1 April 13, 2007 Sec 1.10 removed
More informationI INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library
I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located
More informationIMIHV01 Carry out routine commercial vehicle maintenance
IMIHV01 Carry out routine commercial vehicle maintenance Overview This NOS is about conducting routine examination, adjustment and replacement activities as part of the periodic maintenance of commercial
More information1.0 GENERAL REQUIREMENTS: 1.1 Scope of work:
Page 6 of 20 1.0 GENERAL REQUIREMENTS: 1.1 Scope of work: 1.1.1 Work includes, but is not limited to, providing all labor, consumable materials (rags, etc), tools, equipment, service trucks, man-lifts,
More informationStudent Services & Classroom Addition
SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services
More informationCITY OF ROMULUS Job Description. Employees in this classification perform several of the following duties:
CITY OF ROMULUS Job Description JOB TITLE: MECHANIC --------------------------------------- EXEMPT: No SALARY LEVEL: DEPARTMENT: DPW BENEFITS: Fully benefitted position JOB CODE: C26D DIVISION: Teamsters
More informationSAN FRANCISCO PUBLIC UTILITIES COMMISSION INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURES
SAN FRANCISCO PUBLIC UTILITIES COMMISSION INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURES SECTION: SFPUC INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURE NO: 032 TITLE: SQS PLAN AND SURVEILLANCE PROCESS
More informationRecognize the need and possess a desire for. Demonstrate leadership skills and interact. Provide communities and workplaces with
Provide communities and workplaces with highly skilled, integrity-filled, professionals. Understand technical concepts and apply them to various automotive subsystems. Apply critical thinking skills to
More informationSECTION SUPPLEMENTARY GENERAL CONDITIONS
SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation
More informationCITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS
CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain
More information1. Instructions to Bidders AIA Document A701, 1997 Section of the above referenced IFB is hereby amended and restated as follows:
Segments 3, 4, 6 and 7 Pier Repairs Invitation for Bids (IFB) Project/Contract #C4962 Addendum # 1 November 30, 2018 To All Bidders: 1. Instructions to Bidders AIA Document A701, 1997 Section 5.3.1.3 of
More informationADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING
ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be
More informationTO: Distribution. FROM: Marie E. Corbi. SUBJECT: Sealed Bid No AMGA Overhaul of EX54 Main Smoothing Reactor. DATE: November 17, 2015
1234 Market St, 11 th Floor Philadelphia, PA 19107-3780 TO: Distribution FROM: Marie E. Corbi SUBJECT: Sealed Bid No. 15-00180-AMGA Overhaul of EX54 Main Smoothing Reactor DATE: November 17, 2015 Distribution:
More informationTechnician Introduction to the Service Manager
In this module we will learn about the following: Service Manager o Service Manager Basics o Service Manager Responsibilities o Service Manager Administration o Service Manager What they need from you!
More informationADDENDUM # 1 TENDER # CR Addition to scope of work Carmelite House, Grand Falls- Windsor location.
ADDENDUM # 1 TENDER # CR-1098 Sweeping and Line Painting for Various Sites Operated by Central Health. Addition to scope of work Carmelite House, Grand Falls- Windsor location. Same Specifications Apply.
More informationREQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System
REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System Issued by the City of Montpelier, Vermont Department of Planning and Community Development Responses Due: August 12, 2011,
More informationAgricultural Mechanization CIP Task Grid
1 Secondary Task List 100 SUPERVISED AGRICULTURAL EXPERIENCE 101 Develop short-, mid- and long-term project plans. 102 Develop a Supervised Agricultural Experience (SAE) based upon individual interests/career
More informationMAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT
MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.04 CLEANING AND PAINTING STEEL STRUCTURES - CIDER HILL ROAD UNDERPASS BRIDGE - MILE 6.2, CAPTAIN THOMAS ROAD UNDERPASS BRIDGE - MILE 14.8, ROUTE 126
More informationINVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.
INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL
More informationSQ-1 INTELLIGENT ROOF
SQ-1 INTELLIGENT ROOF ROOF TRUSS TABLE With Intelligent Gantry. Zone Eject Automated Jigging TRUSS TABLE Operators Manual FOREWORD This manual explains the proper maintenance of Square 1 Design Roof Truss
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 informationCHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY
More informationRequest for Bids Capital Region Airport Authority
Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required
More informationThe 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 informationNTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.
Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.
More informationOFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.
OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:
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 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 informationAMENDMENT OF SOLICITATION
1. SOLICITATION NO.: 2. AMENDMENT NO.: DALLAS AREA RAPID TRANSIT DALLAS, TEXAS AMENDMENT OF SOLICITATION 3. EFFECTIVE DATE: 4. BRIEF SOLICITATION DESCRIPTION: B-1021362 1 March 26, 2012 Rebuild Bombardier
More informationSPECIFICATIONS FOR TENDER # Repair/Modification to Two (2) Trane Cooling Towers Model BAC VLT550A S/N /5C A
SPECIFICATIONS FOR TENDER # 0171-1805 Repair/Modification to Two (2) Trane Cooling Towers Model BAC VLT550A S/N 72-3034/5C A CLOSING DATE: February 6 th, 2018 CLOSING TIME: 2:00 PM (Newfoundland Time)
More information1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.
1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference
More informationSPECIAL SPECIFICATION 1184 Testing, Training, Documentation, Final Acceptance, and Warranty
1993 Specifications CSJ 0074-05-086, etc. SPECIAL SPECIFICATION 1184 Testing, Training, Documentation, Final Acceptance, and Warranty 1. Description. Perform or furnish testing, training, documentation,
More informationOBSERVATIONS, RECOMMENDATIONS AND RESPONSES CONTRACTOR SELECTION - QUOTE SOLICITATION In thirteen of the projects reviewed, the files lacked documentation to support that PPD solicited at least three quotes.
More informationA Guide for Doing Business with the Purchasing Services Office of Valdosta State University
A Guide for Doing Business with the Purchasing Services Office of Valdosta State University The information below gives you assistance on providing goods and services to Valdosta State University (VSU).
More informationCopyright 2004 and 2005 by The American Institute of Architects (AIA)
Page 232500-1 Copyright 2004 and 2005 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA Modified by MSU Physical
More informationSCHEDULE 60 SOLAR PHOTOVOLTAIC SERVICE PILOT PROGRAM
I.P.U.C. No. 29, Tariff No. 101 Original Sheet No. 60-1 PUBLIC UTILITIES COMMISSION AVAILABILITY Service under this schedule is available to Customers who have entered into a Uniform Solar Photovoltaic
More informationSECTION AIR TERMINAL UNITS
PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. B. Related Sections:
More informationINDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2
INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS 410. 1 SCOPE... 2 410. 2 DEFINITIONS 2.1 Tunneling and Jacking... 2 2.2 Tunneling... 2 2.3 Jacking... 2 410. 3 MATERIALS 3.1 General...
More informationTM Series Induced Draft Cooling Tower Specifications
Delta Cooling Towers, Inc. 41 Pine Street P.O. Box 315 Rockaway, New Jersey 07866-0315 Telephone 973.586.2201 Fax 973.586.2243 www.deltacooling.com sales@deltacooling.com TM Series Induced Draft Cooling
More informationconnected all the time
connected all the time supporting your asset needs 877.778.0040 TM V10.0 TM DEALER/VENDOR ACTIVITY REPORT MONTH December 2011 DEALER PXD-001 COMPANY Portland Quality Repair (Portland, OR) ADDRESS 1021
More information