SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Size: px
Start display at page:

Download "SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT"

Transcription

1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: April 29, 2016 BID NO.: FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR GENERATOR MAINTENANCE SERVICE, REPAIR AND PARTS ADDENDUM 2 Sealed bids, one (1) Original and seven (7) copies, addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, Administration Bldg., 5 th Floor, San Antonio, TX will be received until 3:00 p.m. May 10, 2016 and then publicly opened and read aloud for furnishing materials or services as described herein below, The San Antonio Water System Purchasing Department is willing to assist any bidder(s) in the interpretation of bid provisions or explanation of how bid forms are to be completed. Assistance may be received by visiting the Purchasing Office in the SAWS Main Office, 2800 US Hwy 281 North, San Antonio, TX 78212, or by calling (210) This invitation includes the following: Invitation for Bids Terms and Conditions of Invitation for Bids Specifications and General Requirements Price Schedule The undersigned, by his/her signature, represents that he/she is authorized to bind the Bidder to fully comply with the Specifications and General Requirements for the amount(s) shown on the accompanying bid sheet(s). By signing below, Bidder has read the entire document and agreed to the terms therein. Signer s Name: Firm Name: (Please Print or Type) Address: Signature of Person Authorized to Sign Bid City, State, Zip Code: Address: Telephone No.: Fax No.: Please complete the following: Prompt Payment Discount: % days. (If no discount is offered, Net 30 will apply.) Please check the following blanks which apply to your company: Ownership of firm (51% or more): Non-minority Hispanic African-American Other Minority (specify) Female Owned Handicapped Owned Small Business (less than $1 million annual receipts or 100 employees) Indicate Status: Partnership Corporation Sole Proprietorship Other (specify) Tax Identification Number: To report suspected ethics violations impacting the San Antonio Water System, please call Revised1 03/24/16 Page 1 of 12

2 ***** This Addendum 1 is issued to make the following changes on Bid Questions and Responses to questions 2. Non Mandatory Site Visit will be held at San Antonio Water System, Medio Plant, located at 2231 Hunt Lane, San Antonio, TX on May 3, 2016, 9:00 a.m. for all prospective bidders to see generators rated 900kw and above to clarify any questions pertaining to the specifications and to obtain precise measurements. Secondary site visit will take place afterwards. Those who previously attended the initial Pre-Bid Meeting do not need to attend. 3. Revised Evaluation Criteria name page 14 section B. REFERENCES/ SIMILAR PRIOR EXPERIENCE (20 POINTS) Bidder has been actively engaged for a minimum of three (3) consecutive years as a contractor providing the specified services. SAWS require Contractor technicians to be generator maintenance certified for all manufacturer s stated with this document. Generator Maintenance Technicians shall at a minimum possess a high school diploma and two (2) years of journey-level experience in the repair and maintenance of standby generator and/or uninterrupted power supply systems. Changed to EXPERIENCE, COMPANY AND PERSONNEL Bidder has been actively engaged for a minimum of three (3) consecutive years as a contractor providing the specified services. SAWS require Contractor technicians to be generator maintenance certified for all manufacturer s stated with this document. Generator Maintenance Technicians shall at a minimum possess a high school diploma and two (2) years of journey-level experience in the repair and maintenance of standby generator and/or uninterrupted power supply systems. 4. Delete section 18 page 17 A bid bond will be required if SAWS Contracting Officer estimates that the purchase price of the materials or services under any contract with SAWS will exceed $10, If a bid bond is required, the bid must be accompanied by a Bid Bond, Certified Check or Cashier s Check on a state or national bank in the amount of not less than five percent (5%) of the total bid payable without recourse to SAWS, and no bid will be considered unless it is in compliance with this section. Bid Bonds or Checks in lieu thereof will be retained until the contract is awarded, and will be returned to the unsuccessful bidders immediately after opening. Said Bond or Check shall be returned to the successful bidder unless such bidder fails to execute the required contract acceptance document within 10 days following the Notification of Award. 5. Revised Repair Service Warranty page 24 The vendor warranty shall guarantee that any equipment proving defective in workmanship or materials within one (1) year after installation will be replaced without charge and F. O. B. SAWS delivery address. SAWS shall not be responsible for additional repairs, replacement parts or labor as a result of faulty PM or repair services. Changed to the vendor warranty shall guarantee that any equipment proving defective in workmanship or materials within one (1) year warranty on workmanship and manufacturer s warranty on materials after installation will be replaced without charge and F. O. B. SAWS delivery address. SAWS shall not be responsible for additional repairs, replacement parts or labor as a result of faulty PM or repair services. 6. Revised Preventative Maintenance (PM) Warranty page 24 The vendor warranty shall guarantee that any equipment proving defective in workmanship or materials within one (1) year after installation will be replaced without charge and F. O. B. SAWS delivery address. SAWS shall not be responsible for freight. Changed to the vendor warranty shall guarantee that any equipment proving defective in workmanship or materials within one (1) year warranty on workmanship and manufacturer s warranty will be replaced without charge and F. O. B. SAWS delivery address. SAWS shall not be responsible for freight 7. Revised Load Bank Testing required annually for most applications (see NFPA 110 & NFPA 99) Page 2 of 12

3 (LBT) page 22 section third paragraph. Contractor will conduct Load Bank Testing for a minimum of two continuous hours at % of the nameplate rating on the customer s generator, which will exceed the requirements of the National Fire Protection Association, unless otherwise specified by the customer. Changed to Contractor will conduct Load Bank Testing for a minimum of two continuous hours at 25 percent load for 30 minutes, followed by 50 percent load for 30 minutes, followed by 75 percent load for 60 minutes of the nameplate rating on the customer s generator, which will exceed the requirements of the National Fire Protection Association, unless otherwise specified by the customer. 8. Bidder must submit a safety and health plan, and a maintenance schedule plan with their bid. Complete and submit as Attachment B, Experience Place as Tab Direct Drive scope of work- FUEL SYSTEM Fuel Filter Replace. Inspect for proper sealing operation. LUBE OIL SYSTM Oil and Filters Change. Inspect all gaskets and seals. S.O.S. Obtain oil sample for analysis. Results must be provided to appropriate manager within 15-days. Crankcase Breather Inspect and clean. COOLING SYSTEM Obtain coolant sample for analysis. Results must be provided to appropriate manager within 15- days. AIR INDUCTION SYSTEM Turbocharger Inspect turbocharger for proper rotating assembly. Check for oil leakage or unusual noises. Air Filter Inspect and replace. ENGINE MONITORS AND SAFETY CONTROLS Gauge Operation Check oil pressure, water temperature, and alternator gauges for proper operation. Safety Controls Inspect for proper operation, loose connections, and wiring deterioration and replace as necessary. Check all safety controls for proper operation. Remote Annunciator and Alarms Inspect and test all panel and system alarms for proper operation. Sending Unit Switches Check water temperature and oil pressure. Couplings Inspect for wear Check alignment Batteries Inspect Check charger Page 3 of 12

4 10. Revised price schedule- Price schedule has been revised as follows. Group 1 Standard Scheduled/Services Changed column title from unit price to unit price/unit. PM1 quantities reduced from 4 to 3. Added item 17 Direct Drive Units, revised quantities from 50 to 15. Added item 18 Fuel Analysis -Fuel Sample Cost All Sites revised quantities from 50 each to 150. Group 2 Optional Services Delete item 26 Delete item 27 Item 25 Changed quantity for Megger Test All Sites from 50 to 25. Group 3 Emergency/Afterhours Services Delete line 4. IT IS NECESSARY TO RETURN THIS ADDENDUM 2 AS PART OF YOUR BID SUBMISSION *************************************************************************************** I. QUESTIONS: General 1) At the pre-bid, it was stated that the Direct Drive Units scope shall be that of the PM2? Response: Yes, the Direct Drive will be a PM2. 2) At the pre-bid, it was mentioned that the bid-bond will be $10,000. However, in the documents, it states a 5% Bid Bond. Which Bond Amount is correct? Response: There will be no bid bond for this bid. Page 17 Section 18 deleted. 3) Can you provide the manufacturer, model number, serial number, fuel type, voltage, and physical address for each generator? Response: Please see Exhibit 1, posted on website. This list may not include all generators and Direct Drive. 4) Would it be possible to schedule site visits for at least the six (6) generators rated at 900kW and above? Response: We will have a site visit at one of the locations and visit another site afterwards. 5) Is it possible for a service truck/trailer mounted load bank to get within fifty (50) feet of each generator? Response: Yes, the trucks can get within 50 feet of each generator. 6) Are all of the generators located at ground level? Response: Yes, all generators are located on ground level. 7) Will a performance deposit be required separate from the Bid Bond? Response: Please see question number 2. Page 4 of 12

5 8) Do you require the Pricing Schedule be submitted in a sealed envelope separate from the eight (8) hard copies and one (1) CD or does inclusion in the hard copies satisfy this requirement? Response: Yes, all pricing shall be enclosed in a separate sealed envelope, marked PRICING with one (1) CD. Vendor must submit Pricing on Pricing Schedule provided in this best value bid. The CD (one copy) should contain the entire Bid (pricing schedule included) as submitted, and be encased in a paper CD envelope, clearly marked with the Bid number information. 9) Due to the proprietary nature of generator equipment and software, it is highly unlikely any one service company will have technicians that are manufacturer certified for all of the equipment. Will prior experience maintaining a similar range of equipment be considered sufficient? Response: Yes, prior experience is considered. 10) Please define what SAWS considers to be journey-level experience. Response: Journey-level is defined as two years hands on experience trouble shooting and repairing generators. 11) Will there be any provisions for price escalations on the three (3) renewal periods? Response: No, there are no provisions for price escalation for the three (3) renewal periods. 12) What does SAWS consider adequate staff and service trucks? Response: We normally have two techs out at any given time. We need to be able to call on an emergency while still covering maintenance needs. 13) Would it be acceptable to only perform this test during the PM2 once per year for Fuel Pressure Operational check of gauge and correct pressure? Response: Yes 14) Would it be acceptable to only perform this test during the PM2 once per year for Oil Pressure Operational check of gauge and correct pressure? Response: Yes 15) To avoid excessive and unnecessary expense, notifying and coordinating will be through a quote for the cost of battery replacement with the Owner? Response: Yes 16) Due to the possibility of proprietary software, can the wording be amended to Inspect all panel and system alarms, if accessible. for Quarterly Maintenance (PM1) Engine Monitors and Safety Controls?? Response: Yes 17) Due to the possibility of proprietary software, can the wording be amended to Inspect all panel and system alarms, if accessible. for Annual Maintenance (PM2) Engine Monitors and Safety Controls? Response: Yes 18) What type and how many batteries are on each generator? Page 5 of 12

6 Response: They are all different types of batteries. Some have one while some have up to four. All are lead acid 19) Can you provide the number of ATS, manufacturer, model number, serial number, and amperage rating for each location? Response: Please see Exhibit 1 20) Do any of the generators meet the usage exceptions as outlined in NFPA 110, 6-4.2? Response: No 21) Can you provide the manufacturer, model number, serial number, fuel type, use, and physical address for each Direct Drive Unit? Response: This information will be provided once available. 22) Will the Load Bank Tests be required annually as stated within the specification or will they be optional services as described in Attachment C Pricing Schedule Group 2? Response: Yes, they will be required annually as stated within the specification. 23) It was mentioned in the meeting by SAWS personnel that the statement on Page 22: Contractor will conduct Load Bank Testing for a minimum of two continuous hours at % of the nameplate rating on the customer s generator, which will exceed the requirements of the National Fire Protection Association, unless otherwise specified by the customer. should be removed because the NFPA 100 requirements will meet SAWS needs. Response: See item 7 page 2. 24) Will the Transfer Switch Preventive Maintenance be performed annually as recommended within the specification or will they be optional services as described in Attachment C Pricing Schedule Group 2? Response: They will be performed annually. 25) Are there any locations that will require the TSPM be performed after normal business hours? Response: There are only two locations and they are at SAWS main office and at East side service center. 26) It is recommended to eliminate the requirement to replace air filter during the PM2 unless called for on a case by case basis at which time a price quote will be provided to SAWS for approval. Response: Filter will be replaced during the PM2 as required in the scope of work. 27) Please provide a Scope of Services required for the Direct Drive Units? Response: Please see item 9 page 3. 28) In order to provide a draft scenario of a Maintenance Schedule Plan as required in the specification, please provide the seasonal maintenance requirements mentioned by SAWS personnel in the Pre-Bid Meeting as well as generator details and locations? Response: Please see Exhibit 1 Page 6 of 12

7 29) A one (1) year warranty is required on materials for the Repair Service and Preventive Maintenance. Many parts manufacturer do not provide a one (1) year warranty on their products. Could this requirement be revised to say one (1) year warranty on workmanship and manufacturer s warranty on materials? Response: See item 5 and 6 on page 2 30) Will the Fuel Analysis Tests be performed annually as recommended within the specification or will they be optional services as described in Attachment C Pricing Schedule Group 2? If they will be performed annually, the quantity should be adjusted to match the number of generators utilizing diesel fuel. Response: They will be performed annually. See item 10 revised price schedule. 31) Attachment C Pricing Schedule Group 1 Lines 1 8 show a Service per Unit per Year of four (4) PM1 Services. In practice, one (1) of the PM1s will be replaced be the PM2 and the Service per Unit per Year should be listed as three (3)? Response: Yes, please see revised price schedule. 32) Attachment C Pricing Schedule Group 3 Line 4, please explain what Unit Price is required. Should this be an hourly labor rate for a PM1 on a 180kW 300kW generator, or should this be the Unit Price as listed in Group 1 Line 4? Response: Line 4 removed from Group 3 Emergency/After Hours Services. Please see Exhibit 1. 33) Please verify if oil sample is to be performed during each PM1 visit? Response: Yes, this is to be performed annually. 34) Please verify if there will be 3-PM1 inspections and 1-PM2 inspection per generator, per year. BVB currently shows 4-PM1 inspections? Response: Yes, there will be three (3) PM1 and one (1) PM2. Please see revised price schedule. 35) Please verify if air filter replacements are to be performed during a PM2 as well as PM3. Response: Yes, they are to be performed for PM2 and PM3. 36) Please verify if TSPM is to be performed during regular business hours..? Response: Please see question ) Please provide a SOW for the direct drive units? Response: Please see item 9 page 3. 38) Please provide equipment list? Response: Please see Exhibit 1. Page 7 of 12

8 (TAB 5) ATTACHMENT C PRICING SCHEDULE REVISION 2 Pricing will be evaluated and will be a part of determining the overall Best- Value Bid. All pricing shall be enclosed in a separate sealed envelope, marked PRICING. Vendor must submit Pricing on Pricing Schedule provided in this best value bid. The pricing will be evaluated based upon the lowest total price submitted on the Pricing Schedule. The Proposal with the lowest price will receive forty (40) points. All other proposals will be allotted a percentage of the 40 points based on a comparison with the lowest priced proposal. The following formula will be used: Item No. [(Lowest price) (Bidder s price)] x 40 = Bidder s allotted points * All pricing shall be enclosed in a separate sealed envelope, marked PRICING. All vendors submitting a bid will be notified of the date and time for the opening of pricing. Quantities provided are only estimates and are in no way binding to SAWS. SAWS reserves the right to add or delete items and change quantities depending on SAWS needs. Service Unit Description Quantity per Unit Extended Price Price/Unit Per Year GROUP 1: STANDARD SCHEDULED/SERVICES PM1 Size 8KW to 30KW Lawson No $ 3 $ PM1 Size 35KW to 80KW Lawson No $ 3 $ PM1 Size 100KW to 175KW Lawson No $ 3 $ PM1 Size 180KW to 300KW Lawson No $ 3 $ PM1 Size 345KW to 480KW Lawson No $ 3 $ PM1 Size 500KW to 750KW Lawson No $ 3 $ PM1 Size 900KW to 1000KW Lawson No $ 3 $ PM1 Size 2000KW and larger Lawson No $ 3 $ PM2 Size 8KW to 30KW Lawson No $ 1 $ PM2 Size 35KW to 80KW Lawson No $ 1 $ PM2 Size 500KW to 750KW Lawson No $ 1 $ PM2 Size 180KW to 300KW Lawson No $ 1 $ Page 8 of 12

9 PM2 Size 345KW to 480KW Lawson No $ 1 $ PM2 Size 500KW to 750KW Lawson No $ 1 $ PM2 Size 900KW to 1000KW Lawson No $ 1 $ PM2 Size 2000KW and larger Lawson No $ 1 $ Direct Drive Units Engine and Drive Maintenance quarterly PM Lawson No $ 4 $ FA -Fuel Sample Cost All Sites (price per test) Lawson No $ 1 $ Note: (Total cost will be calculated by unit price x no. locations x service per unit per year). Sub Total for Group 1 $ Note: Item 17 is not a generator and was moved from optional services to standard scheduled services Item No. Description Quantity Unit Price UOM Extended Price GROUP 2: OPTIONAL SERVICES Size 8KW to 30KW Lawson No Size 35KW to 80KW Lawson No Size 100KW to 175KW Lawson No Size 180KW to 300KW Lawson No Level 3 Annual Preventative Maintenance Size 345KW to 480KW Lawson No Size 500KW to 750KW Lawson No Size 900KW to 1000KW Lawson No Size 2000KW and larger Lawson No KW to 30KW Lawson No KW to 80KW Lawson No $ EA $ 26 $ EA $ 28 $ EA $ 25 $ EA $ 13 $ EA $ 11 $ EA $ 4 $ EA $ 2 $ EA $ 11 $ EA $ 26 $ EA $ Page 9 of 12

10 KW to 750KW Lawson No TSPM - Transfer Switch Maintenance Size 180KW to 300KW Lawson No KW to 480KW Lawson No KW to 750KW Lawson No KW to 1000KW Lawson No KW and larger Lawson No $ EA $ 25 $ EA $ 12 $ EA $ 11 $ EA $ 4 $ EA $ 2 $ EA $ LBT - 2 hour Load Test Size 8KW to 30KW Lawson No $ EA $ LBT - 2 hour Load Test Size 35KW to 80KW Lawson No $ EA $ LBT - 2 hour Load Test Size 100KW to 175KW Lawson No $ EA $ LBT - 2 hour Load Test Size 180KW to 300KW Lawson No $ EA $ LBT - 2 hour Load Test Size 345KW to 480KW Lawson No $ EA $ LBT - 2 hour Load Test Size 500KW to 750KW Lawson No $ EA $ LBT - 2 hour Load Test Size 900KW to 1000KW Lawson No $ EA $ LBT - 2 hour Load Test Size 2000KW and larger Lawson No $ EA $ 25 MEGGER TEST Megohmeter Testing All Sites (price per test) Lawson No $ EA $ Sub Total for Group 2 $ Note: (Services performed on an as needed basis). Item No. Description Quantity Unit Price UOM Extended Price GROUP 3: EMERGENCY/AFTER HOURS SERVICES Trip Charge for Emergency/After Hours/ Mileage Travel (Flat Rate Trip Charge) Lawson No $ Hour $ Standard Labor Rate (Hour) Lawson No $ Hour $ Premium Labor Rate Emergencies/ After Hours (Hour) 50 $ Hour $ Page 10 of 12

11 Lawson No Sub Total for Group 3 $ Item No. Description Extended Price GROUP 4: GENERATOR REPAIR PARTS 1 Cost Plus applies to all Purchased Parts (a) Estimated Annual Purchase (b) Add Cost Plus Mark Up % convert to decimal 0. X $20,000 (c) Total (a + b) $ 20,000 (a) $ (b) $ (c) Sub Total for Group 4 $ Note: Cost Plus not to exceed 20% Item No. Description Extended Price GROUP 5: GENERATOR RENTAL 1 Cost Plus applies to all Generator Rental (a) Estimated Annual Purchase (b) Add Cost Plus Mark Up % convert to decimal 0. X $20,000 (c) Total (a + b) $ 20,000 (a) $ (b) $ (c) Sub Total for Group 5 $ Total for Groups 1-5 $ Note: Cost Plus not to exceed 20% NOTE: Any parts ordered for scheduled maintenance the contractor will not be allowed to charge shipping or freight. BY: TITLE: FOR: (Name of Firm Submitting Bid) DATE: Page 11 of 12

12 All other terms and conditions of the original bid remain unchanged. IT IS NECESSARY TO RETURN THIS ADDENDUM 2 AS PART OF YOUR BID SUBMISSION Page 12 of 12

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Angeline C. Peralez Date Issued: June 25, 2014 BID NO.: 14-2038A FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR THE SUPPLY OF BACKFILL & LANDSCAPING

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3

SAN 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 information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: December 18, 2017 BID NO.: 17-15129 FORMAL INVITATION FOR BIDS FOR CONFLUENCE 2018 DECORATING, AUDIO VISUAL AND ELECTRICAL

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HYDROMATIC PARTS AND SERVICE ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HYDROMATIC PARTS AND SERVICE ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: November 0, 0 BID NO.: -07 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HYDROMATIC PARTS AND SERVICE ADDENDUM NO. Sealed

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Angeline C. Peralez Date Issued: July 27, 2012 BID NO.: 12-0403 FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: D. Anthony Rubin Date Issued: July 20, 2018 BID NO.: 18-18099 FORMAL INVITATION FOR BIDS EARLY PROCUREMENT OF MEDIUM VOLTAGE SWITCHGEAR FOR THE

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: October 5, 2015 BID NO.: 15-15083 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR THE PURCHASE OF SERVICE DESK SOFTWARE

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

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

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

More information

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) BID SUBMITTAL DATE, TIME, & LOCATION: August 21, 2018 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC 29464

More information

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202 Procurement Department Bid Office Customer Center 1 st Floor, Room 002 21 W. Church Street Jacksonville, Florida 32202 October 26, 2017 ADDENDUM NUMBER: ONE (1) TITLE: Arc-Resistant Metal-Clad Switchgear

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

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

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

More information

ADDENDUM NO. 1 Page 1 of 7

ADDENDUM NO. 1 Page 1 of 7 ADDENDUM NO. 1 Page 1 of 7 INVITATION TO BIDDERS Solicitation No. CO-00109 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,014 linear feet of chain link

More information

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I 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 information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Invitation for Bid - Standard Office Furniture / Task Chair

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

More information

NOTES: 2:00 1, N.

NOTES: 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 information

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST 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 information

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: LOCATION OF WORK: ROOFING OF WASTE WATER TREATMENT PLANT 3240 Highway 1, Belliveau Cove, NS TENDER CLOSING DATE:

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I 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 information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for ELECTRICAL MATERIAL RFP POLES FOR BALLPARK LIGHTING - 061218 The City of College Park is accepting sealed proposals from qualified vendors for POLES FOR BALLPARK

More information

REQUEST FOR PROPOSALS GPS/AVL/VAN COMPONENT SOLUTION BID NO: ADDENDUM 2

REQUEST FOR PROPOSALS GPS/AVL/VAN COMPONENT SOLUTION BID NO: ADDENDUM 2 REQUEST FOR PROPOSALS GPS/AVL/VAN COMPONENT SOLUTION BID NO: 16-1137 ADDENDUM 2 BIDS DUE: August 12, 2016 @ 3:00 PM Central Time To report suspected ethics violations impacting the San Antonio Water System,

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

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

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

More information

REQUEST FOR PROPOSALS. (Safety Management Database) BID NO: Addendum 1

REQUEST FOR PROPOSALS. (Safety Management Database) BID NO: Addendum 1 REQUEST FOR PROPOSALS (Safety Management Database) BID NO: 15-15080 Addendum 1 BIDS DUE: 24 Aug 15@ 3:00 PM Central Time To report suspected ethics violations impacting the San Antonio Water System, please

More information

Furnish, Deliver and Install New Generator USC Aiken

Furnish, Deliver and Install New Generator USC Aiken AMENDMENT NO. 1 TO: FROM: SUBJECT: ALL VENDORS Lana Widener USC-IFB-2710-LW Furnish, Deliver and Install New Generator USC Aiken DATE: October 24, 2014 This Amendment No. 1 modifies the Invitation for

More information

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

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

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

City of Jacksonville Finance Department

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

More information

INVITATION TO BID. (This is not an order.)

INVITATION 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 information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT. Issued By: Richard A. Marsh Date Issued: July 27, 2015 BID NO.:

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT. Issued By: Richard A. Marsh Date Issued: July 27, 2015 BID NO.: SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Richard A. Marsh Date Issued: July 27, 2015 BID NO.: 15-15043 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PURCHASE OF INSERTING AND MAIL SYSTEM

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

MCHENRY COUNTY COLLEGE REQUEST FOR QUOTATION CNC EQUIPMENT

MCHENRY COUNTY COLLEGE REQUEST FOR QUOTATION CNC EQUIPMENT REQUEST FOR QUOTATION You are invited to submit a quote for. Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by DECEMBER 10, 2013 AT 10:00 AM.

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

Date: November 26, 2018

Date: November 26, 2018 REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Date: November 26, 2018

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 Illinois Valley Community College District No. 513 (the College) is accepting sealed bids for multi-purpose paper,

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower 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 information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE 08/25/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT 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 information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department ADDENDUM No. 2 DATED JULY 2, 2013 TO THE PROJECT MANUAL and PLANS

More information

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241 TITLE: HOPKINSVILLE CHRISTIAN COUNTY EMERGENCY COMMUNICATIONS CENTER (ECC)

More information

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

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

More information

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities Advertisement for Bids Bell County Water Control & Improvement District No. 1 (District) is soliciting Request for Bids for asphalt paving and

More information

SEQUOIA UNION HIGH SCHOOL DISTRICT

SEQUOIA UNION HIGH SCHOOL DISTRICT FOUNDED 1895 SEQUOIA UNION HIGH SCHOOL DISTRICT 480 JAMES AVENUE REDWOOD CITY, CA 94062-1098 www.seq.org BID #04152015 Uninterruptable Power Supply Equipment DUE: BY 11:00:00 AM PACIFIC April 15 th, 2015

More information

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

INVITATION 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 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 information

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 City of Jonesboro Invitation to Bid - Not an Order P.O. Box 845 300 South Church St. Room 42 (7240) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 209:07 Date January 7, 209 Sealed bids, subject to

More information

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME: Anna High School Additions and Renovations CLIENT NAME: Anna ISD LOCATION: PROJECT NUMBER: 1772-01-01 PROPOSAL DATE: Thursday, June 14, 2018,

More information

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

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

More information

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID Medical Supplies 2016 INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION 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 information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

Town of Skowhegan BOAT

Town 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 information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY 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 (25 1) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY 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 information

1993 Specifications CSJ , etc. SPECIAL SPECIFICATION ITEM Digital Loop Carrier System

1993 Specifications CSJ , etc. SPECIAL SPECIFICATION ITEM Digital Loop Carrier System 1993 Specifications CSJ 0072-12-153, etc. SPECIAL SPECIFICATION ITEM 6285 Digital Loop Carrier System 1.0 Description. This Item shall govern for the furnishing and installation of the Digital Loop Carrier

More information

SIGNED COPY OF THIS FORM TO: Diana Reynolds FAX NUMBER (559) Telephone (559)

SIGNED COPY OF THIS FORM TO: Diana Reynolds FAX NUMBER (559) Telephone (559) Finance Department Purchasing Division 2101 G Street Fresno, California 93706-1675 559-621-1332 FAX 559-488-1069 PURCHASING DIVISION REQUEST FOR QUOTE (RFQ) Date: November 5, 2012 Quote DUE: November 16,

More information

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE FORMAL BID 2018-109 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE BID SUBMISSION DEADLINE & LOCATION TUESDAY, FEBRUARY 27, 2018 3:00 PM Mailing Address: 614

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

Purchasing Division 2101 O Neil Ave., Room 309 Cheyenne, WY /

Purchasing Division 2101 O Neil Ave., Room 309 Cheyenne, WY / Purchasing Division 2101 O Neil Ave., Room 309 Cheyenne, WY 82001 307/637-6345 Addendum No. 4 BID NO. S-14-18 To: From: Bidders responding to Bid #S-14-18 Civic Center Commons Park. Sara Vasquez, Purchasing

More information

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

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

More information

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

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

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: March 19, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

More information

Invitation for Bid No Package Contents

Invitation for Bid No Package Contents Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following

More information

FORM A: BID (See B7) 1. Contract Title SUPPLY & DELIVERY OF A TRAILER MOUNTED CRASH ATTENUATOR

FORM 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 information

Stand-up Fork Lift Bid #PR-09-07

Stand-up Fork Lift Bid #PR-09-07 November 25, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 Stand-up Fork Lift - Bid # PR-09-07 Illinois Valley Community College (IVCC) is accepting

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM Digital Loop Carrier System

1993 Specifications CSJ SPECIAL SPECIFICATION ITEM Digital Loop Carrier System 1993 Specifications CSJ 0039-17-129 SPECIAL SPECIFICATION ITEM 6797 Digital Loop Carrier System 1.0 Description. This Item shall govern for the furnishing and installation of the Digital Loop Carrier System

More information

Invitation For Bid Amendment - #1 DESCRIPTION: Digital Marketing Services

Invitation For Bid Amendment - #1 DESCRIPTION: Digital Marketing Services SAP Invitation For Bid Amendment - #1 DESCRIPTION: Digital Marketing Services Solicitation Number Issued Procurement Officer Phone E-Mail Address SCC - 360 09/16/2016 Tami Steed (864) 592-4671 steedt@sccsc.edu

More information

C o u n t y o f F a i r f a x, V i r g i n i a

C o u n t y o f F a i r f a x, V i r g i n i a 001961 Page 2 C o u n t y o f F a i r f a x, V i r g i n i a A D D E N D U M DATE: August 2, 2016 ADDENDUM NO. 4 TO: REFERENCE: FOR: DUE DATE/TIME: ALL PROSPECTIVE BIDDERS Government Center Generator System

More information

Invitation to Bid SAFETY TILE PLAYFILL - MULCH

Invitation to Bid SAFETY TILE PLAYFILL - MULCH Invitation to Bid 20160614-02 SAFETY TILE PLAYFILL - MULCH Responses to an Invitation to Bid will be received by the Purchasing Coordinator, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

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

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

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

TRAVELING FINE SCREEN - INSTALLATION

TRAVELING FINE SCREEN - INSTALLATION Community Services Department Environmental Services Division TRAVELING FINE SCREEN - INSTALLATION Project #: 2015-04 Bid Date: September 2, 2015 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4.

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE 02/27/2018 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7434 wee Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408

More information

SPECIAL SPECIFICATION 1184 Testing, Training, Documentation, Final Acceptance, and Warranty

SPECIAL 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 information

The Interlocal Purchasing System (TIPS Cooperative) Supplier Response Bid Information Contact Information Ship to Information Bid Creator Kim Thompson

The Interlocal Purchasing System (TIPS Cooperative) Supplier Response Bid Information Contact Information Ship to Information Bid Creator Kim Thompson The Interlocal Purchasing System (TIPS Cooperative) Supplier Response Bid Information Contact Information Ship to Information Bid Creator Kim Thompson Coordinator Address Region VIII Education Address

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

cc: Bob Ruzinsky The Greater Dayton Regional Transit Authority

cc: Bob Ruzinsky The Greater Dayton Regional Transit Authority July 13, 2017 To: All Prospective Bidders Re: GD 17-13 Wright Stop Plaza Roof Replacement and Restoration Addendum No. 4 Please be aware of the following information regarding the above mentioned procurement.

More information