SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.

Size: px
Start display at page:

Download "SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO."

Transcription

1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: D. Anthony Rubin Date Issued: May 21, 2015 BID NO.: FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO. 2 Sealed bids 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 28, 2015 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 Page 1 of 10

2 This Addendum No. 2 is issued to make changes as documented herein to the original bid sent to you on May 6, All other requirements, terms and conditions of the original bid remain the same. Modifications to the Specifications 1. Under Standard Requirements, page 16 of 49, Item D, replace paragraph with the following: For pulling and installation, the Contractor shall schedule work with SAWS upon receipt of written Notice to Proceed (NTP). For repair work at the Contractor s facility, the Contractor shall begin work immediately after written NTP and work continuously until the pump is ready for scheduled installation. Normal work hours shall be from 8:00 am - 5:00 pm unless approval for extended hours is granted by SAWS 2. Under Standard Requirements, page 16 of 49, Item F, 4, delete the following paragraph in its entirety. Contractor shall provide a duplicate line shaft to install the pump. The duplicate line shaft (dummy shaft) shall consist of the same diameter and material as the approved line shaft. The duplicate line shaft shall be utilized every four joints to ensure the pump can free spin without any noticeable interference. Any noticeable interference shall be cause for rejecting the pump assembly. 3. Under Section I Group A, page 23 of 49, Item J, replace paragraph with the following: This item is for the labor and equipment rental to scratch well casing surface with a steel wire brush and the cleaning and removal of debris from the well, as required by SAWS. This unit price per hour (HR) assumes that the mobilization and demobilization charge for the rig identified under Items 1-3 for the small, medium and large pumps has already been paid to the Contractor. 4. The Price Schedules have been revised and the new price schedule is issued with this addendum, and must be submitted with the Contractor s Bid. Questions and Answers 1. D. Work Schedule - Can the contractor have hours of operation from 8AM to 5PM? We have received approval from Val to work till 5PM. Answer 1: Hours operation shall be SAWS normal business hours from 8:00 a.m. to 5:00 p.m. 2. K. Salvage Materials & Performance Bond Where do we include the prices for the Salvage Materials hauled to Marbauch? Answer 2: The cost of hauling salvageable material shall be incidental to Items 1-3 for the small, medium and large pumps which have already been paid to the Contractor. 3. Does the Performance Bond need to be incorporated into the Pulling & Setting of this bid? Answer 3: Yes. Page 2 of 10

3 4. Does the crane rental charges for pulling/setting some SAWS pumps need to be incorporated into the Pulling & Setting of this bid? II Group A. Answer 4: Crane rental expenditures shall incidental to Items 1-3 for the small, medium and large pumps which have already been paid to the Contractor. 5. Will the contractor be allowed to use someone like Schlumberger to assist with mudding the well? Answer 5: Yes. 6. J. Scratching & Cleaning- Will SAWS change the price from Square Foot to Hours and also change the quantity to 120 hours? It is very difficult to charge by the square foot due to the unknown scale, hardness of deposit, etc. Answer 6: Item 11 under Group A has been revised to include hourly rate. 7. Group B. Please remove all items that limit a 20% markup. Answer 7: Requirement is no longer applicable. See revised Price Schedules. 8. Will there be a line item for Scotckote 134? Do we need to add for freight and hauling to the Scotchkote 134 line item? Answer 8: No. Should SAWS request special coatings, then the allowance included in the Price Schedule under Group B, Item 8, shall be used to pay for any additional cost. 9. Do we need to include all associated costs of a drilling rig for blockage removal? Is the mobilization, demobilization, permits, etc. included in the cost per hour? Answer 9: The unit price per hour assumes that the mobilization and demobilization charge for the rig identified under Items 1-3 for the small, medium and large pumps has already been paid to the Contractor. 10. Page 13 of 49, item 2 Statement that the bidder is a licensed master water well pump installer. Master license includes wind mill service for which not all commercial well and pump service companies provide service for. Can the word master be removed for the requirements? Answer 10: Requirement has been deleted. See Addendum no Page 15 of 49, item 12, states that we are required to provide an engineered traffic control plan and the cost is incidental to pulling the pump and should be included in the pulling price. Whether we utilize this service or not, SAWS will be charged, as written. Would it not be in SAWS best interest to provide a separate bid item for this service? Answer 11: Traffic control requirements shall be incidental to Items 1-3 for the small, medium and large pumps which have already been paid to the Contractor. 12. Page 16 of 49, item D, Work Schedule. States that normal work hours are 7:00am to 3:30 pm. Would it be possible to extend this to 5:00pm? Answer 12: See response to Question no. 1. Page 3 of 10

4 13. Page 17 of 49, item 4, It is our understanding that this item has not been utilized on previous contracts and if utilized would impede the installation process. The contractor awarded the project is ultimately responsible for the proper installation and operation of the pump assembly and will provide a warranty. Should this item be removed? Answer 13: Item has been deleted. See Modifications to the Specifications section above. 14. Page 20 of 49, item K, Salvageable Material, contractor is responsible for all expenses associated with transporting to SAWS facility. Shall this costs be included in the pull or install pricing? Answer 14: See response to Question no Page 21 of 49, item B, 2, pulling or installing shall be paid for by LF whether in a building or outdoors, flanged or screwed. There are instances where some pump settings are 400 versus 60 and some can be pulled with our rigs and some may require a rental crane. Costs associated with renting a crane to pull a pump would be considerably more, under most circumstances. We would have to include the cost of a crane rental in our pulling price whether or not it is necessary. Would it not be in SAWS best interest to provide a separate bid item for crane rental? Answer 15: See response to Question no Page 21 of 49, item C, 1&2, states that Well Mudding Service is for the installation and or removal of mud and includes the purchasing, mixing, application, removal and disposal. Section 2 of this item states that mobilization/ demobilization, of mixing equipment and tanks is incidental cost to plan work, transport and setup equipment, teardown and transport off site and final clean-up. The bid form has this as an allowance with a percentage mark-up and that the contractor will be paid based on submitting subcontractors invoices. How is the contractor to get paid for his labor for mobilization and demobilization of equipment if it is incidental and SAWS is paying subcontractors invoices only? Answer 16: The Contractor s mark-up cost shall include all additional associated expenses associated with Well Mudding Services. 17. Page 23 of 49, items I, J & K, Fishing, Scratching and Blockage Removal. All three (3) of these items state that mobilization and demobilization costs should be included in the pulling price of the pumps. These items may or may not be utilized and the way it is specified SAWS will pay mobilization and demobilization costs of drill pipe, fishing tools, etc. whether they are utilized or not. Would it not be in SAWS best interest to provide a separate bid item for these mobilization and demobilization costs? Answer 17: See response to Question no Page 26 of 49, item A, motor teardown and inspection. Do the submersible motors removed from the wells need to be inspected and repaired by the manufacturer s authorized repair facility? Answer 18: Contractor shall make sure the new installed equipment is fully functional as per the manufacturer s recommendations. SAWS does not dictate which repair facility the equipment should be sent to. 19. Some of the submersible motors that SAWS is going to want to be pulled are going to have mercury seals. Mercury is considered a hazards material and shipping cost and handling is expensive compare to motors with a mechanical seal. Should there be a line item distinguishing the two different seal types to cover the additional cost of handling hazardous material? Page 4 of 10

5 Answer 19: In the event hazardous materials are found during the inspection of the submersible equipment, then the allowance included in the Price Schedule under Group C, Item 8, shall be used to pay for any additional cost. 20. DELIVERY OF GOODS/SERVICES The bidder will clearly state in the bid the time required for delivery upon receipt of contract or purchase order. Proposed delivery time must be specific and such phrases as required, as soon as possible or prompt may result in disqualification of the bid. Since bidders do not know what exact product is required, lead-times will be determined on a case by case basis. Please confirm that delivery times must be specified. Answer 20: Contractor is not required to submit delivery times at the time of submitting his bid. 21. Teardown and Inspection Reports (TIR) Test reports (balance, vibration, hydrostatic, NPSH, submersible pump / motor unit test, etc. as applicable) Do the submersible motors need to go back to the manufacturer for repair or will you allow any repair facility to repair the motors? Please confirm that all pumps and motor need to be tested in a pit prior to installation? This is not a typical rebuild on you smaller pumps and motors, this will cause excessive lead times. Answer 21: See response to Question 18. All equipment must be tested at the Contractor s repair facility prior to installation. Copies of the reports must be submitted to SAWS for approval prior to shipment. 22. Pump, Pump Component, and Submersible Motor Repair/Rehabilitation Requirements Pump repairs or rehabilitation work shall be completed within 20 working days after receipt of P.O. authorizing the work. Submersible motor repairs or specialty work shall be completed within 30 working days after receipt of P.O. authorizing the work. Please allow more than 20 days on a case by case basis with written approval. Answer 22: SAWS may grant additional days on a case by case basis. Contractor shall demonstrate in writing, the need for additional days. 23. SALVAGEABLE MATERIAL Please provide a bid item for hauling salvageable materials Answer 23: See response to Question Items 11: Scratching and Cleaning Suggestion - changing the bid item from SF to hourly rate for mob and demob and trip time, a separate hourly rate for jet time, and linear foot for scratching and agitating. Linear Foot LF will require specified time per foot: example: scratch casing at a rate of 1 minutes per foot and 2 minutes per foot on screen. The time is usually determined off of the severity of build up. This will allow the item to be LF. Page 5 of 10

6 Answer 24: See response to Question Items 12: Blockage Removal Please confirm that this item requires a drilling rig. Will SAWS allow the use of a sub-contractor if a drilling rig is required? If not this will limit your qualified bidders, in the past there was only one contractor in town with both drilling and services rigs. Answer 25: See response to Question 9. A drilling rig from a sub-contractor is acceptable. 26. Will you please provide a bid item for crane services using a percent over invoice? Answer 26: See response to Question Scotch Coat please confirm that Scotch Coat is required on repairs and new installations. Excessive lead times and field touch-ups are concerns with using Scotch Coating. Epoxy coating less lead time and easy field touch-up. Will epoxy coating be accepted for repairs and new installations? Answer 27: See response to Question 8. Special coatings may be required by SAWS on a case by case basis. Contractor shall assume, for bidding purposes, an epoxy coating will be required for repaired equipment and fusion bonded epoxy for brand new equipment. 28. Please confirm hours of operation. Answer 28: See response to Question Will the 20% maximum markup for parts be removed? Answer 29: See response to Question Page 26 of 49 B-4 Please confirm that if a subcontractor is used, no markups will be allowed. Contractors incur costs on any subcontractor work - please allow for a % over invoice for all subcontractor work. Answer 30: Requirements shall remain as listed under Section III, Group C, B, Page 18 of F Please confirm that the failure to replace parts/equipment within 10 days of the request from SAWS will result in a total breach of contract. Answer 31: Contractor is required to only provide cost estimates within 10 working days per Section I, G, 3. IT IS NECESSARY THAT THIS ADDENDUM BE RETURNED. Page 6 of 10

7 PRICE SCHEDULE FIRST YEAR BASE PERIOD Item No. Description Qty. Unit Unit Price or % Mark-Up Group A Pump Pulling and Installation 1 Pull or Install (per foot of column) Small Pumps (2-6 ) 6000 FT $ $ 2 Pull or Install (per foot of column) Medium Pumps (8-14 ) 8000 FT $ $ 3 Pull or Install (per foot of column) Large Pumps (>16 ) 1000 FT $ $ 4 Well Mudding Services $150,000 /YR % $ 5 Well Bailing 40 HR $ $ 6 Well Video Log 1200 FT $ $ 7 Well Geophysical Survey 1200 FT $ $ 8 Dekoron Airline Installation 1000 FT $ $ 9 Miscellaneous Parts $80,000 /YR % $ 10 Fishing for Pump, Column, or Parts 120 HR $ $ 11 Scratching and Cleaning 240 HR $ $ 12 Blockage Removal 200 HR $ $ SUBTOTAL (Group A) $ Group B Well Pump Repair 1 Pump Teardown and Inspection (all sizes) 20 EA $ $ 2 Pump Repair Shop Labor Regular Time 250 HR $ $ 3 Pump Repair Shop Labor Overtime 20 HR $ $ 4 Pump Parts and Materials $100,000 /YR % $ 5 Line Shaft Replacement $40,000 /YR % $ 6 Line Shaft Bearings $40,000 /YR % $ 7 Column Pipe and /or Pump Coating 5,000 SF $ $ Extended Price 8 Bid Mark-ups $50,000 /YR % $ SUBTOTAL (Group B) $ Group C Submersible Pump and Motor Repair Identify subcontractor, if applicable:. 1 Motor Teardown and Inspection 8 Diameter Frame 2 EA $ $ 2 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 3 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 4 Motor Teardown and Inspection 18 Diameter Frame 1 EA $ $ 5 Repair Shop Labor Regular Time 150 HR $ $ 6 Repair Shop Labor Overtime 20 HR $ $ 7 Pump and Submersible Motor Unit Test 2 EA $ $ 8 Motor Parts and Materials $100,000 /YR % $ 9 Shipping Costs (Round Trip) 10 trips $ $ SUBTOTAL (Group C) $ Group D Well Pump and Component Replacement 1 Well Pumps $200,000 /YR % $ 2 Well Motors $200,000 /YR % $ 3 Column Pipe, Discharge Head, and other Components $60,000 /YR % $ 4 Power Cable $50,000 /YR % $ SUBTOTAL (Group D) $ FIRST YEAR BASE PERIOD TOTAL CONTRACT AMOUNT (Groups A, B, C and D) $ Page 7 of 10

8 PRICE SCHEDULE OPTION YEAR 1 Item No. Description Qty. Unit Unit Price or % Mark-Up Group A Pump Pulling and Installation 1 Pull or Install (per foot of column) Small Pumps (2-6 ) 6000 FT $ $ 2 Pull or Install (per foot of column) Medium Pumps (8-14 ) 8000 FT $ $ 3 Pull or Install (per foot of column) Large Pumps (>16 ) 1000 FT $ $ 4 Well Mudding Services $150,000 /YR % $ 5 Well Bailing 40 HR $ $ 6 Well Video Log 1200 FT $ $ 7 Well Geophysical Survey 1200 FT $ $ 8 Dekoron Airline Installation 1000 FT $ $ 9 Miscellaneous Parts $80,000 /YR % $ 10 Fishing for Pump, Column, or Parts 120 HR $ $ 11 Scratching and Cleaning 240 HR $ $ 12 Blockage Removal 200 HR $ $ SUBTOTAL (Group A) $ Group B Well Pump Repair 1 Pump Teardown and Inspection (all sizes) 20 EA $ $ 2 Pump Repair Shop Labor Regular Time 250 HR $ $ 3 Pump Repair Shop Labor Overtime 20 HR $ $ 4 Pump Parts and Materials $100,000 /YR % $ 5 Line Shaft Replacement $40,000 /YR % $ 6 Line Shaft Bearings $40,000 /YR % $ 7 Column Pipe and /or Pump Coating 5,000 SF $ $ Extended Price 8 Bid Mark-ups $50,000 /YR % $ SUBTOTAL (Group B) $ Group C Submersible Pump and Motor Repair Identify subcontractor, if applicable:. 1 Motor Teardown and Inspection 8 Diameter Frame 2 EA $ $ 2 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 3 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 4 Motor Teardown and Inspection 18 Diameter Frame 1 EA $ $ 5 Repair Shop Labor Regular Time 150 HR $ $ 6 Repair Shop Labor Overtime 20 HR $ $ 7 Pump and Submersible Motor Unit Test 2 EA $ $ 8 Motor Parts and Materials $100,000 /YR % $ 9 Shipping Costs (Round Trip) 10 trips $ $ SUBTOTAL (Group C) $ Group D Well Pump and Component Replacement 1 Well Pumps $200,000 /YR % $ 2 Well Motors $200,000 /YR % $ 3 Column Pipe, Discharge Head, and other Components $60,000 /YR % $ 4 Power Cable $50,000 /YR % $ SUBTOTAL (Group D) $ OPTION YEAR 1 TOTAL CONTRACT AMOUNT (Groups A, B, C and D) $ Page 8 of 10

9 PRICE SCHEDULE OPTION YEAR 2 Item No. Description Qty. Unit Unit Price or % Mark-Up Group A Pump Pulling and Installation 1 Pull or Install (per foot of column) Small Pumps (2-6 ) 6000 FT $ $ 2 Pull or Install (per foot of column) Medium Pumps (8-14 ) 8000 FT $ $ 3 Pull or Install (per foot of column) Large Pumps (>16 ) 1000 FT $ $ 4 Well Mudding Services $150,000 /YR % $ 5 Well Bailing 40 HR $ $ 6 Well Video Log 1200 FT $ $ 7 Well Geophysical Survey 1200 FT $ $ 8 Dekoron Airline Installation 1000 FT $ $ 9 Miscellaneous Parts $80,000 /YR % $ 10 Fishing for Pump, Column, or Parts 120 HR $ $ 11 Scratching and Cleaning 240 HR $ $ 12 Blockage Removal 200 HR $ $ SUBTOTAL (Group A) $ Group B Well Pump Repair 1 Pump Teardown and Inspection (all sizes) 20 EA $ $ 2 Pump Repair Shop Labor Regular Time 250 HR $ $ 3 Pump Repair Shop Labor Overtime 20 HR $ $ 4 Pump Parts and Materials $100,000 /YR % $ 5 Line Shaft Replacement $40,000 /YR % $ 6 Line Shaft Bearings $40,000 /YR % $ 7 Column Pipe and /or Pump Coating 5,000 SF $ $ Extended Price 8 Bid Mark-ups $50,000 /YR % $ SUBTOTAL (Group B) $ Group C Submersible Pump and Motor Repair Identify subcontractor, if applicable:. 1 Motor Teardown and Inspection 8 Diameter Frame 2 EA $ $ 2 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 3 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 4 Motor Teardown and Inspection 18 Diameter Frame 1 EA $ $ 5 Repair Shop Labor Regular Time 150 HR $ $ 6 Repair Shop Labor Overtime 20 HR $ $ 7 Pump and Submersible Motor Unit Test 2 EA $ $ 8 Motor Parts and Materials $100,000 /YR % $ 9 Shipping Costs (Round Trip) 10 trips $ $ SUBTOTAL (Group C) $ Group D Well Pump and Component Replacement 1 Well Pumps $200,000 /YR % $ 2 Well Motors $200,000 /YR % $ 3 Column Pipe, Discharge Head, and other Components $60,000 /YR % $ 4 Power Cable $50,000 /YR % $ SUBTOTAL (Group D) $ OPTION YEAR 2 TOTAL CONTRACT AMOUNT (Groups A, B, C and D) $ Page 9 of 10

10 PRICE SCHEDULE OPTION YEAR 3 Item No. Description Qty. Unit Unit Price or % Mark-Up Group A Pump Pulling and Installation 1 Pull or Install (per foot of column) Small Pumps (2-6 ) 6000 FT $ $ 2 Pull or Install (per foot of column) Medium Pumps (8-14 ) 8000 FT $ $ 3 Pull or Install (per foot of column) Large Pumps (>16 ) 1000 FT $ $ 4 Well Mudding Services $150,000 /YR % $ 5 Well Bailing 40 HR $ $ 6 Well Video Log 1200 FT $ $ 7 Well Geophysical Survey 1200 FT $ $ 8 Dekoron Airline Installation 1000 FT $ $ 9 Miscellaneous Parts $80,000 /YR % $ 10 Fishing for Pump, Column, or Parts 120 HR $ $ 11 Scratching and Cleaning 240 HR $ $ 12 Blockage Removal 200 HR $ $ SUBTOTAL (Group A) $ Group B Well Pump Repair 1 Pump Teardown and Inspection (all sizes) 20 EA $ $ 2 Pump Repair Shop Labor Regular Time 250 HR $ $ 3 Pump Repair Shop Labor Overtime 20 HR $ $ 4 Pump Parts and Materials $100,000 /YR % $ 5 Line Shaft Replacement $40,000 /YR % $ 6 Line Shaft Bearings $40,000 /YR % $ 7 Column Pipe and /or Pump Coating 5,000 SF $ $ Extended Price 8 Bid Mark-ups $50,000 /YR % $ SUBTOTAL (Group B) $ Group C Submersible Pump and Motor Repair Identify subcontractor, if applicable:. 1 Motor Teardown and Inspection 8 Diameter Frame 2 EA $ $ 2 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 3 Motor Teardown and Inspection Diameter Frame 2 EA $ $ 4 Motor Teardown and Inspection 18 Diameter Frame 1 EA $ $ 5 Repair Shop Labor Regular Time 150 HR $ $ 6 Repair Shop Labor Overtime 20 HR $ $ 7 Pump and Submersible Motor Unit Test 2 EA $ $ 8 Motor Parts and Materials $100,000 /YR % $ 9 Shipping Costs (Round Trip) 10 trips $ $ SUBTOTAL (Group C) $ Group D Well Pump and Component Replacement 1 Well Pumps $200,000 /YR % $ 2 Well Motors $200,000 /YR % $ 3 Column Pipe, Discharge Head, and other Components $60,000 /YR % $ 4 Power Cable $50,000 /YR % $ SUBTOTAL (Group D) $ OPTION YEAR 3 TOTAL CONTRACT AMOUNT (Groups A, B, C and D) $ Page 10 of 10

SECTION SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS

SECTION SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections,

More information

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES SECTION 01334 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 GENERAL 1.01 SUMMARY A. Submit to the ENGINEER for review, such working drawings, shop drawings, test reports and data on materials and equipment

More information

REQUEST FOR QUOTATION INVITATION

REQUEST FOR QUOTATION INVITATION REQUEST FOR QUOTATION INVITATION DATE: July 15, 2010 DPS: REQUIREMENT: SUBJECT: Patricia Farina DPS Contract Administrator Email: Patricia.Farina@cityofchicago.org Telephone: 312-744-7660 Silver Halide

More information

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals. SECTION 01300 PART 1 GENERAL 1.1 SECTION INCLUDES A. Description of Requirements B. Submittal Procedures C. Specific Submittal Requirements D. Action on Submittals E. Repetitive Review 1.2 DESCRIPTION

More information

INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS:

INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS: INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS: 013300 SUBMITTAL PROCEDURES 018116 CONSTRUCTION WASTE MANAGEMENT DIVISION 2 EXISTING CONDITIONS: 023000 EARTHWORK

More information

Taylor County July 2011 SECTION SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES

Taylor County July 2011 SECTION SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES SECTION 01340 SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES PART 1 - GENERAL 1.1 REQUIREMENTS INCLUDED A. Contractor shall submit to the Architect/Engineer for review and exception, if any, such working

More information

Efficient Tactics of Project Management

Efficient Tactics of Project Management Ohio Structure Steel & Architectural Metals Association Efficient Tactics of Project Management Friday, June 23, 2017 Mark V. Holland, P.E. Chief Engineer Paxton & Veirling Steel Co. How to get paid. This

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS FOR ANNUAL CONTRACT FOR THE PURCHASE OF WORK UNIFORMS ADDENDUM 4

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS FOR ANNUAL CONTRACT FOR THE PURCHASE OF WORK UNIFORMS ADDENDUM 4 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: February 3, 2017 BID NO.: 17-5050 FORMAL INVITATION FOR BIDS FOR ANNUAL CONTRACT FOR THE PURCHASE OF WORK UNIFORMS

More information

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT ADDENDUM NO. 1 TO REQUEST FOR PROPOSALS For EQUIPMENT FOR THE 2014 CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT WASTEWATER TREATMENT PLANT IMPROVEMENT PROJECT:

More information

10930 W. Sam Houston Parkway N., Suite 900

10930 W. Sam Houston Parkway N., Suite 900 ADDENDUM NO. 1 10930 W Sam Houston Pkwy. North Suite 900 Houston, Texas 77064 281.664.1900 281.664.1912 (f) www.salasobrien.com March 21, 2018 Project: Prepared by: Taylor Career Center Welding Labs Beaumont

More information

Section Meetings Section Material and Equipment. None Required

Section Meetings Section Material and Equipment. None Required January 2000 Page 1 of 8 PART 1 GENERAL 1.01 OTHER CONTRACT DOCUMENTS 1.02 DESCRIPTION OF WORK 1.03 RELATED WORK PART 2 PRODUCTS The General Conditions of the Contract, General Requirements and Supplemental

More information

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box East Shore Road Jamestown, Rhode Island Invitation to Bid Request for Proposals

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box East Shore Road Jamestown, Rhode Island Invitation to Bid Request for Proposals RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835-0437 Invitation to Bid Request for Proposals Mototrbo Digital VHF Radio System Solicitation Number:

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION SUBMITTAL PROCEDURES

DIVISION 1 GENERAL REQUIREMENTS SECTION SUBMITTAL PROCEDURES DIVISION 1 GENERAL REQUIREMENTS SECTION 01 33 00 PART 1 - GENERAL 1.1 SUMMARY A. This section includes administrative and procedural requirements for submittals required for performance of the work, including

More information

SECTION SUBMITTAL PROCEDURES

SECTION SUBMITTAL PROCEDURES SECTION 01330 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide submittals in accordance with the General Conditions as modified by the Supplementary Conditions,

More information

A. Action Submittals: Written and graphic information that requires Engineer's responsive action.

A. Action Submittals: Written and graphic information that requires Engineer's responsive action. SECTION 01330 - SUBMITTAL PROCEDURES 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 information

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia BULLETIN NO. 6 TO THE PLANS AND SPECIFICATIONS FOR JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia EwingCole Architects.Engineers.Interior Designers.Planners

More information

A. Action Submittals: Written and graphic information that requires Architect's responsive action.

A. Action Submittals: Written and graphic information that requires Architect's responsive action. SECTION 01330 - SUBMITTAL PROCEDURES 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 information

INVITATION TO BID. * EA Mounted) 24 Detector Card (NEMA TS-2) * EA 25 Concrete Curb Ramp *848 5 EA

INVITATION TO BID. * EA Mounted) 24 Detector Card (NEMA TS-2) * EA 25 Concrete Curb Ramp *848 5 EA INVITATION TO BID TOWN OF CARY Cary, North Carolina Sealed bids must be submitted no later than 1:30 p.m. on October 1, 2018 to the Town of Cary at the office of the Transportation and Facilities Department],

More information

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. SECTION 013300 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION. B. Examine all conditions as they exist at the project prior to submitting

More information

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES SECTION 01 33 23 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 GENERAL 1.1 DESCRIPTION A. This specification defines the general requirements and procedures for submittals. A submittal is information

More information

Merrick Pet Care New Distribution Center Hereford, Texas

Merrick Pet Care New Distribution Center Hereford, Texas Merrick Pet Care New Distribution Center Hereford, Texas DATE: March 16, 2015 ARCHITECTURAL/ELECTRICAL ADDENDUM #6 FROM: TO: PROJECT: Lavin Associates, Architects Plan Holders of Record Merrick Pet Care,

More information

WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.:

WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.: WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO-00111 Job No.: 16-7003 To Respondent of Record: ADDENDUM 2 July 5, 2017 This addendum, applicable to work referenced

More information

REQUEST FOR BIDS PURCHASING DEPARTMENT TELEPHONE: FAX:

REQUEST FOR BIDS PURCHASING DEPARTMENT TELEPHONE: FAX: REQUEST FOR BIDS PURCHASING DEPARTMENT TELEPHONE: 570-740-0370 FAX: 570-740-0525 Luzerne County Community College wishes to solicit bids for the work listed below. Bids must be received in the College's

More information

A. Section includes administrative and procedural requirements for project record documents, including the following:

A. Section includes administrative and procedural requirements for project record documents, including the following: SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01

More information

TERMS OF SALE. Quotations & Orders

TERMS OF SALE. Quotations & Orders Quotations & Orders 1. Quotation is in USD unless otherwise indicated and is based on information provided to SolarPath Inc. at time of quotation, i.e. location, application, operating profile, etc., and

More information

SECTION SUBMITTAL PROCEDURES

SECTION SUBMITTAL PROCEDURES SECTION 013300 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply

More information

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Y18-703-CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT REVISED BID OPENING DATE: DECEMBER 5, 2017 This addendum is hereby incorporated

More information

SECTION SUBMITTAL PROCEDURES

SECTION SUBMITTAL PROCEDURES SECTION 01330 - SUBMITTAL PROCEDURES 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 information

East Central College

East Central College SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 12/12/2018

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 12/12/2018 SECTION 01 7839 - PROJECT RECORD DOCUMENTS GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

Answer: Qualification statement should be provided with the bid.

Answer: Qualification statement should be provided with the bid. Little Diversified Architectural Consulting, Inc. 5815 Westpark Drive Charlotte, North Carolina 28217 Phone: 704-525-6350 Fax: 704-561-8700 Lincoln County Probation Renovation 208 N. Government Street

More information

NON-EXHIBITOR/Business MEMBERSHIP

NON-EXHIBITOR/Business MEMBERSHIP The Southwest Music Summer Exhibition is held in conjunction with the TBA/TCDA/TODA Conventions for the purpose of allowing firms and organizations catering to the music trade to display their products,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS PROJECT: Painting of the Signal Poles, Mast Arms and Decorative Bases OWNER: City of Goose Creek, Department of Public Works RECEIPT OF PROPOSALS: Separate sealed proposals for the

More information

The Corporation of the City of Nelson Office of the Finance and Purchasing Manager Telephone : (250) Fax : (250)

The Corporation of the City of Nelson Office of the Finance and Purchasing Manager Telephone : (250) Fax : (250) The Office of the Finance and Purchasing Manager Telephone : (250) 352-8204 Fax : (250) 352-6594 REQUEST FOR PREQUALIFICATIONS RADIO COMMUNICATIONS INFRASTRUCTURE UPGRADE CONTRACTOR SERVICES 2018-PRQ-01

More information

Booster Pumping Station 115 Booster Pump Procurement

Booster Pumping Station 115 Booster Pump Procurement Madison Water Utility Tom Heikkinen General Manager 119 E. Olin Avenue Alan L. Larson PE, BCEE Principal Engineer Madison, Wisconsin 53713 Telephone: 608 266-4653 FAX: 608 266-4426 email: allarson@cityofmadison.com

More information

19th Annual Holiday Craft Fair

19th Annual Holiday Craft Fair 19th Annual Holiday Craft Fair Friday, November 18th, 2pm to 6pm Saturday, November 19 th, 8am to 3pm --- Craft Vendor Application Form --- The OVparks would like to cordially invite you to participate

More information

Attached is Addendum No. 2 to SEPTA Sealed Bid APES, Install DC Stinger Distribution System - SEPTA Fern Rock Car House.

Attached is Addendum No. 2 to SEPTA Sealed Bid APES, Install DC Stinger Distribution System - SEPTA Fern Rock Car House. Dear Sir/Madam: Attached is Addendum No. 2 to SEPTA Sealed Bid 17-00222-APES, Install DC Stinger Distribution System - SEPTA Fern Rock Car House. The Bid due date and time is changed from Thursday, Nov.

More information

Software Services, Section 16748, Add as an attachment to this section Attachment A enclosed with this addendum.

Software Services, Section 16748, Add as an attachment to this section Attachment A enclosed with this addendum. This addendum is hereby made part of the Request for Bid for the above-named project and shall be taken into consideration by all firms preparing a submittal on this project. Acknowledge receipt of this

More information

Pre-Filter. Brushless/ Sparkless Blower. HEPA Filter. Fluorescent Light

Pre-Filter. Brushless/ Sparkless Blower. HEPA Filter. Fluorescent Light A Pre-Filter Brushless/ Sparkless Blower HEPA Filter Fluorescent Light B TO: Nayan Patel Central Drugs Compounding Pharmacy 520 W. La Habra Blvd. La Habra, CA 90631 QUOTATION DATE: QUOTATION NO: PHONE

More information

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO. ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO. PS 061 SEVEN SPRINGS WASTEWATER TREATMENT FACILITY IMPROVEMENTS PASCO COUNTY,

More information

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 General

More information

Fabrication and Supply of Cable Tray. CTI Agartala, Aligarh, Gorakhpur, Muzaffarpur, Patna

Fabrication and Supply of Cable Tray. CTI Agartala, Aligarh, Gorakhpur, Muzaffarpur, Patna Fabrication and Supply of Cable Tray at CTI Agartala, Aligarh, Gorakhpur, Muzaffarpur, Patna BROADCAST ENGINEERING CONSULTANTS INDIALIMITED 14-B, I. P. Estate, Ring Road, New Delhi CONTENTS Sr. No Title

More information

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

United Nations Development Programme

United Nations Development Programme Tax on Price Quotation Payment Terms (max. advanced payment is 20% of total price) must be inclusive of VAT and other applicable indirect taxes must be exclusive of VAT and other applicable indirect taxes

More information

BID DOCUMENTS FOR THE PURCHASE OF PRECAST CONCRETE BOX CULVERT

BID DOCUMENTS FOR THE PURCHASE OF PRECAST CONCRETE BOX CULVERT February 04, 2016 BID DOCUMENTS FOR THE PURCHASE OF PRECAST CONCRETE BOX CULVERT The Bid Documents that are included as part of the above bid package include the following: 1). Instructions to bidders

More information

Supply of Paint for FEA s Administration Building, Training Center & Guard House in Navutu, Lautoka

Supply of Paint for FEA s Administration Building, Training Center & Guard House in Navutu, Lautoka Supply of Paint for FEA s Administration Building, Training Center & Guard House in Navutu, Lautoka Tender Number: MR 137/2018 1 1. BACKGROUND Fiji Electricity Authority (FEA) is a statutory body vested

More information

TBA BUSINESS MEMBER BENEFITS MEMBERSHIP INFORMATION

TBA BUSINESS MEMBER BENEFITS MEMBERSHIP INFORMATION MEMBERSHIP INFORMATION All companies, corporations, or school affiliated organizations who wish to participate in the Texas Bandmasters Association (TBA) 2012 Convention/ Clinic for the purpose of contacting

More information

MISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration

MISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration SECTION 01 340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

-and- (the Artist ) maquette means the drawing or model, prepared by the Artist, of the proposed Art Work;

-and- (the Artist ) maquette means the drawing or model, prepared by the Artist, of the proposed Art Work; THIS AGREEMENT made in triplicate this th day of, 200 BETWEEN: CITY OF OTTAWA (the City -and- (the Artist WHEREAS the Council of the former City of Ottawa, an old municipality as defined in the City of

More information

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days.

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days. This addendum is hereby made part of the Request for Bid for the above-named project and shall be taken into consideration by all firms preparing a submittal on this project. Acknowledge receipt of this

More information

SECTION 58 PRECAST CONCRETE BOX CULVERT. This work consists of furnishing and installing Pre-cast Concrete Box Culverts.

SECTION 58 PRECAST CONCRETE BOX CULVERT. This work consists of furnishing and installing Pre-cast Concrete Box Culverts. SECTION 58 PRECAST CONCRETE BOX CULVERT 58.1 DESCRIPTION A. General This work consists of furnishing and installing Pre-cast Concrete Box Culverts. B. Related Work Section 51 Section 52 Section 53 Section

More information

Gypsy Statement of Limited Warranty. Part 1 General Terms

Gypsy Statement of Limited Warranty. Part 1 General Terms Gypsy Statement of Limited Warranty Part 1 General Terms This Statement of Limited Warranty includes Part 1 General Terms, and Part2 Warranty Information. The warranties provided by PROVO CRAFT AND NOVELTY,

More information

ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030 ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO. 2018-008-COM.00030 To: Prospective Bidders of Record Date: January 8, 2019 The following changes, additions, revisions, and/or deletions

More information

NATIONAL DOPE TESTING LABORATORY JAWAHARLAL NEHRU STADIUM, EAST GATE, LODHI ROAD, NEW DELHI

NATIONAL DOPE TESTING LABORATORY JAWAHARLAL NEHRU STADIUM, EAST GATE, LODHI ROAD, NEW DELHI NATIONAL DOPE TESTING LABORATORY JAWAHARLAL NEHRU STADIUM, EAST GATE, LODHI ROAD, NEW DELHI 110 003 TERMS & CONDITIONS OF TENDER DOCUMENT FOR SUPPLY OF DESKTOPS, LAPTOPS, PRINTERS & UPS DATE OF ISSUE 09/10/2014

More information

DIVISION 1 - GENERAL REQUIREMENTS SECTION SUBMITTALS

DIVISION 1 - GENERAL REQUIREMENTS SECTION SUBMITTALS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01300 - SUBMITTALS PART 1 - GENERAL 1.1 STIPULATIONS A. The section "Special Requirements" forms a part of this section by this reference thereto and shall have

More information

Working Drawing Manual

Working Drawing Manual Working Drawing Manual 2012 Table of Contents Section 1 Working Drawing Types... 1 1.1 General... 1 Section 2 Processing Steps... 1 2.1 Project Manager... 1 2.2 Engineering Document Unit... 2 2.3 Contractor...

More information

Invitation for Bids Amendment #1

Invitation for Bids Amendment #1 Invitation for Bids Amendment #1 DESCRIPTION: Interior Door Hardware Replacement Solicitation: Date Issued: Procurement Officer: Phone: E-Mail Address: Mailing Address: USING GOVERNMENTAL UNIT: SPARTANBURG

More information

SECTION PROJECT MANAGEMENT AND COORDINATION

SECTION PROJECT MANAGEMENT AND COORDINATION SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

Valley Road Main Replacement

Valley Road Main Replacement Bonding Provided Construction Co., Construction, Construction, 5% 5% 5% 5% 5% 5% 5% acknowledged 2 - Bidder Acknowledges Receipt of Addendums there was only 1 Affadivit of Preferential Bidders Status not

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 May 31, 2017 TO: RE: Prospective Bidders Request for Quotation (RFQ) Copying Services The Greater Dayton Regional Transit Authority

More information

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number:

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number: ADDENDUM # 01 Date: March 16, 2017 Reference: District- Wide Grease Trap Pumping Services RFQ Number: 117-22-3-29 The following questions were submitted for clarification and/or to request additional information.

More information

UCCS University Hall Fire Sprinkler System Upgrade March 1, 2011 RTA SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL

UCCS University Hall Fire Sprinkler System Upgrade March 1, 2011 RTA SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017 NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP 697-16-016 July 28, 2017 Reference is made to the Request for Proposal (RFP) to Service Providers for Nevada Shared Radio Replacement Project, upon

More information

Textron/Harman Fair Fund c/o Analytics Consulting LLC P.O. Box 2011 Chanhassen, MN PROOF OF CLAIM FORM

Textron/Harman Fair Fund c/o Analytics Consulting LLC P.O. Box 2011 Chanhassen, MN PROOF OF CLAIM FORM United States District Court, Southern District of New York, SEC v. Al-Raya Investment Company, et al. Textron/Harman Fair Fund c/o Analytics Consulting LLC P.O. Box 2011 Chanhassen, MN 55317-2011 PROOF

More information

SECTION 2 GENERAL REQUIREMENTS

SECTION 2 GENERAL REQUIREMENTS SECTION 2 GENERAL REQUIREMENTS 2-1 ENGINEER REQUIRED: All plans and specifications for Improvements which are to be accepted for maintenance by the County and private, on-site drainage and grading shall

More information

SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

CITY OF NAPERVILLE DEVELOPMENT SERVICES TEAM ELEVATOR INSTALLATION/MODERNIZATION/REPAIR

CITY OF NAPERVILLE DEVELOPMENT SERVICES TEAM ELEVATOR INSTALLATION/MODERNIZATION/REPAIR CITY OF NAPERVILLE DEVELOPMENT SERVICES TEAM ELEVATOR INSTALLATION/MODERNIZATION/REPAIR Permit # Complete this application and submit it to the Development Services Team, 400 S. Eagle Street, Naperville.

More information

A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following:

A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division

More information

ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030 ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO. 2018-008-COM.00030 To: Prospective Bidders of Record Date: December 17, 2018 The following changes, additions, revisions, and/or deletions

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 3300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO. Department of Public Works Transportation Division September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C ADDENDUM NO. 3 Dear Bidder: The

More information

.2 Accompany all submissions with a transmittal letter, in duplicate, containing:.4 Specification Section number for each submittal

.2 Accompany all submissions with a transmittal letter, in duplicate, containing:.4 Specification Section number for each submittal City of Winnipeg Brady Road Landfill Site Section 01300 New Entrance and Scale Facility Page 1 of 4 SUBMITTALS 1. SHOP DRAWINGS 1.1 General.1 Arrange for the preparation of clearly identified Shop Drawings

More information

InstaTime Photobooth Rental Agreement

InstaTime Photobooth Rental Agreement InstaTime Photobooth Rental Agreement Service Contract The following contract and its terms will set forth an Agreement between InstaTime Photobooth (SUPPLIER) and (CLIENT) the parties, for Photobooth

More information

PORT OF ST. HELENS SCAPPOOSE INDUSTRIAL AIRPARK PARALLEL TAXIWAY B RELOCATON AIP PROJECT ADDENDUM NO. 1

PORT OF ST. HELENS SCAPPOOSE INDUSTRIAL AIRPARK PARALLEL TAXIWAY B RELOCATON AIP PROJECT ADDENDUM NO. 1 PORT OF ST. HELENS SCAPPOOSE INDUSTRIAL AIRPARK PARALLEL TAXIWAY B RELOCATON AIP PROJECT 3-41-0056-024-2018 ADDENDUM NO. 1 Addendum No. 1 hereby amends the contract documents and drawings for the Scappoose

More information

Ref No: HOlTaarangan/SMS/ /-1763 Date: 16 th Dec, 2013

Ref No: HOlTaarangan/SMS/ /-1763 Date: 16 th Dec, 2013 Taarangan Division, Human Resource Department, Head Office Ref No: HOlTaarangan/SMS/2013-14/-1763 Date: 16 th Dec, 2013 TENDER FOR DESIGNING & PRINTING OF OUR HOUSE JOURNAL "TAARANGAN" Sealed Tenders are

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 May 24, 2017 ADDENDUM NUMBER: Three (3) TITLE: Construction Services for Arlington

More information

SECTION ADMINISTRATIVE REQUIREMENTS

SECTION ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Electronic document submittal service. B. Preconstruction meeting. C. Progress meetings. D. Construction progress schedule. E. Coordination drawings. SECTION 013000

More information

The enclosed information is provided for consideration in the preparation of your response to the abovereferenced

The enclosed information is provided for consideration in the preparation of your response to the abovereferenced To: Prospective Vendor(s) Date: October 25, 2016 Subject: Solicitation Number: DHSMV-RFI-007-16 Cameras and Related Accessories Addendum No. 1 The enclosed information is provided for consideration in

More information

PROCUREMENT OF SERVO CONTROLLED VOLTAGE STABILIZER FOR STPI-NASIK

PROCUREMENT OF SERVO CONTROLLED VOLTAGE STABILIZER FOR STPI-NASIK PROCUREMENT OF SERVO CONTROLLED VOLTAGE STABILIZER FOR STPI-NASIK Sealed quotations are invited under Two-Bid system from reputed agencies, either by themselves or as a joint venture/consortium/partnership

More information

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES SUBMITTAL PROCEDURES PART 1 GENERAL The ASPA Project Engineer (APE) may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective

More information

STATE OF TEXAS Agreement of Sale COUNTY OF TARRANT

STATE OF TEXAS Agreement of Sale COUNTY OF TARRANT STATE OF TEXAS Agreement of Sale COUNTY OF TARRANT This agreement is made and entered into by and between MORREL STUDIOS INC., ( Artist or Studios ), a New York corporation and the CITY OF ARLINGTON, TEXAS

More information

PROCUREMENT OF GOODS UNDER OPEN TENDER PROCEDURE

PROCUREMENT OF GOODS UNDER OPEN TENDER PROCEDURE IFB NO. KGEC/DST-WB/EE /2018-19/995 PROCUREMENT OF GOODS UNDER OPEN TENDER PROCEDURE Kalyani Government Engineering College Kalyani 741 235; Nadia, West Bengal 1 Government of West Bengal Office of the

More information

NATIONAL POWER TRAINING INSTITUTE (WR) (Ministry of Power, Govt. of India) NAGPUR TENDER DOCUMENT SUPPLY OF DRAWING TABLES AND STOOLS

NATIONAL POWER TRAINING INSTITUTE (WR) (Ministry of Power, Govt. of India) NAGPUR TENDER DOCUMENT SUPPLY OF DRAWING TABLES AND STOOLS NATIONAL POWER TRAINING INSTITUTE (WR) (Ministry of Power, Govt. of India) NAGPUR-440022 TENDER DOCUMENT SUPPLY OF DRAWING TABLES AND STOOLS At NPTI (WR), NAGPUR, MAHARASHTRA 1 NATIONAL POWER TRAINING

More information

Bid #3990DB - Two Way Motorola Radio System District Wide Upgrade

Bid #3990DB - Two Way Motorola Radio System District Wide Upgrade LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services 29529 CR 561 Tavares FL 32778 (352) 253-6760 Fax: (352) 253-6761 http://lake.k12.fl.us Superintendent: School Board Members: Susan

More information

NOTICE INVITING TENDER Limited Tender on Single Bid Basis Milling Cutters. Tender Enquiry No: Due Date:

NOTICE INVITING TENDER Limited Tender on Single Bid Basis Milling Cutters. Tender Enquiry No: Due Date: SCOOTERS INDIA LIMITED Sarojini Nagar, Lucknow - 226008 (Phones: 0522-2476090, 2476242 (Exchange) Direct: 0522-2476139) Fax: 91-522-2476190 Email: materials@scoootersindia.com NOTICE INVITING TENDER Limited

More information

Mobile Pressure Washing Price Survey

Mobile Pressure Washing Price Survey Mobile Pressure Washing Price Survey Last Updated: January, 2009 Pricing is more of an art than it is a science. Salesmanship plays a major role in the amount you can get for a particular job. Some Contract

More information

THE GOLF CLUB AT REDMOND RIDGE CLUB CARD PLAN No Initiation Fee and One Low Monthly Price for Year-Around Golf

THE GOLF CLUB AT REDMOND RIDGE CLUB CARD PLAN No Initiation Fee and One Low Monthly Price for Year-Around Golf THE GOLF CLUB AT REDMOND RIDGE CLUB CARD PLAN No Initiation Fee and One Low Monthly Price for Year-Around Golf BENEFITS: Year-round golf at The Golf Club at Redmond Ridge Mon-Fri Anytime and Saturday,

More information

STANDARD SPECIFICATIONS SECTION SUBMITTAL PROCEDURES

STANDARD SPECIFICATIONS SECTION SUBMITTAL PROCEDURES STANDARD SPECIFICATIONS SECTION 01330 SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 DESCRIPTION A. Section includes general requirements and procedures related to preparation and transmittal of Submittals to

More information

City of Munford, Tennessee 1397 Munford Avenue Munford, TN City Hall (901) Dwayne Cole, Mayor

City of Munford, Tennessee 1397 Munford Avenue Munford, TN City Hall (901) Dwayne Cole, Mayor City of Munford, Tennessee 1397 Munford Avenue Munford, TN 38058 City Hall (901) 837-0171 www.munford.com Dwayne Cole, Mayor $250 APPLICATION FEE IS NON REFUNDABLE APPLICANT IS SEEKING A PERMIT WHICH WOULD

More information

SECTION COLUMBARIUM NICHE COVERS

SECTION COLUMBARIUM NICHE COVERS PART 1 - GENERAL 1.1 GENERAL PROVISIONS SECTION 04 73 00 1. Use this section only for NCA projects. 2. Delete between // --- // if not applicable to project. Also delete any other item or paragraph not

More information

Access Hatch. Installation Instructions and Operators Manual. PS DOORS Contact Information. Model AH-710 Standard High Neck Radius Cut

Access Hatch. Installation Instructions and Operators Manual. PS DOORS Contact Information. Model AH-710 Standard High Neck Radius Cut Access Hatch Installation Instructions and Operators Manual Standard Low Profile Frame Model AH-710 Standard High Neck Radius Cut High Neck Frame for special applications. Table of Contents Warranty Information...2

More information

December 31, 2015 A. THE BID OPENING DATE IS UNCHANGED. B. Questions, Additions, and Deletions

December 31, 2015 A. THE BID OPENING DATE IS UNCHANGED. B. Questions, Additions, and Deletions December 31, 2015 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Y16-721-MM / ADDENDUM No. 1 ORANGE COUNTY CONVENTION CENTER PHASE III VALENCIA BALLROOM RENOVATION Bid Opening Date: January 12, 2016

More information

Proposal PROJECT MANUAL P R O P E R T Y M A N A G E M E N T F A L L O N C O U N T Y. Baker, MT P.O. Box 846

Proposal PROJECT MANUAL P R O P E R T Y M A N A G E M E N T F A L L O N C O U N T Y. Baker, MT P.O. Box 846 PROJECT MANUAL P R O P E R T Y M A N A G E M E N T F A L L O N C O U N T Y Proposal P.O. Box 846 Baker, MT 59313 P R E C A S T R E I N F O R C E D C O N C R E T E B O X C U L V E R T F O R W E S T M O

More information

PUBLIC ART PROCUREMENT GUIDELINES

PUBLIC ART PROCUREMENT GUIDELINES PUBLIC ART PROCUREMENT GUIDELINES A. Preliminary A. In 1983, the Minnesota State Legislature enacted the law forming the basis for the Minnesota Percent for Art in Public Places program. This legislation

More information

Support@Powrkraft.com 8ga. @ 0ft, 6ga. @ 50ft, ga @ 00ft, 0ga @ 00ft 3-6 Model Number Motor Diameter* 65556 500W 0 Volt 0 / Most Wood 0 4 ton 30 PSI 3.7 qt. 37 0 97 lb. 6 0W (-3 ISO Viscosity) Hydraulic

More information

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA SECTION 01 78 00 CLOSE-OUT SUBMITTALS PART 1 - GENERAL 1.1 GUARANTEES A. Compile and submit guarantees, bonds, and service and maintenance contracts specified in the individual B. Guarantees from Subcontractors

More information

SAUSALITO-MARIN CITY SANITARY DISTRICT MISCELLANEOUS UPGRADES PROJECT. Addendum No. 2

SAUSALITO-MARIN CITY SANITARY DISTRICT MISCELLANEOUS UPGRADES PROJECT. Addendum No. 2 SAUSALITO-MARIN CITY SANITARY DISTRICT MISCELLANEOUS UPGRADES PROJECT Addendum No. 2 The following shall modify the Contract Documents. The work shall be accomplished in accordance with such modifications.

More information

Bid Advertisement in The Wylie News and NTMWD.com Website INVITATION TO BID NORTH TEXAS MUNICIPAL WATER DISTRICT DIGITAL IMAGING SERVICES

Bid Advertisement in The Wylie News and NTMWD.com Website INVITATION TO BID NORTH TEXAS MUNICIPAL WATER DISTRICT DIGITAL IMAGING SERVICES Bid Advertisement in The Wylie News and NTMWD.com Website INVITATION TO BID NORTH TEXAS MUNICIPAL WATER DISTRICT DIGITAL IMAGING SERVICES Sealed bids addressed to Kelly O Brian, Records Manager, will be

More information

CITY OF TACOMA Tacoma Power/Transmission & Distribution

CITY OF TACOMA Tacoma Power/Transmission & Distribution CITY OF TACOMA Tacoma Power/Transmission & Distribution ADDENDUM NO. 1 DATE: November 6, 2017 REVISIONS TO: Request for Bids Specification No. PT17-0442N Surplus Overhead Distribution Transformer NOTICE

More information

CITY OF BROOKLYN PARK COMMUNICATIONS TECHNOLOGY SITE APPLICATION / MODIFICATION REQUEST FORM

CITY OF BROOKLYN PARK COMMUNICATIONS TECHNOLOGY SITE APPLICATION / MODIFICATION REQUEST FORM City of Brooklyn Park 5200 85 th Avenue N. Brooklyn Park, MN 55443-1825 Permit #: CITY OF BROOKLYN PARK COMMUNICATIONS TECHNOLOGY SITE APPLICATION / MODIFICATION REQUEST FORM Site Name & Address: (existing

More information