MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm

Size: px
Start display at page:

Download "MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm"

Transcription

1 MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com NOTICE -OF ADDENDUM ADDENDUM #3 BID OPENING/DUE DATE: 6/26/2018

2 2 Broadway Andy Byford New York, NY President ft New York CityTransit ~ay 29, 2018 ADDENDUM NO.3 Contract No. TBD I SSE No REMANUFACTURE AND RETURN OF DC MOTOR ARMATURES CURRENT BID CLOSING DATE - Tuesday, JUNE 26,2018 AT 2 PM TO ALL PROSPECTIVE BIDDERS: You are hereby notified of the following changes to the Contract: Please remove the existing Page 1 of the Information for Bidders and replace it with the revised Page 1 of the Information for Bidders attached. Please remove the existing Page 8 of the Information for Bidders and replace it with the revised Page 8 of the Information for Bidders. (See also a redlined version attached indicating the changes made via this addendum.) Please remove the existing Page 18 of the Section III - Specific Contract Provisions, and replace it with the revised Page 18 of the Specific Contract Provisions attached. (See also a redlined version attached indicating the changes made via this addendum.) Please remove the existing Page 2 of the Section VIII - EEO 1 Package (No goals) and replace it with the revised Page 2 of the EEO 1 Package. (See also a redlined version attached indicating the changes made via this addendum.) All other conditions remain unchanged. "Reminder: Be sure to attach this addendum to your bid or acknowledge it in the place provided in Bidder's Proposal. Failure to do so may result in rejection of your bid." The following questions were asked by the prospective bidder(s) and the answers are as follows: 1) Per the Contract documents, Information for Bidders, Page 8, Section 16(a): please confirm on the bid security amount on whether it is 5% of the gross sum bid or $5,000 cashier's check? Answer: The bid security bond in the amount 0/$5,000 must be submitted by the prospective bidder(s) at the time 0/ bid submission. The bid security bond must be a certified cashier's check or a bid bond as per the instructions in Paragraph B.l ofthe Schedule Q. A revised Page 8, In/ormation/or Bidders, Section l6(a) has been attached along with this amendment. SSE No Page 1 of4 AMJ'JD No.3 MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York

3 2) Per Contract documents, Specific Contract Provisions, Section III, Article 104, Paragraph "I": the turnaround time is mentioned as 25 Business Days. Can it be extended to 40 Business Days? Answer: No, the turnaround time will not be extended. 3) The Bid has been classified as a "Remanufacture and Return of DC Motor Armatures" Kindly confirm that this classification has been previously established prior to this bid and if the work of "Remanufacture" has been previously conducted (where and when) on these motors or any DC Motors of similar size or application by NYCT or its vendors under previous contract. Answer: Yes, the title of"remanufacture and Return ofdc Motor Armatures" has been used by NYCT in previous Contracts. Yes, the work of "remanufacture" was previously performed on the DC Motors ofsimilar size or application. 4) Should Schedule X, Federal Drug and Alcohol Testing requirement form, be submitted during the time of bid submission? Answer: Schedule X is not part of this Contract. Please remove it from the Contract documents. 5) Per Contract documents, Specific Contract Provisions, Article 104, the first shipment turnaround time is stipulated as one (1) month. Can this be extended? Answer: The turnaround time for the first shipment, per the Article 104 of the Specific Contract Provisions, shall not be extended with the exception of the extenuating circumstances such as weather and/or road conditions, and upon the discretion of the NYC Transit Project Manager. 6) Please provide clarification of the classification of this IFB as a Remanufacture and Return of the DC Motor Armatures yet NYC Transit has only provided the bidders with General Overhaul and Repair Manuals for the Compressor/Air Conditioning DC Motors and only the rewinding instructions for the Traction motors. All attached documentation in the Technical Specifications appear to be related strictly to Overhaul and Repair, not Remanufacture. Simply to say, if this is an Overhaul as stated in the IFB Technical Documentation we suggest changing the contract name to Overhaul so we are less nervous. Answer: No, the contract title shall remain as it is. The word "overhaul" refers to the entire motor assembly and the word "remanufacture" is applicable to the DC Motor's armatures only. 7) By looking at the definitions provided by NYC Transit in the Specific Contract Provisions, it appears that there may be insufficient data provided to the bidders and that most importantly, there may be insufficient time provided to "Remanufacture and Return" these motors in particular since, as noted below, many if not all of the "OEM" (Original SSE No Page 2 of 4 AMNDNo.3

4 Equipment Manufactured) parts are obsolete and not generally available by the OEM on record. Answer: Only the armature of the DC Motors is remanufactured per the Technical Specifications. There is no requirementfor OEMparts for this work. 8) We would kindly bring your attention to Article 104 Time for Completion of Delivery. It is clear that there in the wording, there are no constraints on the delivery time for the initial units picked up by the Contractor. Note; "following the remanufacture and return of... the Contractor shall pick up the following... pursuant to the time frame set forth herein and shall perform the remanufacture and recondition work; Clearly this does not imply or constrain any set performance period for the initial units to be overhauled for each category of motors. If you intend to include the initial time period after the first pick-up we think this should be so stated. Answer: The turnaround time for the initial units is different from the turnaround time for the remaining Units. The initial turnaround time allows the Contractor to set up to ensure that the production can be met. 9) We also note that in Article 104 Paragraph H, refer to Remanufacture and Recondition. Please clarify the Reconditioning work which is being referred to. We would otherwise suppose this to be the Armature unit which will not be remanufactured and all other parts would be remanufactured/replaced? Answer: Please refer to the Technical Specifications of the Contract documents, which describes the meaning ofre-condition and remanufacture. 10) Per Contract documents, in the EEO section "MBE/WBE and EEO Policy Statement", Page 2 shows a MBE/WBE contract goal of 30%. Is this correct? Answer: Page 2 ofmbeiwbe and EEO Policy Statement ofthe Contract document has been amended to show MBEIWBE contract goal of 0%. Please see attached a revised Page 2 of MBEIWBE and EEO Policy Statement. II) Per Contract documents, Specific Contract Provisions, Article 106, Warranty, Paragraph A, requires a forty-two (42) month unconditional warranty and, since these armatures are subcomponents of a main assembly done by NYC Transit, how will the Contractor be assured in the event of a warranty that the motor was maintained and assembled correctly? Answer: The DC Motors are assembled through an established NYC Transit Scope of Work and are tested on their performance parameters before installation on the subway cars. As part of the Contract, the Contactor shall be permitted to inspect the unit that is returned under warranty. In an event of Contractor's judgement against such warranty claims, the SSE No Page 3 of 4 AMNDNo.3

5 Contractor shall submit a report with its inspection findings and NYC Transit shall initiate an investigation. 12) Per Contract documents, Specific Contract Provisions, Page 8, Paragraph C, states that in an event of a warranty, NYC Transit shall charge the Contractor $180 for removal/reinstallation of the motor. If the warranty is proven invalid, is the amount reimbursed? Answer: The warranty charge is used to prevent delays in the turnaround time for the motors. It also encourages a thorough testing of the units that are supplied by the vendor before installation on the subway cars. In the event of invalid warranty claim, NYC Transit will deduct the $180for the retainage. NYC Transit hereby revises the Security for Warranty from 5% to 2.5% applicablefor thefull term of the Contract beginning from the date of the Notice of Award. Please see revised Specific Contract Provisions, Page 18, Article 123 for the change made. 13) Per Contract documents, Specific Contract Provisions, Article 106, Paragraph C, the warranty turnaround time is 20 Business Days. Can the warranty turnaround time be extended to 40 Business Days? Answer: No, the warranty turnaround time shall not be extended. Sincerely, ~, Malgorzata otykiewicz Senior Dire tor, Procurement Materiel Division SSE No Page 4 of4 AMNDNo.3

6 INFORMATION FOR BIDDERS Contract Number: TBD / SSE No AMND #3~ Title: Remanufacture and Return of DC Motor Armatures Procurement Representative: Boney Simon Joseph Telephone No: (646) Bid Opening Date and Time: 6/26/2018, 2:00 p.m, Local Time (hereinafter referred to as the "Bid Opening") If the boxes below are checked, the appropriate Schedules are attached and are hereby incorporated into the Contract Documents: (Schedules not so checked are not required and are not incorporated herein, even if attached.) LIST OF SCHEDULES DESCRIPTION INCLUDED (if checked) Schedule A Schedule B Schedule G Schedule J Schedule K Schedule L Schedule T Schedule Q Insurance Requirements Site InspectionlPre-Bid Conference Rider to Contract Documents Responsibility Questionnaire Minority and Women-Owned Business Enterprise Submission Requirements - Bid New York State Contract Provisions - Construction SDVOB - Service Disabled Veteran Owned Business Bonding Requirements and Forms of Bonds Schedule W Compliance with NYS State Finance Law Sections 139-j and 139-k Schedule X Schedule Y Schedule Z Federal Drug and Alcohol Testing Requirements Diesel Emission Reduction Act (DERA) Requirements Office of the State Comptroller Review and Approval Operating Contract N~. TBD / SSE No AMND #~~

7 INFORMATION FOR BIDDERS Contract Number: TBD / SSE No AMND #3 Title: Remanufacture and Return of DC Motor Armatures Procurement Representative: Boney Simon Joseph Telephone No: (646) Bid Opening Date and Time: 6/26/2018,2:00 p.m. Local Time (hereinafter referred to as the "Bid Opening") If the boxes below are checked, the appropriate Schedules are attached and are hereby incorporated into the Contract Documents: (Schedules not so checked are not required and are not incorporated herein, even ifattached.) LIST OF SCHEDULES DESCRIPTION INCLUDED (if checked) Schedule A Insurance Requirements ~ Schedule B Site Inspection/Pre-Bid Conference ~ Schedule G Rider to Contract Documents ~ Schedule J Responsibility Questionnaire ~ Schedule K Minority and Women-Owned Business Enterprise Submission ~ Requirements - Bid Schedule L New York State Contract Provisions - Construction 0 Schedule T SDVOB - Service Disabled Veteran Owned Business 0 Schedule Q Bonding Requirements and Forms of Bonds ~ Schedule W Compliance with NYS State Finance Law Sections 139-j and 139-k ~ Schedule X Federal Drug and Alcohol Testing Requirements 0 Schedule Y Diesel Emission Reduction Act (DERA) Requirements ~ Schedule Z Office of the State Comptroller Review and Approval 0 Operating Contract Np. TBD / SSE No AMND #3

8 INFORMATION FOR BIDDERS 15. BID MISTAKE A. A Bidder who seeks permission to withdraw its Bid due to a mistake or error in preparation of its Bid shall so notify the Authority, in writing, no later than close of business on the third business day following the date ofthe public Bid Opening (the business day following the day ofthe public Bid Opening being counted as the first day). The notice shall specify the details of the claimed error or mistake. Thereafter, the Authority shall evaluate the matter and determine if the Bidder will be permitted to withdraw its Bid. B. To assist in its determination, the Authority may conduct a hearing on the matter, wherein the Bidder shall, if requested by the Authority, give testimony and present documentation, including Bidder's original bid computation sheets and calculations. 16. BID SECURITY A. Bidders are hereby notified that SCHEDULE Q, BONDING REQUIREMENTS AND FORMS OF BONDS, if included in the LIST OF SCHEDULES, sets forth the requirements for Bid Security. The Bid Security must be submitted in the form of a certified or cashier's check or a bid bond in an amount equal to fiye pereent C~five thousand dollars ($5,000) of the Gross Sum Bid (defined in the Bid, Section J3). B. A certified or cashier's check shall be made payable to the order of the Authority and shall be drawn upon a national or State bank or trust company. The bid deposit, in whatever form, must be enclosed in a separate envelope endorsed with the contract number and title, and the Bidder's name and submitted to the Authority upon presentation of the Bid. C. If included in SCHEDULE Q, BONDING REQUIREMENTS AND FORMS OF BONDS, a bid bond may be submitted as Bid Security in the form prescribed by the Authority, a copy of which is attached or appended to the Bid Solicitation Package, and shall be issued by a corporate surety in good standing and licensed to do business in the State of New York. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified copy of their power of attorney to sign said bonds. D. Deposits ofcertified or cashier's checks by bidders, except the apparent lowest and next to lowest Bidders, will be returned within ten (l0) days after the opening of bids. The deposit of the apparent second lowest Bidder will be returned within five (5) days after the award of the Contract. The deposit, if it consists of the certified or cashier's check, will be returned to the Contractor within five (5) days after the award of the Contract. All deposits will be returned without interest. 17. DEFAULT REGARDING A BID A. A Bidder who fails to submit data required for, or to appear at any hearing to determine its responsibility, or fails to respond to questions regarding qualification for an award ofthe Contract herein, but who would otherwise have been eligible for the award of this Contract, will be in Default Regarding a Bid as expressly provided herein. 11/16 Operating Contract No. TBD / SSE No Page

9 INFORMATION FOR BIDDERS 15. BID MISTAKE A. A Bidder who seeks permission to withdraw its Bid due to a mistake or error in preparation ofits Bid shall so notify the Authority, in writing, no later than close of business on the third business day following the date ofthe public Bid Opening (the business day following the day ofthe public Bid Opening being counted as the first day). The notice shall specify the details of the claimed error or mistake. Thereafter, the Authority shall evaluate the matter and determine if the Bidder will be permitted to withdraw its Bid. B. To assist in its determination, the Authority may conduct a hearing on the matter, wherein the Bidder shall, if requested by the Authority, give testimony and present documentation, including Bidder's original bid computation sheets and calculations. 16. BID SECURITY A. Bidders are hereby notified that SCHEDULE Q, BONDING REQUIREMENTS AND FORMS OF BONDS, if included in the LIST OF SCHEDULES, sets forth the requirements for Bid Security. The Bid Security must be submitted in the form of a certified or cashier's check or a bid bond in an amount equal to five thousand dollars ($5,000) of the Gross Sum Bid (defined in the Bid, Section J3). B. A certified or cashier's check shall be made payable to the order of the Authority and shall be drawn upon a national or State bank or trust company. The bid deposit, in whatever form, must be enclosed in a separate envelope endorsed with the contract number and title, and the Bidder's name and submitted to the Authority upon presentation ofthe Bid. C. If included in SCHEDULE Q, BONDING REQUIREMENTS AND FORMS OF BONDS, a bid bond may be submitted as Bid Security in the form prescribed by the Authority, a copy of which is attached or appended to the Bid Solicitation Package, and shall be issued by a corporate surety in good standing and licensed to do business in the State ofnew York. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified copy oftheir power of attorney to sign said bonds. D. Deposits ofcertified or cashier's checks by bidders, except the apparent lowest and next to lowest Bidders, will be returned within ten (l0) days after the opening of bids. The deposit of the apparent second lowest Bidder will be returned within five (5) days after the award of the Contract. The deposit, if it consists of the certified or cashier's check, will be returned to the Contractor within five (5) days after the award of the Contract. All deposits will be returned without interest. 17. DEFAULT REGARDING A BID A. A Bidder who fails to submit data required for, or to appear at any hearing to determine its responsibility, or fails to respond to questions regarding qualification for an award ofthe Contract herein, but who would otherwise have been eligible for the award of this Contract, will be in Default Regarding a Bid as expressly provided herein. 11/16 Operating Contract No. TBD / SSE No AMND #3 Page

10 SPECIFIC CONTRACT PROVISIONS If there is a conflict between provisions of this Agreement, the following order of precedence shall apply: i. Specific Contract Provisions ii. General Contract Provisions iii. Scope of Work ARTICLE 123 SECURITY FOR WARRANTY PERIOD As security for the faithful performance of this Contract, NYC Transit shall deduct and retain from all payments made under the Contract, with respect to the Contractor's warranty obligations, two-and-ahalffi..ve percent (2.5%) of the amount certified to be due thereunder. Retainage being held under this provision will be released, upon request of the Contractor, by means of an invoice, after the successful completion of the warranty period. [END OF SECTION] 10/13 Contract No. TBD 1SSE No AMND #3 Page 17

11 SPECIFIC CONTRACT PROVISIONS iii. Scope of Work ARTICLE 123 SECURITY FOR WARRANTY PERIOD As security for the faithful performance of this Contract, NYC Transit shall deduct and retain from all payments made under the Contract, with respect to the Contractor's warranty obligations, two-and-a-half percent (2.5%) of the amount certified to be due thereunder. Retainage being held under this provision will be released, upon request of the Contractor, by means of an invoice, after the successful completion of the warranty period. [END OF SECTION] 10/13 Contract No. TBD / SSE No AMND #3 Page 17

12 Agreed to this day of, 2016 By Print: Title: is designated as the Contractor's Minority Business Enterprise Liaison responsible for administering the Minority and Women-Owned Business Enterprises - Equal Employment Opportunity (MBE/WBE - EEO) program. MBEIWBE Contract Goals J(}_% Minority and Women's Business Enterprise Participation _% Minority Business Enterprise Participation % Women's Business Enterprise Participation MBEIWBE Contract Goals (if applicable) _% Minority Labor Force Participation _% Female Labor Force Participation (Authorized Representative) Title: _ Date:

13 Agreed to this day of, 2016 By Print: Title: is designated as the Contractor's Minority Business Enterprise Liaison responsible for administering the Minority and Women-Owned Business Enterprises - Equal Employment Opportunity (MBE/WBE - EEO) program. MBEIWBE Contract Goals % Minority and Women's Business Enterprise Participation _% Minority Business Enterprise Participation _% Women's Business Enterprise Participation MBEIWBE Contract Goals (if applicable) _% Minority Labor Force Participation _% Female Labor Force Participation Title: Date: (Authorized Representative)

14 MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com NOTICE -OF- ADDENDUM ADDENDUM # 2 BID OPENING/DUE DATE: 06/26/2018

15 2 Broadway New York, NY Andy Byford President ft New York City Transit ~ay 19,2018 ADDENDUM NO.2 Contract No. TBD I SSE No REMANUFACTURE AND RETURN OF DC MOTOR ARMATURES NEW BID CLOSING DATE- Tuesday, JUNE 26,2018 AT 2 PM TO ALL PROSPECTIVE BIDDERS: You are hereby notified of the following changes to the Contract: A new bid closing date has been established for Tuesday, June 26, 2018 at 2:00PM. Please remove the existing Page 1 of the Information for Bidders and replace it with the revised Page 1 of the Information for Bidders attached. (See also a redlined version attached indicating the changes made via this addendum.) Please remove the existing Page 2 of Section VI- Bid Document and replace it with the revised Page 2 of the Bid Document attached. (See also a redlined version attached indicating the changes made via this addendum.) All other conditions remain unchanged. "Reminder: Be sure to attach this addendum to your bid or acknowledge it in the place provided in Bidder's Proposal. Failure to do so may result in rejection of your bid." Sincerely, 1l11L~k:_ Malgorzata Motykiewicz Senior Director,i Procurement Materiel Division SSE No Page 1 of 1 Addendum #2 MTA New York City Transit is an agency of the Metropolitan Transportation Authority, State of New York /18

16 INFORMATION FOR BIDDERS Contract Number: TBD I SSE No AMND #21 Title: Remanufacture and Return of DC Motor Armatures Procurement Representative: Boney Simon Joseph Telephone No: (646) Bid Opening Date and Time: 6~126:2/2018, 2:00 p.m. Local Time (hereinafter referred to as the "Bid Opening") If the boxes below are checked, the appropriate Schedules are attached and are hereby incorporated into the Contract Documents: (Schedules not so checked are not required and are not incorporated herein, even if attached.) LIST OF SCHEDULES DESCRIPTION INCLUDED (if checked) Schedule A Insurance Requirements IZ! Schedule B Site Inspection/Pre-Bid Conference IZ! Schedule G Rider to Contract Documents IZ! Schedule J Responsibility Questionnaire IZ! Schedule K Minority and Women-Owned Business Enterprise Submission IZ! Requirements - Bid Schedule L New York State Contract Provisions - Construction 0 Schedule T SDVOB - Service Disabled Veteran Owned Business 0 Schedule Q Bonding Requirements and Forms of Bonds IZ! Schedule W Compliance with NYS State Finance Law Sections 139-j and 139-k IZ! Schedule X Federal Drug and Alcohol Testing Requirements IZ! Schedule Y Diesel Emission Reduction Act (DERA) Requirements IZ! Schedule Z Office of the State Comptroller Review and Approval D ---Operating C~ntract No. TBD I SSE No AMND #~l

17 INFORMATION FOR BIDDERS Contract Number: TBD I SSE No AMND #2 Title: Remanufacture and Return of DC Motor Armatures Procurement Representative: Boney Simon Joseph Telephone No: (646) Bid Opening Date and Time: , 2:00p.m. Local Time (hereinafter referred to as the "Bid Opening") If the boxes below are checked, the appropriate Schedules are attached and are hereby incorporated into the Contract Documents: (Schedules not so checked are not required and are not incorporated herein, even if attached.) LIST OF SCHEDULES DESCRIPTION INCLUDED (if checked) Schedule A Insurance Requirements ~ Schedule B Site Inspection/Pre-Bid Conference ~ Schedule G Rider to Contract Documents ~ Schedule J Responsibility Questionnaire ~ Schedule K Minority and Women-Owned Business Enterprise Submission ~ Requirements - Bid Schedule L New York State Contract Provisions - Construction 0 Schedule T SDVOB - Service Disabled Veteran Owned Business 0 Schedule Q Bonding Requirements and Forms of Bonds ~ Schedule W Compliance with NYS State Finance Law Sections 139-j and 139-k ~ Schedule X Federal Drug and Alcohol Testing Requirements ~ Schedule Y Diesel Emission Reduction Act (DERA) Requirements ~ Schedule Z Office of the State Comptroller Review and Approval 0 Operating Contract Np. TBD I SSE No AMND #2

18 BID BID OPENING INFORMATION CONTRACT NO. TBD I SSE No AMND #2-l- OPENING DATE: 6~/26~/2018 LOCATION: 3 Stone Street NewYork,NY TIME: 2:00p.m. Local Time A. Bids must be made on this form which includes the Price Schedule. In order to be a responsive bid, all parts of the Bid must be submitted. BIDDERS MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED IN THE BID. AN ADDENDUM WHICH CHANGES ANY PART OF THE BID MUST BE ATTACHED OR THE CHANGE OTHERWISE CLEARLY INCORPORATED IN THE BID. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Bid as a minor informality where the Addenda or portion of the Bid, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Bidder to fully complete any portion of the Bid as a minor informality. B. Execution of Bid must be made in Paragraph Q, below. C. See paragraph 3 of the Information for Bidders for instructions on submission of bids by mail. D. The undersigned Bidder, acknowledging that it has carefully examined the Bid Solicitation Package, offers to fully perform as set forth therein, at the price(s) stated in the Price Schedule attached hereto. E. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Bidder by any provision of the Contract Documents, including Notice of Award of the Contract: Street Address: City, State Zip Code: Telephone No. ( ) Facsimile No. ( ) Electronic Mail Address: F. (Check where indicated below ifthe Bidder is a foreign corporation or entity, in which case the Bidder agrees to accept process as provided herein). The undersigned, an individual or sole proprietorship, or a partnership, or government entity, or a non-profit organization, or a corporation 10/16 - Operating Contract No. TBD I SSE No AMND #~l Page

19 BID BID OPENING INFORMATION CONTRACT NO. TBD I SSE No AMND #2 OPENING DATE: 6/26/2018 LOCATION: 3 Stone Street New York, NY TIME: 2:00p.m. Local Time A. Bids must be made on this form which includes the Price Schedule. In order to be a responsive bid, all parts of the Bid must be submitted. BIDDERS MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED IN THE BID. AN ADDENDUM WHICH CHANGES ANY PART OF THE BID MUST BE ATTACHED OR THE CHANGE OTHERWISE CLEARLY INCORPORATED IN THE BID. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Bid as a minor informality where the Addenda or portion of the Bid, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Bidder to fully complete any portion of the Bid as a minor informality. B. Execution of Bid must be made in Paragraph Q, below. C. See paragraph 3 of the Information for Bidders for instructions on submission of bids by mail. D. The undersigned Bidder, acknowledging that it has carefully examined the Bid Solicitation Package, offers to fully perform as set forth therein, at the price(s) stated in the Price Schedule attached hereto. E. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Bidder by any provision of the Contract Documents, including Notice of Award of the Contract: Street Address: City, State Zip Code: Telephone No. ( ) Facsimile No. ( ) Electronic Mail Address: F. (Check where indicated below if the Bidder is a foreign corporation or entity, in which case the Bidder agrees to accept process as provided herein). The undersigned, an individual or sole proprietorship, or a partnership, or government entity, or a non-profit organization, or a corporation 10/16 Operating Contract No. TBD I SSE No AMND #2 Page

20 MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com NOTICE -OF- ADDENDUM ADDENDUM # 1 BID OPENING/DUE DATE: 05/22/2018

21 2 Broadway Andy Byford New York, NY President anew York City Transit April 18, 2018 ADDENDUM NO. I Contract No. TBD I SSE No REMANUFACTURE AND RETURN OF DC MOTOR ARMATURES FOR NYC TRANSIT SITE VISIT DATE - WEDNESDAY. APRIL 25, 2018 AT 10:30AM NEW BID CLOSING DATE - TUESDAY, MAY 22, 2018 AT 2:00 PM TO ALL PROSPECTIVE BIDDERS: BIDDERS ARE ADVISED OF A SITE VISIT DATE - WEDNESDAY, APRIL 25, You are hereby notified of the following changes to the contract: A site visit will be held on Wednesday, April 25, 2018 at NYC Transit's Coney Island Overhaul Shop, located at 2556 McDonald Avenue, NY at 10:30 AM. Please remove the existing Page I ofthe Information for Bidders and replace it with the revised Page I of the Information for Bidders attached. Please add Schedule B to the List of Schedules, as detailed in the Information for Bidders. (See also a red lined version attached indicating the changes made via this addendum.) A NEW BID CLOSING DATE HAS BEEN SET TO TUESDAY, MAY 22,2018 at 2:00 PM. Please remove the existing Page 2 of the Section VI- Bid Document and replace it with the revised Page 2 of the Bid Document attached. (See also a redlined version attached indicating the changes made via this addendum.) All other conditions remain unchanged. "Reminder: Be sure to attach this addendum to your bid or acknowledge it in the place provided in Bidder's Proposal. Failure to do so may result in rejection of your bid." Sincerely, Iv.. (LL.J-/u'V'-- Malgorzata Motykiewicz Senior Director Materiel Department Doc ~TY7ji2W York City Transit IS an agency of the Metropolitan Transportauon Authority, State of New York

22 INFORMATION FOR BIDDERS Contract Number: TBD I SSE No AMND #1 Title: Remanufacture and Return of DC Motor Armatures Procurement Representative: Boney Simon Joseph Telephone No: (646) Bid Opening Date and Time: 5122DJ-/2018, 2:00 p.m. Local Time (hereinafter referred to as the "Bid Opening") If the boxes below are checked, the appropriate Schedules are attached and are hereby incorporated into the Contract Documents: (Schedules not so checked are not required and are not incorporated herein, even if attached.) LIST OF SCHEDULES DESCRIPTION INCLUDED (if checked) Schedule A Schedule B Schedule G Schedule J Schedule K Schedule L Schedule T Schedule Q Insurance Requirements Site InspectionlPre-Bid Conference Rider to Contract Documents Responsibility Questionnaire Minority and Women-Owned Business Enterprise Submission Requirements - Bid New York State Contract Provisions - Construction SDVOB - Service Disabled Veteran Owned Business Bonding Requirements and Forms of Bonds Schedule W Compliance with NYS State Finance Law Sections l39-j and 139-k Schedule X Schedule Y Schedule Z Federal Drug and Alcohol Testing Requirements Diesel Emission Reduction Act (DERA) Requirements Office of the State Comptroller Review and Approval Operating C~ntract No. TBD I SSE No AMND #1

23 INFORMATION FOR BIDDERS Contract Number: TBD I SSE No AMND #1 Title: Remanufacture and Return of DC Motor Armatures Procurement Representative: Boney Simon Joseph Telephone No: (646) Bid Opening Date and Time: 5/22/2018, 2:00 p.m. Local Time (hereinafter referred to as the "Bid Opening") If the boxes below are checked, the appropriate Schedules are attached and are hereby incorporated into the Contract Documents: (Schedules not so checked are not required and are not incorporated herein, even if attached.) LIST OF SCHEDULES DESCRIPTION INCLUDED (if checked) Schedule A Insurance Requirements [8J Schedule B Site Inspection/Pre-Bid Conference [8J Schedule G Rider to Contract Documents [8J Schedule J Responsibility Questionnaire [8J Schedule K Minority and Women-Owned Business Enterprise Submission [8J Requirements - Bid Schedule L New York State Contract Provisions - Construction D Schedule T SDVOB - Service Disabled Veteran Owned Business D Schedule Q Bonding Requirements and Forms of Bonds [8J Schedule W Compliance with NYS State Finance Law Sections I39-j and I39-k [8J Schedule X Federal Drug and Alcohol Testing Requirements [8J Schedule Y Diesel Emission Reduction Act (DERA) Requirements [8J Schedule Z Office of the State Comptroller Review and Approval D Operating Contract No. TBD I SSE No AMND #1

24 BID BID OPENING INFORMATION CONTRACT NO. TBD / SSE No AMND #1 OPENING DATE: 5/22-!-/2018 LOCATION: 3 Stone Street New York, NY TIME: 2:00 p.m. Local Time A. Bids must be made on this form which includes the Price Schedule. In order to be a responsive bid, all parts of the Bid must be submitted. BIDDERS MUST A1'1'ACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED IN THE BID. AN ADDENDUM WHICH CHANGES ANY PART OF THE BID MUST BE ATTACHED OR THE CHANGE OTHERWISE CLEARLY INCORPORATED IN THE BID. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Bid as a minor informality where the Addenda or portion ofthe Bid, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Bidder to fully complete any portion of the Bid as a minor informality. B. Execution of Bid must be made in Paragraph Q, below. C. See paragraph 3 of the Information for Bidders for instructions on submission of bids by mail. D. The undersigned Bidder, acknowledging that it has carefully examined the Bid Solicitation Package, offers to fully perform as set forth therein, at the price(s) stated in the Price Schedule attached hereto. E. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Bidder by any provision of the Contract Documents, including Notice of Award of the Contract: Street Address: City, State Zip Code: Telephone No. ( ) Facsimile No. ( ) Electronic Mail Address: F. (Check where indicated below ifthe Bidder is a foreign corporation or entity, in which case the Bidder agrees to accept process as provided herein). The undersigned, an individual or sole proprietorship, or a partnership, or government entity, or a non-profit organization, or a corporation 10/16 Operating Contract No. TBD / SSE No AMND #1 Page

25 BID BID OPENING INFORMATION CONTRACT NO. TBD / SSE No AMND #1 OPENING DATE: 5/22/2018 LOCAnON: 3 Stone Street New York, NY TIME: 2:00 p.m. Local Time A. Bids must be made on this form which includes the Price Schedule. In order to be a responsive bid, all parts of the Bid must be submitted. BIDDERS MUST ATTACH COPIES OF ALL ADDENDA ISSUED OR ACKNOWLEDGE RECEIPT THEREOF WHERE INDICATED IN THE BID. AN ADDENDUM WHICH CHANGES ANY PART OF THE BID MUST BE ATTACHED OR THE CHANGE OTHERWISE CLEARLY INCORPORATED IN THE BID. The Authority, in its sole and absolute discretion, may treat a failure to annex or acknowledge receipt of Addenda or to attach any part of the Bid as a minor informality where the Addenda or portion of the Bid, as the case may be, is determined by the Authority not to be substantive in nature. The Authority may also treat any failure of the Bidder to fully complete any portion of the Bid as a minor informality. B. Execution of Bid must be made in Paragraph Q, below. C. See paragraph 3 of the Information for Bidders for instructions on submission of bids by mail. D. The undersigned Bidder, acknowledging that it has carefully examined the Bid Solicitation Package, offers to fully perform as set forth therein, at the price(s) stated in the Price Schedule attached hereto. E. The undersigned hereby designates the following office as its office for the purpose of receiving any written notice permitted or required to be served upon the Bidder by any provision of the Contract Documents, including Notice of Award of the Contract: Street Address: City, State Zip Code: Telephone No. ( ) Facsimile No. ( ) Electronic Mail Address: F. (Check where indicated below ifthe Bidder is a foreign corporation or entity, in which case the Bidder agrees to accept process as provided herein). The undersigned, an individual or sole proprietorship, or a partnership, or government entity, or a non-profit organization, or a corporation 10/16 Operating Contract No. TBD / SSE No AMND #1 Page

26 NEW YORK CITY TRANSIT AUTHORITY Department of Materiel Schedule B SITE INSPECTION I PRE-BID CONFERENCE Remanufacture and Return of DC Motor Armatures Contract No. TBD I SSE No AMND #1 4/17

27 NEW YORK CITY TRANSIT AUTHORITY Department of Materiel SITE INSPECTIONIPRE-BID CONFERENCE A. Prospective Bidders are urged to visit and fully acquaint themselves with the existing conditions at the site of the proposed Work ("Project Site"). Each Bidder shall inform itself as to the location and nature of the Work, the character of equipment and facilities needed for the performance of the Work, the general and local conditions, and all matters which may in any way affect the Work under this contract. In order to assist prospective Bidders in the preparation of their bids, bidders are advised that a tour of inspection of the Project Site will be held at the time and place as indicated below. Date: 04/25/2018 Time: 10:30 AM Place: Coney Island Overhaul Shop, 2556 McDonald Avenue, Brooklyn, Contact Person: Boney Simon Joseph Phone No.: (646) Prospective Bidders who desire to attend or have a representative attend this inspection shall notify the person indicated above by telephoning the above number not later than noon of the working day preceding the day of the tour. B. No person shall be allowed to enter upon the Project Site or other Authority property unless he or she shall agree to comply with all conditions imposed by the Authority in connection therewith, including signing a waiver on behalf of himself or herself and the entity which he or she represents of all claims against the Authority and any of its agents or employees arising on account of any personal injury (including death) or property damage occurring while on the Project Site or other Authority property, or arising out of his or her entrance upon such property. C. Bidders will be conclusively presumed to have full knowledge of any and all conditions concerning the Project Site relating to or affecting in any way the performance of the work to be done under this Contract which were discovered or should have been discovered upon prudent inspection. D. In order further to assist prospective Bidders in the preparation of their bids, a pre-bid conference will be held at the Coney Island Overhaul Shop, at the time and place indicated below. Date: 4/ Time: 10:30 AM Room: TBD Procurement Representative: Boney Simon Joseph Phone No.: (646) Prospective Bidders who desire to attend or have a representative attend this pre-bid conference are requested to notify the Procurement Representative by telephoning the above number not later than noon of the working day preceding the day of the conference. E. The pre-bid conference shall be informal to the extent that the Authority shall not be bound by any statement made at such conference unless such statement is subsequently issued in an addendum. 4/17 SSE No AMND #1 Schedule B Page 1 of 1

28 NEW YORK CITY TRANSIT AUTHORITY Department of Materiel Schedule B SITE INSPECTION I PRE-BID CONFERENCE Remanufacture and Return of DC Motor Armatures Contract No. TBD I SSE No AMND #1 4/17

29 NEW YORK CITY TRANSIT AUTHORITY Department ofmateriel SITE INSPECTIONIPRE-BID CONFERENCE A. Prospective Bidders are urged to visit and fully acquaint themselves with the existing conditions at the site of the proposed Work ("Project Site"). Each Bidder shall inform itself as to the location and nature of the Work, the character of equipment and facilities needed for the performance of the Work, the general and local conditions, and all matters which may in any way affect the Work under this contract. In order to assist prospective Bidders in the preparation of their bids, bidders are advised that a tour of inspection of the Project Site will be held at the time and place as indicated below. Date: 04/25/2018 Time: 10:30 AM Place: Coney Island Overhaul Shop McDonald Avenue, Brooklyn Contact Person: Boney Simon Joseph Phone No.: (646) Prospective Bidders who desire to attend or have a representative attend this inspection shall notify the person indicated above by telephoning the above number not later than noon of the working day preceding the day ofthe tour. B. No person shall be allowed to enter upon the Project Site or other Authority property unless he or she shall agree to comply with all conditions imposed by the Authority in connection therewith, including signing a waiver on behalf of himself or herself and the entity which he or she represents of all claims against the Authority and any of its agents or employees arising on account of any personal injury (including death) or property damage occurring while on the Project Site or other Authority property, or arising out ofhis or her entrance upon such property. C. Bidders will be conclusively presumed to have full knowledge of any and all conditions concerning the Project Site relating to or affecting in any way the performance of the work to be done under this Contract which were discovered or should have been discovered upon prudent inspection. D. In order further to assist prospective Bidders in the preparation of their bids, a pre-bid conference will be held at the Coney Island Overhaul Shop, at the time and place indicated below. Date: 4/25/2018 Time: 10:30 AM Room: TBD Procurement Representative: Boney Simon Joseph Phone No.: (646) Prospective Bidders who desire to attend or have a representative attend this pre-bid conference are requested to notify the Procurement Representative by telephoning the above number not later than noon of the working day preceding the day of the conference. E. The pre-bid conference shall be informal to the extent that the Authority shall not be bound by any statement made at such conference unless such statement is subsequently issued in an addendum. 4/17 SSE No Page 1 ofl AMND#l

MTA NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

MTA NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm MTA NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000209738 NOTICE -OF ADDENDUM ADDENDUM #4 BID OPENING/DUE DATE: 6/26/2018

More information

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL. web.mta.info/nyct/procure/nyctproc.htm MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000151337 NOTICE -OF ADDENDUM ADDENDUM #2 BID OPENING/DUE DATE:

More information

BID OPENING/DUE DATE:

BID OPENING/DUE DATE: MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, N.Y. 10004 DIVISION OF MATERIEL www.mta.info/nyct/procure/nyctproc.htm 0000066522 NOTICE -OF ADDENDUM ADDENDUM #5 BID OPENING/DUE DATE: MAY21,2014 273998

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

COUNTY OF LOUISA, VIRGINIA

COUNTY OF LOUISA, VIRGINIA COUNTY OF LOUISA, VIRGINIA INVITATION FOR BID (IFB) FOR CONSTRUCTION OF TWO PRE-ENGINEERED METAL BUILDINGS IFB# ED-17-02 OCTOBER 4, 2016 Issue Date: October 4, 2016 INVITATION FOR BID (IFB) IFB# ED-17-02

More information

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo) INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for a light emitting diode (LED) system, Invitation to Bid Number 12/13-03, on behalf of

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT FLORIDA DEPARTMENT OF LAW ENFORCEMENT February 15, 2011 With this sheet you have received solicitation documents for the following: Solicitation No. Number of Addenda as of above date: Item(s) of Bid ITB

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

DOCUMENT INSTRUCTIONS TO BIDDERS

DOCUMENT INSTRUCTIONS TO BIDDERS DOCUMENT 00 21 13 Bidders shall follow the instructions in this document, and shall submit all documents, forms, and information required for consideration of a Bid. Oakland Unified School District ( District

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST. (ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions Contract No.: FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. DOCUMENTS INCLUDED IN CONTRACT Special Provisions

More information

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018 PASADENA AREA COMMUNITY COLLEGE DISTRICT 1570 E. COLORADO BLVD. PASADENA, CALIFORNIA 91106 2003 Addendum No.: 1 Bid No. 1020 Veterans Resource Center Remodel, Relocation, DSA Requirements Issued June 22,

More information

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 These guidelines (the General Contract Guidelines ) apply to the Metropolitan Transportation Authority ("MTA"),

More information

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS SOLICITATION OF PROPOSALS REGARDING FRANCHISES, IN THE CITY OF NEW YORK, AUTHORIZING THE INSTALLATION OF LANDLINE FACILITIES

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

More information

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number: INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December

More information

Commercial Carpet Replacement

Commercial Carpet Replacement Commercial Carpet Replacement RAPID CITY PUBLIC LIBRARY RAPID CITY, SOUTH DAKOTA December 21, 2005 2:30 P.M. GRETA CHAPMAN DIRECTOR RAPID CITY PUBLIC LIBRARY BOARD OF TRUSTEES Monte Loos Jim Olson Bobbie

More information

MARCH 27, 2019 INVITATION FOR BIDS

MARCH 27, 2019 INVITATION FOR BIDS MARCH 27, 2019 INVITATION FOR BIDS BROOKLAND CENTER FOR COMMUNITY ECONOMIC CHANGE (BCCEC) BROOKLAND LAKEVIEW EMPOWERMENT CENTER (BLEC) ROOF REPLACEMENT Project Title: BCCEC BLEC Roof Replacement Date of

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. * BID FORM TO: RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. Pursuant to and in compliance with your Notice Inviting Bids and other documents

More information

INVITATION TO BID MAIL DATE: 06/20/2013

INVITATION TO BID MAIL DATE: 06/20/2013 INVITATION TO BID MAIL DATE: 06/20/2013 City of Fort Walton Beach, Florida BID NO: ITB 13-019 Purchasing Department 105 Miracle Strip Pkwy OPENING DATE: 07/23/2013 Fort Walton Beach, Florida 32548 Telephone:

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

these specifications shall be made based on this statement.

these specifications shall be made based on this statement. The Town of Front Royal invites the submission of sealed bids from qualified Contractors, licensed to work in Virginia, capable of satisfying the Town's needs, in accordance with the enclosed scope of

More information

Saddles for Sale RFSB # N

Saddles for Sale RFSB # N PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia

More information

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and RESOLUTION NO. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT WITH THERMA SEAL ROOFING SYSTEMS, LLC.

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-025 Background Check Services Bid Due Date: Tuesday November 25th, 2014 at 10:00 A.M. Housing Authority

More information

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice. BID INVITATION BUYER / TELEPHONE Michael Etnyre / 717-831-7245 FAX: 717-986-9678 EMAIL : METNYRE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE

More information

A Bill Regular Session, 2019 HOUSE BILL 1041

A Bill Regular Session, 2019 HOUSE BILL 1041 Stricken language would be deleted from and underlined language would be added to present law. 0 State of Arkansas nd General Assembly A Bill Regular Session, HOUSE BILL 0 By: Representative Ladyman For

More information

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE Dwight E. Brock Clerk of Courts 3315 TAMIAMI TRL E STE 102 NAPLES, FLORIDA 34112-5324 County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE P.O. BOX 413044 NAPLES, FLORIDA 34101-3044 Clerk

More information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. 9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: June 14, 2018 TIME: 9:00a.m. PROPOSAL OPENING DATE: June 14, 2018

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Number of Addenda as of above date: New Generation Glock Pistols None Commodity Code: 680-450 Date and Time Due: April

More information

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018 SPECIFICATIONS FOR Autoclave/Sterilizer Lake Land College District Number 517 Mattoon, Illinois 61938 PROJECT NO. 2018-008 Bid Date; May 22, 2018 SECTION 000101 TABLE OF CONTENTS SECTION DESCRIPTION 001113

More information

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015 9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a proposal. PROPOSAL RECEIVING DATE: July 16, 2015 PROPOSAL OPENING DATE: July 16, 2015 TIME: 9:00a.m. TIME: 2:00p.m. Dear

More information

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE Book No. BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS

More information

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College REQUEST FOR BID Bid Number 2041 Softball Field Netting Barrier Orange Coast College 1 Coast Community College District 1370 Adams Avenue Costa Mesa, California 92626 (714) 438-4680 TABLE OF CONTENTS BID

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

INVITATION FOR BID Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

More information

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4 COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY Table of Contents PREAMBLE..4 PART I. GENERAL PROVISIONS...4 Section 1.1. Definitions...4 Section 1.2. Purchases; Power

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

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 42241-0707 TITLE: WINDOW TINT TREATMENT FILM FOR CITY OF HOPKINSVILLE POLICE HEADQUARTERS

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V

More information

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018 BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA 18017 REQUEST FOR BIDS TIRES & SERVICE 2018-2019 School Year BIDS DUE: JUNE 4, 2018 TIME: 1:00 P.M. BETHLEHEM AREA SCHOOL DISTRICT 1516

More information

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT TOWN OF COVENTRY, RHODE ISLAND Department of Planning & Development 1670 Flat River Road Coventry,

More information

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT 209 8601 W. Roosevelt Road Forest Park, IL 60130 708-338-5956 Subject: Chemical Waste Disposal Services Bid No: 6-272016 July 20, 2016 ATTENTION BIDDERS: The Board

More information

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS City of Thunder Bay Supply Management Division Page 1 of 6 SCOPE The following Standard Terms and Conditions for Tenders,

More information

De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink.

De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Section is currently accepting sealed bids for de-icing fluid, Invitation to Bid Number 13/14-03, on behalf of the Airfield Maintenance

More information

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS DIVISION 100 - PROCUREMENT CONTRACTS FOR GOODS AND SERVICES 100-1 DIVISION 100 - PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS 10.100 General Procurement Contracts; Exceptions Except

More information

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi - 74700 Phones: Fax: 99260211 99260212 99260213 99260203 99260208 Bidding Document Printing Of Examination Sensitive Material

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY HOPKINSVILLE WATER ENVIRONMENT AUTHORITY Bid Packet: FY 2018-2019 Sealed Bid # 171802 Brass Fittings / Copper Tubing for Potable Water Bid Opening: Monday, June 25, 2018 @ 1:00 P.M. CST 401 East 9 th Street,

More information

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District INVITATION FOR BIDS: Maintenance Repairs FY 2019 May 2018 TABLE OF CONTENTS PART 1 INFORMATION FOR BIDDERS Section 1 Receipt and Opening of Bids 1 Section 2 Invitation for Bids Becomes Part of Contract

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM REQUEST FOR BID # 201710-385 JAIL WATER SOFTENER SYSTEM BID SCHEDULE & DEADLINES: Oct. 7, 2017 Nov. 7, 2017 Oct. 30, 2017 at 2:00 P.M. Nov. 7, 2017 at 5:00 P.M. Nov. 8, 2017 at 9:30 A.M. Bid Release Date

More information

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850) FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: Wednesday, May 4, 2016 Solicitation Number: Bids are Due: Tuesday, May 24, 2016 2:00

More information

ALL AGENCY PROCUREMENT GUIDELINES

ALL AGENCY PROCUREMENT GUIDELINES March 2013 ALL AGENCY PROCUREMENT GUIDELINES These guidelines apply to the Metropolitan Transportation Authority ("MTA"), the New York City Transit Authority ("Transit"), the Long Island Rail Road Company

More information

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016 TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016 Ordinance-to amend and reenact Chapter 30 (Finance & Taxation), Article VIII (Fiscal Procedures), Division 2 (Procurement), of the Herndon Town Code,

More information

BID INVITATION. Bid Invitation

BID INVITATION. Bid Invitation BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE TO

More information

Purchasing Department 4880 Bulls Bay Highway Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 December 18, 2009 RFQ/ITB RECOMMENDATION FOR AWARD NO.: 020-10/DB GSA 2 CORE CITY/NORTH SIDE RFP

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement

More information

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the  you received with these documents. January 04, 2018 INVITATION TO QUOTE To whom this may concern: We are seeking quotes on Spring Athletic Supplies 2018 (Quote #3802/3640). We expect to purchase the goods by February 16, 2018 with delivery

More information

JOINT BOARD OF CONTROL INVITATION FOR BID IFB #JBOC

JOINT BOARD OF CONTROL INVITATION FOR BID IFB #JBOC JOINT BOARD OF CONTROL INVITATION FOR BID IFB #JBOC-011019 Issue Date: January 11, 2019 Issuing Agency: Title: Period of Contract: Joint Board of Control (JBOC) Jackson River Technical Center (JRTC) 105

More information

BID: Escanaba WWTP Digester Roof Restoration

BID: Escanaba WWTP Digester Roof Restoration BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson

More information

CONDITIONS OF TENDERING (E-SUBMISSION)

CONDITIONS OF TENDERING (E-SUBMISSION) INDEX CLAUSE PAGE NO. DESCRIPTION NO. 1 TENDER DOCUMENT B 2 2 COMPLIANCE WITH CONDITIONS OF TENDERING B 2 3 ADDENDA B 2 4 COMPLETION OF TENDER B 2 5 DEVIATION FROM SPECIFICATION B 2 6 DRAWINGS, PROPOSALS

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color 1 Page SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color TABLE OF CONTENTS Call for Bids... Section I Bid Proposal... Section II Instructions to Bidders... Section III

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

PROCUREMENT DOCUMENT FOR THIRTY (30) GALLON BIODEGRADABLE KRAFT BAGS

PROCUREMENT DOCUMENT FOR THIRTY (30) GALLON BIODEGRADABLE KRAFT BAGS PROCUREMENT DOCUMENT FOR THIRTY (30) GALLON BIODEGRADABLE KRAFT BAGS Prepared by: Lancaster County Solid Waste Management Authority 1299 Harrisburg Pike P.O. Box 4425 Lancaster, PA 17604-4425 January 2018

More information

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages BIDDING & CONTRACT DOCUMENTS INVITATION TO BID 2 pages BID PROPOSAL & BID FORM 2 pages BIDDERS INFORMATION.. 3 pages AGREEMENT 4 pages SPECIFICATION 1 page LABOR & MATERIALS 4 pages PERFORMANCE BOND 4

More information

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX Contract # XXXX-XXXX #Project Name #Project Limits #Project Description ELECTRONIC BID SUBMISSIONS ONLY Bid Submissions shall be received by the Bidding

More information

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432 OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432 Rita Weiss (815) 740-4605 Purchasing Director Fax (815) 740-4604 rweiss@willcountyillinois.com

More information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

BID ON ALUMINUM SULFATE

BID ON ALUMINUM SULFATE Book No. BID ON ALUMINUM SULFATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS B - 1,2 PROPOSAL

More information

Bid #15-15 Goodyear Tires

Bid #15-15 Goodyear Tires April 10. 2015 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Tuesday, May 5. 2015 for the Purchase of: GOODYEAR

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information