ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

Size: px
Start display at page:

Download "ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004"

Transcription

1 4050 Esplanade Way Tallahassee, Florida Tel: Fax: Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES TABLE OF CONTENTS SECTION 1. STATEMENT OF WORK... 2 SECTION 2. CONTRACTOR DELIVERABLES... 2 SECTION 3. CONTRACT ADMINISTRATION...10 SECTION 4. PERFORMANCE MEASURES...10 SECTION 5. FINANCIAL CONSEQUENCES FOR NONPERFORMANCE...10 SECTION 6. SUBCONTRACTORS...10 SECTION 7. ADDITIONS/DELETIONS...10 SECTION 8. TRANSITION PLAN...11 SECTION 9. WARRANTIES...11 Page 1 of 11

2 SECTION 1. STATEMENT OF WORK The Contractor shall furnish all labor, materials and equipment required for the performance of complete inspections, testing and maintenance services on the water-based fire protection systems as required by the Florida Fire Prevention Code and the National Fire Protection Association (NFPA) 25, at the Department s facilities identified in ATTACHMENT C FACILITY LIST. SECTION 2. CONTRACTOR DELIVERABLES 2.1 General Description of Services to be Provided The Contractor shall perform inspections, testing and maintenance services on the water-based fire protection systems as required by the currently adopted edition of the NFPA 25 Standard for the Inspection, Testing and Maintenance of Water-Based Fire Protection Systems as referenced by Rule 69A , Florida Administrative Code. The currently adopted edition of the NFPA 25 is the 2008 edition and is subject to change during this Contract term. Upon adoption, the new edition of the NFPA 25 shall be deemed part of this Contract The Contractor shall complete all inspections, tests and maintenance required every three or five years during year one of the Contract and then every three or five years thereafter as required by the NFPA 25 for the remainder of the Contract term. The Contractor shall provide the Contract Manager and the Facility Manager with electronic copies of typed inspection, testing and maintenance reports on forms approved by the Contract Manager within two weeks after the inspection date. The Contractor shall provide the sample form(s) within 10 days of Contract execution for review and approval by the Contract Manager The Contractor shall run the fire pump weekly and perform weekly/monthly tests and inspections on fire pumps as required by the NFPA Rules and Regulations that Govern Services to be Provided Safety Requirements The Contractor shall comply with applicable requirements of the Occupational Safety and Health Act (OSHA) and any standard thereunder National Fire Protection Association, Codes 72 and National Fire Protection Association, Standards 13, 14, 20, 22, 24 and Chapter 633, Florida Statutes Rule 69A, Florida Administrative Code. Page 2 of 11

3 2.3 Facilities Service Times All services, unless otherwise coordinated and approved by the Contract Manager or Facility Manager, shall be provided by the Contractor between the hours of 7:00 a.m. and 5:00 p.m. local time, Monday through Friday, excluding State holidays (section , Florida Statutes). All calls between these hours shall be considered regular working hours and not as defined in Section 2.9, Emergency, After Hour and Force Majeure Repairs. The Contractor shall respond to the Contract Manager or Facility Manager to establish the estimated time of arrival for required repairs. 2.4 General Facility Site Procedures For each visit to a site to perform work under this Contract, the Contractor's staff shall: Check in and out with the Facility Manager or designee at each visit Perform all work without unnecessary interference to facility occupants. The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract documents, and shall not unreasonably encumber the site with any materials or equipment Protect existing facilities from damage and repair or replace, at the Contractor s expense, any damage to property caused by its employees or suppliers Keep premises free from accumulation of waste materials or rubbish caused by operations and from leaks and spillage from equipment. Upon completion of the work, the Contractor s staff shall remove all waste materials and rubbish from and about the installation area, as well as all tools, equipment, machinery and surplus materials, and shall clean all facility surfaces leaving the work area clean. 2.5 Special Conditions During overnight projects, the Contractor s staff shall clean and remove all debris, tools, equipment, machinery and surplus materials from tenant access areas prior to 7:30 a.m. of the next work day Year One Contractor Requirements All inspections, tests and maintenance required every three or five years shall be performed during year one of the Contract, and then every three or five years afterwards as required by the NFPA 25 for the remainder of the Contract term Gauges not accurate to within three percent of the full scale shall be recalibrated or replaced by the Contractor at no cost to the Department. Page 3 of 11

4 The Contractor shall review all signage and labeling. Any required signage or labeling found to be improper or missing shall be corrected by the Contractor within 10 days at no additional cost to the Department Sprinklers using fast-response elements that have been in service more than 20 years shall be tested per the NFPA 25, Chapter and Dry Sprinklers in service for more than 10 years shall be tested according to the NFPA 25, Chapter and Maintenance Service Inspect, test and service all air compressors for sprinkler systems; which includes, checking belts, oil, draining condensation in tanks, etc. This shall be performed on all visits Routine maintenance of sprinkler heads, including cleaning and dusting as required Maintenance shall include lubricating, adjusting and cleaning of internal components as required in the NFPA 25 along with the following: Adjustment of all water flow switches as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Adjustment of all tamper switches as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Adjustment of all air pressure regulators as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Adjust all pressure relief valves as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Lubricating valves as required by the NFPA Cleaning of internal components of system valves as required by the NFPA Cleaning of strainers and filters as required by the NFPA Repairs and/or replacement of components shall not be part of this Contract unless specifically stated in Section 2.6. Page 4 of 11

5 2.5.4 Inspect all areas covered by the automatic sprinkler systems to determine if these areas and their contents are properly protected. Any deficiencies noted should be provided in writing to the Facility Manager s attention Inspect and test all alarms for proper operation. Record the time it takes for water flow alarms to come in. This information shall be included in the reports Inspect and test for proper operation the control valves, water supplies, tanks, pumps and fire department connections, and proper labeling of same. Any labeling found to be improper shall be corrected by the Contractor within 10 days at no additional cost to the Department All dry systems shall be trip tested after March 15 and before September 15 of each year Winterization of all dry pipe systems shall be performed between October and November of each year. 2.6 Required Repair Services The following items shall be repaired under this Contract at no cost to the Department: Reset dry systems whenever they trip Reset all preaction systems whenever they trip Replace all burnt out or missing indicator lights, lamps and LEDs on Fire Pump Controllers, Transfer Switches and remote annunciators Lube and repack all fire pumps and jockey pumps as required per the NFPA 25 or as needed Anti-freeze systems shall be inspected, tested and maintained per the NFPA 13 and 25. Maintenance to anti-freeze systems includes the draining and refilling of anti-freeze at no cost to the Department when required Gauges not accurate to within three percent of the full scale shall be recalibrated or replaced by the Contractor at no cost to the Department All labor, materials and equipment required for the above items shall be included as part of this Contract. 2.7 Excluded Services Weekly and monthly inspections as required by the NFPA 25. Page 5 of 11

6 2.7.2 Any repair services not included in Section 2.6, Required Repair Services (noncovered Services. 2.8 Scheduling Frequency of Test/Inspection Facilities shall be tested/inspected according to the schedule in ATTACHMENT H TEST AND INSPECTION SCHEDULE. This includes quarterly, semiannual and annual test/inspections as well as any other test/inspections required by the NFPA codes series 1, 13, 14, 20, 22, 24, 25, 72 and 101 as they relate to waterbased fire protection systems. The Contractor shall also furnish copies of the inspection and testing report forms it plans to use. These report forms shall be furnished to the Contract Manager within 10 working days upon Contract execution for the Contract Manager s review and approval. Upon each on-site test/inspection, the Contractor shall furnish a complete itemized report, within two weeks, to the Contract Manager and Facility Manager. All deficiencies must be itemized as a faulty component or a code violation, site the specific code(s) violated, and give the exact locations of the deficiencies. The report shall be type written on forms approved by the Contract Manager. Winterization of all dry pipe systems shall be performed between October and November of each year Test/Inspection Scheduling The Contractor shall notify the Contract Manager and Facility Manager at least one week ahead of the time of each quarterly test/inspection date so the Facility Manager can accompany the Contractor's Inspector on the inspection tour. This notice is required to make necessary arrangements to flow water and to minimize tenant disruption and liability. 2.9 Emergency and Non-Covered Services The Contractor shall stand ready and be available to perform emergency and noncovered services (see Section 2.7.2), as deemed necessary by the Contract Manager during and outside of normal working hours defined as 7:00 a.m. 5:00 p.m., Monday Friday, excluding State holidays. Services shall include, but not be limited to, the following: Service shall be provided by qualified service personnel Travel time to and from a job site shall be non-billable The Contractor shall respond to an emergency service call within a maximum of one hour from the time the request is made by the Facility Manager or designee. An emergency service call shall be at the discretion of the Facility Manager or his designee. Page 6 of 11

7 2.9.4 Billable hours charged to the Department shall commence upon checking in and out with the Facility Manager or designee The Contractor shall charge the hourly rate for emergency and Non-covered services as noted in the ATTACHMENT E PRICE SHEET, Covered services beyond regular work hours, Non-covered services beyond regular work hours, and Non-covered services during regular work hours All emergency repairs shall be initiated and authorized by the Facility Manager or designee. All parts installed shall be in accordance with Section 9.3, Parts and Parts Warranty In the event weekend or holiday work is required to complete a task, prior approval shall be obtained from the Facility Manager The Contractor shall have a service ticket on each emergency service call and shall obtain the Facility Manager or designee's signature at the facility being serviced. A copy of the service ticket shall be left with the Facility Manager or designee. Electronic service tickets shall be electronically delivered to the Facility Manager the date service is rendered Tripped dry system(s) or preaction system shall require immediate service to drain and reset the systems back to normal condition Contractor Staff Requirements The Contractor shall assign service personnel to perform testing, inspections, and maintenance or service repairs as specified herein, and shall have backup personnel who are qualified to assume the responsibilities in the event of sickness or other causes of absence of the assigned service personnel All tests and inspections shall be performed by two of the Contractor s staff. One of the staff members shall remain at the facility fire alarm system to acknowledge the fire alarm panel and verify the tested devices report to the panel and to record the time it takes for water flow alarms to come in The Contractor s staff shall be qualified and experienced with a minimum of three years in the inspection, testing and maintenance of water-based fire protection systems The Contractor s staff shall carry identification as prepared by the Contractor. Identification information shall include the employee's full name, photograph (portrait) and company name The Contractor s Inspectors shall be certified by the National Institute for Certification in Engineering Technologies (NICET) with a level II or higher certification for Inspection and Testing of Water-Based-Systems. Page 7 of 11

8 Criminal Records Check Within 10 days of Contract execution, the Contractor shall verify staff members who will be performing services at the Department s facilities in order to undergo a security check as required in Section 18 of ATTACHMENT B - CONTRACT. Annual re-certification shall be required Reporting Requirements The Contractor shall keep and maintain complete and accurate records of all testing, inspections, maintenance and service repairs (including trouble calls) and parts installed. Copies of these records shall be provided to the Contract Manager and the Facility Manager at each visit and as indicted as follows: Logbook The Contractor shall furnish all logbooks required by CODE to the Facility Manager at each site within 30 days of the Contract execution. The Contractor shall update the logbook with each visit that work is performed, in detail, including but not be limited to, date, time and other relevant comments Service Ticket The Contractor's staff shall prepare a service ticket at each site visit to show: Facility name Date, time of arrival, departure and time spent Brief description of conditions found and work performed in written detail Name and signature of Contractor s staff Signature of the Facility Manager or designee. (Service tickets without authorized signature shall not be accepted as a valid site visit) A copy of the signed service ticket shall be left with the Facility Manager or his/her designee Scanned copies of the signed service tickets shall be ed to the Contract Manager or designee within two weeks of service being performed Utilization of any electronic device to document a service call or service ticket shall automatically send a copy of the document to the Facility Manager and the Contract Manager by means of upon completion. Electronic signature for verification of work completed shall be obtained Inspection/Testing Reports Within two weeks after each inspection, an electronic copy of the typed written report, on forms approved by the Contract Manager, shall be ed to the Contract Manager and Facility Manager. The report shall list all code violations found, site the specific code(s) violated and any general recommendations the Page 8 of 11

9 Contractor may suggest. At the time of inspection, the Contractor shall update all logbooks. The Contractor shall also provide a written, itemized quote for the repair and/or correction of violations noted on the reports. The condition reports shall inform the Facility Manager of the current condition of the equipment and make recommendations regarding the need for repairs, alterations and/or modification to the equipment. The Contractor shall adhere to ATTACHMENT H TEST AND INSPECTION SCHEDULE for all test and inspections required to be performed Certification Letter Annually Annually, the Contractor shall submit to the Contract Manager copies of each Inspector s certifications Asbestos-Containing Materials Asbestos-containing materials may exist in the facility. Asbestos-containing materials shall not be disturbed. If any of these materials are encountered and need to be disturbed, the Contractor shall stop work and contact the Facility Manager immediately. The Facility Manager shall contact the Department s Environmental Specialist for direction Department Responsibilities Provide the Contractor with access to the equipment to be tested, inspected and maintained Provide the Contractor written notice of any accident, alteration or change affecting the equipment Inform the Contractor of known asbestos-containing materials that exist in areas where the Contractor will be working Service Exceptions The Contractor shall not be required to make any replacements or repairs necessitated by negligence, abuse, misuse or vandalism of the equipment or by any other cause beyond the Contractor ' s control except ordinary wear and tear The Contractor shall not make any alterations to the equipment without prior written approval from the Facility Manager or designee The Contractor shall not be responsible for cleaning any equipment caused by reasons beyond the Contractor s reasonable control, or as a result of improper janitorial or building maintenance functions. Page 9 of 11

10 2.15 Workmanship All work shall be under the Contractor s general direction, but subject to inspection by the Facility Manager or designee who may require the Contractor to correct defective workmanship and parts without cost to the Department, if it is found to be the Contractor s responsibility. SECTION 3. CONTRACTOR S CONTRACT ADMINISTRATION The Contractor shall designate a staff member to oversee all activities under the resulting Contract including, but not limited to, scheduled services, scheduled tests, unscheduled services, reporting, record keeping and billing. The Contractor shall provide this information to the Contract Manager upon Contract execution. SECTION 4. PERFORMANCE MEASURES See ATTACHMENT G - PERFORMANCE STANDARDS AND GUARANTEES. SECTION 5. FINANCIAL CONSEQUENCES FOR NONPERFORMANCE 5.1 Withholding Payment In addition to the specific consequences explained in this Statement of Work, the State reserves the right to withhold payment or implement other appropriate remedies, such as Contract termination or nonrenewal, when the Contractor has failed to perform/comply with provisions of this Contract. These consequences for non-performance shall not be considered penalties. 5.2 Specific Consequences See ATTACHMENT G - PERFORMANCE STANDARDS AND GUARANTEES. SECTION 6. SUBCONTRACTORS No subcontracting shall be permitted under the resulting Contract of this solicitation. SECTION 7. ADDITIONS/DELETIONS During the term of the Contract, the Department shall have the right to add and/or delete facilities covered by the Contract as it deems appropriate with advance written notice to the Contractor. To add a facility, the Contract Manager shall obtain a price quote from the Contractor based on the Contract price for similar sized and equipped facilities covered under the Contract. Deletions shall result in a price reduction equal to the amount set forth in the Contract pricing. Addition and/or deletion of other facilities shall be upon written mutual agreement of both Parties through a Contract amendment. Page 10 of 11

11 SECTION 8. TRANSITION PLAN Within 10 working days after Contract execution, the Contract Manager shall conduct a preservice meeting or conference call with the Contractor to discuss the Statement of Work and to determine the services needed. SECTION 9. WARRANTIES 9.1 The Contractor warrants that all parts furnished under the Contract shall be free of defective material and workmanship for the life of the Contract, including renewals. 9.2 Warranty repairs shall be completed within the time specified in this Contract. If the time for repairs will exceed the specified time, the Contractor shall provide equivalent loaner equipment upon request. Loaner equipment shall be provided at no cost, including shipment to the Department s location and return of loan equipment to the Contractor. 9.3 Parts and Parts Warranty All installed parts must be new and in the original factory containers, unless refurbished equipment/parts for a specific repair is/are approved by the Contract Manager or Facility Manager in advance. The service ticket shall have a notation indicating the use of new or refurbished equipment/parts. The Contractor shall provide the Facility Manager or designee with a copy of the manufacturer s invoice All parts shall be warrantied per this section. When refurbished equipment/parts are used, it must be noted on the work order as refurbished The Contractor shall maintain a minimal inventory of parts sufficient for maintenance and repair of equipment at each facility The Contractor shall have and maintain all required service repair tools. Page 11 of 11

4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Chad Poppell, Agency Secretary CONTRACT FOR FIRE SPRINKLER SYSTEM INSPECTIONS DMS-14/15-039A

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS SPECIFICATIONS 1. PURPOSE AND SCOPE: The Kanawha County Schools Purchasing Department is soliciting bids to establish an Open End Service Contract for Sprinkler Repair Services at various Facilities throughout

More information

PROGRAMMED MAINTENANCE Planned Maintenance Program

PROGRAMMED MAINTENANCE Planned Maintenance Program PROGRAMMED MAINTENANCE Planned Maintenance Program Proposal Number: H-62-ALLS PM Prepared for: Allstate Insurance 4699 Salem Ave. Dayton, OH 45416 Prepared by: Acme Industrial Mechanical, Inc 9823 Main

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

CONSTRUCTION AGREEMENT/CONTRACT

CONSTRUCTION AGREEMENT/CONTRACT Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

APR EFFECTIVE: Town of Mechanic Falls Water Department Terms and Conditions. Filed December 2, First Revision

APR EFFECTIVE: Town of Mechanic Falls Water Department Terms and Conditions. Filed December 2, First Revision Town of Mechanic Falls Water Department Terms and Conditions Filed December 2, 2011 First Revision Office Hours: 7:30 a.m. - 4:00 p.m., Monday - Friday Telephone: 207-345-5351 PROPOSED January 1, 2012

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory I. SUMMARY The work under this contract will be performed at the facility located at Commonwealth of Pennsylvania, Department of Transportation, 81 Lab Lane (mailing address) and 82 Dogwood Avenue (delivery

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

NewTek ProTek Program Customer Agreement

NewTek ProTek Program Customer Agreement NewTek ProTek Program Customer Agreement This Agreement is between the undersigned (Customer) and NewTek, Inc. (NewTek) and defines the terms of the ProTek Program. 1. General. ProTek Care is NewTek s

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

DEPARTMENT OF MANAGEMENT SERVICES Real Estate Development and Management. TITLE: Use of DMS-managed Facilities REDM

DEPARTMENT OF MANAGEMENT SERVICES Real Estate Development and Management. TITLE: Use of DMS-managed Facilities REDM DEPARTMENT OF MANAGEMENT SERVICES Real Estate Development and Management TITLE: EFFECTIVE: November 14, 2008 REVISED: March 30, 2017 POLICY NUMBER REDM 08-103 PURPOSE To provide guidelines related to the

More information

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties) BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications.

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. ADDENDUM #1 RFQ M1201M 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. Please replace M1201M Pricing Proposal with the attached M1201M Pricing

More information

City of St. Louis. Treasurer's Office

City of St. Louis. Treasurer's Office City of St. Louis Treasurer's Office Requests for Proposals for Elevator Services Proposals due no later than 3:00pm, May 29, 2015 1 1) Opening Statement The City of St. Louis Treasurer s Office ( STLTO

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: TELEMETRY SYSTEM-PREVENTIVE MAINTENANCE AND EMERGENCY SERVICES November 19, 2015 through November 18, 2016

More information

there when you are not! Client Agreement & Terms of Service

there when you are not! Client Agreement & Terms of Service Client Agreement & Terms of Service I,, Client, hereby engage the services of HOMEWATCH SERVICES ETC., INC. (HWSE) to provide the services, which I, as Client, have indicated by signing and or placing

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This

More information

PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREEMENT TERMS AND CONDITIONS

PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREEMENT TERMS AND CONDITIONS PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREEMENT TERMS AND CONDITIONS Customer's signature on this Agreement or a valid purchase order referencing this Technical Service Support Agreement is required

More information

June 15, City Of Rochelle 420 N 6th St Rochelle, IL Att: Ms. Sue Messer. UPDATED: Old Building / HVAC Controls and Energy Improvements

June 15, City Of Rochelle 420 N 6th St Rochelle, IL Att: Ms. Sue Messer. UPDATED: Old Building / HVAC Controls and Energy Improvements City Of Rochelle 420 N 6th St Rochelle, IL 61068 Att: Ms. Sue Messer June 15, 2018 Helm Group Mechanical Inc Advanced Automation Solutions Group 2279 Route 20 East Freeport, Illinois 61032 UPDATED: Old

More information

BIC MANUAL FILL. McDonald s USA Extended Warranty Program Blended Beverage Ice Machine

BIC MANUAL FILL. McDonald s USA Extended Warranty Program Blended Beverage Ice Machine MULTIPLEX 2100 FUTURE, SELLERSBURG, IN 47172 844-724-CARE WWW.MANITOWOCBEVERAGE.COM/US Blended Beverage Extended Warranty Program BIC MANUAL FILL McDonald s USA Extended Warranty Program Blended Beverage

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

Spacelabs Healthcare Terms of Sale

Spacelabs Healthcare Terms of Sale Spacelabs Healthcare Terms of Sale 1. Terms of Agreement. This agreement for the sale of equipment ("Equipment"), the license of Software (as defined below) and/or the provision of services ( Services

More information

DESIGN/BUILD AGREEMENT REPLACEMENT PLAYGROUND STRUCTURES

DESIGN/BUILD AGREEMENT REPLACEMENT PLAYGROUND STRUCTURES DESIGN/BUILD AGREEMENT REPLACEMENT PLAYGROUND STRUCTURES This Design/Build Agreement (the "Agreement") is entered into this 19 th day of September, 2005 by and between the City of Overland Park, Kansas,

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

NHPUC NO. 8 Water TARIFF FOR WATER SERVICE

NHPUC NO. 8 Water TARIFF FOR WATER SERVICE NHPUC NO. 8 Water FRYEBURG WATER COMPANY TARIFF FOR WATER SERVICE IN THE STATE OF NEW HAMPSHIRE Dated: August 20, 2008 Issued by: ~ffeclive: October 1, 2008 C / resident Authorized by Docket No.DWQ7 115NHPUC

More information

Warranty Service Authorization Policy

Warranty Service Authorization Policy Warranty Service Authorization Policy As part of continuous improvement program for Albany High Performance Door Solutions, and to facilitate the payment process of warranty claims, we have developed this

More information

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:

More information

Pentair Water Treatment Limited Warranty

Pentair Water Treatment Limited Warranty Pentair Water Treatment Limited Warranty Fleck Controls, Inc. ("Fleck") and the Structural North American division of Essef Corporation ("Essef"), affiliated companies collectively doing business as "Pentair

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

AIA A201 General Conditions of the Contract for Construction

AIA A201 General Conditions of the Contract for Construction AIA A201 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Capital Improvement Plan Primary School THE OWNER: (Name and address) Hallsville R-IV

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

CULLIGAN EQUIPMENT SERVICE/SALES: GENERAL TERMS AND CONDITIONS

CULLIGAN EQUIPMENT SERVICE/SALES: GENERAL TERMS AND CONDITIONS CULLIGAN EQUIPMENT SERVICE/SALES: GENERAL TERMS AND CONDITIONS THIS ORDER INCLUDES INFORMATION REQUIRED BY STATE AND FEDERAL LAW 1. ACCEPTANCE. By signing the front of this Customer Order (Order), you

More information

INDEPENDENT CONTRACTOR/VENDOR AGREEMENT

INDEPENDENT CONTRACTOR/VENDOR AGREEMENT INDEPENDENT CONTRACTOR/VENDOR AGREEMENT This Agreement, made on ( Effective Date ) by and between Owner Representative: HomeRiver Group (Hereinafter Owner s Representative ) and Contractor: (Hereinafter

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

Guardian Fire & Security Systems Designed, Installed and Maintained Call:

Guardian Fire & Security Systems Designed, Installed and Maintained Call: Part 1 - Definitions In these Terms and Conditions (T&Cs) the following expressions shall have the following meanings:- 1.1 Company - Guardian Fire and Security Systems 1.2 Customer - The person, organisation

More information

SIDNEY-SHELBY COUNTY BOARD OF HEALTH PLUMBING REGULATIONS

SIDNEY-SHELBY COUNTY BOARD OF HEALTH PLUMBING REGULATIONS SIDNEY-SHELBY COUNTY BOARD OF HEALTH PLUMBING REGULATIONS Regulations of the Combined Shelby County General Health District establishing standards governing the installation, maintenance, testing and inspection

More information

Warranty Policy & Procedures

Warranty Policy & Procedures Warranty Policy & Procedures For DXAir-AC or LC Series EC/ES/EV/MC/MB The following lays out factory policy on DXAir-LC Series with nomenclatures beginning with: GF-EC-EV-EM-MB-MC equipment and parts returns

More information

GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition)

GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition) GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition) TABLE OF CONTENTS ARTICLE 1...1 General Provision...1 1.1 Definitions...1 1.2 Execution, Correlation

More information

WARE COUNTY FACILITIES COORDINATOR

WARE COUNTY FACILITIES COORDINATOR WARE COUNTY FACILITIES COORDINATOR 800 Church Street, Suite 218, Waycross, GA 31501 Phone: (912) 287-4480 Cellular: (912) 281-0215 Fax: (912) 287-4482 Email: clarke@warecounty.com REQUEST FOR BIDS GENERATOR

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

GENERAL CONDITIONS. of the CONTRACT FOR CONSTRUCTION. for the ARCHDIOCESE OF CHICAGO. for SOLE SOURCE CONTRACTS. (2004 Archdiocese Edition)

GENERAL CONDITIONS. of the CONTRACT FOR CONSTRUCTION. for the ARCHDIOCESE OF CHICAGO. for SOLE SOURCE CONTRACTS. (2004 Archdiocese Edition) Document #: 861154 GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO for SOLE SOURCE CONTRACTS (2004 Archdiocese Edition) 86 Document #: 861161 TABLE OF CONTENTS ARTICLE

More information

CONSTRUCTION CONTRACT AGREEMENT

CONSTRUCTION CONTRACT AGREEMENT Commonwealth of Pennsylvania Rev. 133A2CC CONSTRUCTION CONTRACT AGREEMENT This Construction Contract Agreement (this Agreement ) is made as of the 17 day of January, 2018 by and between Anthony E Cummins,

More information

~ocltingqnm 00:ounty ~nginecting & J81{11inten11nce ~er&ices

~ocltingqnm 00:ounty ~nginecting & J81{11inten11nce ~er&ices ~ocltingqnm 00:ounty ~nginecting & J81{11inten11nce ~er&ices 116 North Road-Brentwood, NH 03833,6614 Telephone: 603 679,2256, e,;t. 9150 Fax: 603 679,9380 www.co,rockingham,nh.us REQUEST FOR PROPOSAL FIRE

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

Consumer terms and conditions

Consumer terms and conditions Consumer terms and conditions Contents 1_ General pg 2 2_ Warranty pg 3 3_ Limitation of liability pg 4 4_ Price pg 4 5_ Payment pg 4 6_ Delivery pg 4 7_ Risk and title pg 5 8_ Damage or loss in transit

More information

Model QTS-5. QTS Industrial Series. Parts Manual

Model QTS-5. QTS Industrial Series. Parts Manual QTS Industrial Series Model QTS-5 Parts Manual Record of Change 101 This manual contains important safety information and must be carefully read in its entirety and understood prior to installation by

More information

THE GENERAL ASSEMBLY OF PENNSYLVANIA HOUSE BILL

THE GENERAL ASSEMBLY OF PENNSYLVANIA HOUSE BILL PRINTER'S NO. 1 THE GENERAL ASSEMBLY OF PENNSYLVANIA HOUSE BILL No. Session of 01 INTRODUCED BY TAYLOR, W. KELLER, PASHINSKI, KOTIK, KORTZ, ROZZI, K. BOYLE, D. COSTA, DAVIS, NEILSON, CARROLL, MICOZZIE,

More information

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor Document A104 2017 Standard Abbreviated Form of Agreement Between Owner and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

REQUEST FOR QUOTES (RFQ) FIRE ALARM TESTING, MAINTENANCE & REPAIR SERVICE CONTRACT

REQUEST FOR QUOTES (RFQ) FIRE ALARM TESTING, MAINTENANCE & REPAIR SERVICE CONTRACT Enter LHA Name here HOUSING AUTHORITY REQUEST FOR QUOTES (RFQ) FIRE ALARM TESTING, MAINTENANCE & REPAIR SERVICE CONTRACT RFQ # Enter nine digits # here. Issue Date: Enter a date from Central Register.

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

Attachment G - SSI Contract

Attachment G - SSI Contract Attachment G - SSI Contract Technology System Contract General Terms and Conditions The Department of Financial Services and ITN # DFS FL PALM ITN 1617-07 Page 1 of 87 TABLE OF CONTENTS

More information

PRODUCT WARRANTY. Techni Mobili Desk Warranty LIMITED 5-YEAR WARRANTY

PRODUCT WARRANTY. Techni Mobili Desk Warranty LIMITED 5-YEAR WARRANTY PRODUCT WARRANTY Techni Mobili Desk Warranty LIMITED 5-YEAR WARRANTY RTA Products, LLC warrants to the Original Purchaser who acquired a new product from RTA Products or its authorized resellers that this

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between (Piedmont Triad Regional Council) (herein Contractor ) and (Subcontractor)

More information

203(K) STANDARD OWNER/CONTRACTOR AGREEMENT

203(K) STANDARD OWNER/CONTRACTOR AGREEMENT 203(K) STANDARD OWNER/CONTRACTOR AGREEMENT Loan Number: : Provided By: Primary Borrower: CARRINGTON MORTGAGE SERVICES, LLC Property Address: Homeowner (s) ( Homeowner and/or Borrower ) FHA Case #: Address:

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

LPEFI. Isuzu Warranty Guide

LPEFI. Isuzu Warranty Guide LPEFI Isuzu Warranty Guide BI- PHASE TECHNOLOGIES, LLC Warranty Guide LPEFI Liquid Propane Electronic Fuel Injection Bi-Phase Technologies, LLC 2945 Lone Oak Dr., Suite 150 Eagan, MN (888) 465-0571 Revised

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

Preventative Maintenance Agreement Prepared for Stratfor.com

Preventative Maintenance Agreement Prepared for Stratfor.com Preventative Maintenance Agreement Prepared for Stratfor.com July 6, 2011 Section 1 Plan Benefits The following benefits are included in this preventative maintenance proposal: Annual Manufacturer Software

More information

Citylink Bus Maintenance Facility Exterior Maintenance

Citylink Bus Maintenance Facility Exterior Maintenance Invitation to Bid Project No. ID-2016-012-00, 2014/2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink Bus Maintenance Facility, located at 420 12 th

More information

Walton County School District Bay Elementary School New Administration Suite

Walton County School District Bay Elementary School New Administration Suite Page 1 of 8 Subject: Budget Proposal for Siemens Direct Digital Controls Bay Elementary School Administration Suite Date: December 11, 2014 SCOPE Below is our proposal for Direct Digital Controls (DDC)

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

Document A107 TM. Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope

Document A107 TM. Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope Document A107 TM 2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN

More information

Fidelis Cybersecurity, Inc. Support and Maintenance Agreement

Fidelis Cybersecurity, Inc. Support and Maintenance Agreement Fidelis Cybersecurity, Inc. Support and Maintenance Agreement This Support and Maintenance Agreement ( Agreement ) sets forth the agreement, terms and conditions applicable between Fidelis Cybersecurity,

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Pre-Construction and Construction Management at Risk Services Lafayette

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Brother Extended Warranty. Information booklet

Brother Extended Warranty. Information booklet Brother Extended Warranty Information booklet Contents About Brother... 03 Products... 04 Introduction to your Brother extended warranty... 05 Terms and conditions... 06 BUK contact details... 14 Welcome

More information

Swissray International, Inc. 31 Gordon Road Piscataway, NJ Phone (908) Fax (732)

Swissray International, Inc. 31 Gordon Road Piscataway, NJ Phone (908) Fax (732) Service Plan Quotation Quotation for: Gadsden State Comm. College Prepared by: 1001 Geo Mallace Drive Joanne Musarra Gadsden, Alabama 35902 Phone: (908) 372-6404 email: joanne.musarra@swissray.com Site

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Attachment 1. University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES

Attachment 1. University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES Attachment 1 University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES 1. GENERAL PROVISIONS 2. OWNER 3. CONTRACTOR 4. ADMINISTRATION OF

More information

EXHIBIT C OPERATIONAL TERMS AND CONDITIONS

EXHIBIT C OPERATIONAL TERMS AND CONDITIONS EXHIBIT C OPERATIONAL TERMS AND CONDITIONS I. CONTRACTOR AGREES TO: Establish and operate a Coffee Bar and cafeteria in the Department of Child Support Services complex to provide fresh high quality food

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

CONTRACT for PLUMBING REPAIR SERVICES

CONTRACT for PLUMBING REPAIR SERVICES CONTRACT for PLUMBING REPAIR SERVICES BLANKET PURCHASE ORDER NUMBER BP340068 THIS CONTRACT entered into this 25th day of June, 2013 by and between the CITY OF WICHITA, KANSAS, a municipal corporation,

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301 contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described

More information

Sussex Bank Online Banking Agreement. Our Agreement

Sussex Bank Online Banking Agreement. Our Agreement Sussex Bank Online Banking Agreement Our Agreement This Online Banking Agreement and Disclosure Statement (the "Agreement") provides the terms and conditions governing the use of online banking service

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

LONG ISLAND UNIVERSITY STANDARD TERMS AND CONDITIONS

LONG ISLAND UNIVERSITY STANDARD TERMS AND CONDITIONS LONG ISLAND UNIVERSITY STANDARD TERMS AND CONDITIONS CONTENTS I. Scope II. Review of Contract Documents III. Responsible Business Practices IV. Schedules and Time of Completion V. Plans, Specifications,

More information

2. The company reserves the right to refuse to undertake or decline work at its own discretion.

2. The company reserves the right to refuse to undertake or decline work at its own discretion. Terms & Conditions 1. For the purpose of these terms and conditions the following words shall have the following meanings: (a) The company shall mean Ecoheat plumbing (b) The Customer shall mean the person

More information

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS... DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

TCL 3 Year Warranty. a) Contact TCL by phone, or fax (see contact details and hours at the end of this Warranty); and b) Provide TCL with:

TCL 3 Year Warranty. a) Contact TCL by phone,  or fax (see contact details and hours at the end of this Warranty); and b) Provide TCL with: TCL 3 Year Warranty 1. Subject to the terms of this warranty document ( Warranty ), if this television device (including any remote, 3-D glasses and other accessories supplied with it) (together, the Television

More information

Homeowner Contract (with Consultant) 2013 Edition for use in Scotland. This publication contains:

Homeowner Contract (with Consultant) 2013 Edition for use in Scotland. This publication contains: Homeowner Contract (with Consultant) 2013 Edition for use in Scotland This publication contains: SBC 543 Page Homeowner Contract 3 for a homeowner/occupier who has appointed a consultant to oversee the

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information