Request for Quotation Page One

Similar documents
GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code.

Request for Quotation Page One

Request for Quotation Page One

Request for Quotation Page One

Request for Quotation Page One

Request for Quotation

Request for Quotation

Request for Quotation

Request for Quotation Page One

Requests for Quotes This is not an Order

Request for Quotation

Request for Quotation Page One

Request for Quotation

Allen Bradley Industrial Products

Request for Quotation Page One

REQUEST FOR QUOTATION

NOTICE AND CALL FOR BID Multi-Material Horizontal Baler with Above Floor Conveyor

(Business title of person signing above)

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

INSTRUCTIONS TO BIDDERS

Request for Quote (This is not an order.)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Solicitation Number: Date Issued: Procurement Officer: Phone: Address: URL:

TOTAL COST ITEM # QUANTITY UNIT DESCRIPTION Unit Cost FOR 2 UNITS

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

One (1) Original in Hardcopy. "Questions From Offerors" See provision entitled "Submitting Your Offer" AWARD & AMENDMENTS

Request for Quotation

Invitation to Bid BOE. Diesel Exhaust Fluid

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Invitation To Bid. for

ALL TERRAIN SLOPE MOWER

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

One (1) Original in Hardcopy

Request for Quotation

One (1) Original in Hardcopy. January 21, 2016 at 11:00 A.M., See provision entitled " Questions From Offerors"

Invitation To Bid. for

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

PURCHASE ORDER ACKNOWLEDGEMENT

Atlantis Industries Corporation Terms and Conditions

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

CITY OF TITUSVILLE, FLORIDA

REQUEST FOR QUOTATION DESCRIPTION: Winthrop Magazine Fall 2016

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Supplier Application PART 1 of 3

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

Request for Quotation

One (1) Original in Hardcopy. "Questions From Offerors"

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

REQUEST FOR SEALED BID PROPOSAL

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

Invitation to Bid BOE. Fluorescent Bulbs

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

P R O P O S A L F O R M

The vendor will provide at least one day of training at each location.

RFQ #2766 Sale of Surplus Scrap Metal

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

Request for Bid (RFB)

Invitation for Bids Amendment #1

Oyster River Cooperative School District Business Administrator s Office

SAN DIEGO CONVENTION CENTER CORPORATION

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Union College Schenectady, NY General Purchasing Terms & Conditions

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR PROPOSAL. UPS Maintenance

Holt Public School District 5780 W. Holt Rd Holt MI

Terms & Conditions for Sale of Optical Components & Services

Blanket Purchase Agreement: Revision No: 14 Page 1 of 4 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public

REQUEST FOR PROPOSALS For a Pre-Owned Pumper Truck (CIP# AEQ1909)

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

Cumberland County Schools

The Term "Offer" Means Your "Bid" or "Proposal". See "Submitting Your Offer" provision LOCATION: N/A

INVITATION TO BID (ITB)

Request for Quotation

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

Please include a business card with updated contact information in the packet.

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

2018 Recreation Center Dectron Unit - R22 Refrigerant

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

Transcription:

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: 10:00 AM Send Quotation to above address at Attention of: Solicitation Number: Posting Date: 10 09 2014 Lind Jackson USC-RFQ-2693-LJ 09 29 2014 Print company name and address: Please quote your lowest delivered price of the item(s) listed below. The Purchasing Department reserves the right to reject any or all quotes and to waive any or all technicalities. 1. If an item cannot be furnished, indicate with No Quote. 2. All Quotes must be signed by the vendor s representative per the terms noted. Failure to comply with these instructions may result in disqualification of the quote. 3. Faxed or E-mailed Quotes are acceptable. FAX # (803) 777-2032 Federal I.D. or Social Security No. Submitted By (Print Name) SC Minority Certification Number (if applicable). Signature Phone Number E-mail Item # Quantity and Unit Description of Supplies or Services Unit Price Extended Price 1 LOT 34 Yd Self-Contained Compactor $ $ 2 Delivery and set up charge $ $ TOTAL $ Buyer: Lind Jackson Phone: (803) 777-4115 E-mail: ljackson@fmc.sc.edu A faxed or e-mailed quote is acceptable. Quote only as specified. Do not include sales tax. Deliveries Shall be FOB Destination, freight prepaid. Award to be made to one vendor for entire lot.

GENERAL CONDITIONS DEFAULT: In case or default by the Contractor, the University of South Carolina reserves the right to purchase any or all items in default in the open market, charging the Contractor with any additional costs. The defaulting Contractor shall not be considered a responsible bidder until the assessed charge has been satisfied. All amendments to and interpretation of this RFQ shall be in writing. The procurement officer shall not be legally bound by any amendment or interpretation that is not in writing. SC/US PREFERENCE: In order to receive the South Carolina/United States made, manufactured or grown end-product preference, you must check the appropriate space(s) provided on the face of the quotation form. This preference does not apply to services. Any contract entered into by the University of South Carolina or its agencies resulting from this quotation shall be subject to cancellation at the end of any fiscal or appropriated year unless otherwise provided by law. Payment will be made in accordance with Section 11-35-45 of the South Carolina Consolidated Procurement Code and Disbursement Regulations. Delay in receiving invoices, as well as errors and omissions on the invoices, will be considered just cause for withholding payment without losing discount privileges. The University reserves the right to withhold payment or make such deductions as may be necessary to protect the University from loss or damage because of defective work, claims, damages, or to pay for repair of correction of materials furnished hereunder. Quoted prices must remain firm for a period of thirty days beyond the Request for Quotation deadline. Unit prices will govern over extended prices unless otherwise stated. The University of South Carolina shall consider payment discounts in the award of this contract when such discounts are for thirty days or more after final inspection and acceptance of contract requirements. Payment discounts for less than thirty days are encouraged but shall not be a factor in award determination. Please state your discount terms using the above referenced information as the University s position on the matter. All materials and products offered must be guaranteed to meet and comply with the requirements all the specifications, terms and conditions indicated or referred to. The award will be made in accordance with Section 11-35-1520 of the South Carolina Consolidated Procurement Code. The University reserves the right to reject any and all quotations and to cancel the solicitation; waive any and all technicalities; the University reserves the right to reject any quotation in which the delivery time indicated is of substantial length to cause disruption and/or delay in operation for which the item(s) is/are intended; ambiguous quotations which are uncertain as to terms, delivery, quantity or compliance with specifications may be rejected. The successful vendor assumes sole responsibility and shall hold harmless the University of South Carolina, its directors, officers, employees and agents from and against any and all claims, actions or liabilities of any nature which may be asserted against them by third parties in connection with the performance of the successful bidder, its directors, officers, employees and agents under this agreement. The University of South Carolina agrees to accept responsibility for claims, actions or liabilities resulting from negligent acts of its employees occurring within the scope of their employment which may be asserted against them by third parties in connection with the performance of the University of South Carolina, its members, directors, officers, employees and agents under this agreement. Contractor agrees not to refer to award of this contract in commercial advertising in such a manner to state or imply that the products or service provided are endorsed or preferred by the user. Upon award of a contract under this quotation, the person, partnership, association or corporation to whom the award is made must comply with the laws of South Carolina that require such person or entity to be authorized and/or licensed to do business in this State. Notwithstanding the fact that applicable statutes may be exempt or exclude the successful quoter from requirements that it be authorized and/or licensed to do business in this State, by submission of this signed quote, the quoter agrees to subject itself to the jurisdiction and process of the courts of the State of South Carolina as to all matters and disputes arising or to arise under the contract and the performance thereof, including any questions as to the liability for taxes, licenses or fees levied by the State.

Termination: Subject to the provisions below, the contractor may be terminated for any reason by the University providing a thirty-day advance notice in writing is given to the contractor. Termination for Convenience: In the event that this contract is terminated or cancelled upon request and for the convenience of the University may negotiate reasonable termination costs, if applicable. Termination for Cause: Termination by the University for cause, default, or negligence on the part of the Contractor shall be excluded from the foregoing provisions; termination costs, if any, shall not apply. The thirty day advance notice requirement is waived and the default provision in this bid shall apply. HIPAA Law: The Contractor agrees that to the extent that some or all of the activities within the scope of this Contract are subject to the Health Insurance Portability Accountability Act of 1996, P.L. 104-91, as amended ( HIPAA ), or its implementing regulations, it will comply with the HIPAA requirements and will execute such agreements and practices as the University of South Carolina may require to ensure compliance. Additional information may be viewed at: http://www.sa.sc.edu/shs/hipaa/ SPECIAL CONDITIONS LICENSES, PERMITS, INSURANCE: All costs for required licenses, permits and insurance shall be borne by the Bidder. The University of South Carolina requires all contractual activities to be performed in a manner that is consistent with all applicable federal, state and local laws, regulations, rules, rulings and ordinances. These include, but are not limited to: the Occupational safety and Health Act, The Environmental Protection Act, The South Carolina Hazardous Waste Management Act. IMPORTANT Please Note Vendors, we MUST have your Federal ID # (company) or Social Security # (individual) before processing any invoices for payment. Failure to provide this information will result in delay of payments until this information is received. Please include this information with your quote. PREFERENCES - A NOTICE TO VENDORS (SEP. 2009): On June 16, 2009, the South Carolina General Assembly rewrote the law governing preferences available to in-state vendors, vendors using in-state subcontractors, and vendors selling in-state or US end products. This law appears in Section 11-35-1524 of the South Carolina Code of Laws. A summary of the new preferences is available at www.procurement.sc.gov/preferences. ALL THE PREFERENCES MUST BE CLAIMED AND ARE APPLIED BY LINE ITEM, REGARDLESS OF WHETHER AWARD IS MADE BY ITEM OR LOT. VENDORS ARE CAUTIONED TO CAREFULLY REVIEW THE STATUTE BEFORE CLAIMING ANY PREFERENCES. THE REQUIREMENTS TO QUALIFY HAVE CHANGED. IF YOU REQUEST A PREFERENCE, YOU ARE CERTIFYING THAT YOUR OFFER QUALIFIES FOR THE PREFERENCE YOU'VE CLAIMED. IMPROPERLY REQUESTING A PREFERENCE CAN HAVE SERIOUS CONSEQUENCES. [11-35-1524(E)(4)&(6)] PREFERENCES - SC/US END-PRODUCT (SEP 2009): Section 11-35-1524 provides a preference to vendors offering South Carolina end-products or US end-products, if those products are made, manufactured, or grown in SC or the US, respectively. An end-product is the tangible project identified for acquisition in this solicitation, including all component parts in final form and ready for the use intended. The terms "made," "manufactured," and "grown" are defined by Section 11-35-1524(A). By signing your offer and checking the appropriate space(s) provided and identified on the bid schedule, you certify that the endproduct(s) is either made, manufactured or grown in South Carolina, or other states of the United States, as applicable. Preference will be applied as required by law. Post award substitutions are prohibited. See "Substitutions Prohibited - End Product Preferences (Sep 2009) provision. PREFERENCES - RESIDENT VENDOR PREFERENCE (SEP 2009): To qualify for the RVP, you must maintain an office in this state. An office is a nonmobile place for the regular transaction of business or performance of a particular service which has been operated as such by the bidder for at least one year before the bid opening and during that year the place has been staffed for at least fifty weeks by at least two employees for at least thirty five hours a week each. In addition, you must either: (1) maintain at a location in South Carolina at the time of the bid an inventory of expendable items which are representative of

the general type of commodities for which the award will be made and which have a minimum total value, based on the bid price, equal to the lesser of fifty thousand dollars [$50,000] or the annual amount of the contract; or (2) be a manufacturer headquartered and having an annual payroll of at least one million dollars in South Carolina and the end product being sold is either made or processed from raw materials into a finished end product by that manufacturer or its affiliate (as defined in Section 1563 of the Internal Revenue Code). SUBSTITUTIONS PROHIBITED - END PRODUCT PREFERENCES (SEP 2009): If you receive the award as a result of the South Carolina end product or United States end product preference, you may not substitute a nonqualifying end product for a qualified end product. If you violate this provision, the State may terminate your contract for cause and you may be debarred. In addition, you shall pay to the State an amount equal to twice the difference between the price paid by the State and your evaluated price for the item for which you delivered a substitute. [11-35-1534(B)(4)] ADDITIONAL CONDITIONS SHIPPING / RISK OF LOSS (JAN 2006): F.O.B. Destination. Destination is the shipping dock of the Using Governmental Units designated receiving site, or other location, as specified herein. (See Delivery clause) MATERIAL AND WORKMANSHIP (JAN 2006): Unless otherwise specifically provided in this contract, all equipment, material, and articles incorporated in the work covered by this contract are to be new and of the most suitable grade for the purpose intended. SCOPE OF WORK / SPECIFICATIONS DELIVERY / PERFORMANCE LOCATION PURCHASE ORDER: After award, all deliveries shall be made and all services provided to the location specified by the University of South Carolina in its purchase order. The University of South Carolina intends to purchase a 43 YD Self-contained compactor. 43-yd Self-contained Compactor Standard features shall include 1 each o 48 feed height o 22 5 OAL o Charge box 40.5 L x 58 W o Totally UL listed o Universal 37 Double end pick-up understructure o 3/60/208-230-460 Tri-volt o 10 HP Remote power pack w/2 each 7 wire braid hydraulic hoses o Quick disconnects (RH or LH) o Push button controls (key lock Start, Stop Reverse) mounted in panel boax face o CYCON Life Xtender system o Dual fire ports o Full door seal 1each: o Doghouse w/1 side door 9specify LH or RH) assembled & mounted includes handle slam latch and access interlock switch 1 each: o 15 L x 3 ½ H Container rails w/stops 1 each: o Multi-cycle timer (number of cycle to be specified) 1 each o Extra HD Ozone odor control system w/weather cover, piping & 3 flex metal hose (if packer equipped w/charge box enclosure [requires mounting and own 110 volt power source] 630A

BIDDING SCHEDULE Item Qty Description Unit Price Extended Price RVP USEP SCEP 1 1 34-YD Self-contained compactor Standard features include 48 feed height 22 5 OAL; Charge box 40.5 L x 58 W; Totally UL Listed; Universal 37 double end pick-up understructure; 3/60/208-230-460 Tri-volt; 10 HP Remote power pack w/2 each 7 wire braid hydraulic hoses; Quick disconnects (specify RH or LH); Push button controls (key lock Start, Stop, Reverse) mounted in panel box face; CYCON life Xtender system; dual fire port; full door seal; Choice of standard paint colors $ $ 2 1 Doghouse w/1 side door (specify LH or RH) assembled & mounted includes T-handle slam lath and access interlock $ $ 3 1 15 L x 3 1/2 container rails w/stop $ $ 4 1 Extra HD Ozone odor control system w/weather cover piping & 3 flex metal hose (if packer equipped w/charge box enclosure (require mounting and own 110 volt power source) 630A $ $ 5 1 Multi-cycle timer (specify number of cycles) $ $ Delivery and set up charge Total Price $ Note 1: Taxes should not be included with price. Note 2: All preferences must be claimed by initialing in the space provided in the bid schedule. Preferences are applied by line item whether the award is to be made by line item or lot. If you request a preference, you are certifying that your offer qualifies for the preference you have claimed.

MINORITY PARTICIPATION (JAN 2006) Is the bidder a South Carolina Certified Minority Business? Yes NO Is the bidder a Minority Business certified by another governmental entity? Yes NO If so, please list the certifying governmental entity: _ Will any of the work under this contract be performed by a SC certified Minority Business as a subcontractor? Yes NO If so, what percentage of the total value of the contract will be performed by a SC certified Minority Business as a subcontractor? Yes NO Will any of the work under this contract be performed by a minority business certified by another governmental entity as a subcontractor? Yes NO If so, what percentage of the total value of the contract will be performed by a minority business certified by another governmental entity as a subcontractor? Yes NO If a certified Minority Business is participating in this contract, please indicate all categories for which the Business is certified: Traditional minority Traditional minority, but female Women (Caucasian females) Hispanic minorities DOT referral (Traditional minority) DOT referral (Caucasian female) Temporary certification SBA 8 (a) certification referral Other minorities (Native American, Asian, etc.) (If more than one minority contractor will be utilized in the performance of this contract, please provide the information above for each minority business.)

INTENT: This specification describes a 34-cubic yard capacity self-contained refuse compactor with doghouse assembled and for use at the Russell House University Union at the University of South Carolina. GENERAL TERMS: All equipment furnished under this contract shall be new, unused and the same as the manufacturer s current production model. Accessories not specifically mentioned herein, but necessary to furnish complete unit ready for use, shall also be included. Unit shall conform to the best practice known to the trade in design, quality of material and workmanship. GUARANTEE: Bidder shall state his normal warranty and extended warranty where available. PARTS MANUAL: Bidder shall furnish a complete parts, maintenance, and operator s manual. BID QUOTATION: Bidder shall complete every space in the specification bidder s proposal column with a check mark to indicate if the item being bid is exactly as specified. If not, the NO column must be checked and a detailed description of the deviation from the specification to be supplied. A. CAPACITY 1. The compactor shall be self-contained with a capacity of 34 yd³. B. COMPACTOR DIMENSIONS 1. Overall length shall be 22 5 2. Overall width shall be 8 4-1/8 3. Height at doghouse end shall be 7 6. 4. Overall height shall be 8 8. 5. Charge box shall be 40.5 x 58 with a capacity of 1.7 yd 3 6. Feed height shall be 48 7. Weight shall be 11,130 lbs. C. COMPACTOR PERFORMANCE CHARACTERISTICS 1. Cycle time shall be 33 seconds. 2. Total normal force shall be 39,900 lbs. 3. Total maximum force shall be 49,500 lbs. 4. Normal ram face pressure shall be 27.1 psi. 5. Maximum ram face pressure shall be 33.7 psi. 6. Ram penetration shall be 6. D. ELECTRICAL & HYDRAULIC EQUIPMENT 1. Compactor shall have CYCON Life Xtender cyclic control system. 2. Compactor shall have a 3/60/208-230-460 Tri-volt 10 HP electric motor. 3. Power pack shall be remote w/2 each 7 wire braid hydraulic hoses 4. Shall include quick disconnects (RH or LH to be specified by purchaser) 5. Shall include push button controls (key lock Start, Stop, Reverse) which shall be mounted in panel box face. 6. Hydraulic pump shall be 10 gpm with a normal pressure of 1850 psi and maximum pressure of 2300 psi.

7. Hydraulic cylinders (2) shall have a bore of 4 and rod of 2½. 8. Shall include multi-cycle time (number of cycles to be specified by purchaser). E. DOGHOUSE 1. Doghouse shall be assembled and mounted including T-handle slam latch and access interlock switch. 2. Doghouse door opening shall be 42 W x 40 1 / 8 H. F. REAR DOOR 1. Full door seal shall provide a superior watertight closure. 2. Door hinges shall create a uniform seal compression while eliminating seal damage. 3. Door shall be secured with one ratchet. G. LIQUID SEEPAGE MANAGEMENT 1. All liquid seepage that occurs during compaction shall be contained within the compactor until discharged at the disposal site. H. ODOR CONTROL SYSTEM 1. Shall include Extra HD Ozone odor control system with weather cover, piping, & 3 flex metal hose. I. PAINTING 1. Purchaser shall be given choice of standard paint colors. J. UNDERSTRUCTURE & CONTAINER RAILS 1. Understructure shall be universal 37 Double end pick-up understructure. 2. Container rails shall be 15 L x 3 ½ high with stops. K. Warranty 1. Warranty shall include 3 years structure, 2 years components, and 6 months labor warranty. L. Required Options : Freight 1. Factory Mounting of all components 2. Doghouse with 1 side door, t-handle slam latch, and access interlock switch 3. Remote power pack 4. CYCON Cyclic Control System 5. Dual Fire Ports 6. Full door seal 7. Multi-cycle timer 8. Extra HD Ozone odor control system