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

Size: px
Start display at page:

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

Transcription

1 SCOPE OF WORK It is intent of JEA to to obtain a qualified Contractor to perform the scheduled and emergency repair and maintenance of over 506 generators throughout the JEA service territory in the following counties: Clay, Duval, Nassau and St Johns. The locations are included in Appendix C Facilities Generator Maintenance Equipment List. This work may include, but is not limited to, repairs to engines, generators, control panels, batteries, battery chargers, voltage regulators, jacket water heaters, fuel day tanks, fuel tanks, fuel tank controls, alarms, and related switches. The Contractor shall repair equipment as specified herein and listed in Appendix C Facilities Generator Maintenance Equipment List. All parts and materials shall be new, unless refurbished is specifically requested by the JEA Contract Administrator. The Contractor shall provide monthly, quarterly, and annual preventative maintenance on all engine-generator sets, engine driven pumps (engine and controls only) and related equipment as shown in Appendix C Facilities Generator Maintenance Equipment List. The Contractor shall provide monthly and annual above ground fuel storage tank inspections per the Florida Administrative Code (FAC) JEA will schedule per Florida Department of Environmental Protection (FDEP) availability. No repair work is to be performed on Automatic Transfer Switches (ATS). When conducting tests on generators, the Contractor will also conduct a monthly test of Automatic Transfer Switches and record the results on the log at the Unit. Any deficiency shall be reported to the JEA Contract Administrator within one (1) hour of discovery. 1. WORK REQUIREMENTS 1. The Contractor will confirm that all repairs comply with accepted practice as specified in the National Electric Code. 2. As defined on a case by case basis by FDEP and JEA, the Contractor will be accountable for timely clean-up and remediation associated with any containment spills, accidental or otherwise, including, but not limited to diesel fuel, gasoline, lubricants, and cleaning fluids. 3. JEA may request for maintenance and/or repair of engine-generators, engine driven pumps and/or above ground fuel storage tanks at the unit Response price. 4. JEA may remove maintenance and/or repair of decommissioned or suspension of services in part or total listing of engine-generators, engine driven pumps and/or above ground fuel storage tanks with written notice effective five (5) days after receipt. 5. Maintenance on engine-generators and engine driven pumps is based on all maintenance required as stated herein. 6. The Response Workbook is a three (3) year estimate based on annual expected needs and is to be used as a guideline and not a guarantee of work. 7. JEA reserves the right to take action to perform the work in house. 2. DISPOSAL OF WASTE GENERATED DUE TO CONTRACTOR WORK 1. The Contractor must dispose of all waste generated as a result of this Contract at an officially permitted location. 2. Any fees and/or charges associated with this disposal should be included in the Contractor s Response Workbook. JEA will not pay additional charges/fees for waste disposal. 3. The Contractor shall conform to environmental regulations of public agencies, including local jurisdiction. 3. SITE CONDITIONS 1. The Contractor shall prevent access, by the public, to materials, tools, and equipment during the course of repair and maintenance. 2. All doors, lids, and gates shall be locked and secured at all times when unattended. Page 1 of 6

2 4. SPECIAL WEATHER EVENT 1. In anticipation of a weather event where damage to JEA facilities could occur, the Contractor will take steps to ensure that JEA will be a priority for repairs and that adequate staffing coverage will be available. 2. JEA considers adequate staffing to consist of at least six (6) Level I technicians who are certified factory trained as referenced in section 7. JEA will require these technicians to be on site (possibly at different locations throughout the JEA service area) and will compensate the Contractor at the hourly rate associated with Section I in the Response Workbook (Special Weather Event Rate). 5. ADMINISTRATIVE COST AND PROFIT 1. The administrative cost, profit and other indirect Contractor costs will not be permitted as separate billable costs. 2. JEA will pay the Contractor for actual hours worked per the Unit Price for AD Hoc Labor. 3. Unit prices stated in the Response Workbook shall include all labor expenses including, but not limited to, small tools and consumables needed to perform the repairs, supplies needed, travel, meals, per diem, salaries, benefits, overheads, etc. Travel costs and travel time will not be paid by JEA. 6. INVOICING 1. Company s invoice shall include the following: Contractor s company name and address, JEA s Purchase Order and Work Order numbers, the date and location of service provided, total amount payable with a breakdown showing the detailed Unit Price cost including unit types and quantities, and purchase receipts and JSEB forms shall be attached to the invoice, if applicable. 2. Monthly, quarterly and annual maintenance will be submitted via Monthly Maintenance Log no later than the 10 th of the month following service. An example of this log is attached as Appendix C - Facility Repair and Maintenance of Generators Monthly Maintenance Log. 3. Invoiced pricing must match the pricing as stated on the Contractor s Response Workbook. 4. Invoice AD Hoc labor will be charged in fifteen (15) minute intervals with no minimum time requirements. 5. Where a Unit Price for a part or material is not shown on the Response Workbook, the mark-up price or discounted price found in the Contractor s Response Workbook will be utilized, as well as the labor pricing stated on the Contractor s Response Workbook. Purchase receipts for each mark-up or discounted item must be attached to invoices. The mark-up percentage on the response workbook shall not exceed 10%. 7. CONTRACTOR PERSONNEL 1. The Contractor is required to have a minimum of six (6) factory trained engine-generator technicians on staff performing regularly scheduled maintenance, trouble shooting, and repairs on non-warrantied engine-generators, engine driven pumps, and attached equipment. Certification shall be submitted for review prior to award. 2. Four (4) of the six (6) factory trained technicians shall be Level One Technicians. A Level One Technician is defined by JEA as having five (5) years of engine-generator repair and maintenance experience and 200 hours of factory training. 3. Two (2) technician can be a Level Two Technician, but is restricted to assisting annual maintenance performed by the Level One Technician. A Level Two Technician is defined by JEA to have three (3) years of engine-generator repair and maintenance experience and 100 hours of factory training. 4. A Helper is only allowed to work under direct supervision by a Level 1 or Level 2 Technician. 5. If the work requires more than one technician, JEA will only pay for one Level One Technician. The labor rate for any other technician or Helper assisting the Level One Technician will be paid at the Helper labor rate. If the work only requires one (1) technician and additional technicians are on the Page 2 of 6

3 property, JEA will only pay for the technician needed. The discretion will fall to the JEA Contract Administrator. 6. Any worker employed by the Contractor, who exhibits inadequate experience and knowledge or is incapable in his/her field, shall be removed from the site at the sole discretion of the JEA Contract Administrator. 8. SAFETY 1. In addition to JEA s Safety requirements listed in of the solicitation, the following is required: a. The Contractor shall familiarize all technicians with all fire and safety regulations recommended by OSHA and other industry or local governmental groups. b. The Contractor shall furnish JEA with manufacture safety data sheets on all products utilized. c. The Contractor shall adhere to current JEA Safety and Training regulations as referenced in the contract documents. 9. COST FOR PARTS & OPTIONAL EQUIPMENT 1. The price charged for parts, materials or equipment not specifically listed on the Response Workbook, will be at the actual price paid, plus the mark-up percentage stated on the Response Workbook. 2. Documentation showing the Contractor s purchase price for any purchase of parts, materials or equipment not listed on the Response Workbook must be attached to each invoice. 3. For parts and materials not included in the Response Workbook, JEA may purchase from other dealers and/or parts warehouses, if advantageous. JEA will then turn the parts over to Contractor s service technicians to install. 10. RESPONSE TIME 1. JEA will be a priority for repairs. 2. Non-emergency services may be requested by the JEA Contract Administrator (or his/her designee) during regular work hours (7:00am 6:00pm, Monday Friday). Non-emergency services may also be requested outside of regular work hours (6:01pm 6:59am, Monday Friday, including weekends and JEA Holidays) and billed at the after-hours rate as designated in the Response Workbook. Contractor must respond to the Contract Administrator s call for non-emergency services within one (1) hour and must be on site within two (2) days. 3. Emergency services may be requested by the JEA Contract Administrator (or his/her designee). The JEA Contract Administrator will specify if the call is determined to be an emergency. Emergencies may occur during regular work hours or outside of regular work hours and will be billed at the emergency call-out rate, listed as a unit price in the Response Workbook. Contractor must respond to the Contract Administrator s call for emergency services within one (1) hour and must be on site within four (4) hours. 4. Emergency services will be billed as reflected in the Response Workbook. A fee charged for the first hour onsite will be charged and the remaining time onsite will be billed at the appropriate hourly rate corresponding to the time of day. 11. ENGINE-GENERATOR USAGE 1. JEA intends to use engine-generators on an emergency basis only. Therefore, each generator should run less than 100 hours per year. Most of the run time will be during testing. The contractor shall minimize run time, to preserve the life of the equipment. 2. Contractor will base all required engine-generator maintenance on 200 hours usage per year for a total of 600 hours usage over the three years. 3. Contractor will document all run time on an Excel spreadsheet (Monthly Maintenance Log) submitted monthly by to the JEA Contract Administrator. Page 3 of 6

4 12. REPAIRS OF ENGINE-GENERATORS AND ENGINE DRIVEN PUMPS 1. The Contractor will perform necessary repairs discovered during routine maintenance only after written and or verbal authorization from the JEA Contract Administrator or his/her designee in Facilities Operations and Maintenance Department. The Contractor will provide the JEA Contract Administrator with a cost and time estimate to complete the repairs, prior to JEA s approval. When completed, the Contractor shall send an to the JEA Contract Administrator with a brief description of the repairs and the anticipated completion date. 2. If advantageous, JEA may purchase batteries from other vendors for some or all units. JEA shall turn the parts over to the Contractor s service technicians to install and track. 3. JEA shall have the option to purchase parts from other dealers and or parts warehouses. JEA shall then turn the parts over to the Contractor s service technicians to have installed. 4. Major generator repairs may include, but are not limited to, repairs to engines, generators, control panels, batteries, battery chargers, voltage regulators, water heaters, fuel day tanks, fuel tanks, fuel tank controls, alarms, and related switches. 5. All unit prices are to include a battery change and silicone hoses for jacket water heater replacement once in a three year cycle of the contract to be conducted on the annual maintenance or monthly maintenance when the dates listed on parts are within thirty (30) days of the three (3) year mark. If there is a question on the replacement time frame the JEA Contract Administrator will be the final decision of authority. 13. MAINTENANCE OF ENGINE-GENERATORS AND ENGINE DRIVEN PUMPS 1. Maintenance shall meet or exceed original manufacturer s recommended tune-up and service intervals for the size, type, usage, and location of all new and existing units. 2. The Contractor shall perform full resistive load bank testing to kw, phase, volt, HZ for a minimum of four (4) hours at least once per year. In lieu of load bank testing, large units must be paralleled into JEA s electric system and run at full load. 3. The Contractor shall perform engine run and pump down testing for a minimum of one (1) hour at least once per year. In lieu of the one (1) hour engine run and pump down for sewer, water, and fire pumps, the Contractor shall perform the original manufacturer s recommended annual testing and the National Fire Protection Association s (NFPA) required testing. 4. The Contractor shall prepare an Excel spreadsheet report in the format of the Monthly Maintenance Log, listing all data associated with monthly, quarterly, and annual maintenance and inspections for all units and related equipment listed herein. This report is due by by the 10th of each month following services performed. 5. Maintenance and inspection logs shall be filled out on the day that the maintenance, testing and inspection was performed. A copy will be kept in the location of the equipment. 6. Maintenance on existing engine-generators and or engine driven pumps will be based on the original manufacturer s maintenance recommendations and shall, at a minimum, include: a. Routine maintenance as required to maintain the equipment in good operating condition b. Routine maintenance and tune ups as per manufacturer s recommended service interval schedule and manufacturer service updates. c. Unit Prices for maintenance shall include, but are not limited to, the following activities: d. Parts and labor to service engine annually e. Changing all oil, air and fuel filters f. Prime fuel system, test run and check for leaks g. Disposal of used oil and filters adhering to EPA regulations 7. Contractor will provide annual maintenance, testing, and inspection to include: a. Test exhaust emission b. Meggohm meter test generator wiring for insulation breakdown c. Pressure test coolant system and test coolant for electrolysis and temperature strength Page 4 of 6

5 d. Utilize heat scanner to source hot spots in cooling, electrical and mechanical systems e. Vibration analysis report of complete generator set f. Leeman series I C P oil sample analysis g. Reactive load bank test per manufacturer s specification plate h. Inspect and test operation of transfer switch i. Chemical test engine coolant j. Drain water from filter / water separator k. Clean around engine-generator or engine driven pump, general house cleaning l. Refill and or top off any fluid in engine, cooling system, or battery m. Provide fuel sample and analysis at the request of the JEA Facilities representative n. Complete inspection and service (oil, oil and air filters, etc.) o. Conduct resistive load test to kw, phase, volt, HZ for four hours p. Check phase rotation upon completion of load bank test 8. The Contractor will provide quarterly maintenance, tests and inspections to include: a. Test run engine, transfer load to generator, unit shall be brought to operating temperature b. Inspect engine, generator, transfer switch, engine starting and charging system c. Check jacket water heater, all emergency shut-down switches, belts, hoses, and battery d. Refill and or top off any fluid in engine, cooling system, or battery e. Clean around engine-generator or engine driven pump, general house cleaning 9. The Contractor will provide monthly maintenance, tests and inspections to include: a. All fluids and air filters will be checked b. Battery levels will be tested and voltage drop annotated c. Fuel tank will be manually gauged with measuring device an annotated in inches on log d. Fuel gauge will be calibrated for accuracy and audible alarm tested if applicable e. Fuel levels will be collected and reported to the JEA Contract Administrator NLT the 10 th day of following month f. Test run engine-generators and engine driven pumps monthly to ensure proper operation of engine, generator and transfer switch g. Each unit must be transferred and brought up to operating temperature unless specified in writing by JEA Contract Administrator h. JEA requires the Contractor to collect engine-generator, engine driven pump, Greenleaf, ATS and fuel tank data on an Excel spreadsheet included as Appendix C- Facilities Generator Maintenance Equipment List and to the JEA Contract Administrator upon request. i. Cleaning up around engine-generator or engine driven pump, general house cleaning 14. INSPECTION AND MAINTENANCE OF ABOVE GROUND FUEL STORAGE TANKS 1. The Contractor shall provide monthly above ground fuel storage tank inspections and maintenance on all fuel tanks and their connected fuel piping in accordance with FAC regulation , JEA s Environmental Department, and JEA s Facilities Department. Pricing shall be included with the unit price in the Response Workbook. 2. All annual leak detection, interstitial alarms, overfill alarms, containments, and gauges shall be inspected and tested in the month of January, and in accordance with FAC regulation All log sheets located at engine-generators or engine driven pumps shall be filled out and dated properly upon completion of the annual inspection. The inspection information shall also be summarized on the monthly Excel spreadsheet, included as Appendix C - Facility Repair and Maintenance of Generators Monthly Maintenance Log, which shall be ed to the JEA Contract Administrator. Any fuel tank failure shall be reported to the JEA Contract Administrator (or his/her designee) in writing within two (2) hours upon Contractor s discovery. The Contractor shall complete an annual inspection form provided by JEA 3. Monthly inspections of the above ground fuel storage tanks and fuel piping shall be conducted in accordance with FAC All log sheets located at the engine-generator or engine driven pump shall be filled out and dated properly upon completion of the inspection. The inspection Page 5 of 6

6 information shall also be summarized on the monthly Excel spreadsheet which shall be ed to the JEA Contract Administrator. Any inspection failure shall be reported to the JEA Contract Administrator in writing within two (2) hours. 4. JEA reserves the right to self-perform any or all fuel tank inspections at any time during the duration of the contract. Page 6 of 6

7 APPENDIX B MINIMUM QUALIFICATIONS FORM GENERAL THE MINIMUM QUALIFICATIONS SHALL BE SUBMITTED ON THIS FORM. IN ORDER TO BE CONSIDERED A QUALIFIED RESPONDENT BY JEA YOU MUST MEET THE MINIMUM QUALIFICATIONS LISTED BELOW, AND BE ABLE TO PROVIDE ALL THE SERVICES LISTED IN THIS SOLICITATION. THE RESPONDENT MUST COMPLETE THE RESPONDENT INFORMATION SECTION BELOW AND PROVIDE ANY OTHER INFORMATION OR REFERENCE REQUESTED. THE RESPONDENT MUST ALSO PROVIDE ANY ATTACHMENTS REQUESTED WITH THIS MINIMUM QUALIFICATIONS FORM. THE RESPONDENT SHALL SUBMIT ONE (1) ORIGINAL PROPOSAL, THREE (3) DUPLICATES (HARDCOPIES), AND ONE (1) CD OR THUMB DRIVE. RESPONDENT INFORMATION COMPANY NAME: BUSINESS ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE: FAX: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE: TITLE OF AUTHORIZED REPRESENTATIVE: MINIMUM QUALIFICATIONS: The Respondent shall meet the following Minimum Qualifications to be considered eligible to submit a Response to this ITN. JEA reserves the right to ask for additional back up documentation or additional reference projects to confirm the Respondent meets the requirements stated below. A Respondent not meeting all of the following criteria will have their Response rejected: The Company shall provide two (2) account references for similar commercial contracts in the last five (5) years ending March 31, 2019 and valued at least $400,000 each. o Similar work is defined as Generator Repair and Maintenance services as described in Appendix A Technical Specifications. o The account references must include the referenced company name, contact person, phone number, address and a summary of the scope of work provided. JEA will contact and verify the account references. Page 1 of 2

8 APPENDIX B MINIMUM QUALIFICATIONS FORM Please provide the reference verification information requested below pertaining to this contract. 1. REFERENCE Reference Name Reference Phone Number Reference Company Name Address of Work Reference Address Dates of Work/$ Amount Description of Work 2. REFERENCE Reference Name Reference Phone Number Reference Company Name Address of Work Reference Address Dates of Work/$ Amount Description of Work Page 2 of 2

9 APPENDIX B - RESPONSE FORM Submit an original, three (3) copies and one (1) CD along with other required forms in a sealed envelope to: JEA Procurement Dept., 21 W. Church St., Bid Office, Customer Center, 1 st Floor, Room 002, Jacksonville, FL Company Name: Company s Address Phone Number: FAX No: Address: BID SECURITY REQUIREMENTS None required Certified Check or Bond Five Percent (5%) SAMPLE REQUIREMENTS None required Samples required prior to Bid Opening Samples may be required subsequent to Bid Opening TERM OF CONTRACT One-Time Purchase Annual Requirements Three (3) years with optional renewals Other, Specify- Project Completion SECTION , FLORIDA STATUTES CONTRACT BOND None required Bond required 100% of Bid Award QUANTITIES Quantities indicated are exacting Quantities indicated reflect the approximate quantities to be purchased Throughout the Contract period and are subject to fluctuation in accordance with actual requirements. INSURANCE REQUIREMENTS Insurance required PAYMENT DISCOUNTS 1% 20, net 30 2% 10, net 30 Other None Offered ENTER YOUR BID FOR THE FOLLOWING DESCRIBED ARTICLES OR SERVICES: FACILITIES REPAIR AND MAINTENANCE OF GENERATORS TOTAL THREE (3) YEAR RESPONSE PRICE Enter TOTAL RESPONSE PRICE for Generator Repair and Maintenance services as described in Appendix A Technical Specifications. Transfer three (3) year total from Appendix B Response Workbook. $ I have read and understood the Sunshine Law/Public Records clauses contained within this solicitation. I understand that in the absence of a redacted copy my proposal will be disclosed to the public as-is. RESPONDENT'S CERTIFICATION By submitting this Response, the Respondent certifies that it has read and reviewed all of the documents pertaining to this Solicitation, that the person signing below is an authorized representative of the Respondent s Company, that the Company is legally authorized to do business in the State of Florida, and that the Company maintains in active status an appropriate contractor s license for the work (if applicable). The Respondent also certifies that it complies with all sections (including but not limited to Conflict Of Interest and Ethics) of this Solicitation, and that the Respondent is an authorized distributor or manufacturer of the equipment that meets the Technical Specifications stated herein. We have received addenda Handwritten Signature of Authorized Officer of Company or Agent Date through Printed Name and Title

Appendix A - Pictorial overhead view of work area. See drawings and technical specifications for actual work scope

Appendix A - Pictorial overhead view of work area. See drawings and technical specifications for actual work scope 114-18 Appendix A - Pictorial overhead view of work area. See drawings and technical specifications for actual work scope NOTE: Demolition of the existing SJRPP intake structure (area with red x s) is

More information

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

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

More information

APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA

APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA 1. GENERAL PROJECT REQUIREMENTS 1.1. SCOPE OF WORK: 1.1.1. The Contractor shall be responsible

More information

JEA Brandy Branch Generating Station Cooling Tower Repair Services. David Baldwin

JEA Brandy Branch Generating Station Cooling Tower Repair Services. David Baldwin JEA 052-19 Brandy Branch Generating Station Cooling Tower Repair Services David Baldwin balddm@jea.com 904-665-8895 Scope O&M Torque Tube Supports Each cell has two (2) torque tube supports, some of which

More information

Appendix A - Technical Specifications

Appendix A - Technical Specifications 035-19 Appendix A - Technical Specifications Scope of Work The JEA is seeking to engage a qualified consultant to perform Professional Geotechnical and Material Field Laboratory Testing and Inspection

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 5/30/2018 RE: BID/RFP #: ITB-DOT-18/19-1263DR-RB2 BID/RFP TITLE: Generator Owner Protection Plan & Maintenance Services for the SWIFT Sun Guide

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: April 29, 2016 BID NO.: 16-0625 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR GENERATOR MAINTENANCE SERVICE, REPAIR

More information

Appendix B - Minimum Qualification Form #96295 SaaS Training and Onboarding Tool GENERAL

Appendix B - Minimum Qualification Form #96295 SaaS Training and Onboarding Tool GENERAL Appendix B - Minimum Qualification Form #96295 SaaS Training and Onboarding Tool GENERAL THE MINIMUM QUALIFICATIONS SHALL BE SUBMITTED ON THIS FORM. IN ORDER TO BE CONSIDERED A QUALIFIED BIDDER BY JEA

More information

A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS

A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS JEA Solicitation #146-18 Customer Payment Processing Services - Bank to Bank Payments and Lockbox Payments APPENDIX A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS The scope of Work is for lockbox payment

More information

APPENDIX A TECHNICAL SPECIFICATIONS. Engineering Services for the East Grid - Pump Station Upgrade Program DESCRIPTION OF SCOPE OF SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS. Engineering Services for the East Grid - Pump Station Upgrade Program DESCRIPTION OF SCOPE OF SERVICES 159-18 APPENDIX A TECHNICAL SPECIFICATIONS Engineering Services for the East Grid - Pump Station Upgrade Program DESCRIPTION OF SCOPE OF SERVICES GENERAL CONSULTANT agrees to provide Engineering Services

More information

Appendix A - Technical Specifications Engineering Services for the Ponte Vedra Blvd 6 CI WM Replacement Project

Appendix A - Technical Specifications Engineering Services for the Ponte Vedra Blvd 6 CI WM Replacement Project Appendix A - Technical Specifications Description of Scope of Services GENERAL Consultant agrees to provide Engineering Services for the above project as outlined herein. SCOPE OF SERVICES The Scope of

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION * This specification is a product of the Texas Department of Transportation (TxDOT).

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

Appendix A Technical Specifications ITN Managed Services Provider (MSP) and Vendor Management Solution (VMS)

Appendix A Technical Specifications ITN Managed Services Provider (MSP) and Vendor Management Solution (VMS) Appendix A Technical Specifications ITN 142-18 Managed Services Provider (MSP) and Vendor Management Solution (VMS) JEA has identified the need to better manage all aspects of contingent labor including

More information

1. Revision to page 170

1. Revision to page 170 ADDENDUM No. 2 IFB No.V-1208A Design, Build, Operate and Maintain a new turnkey CNG Fueling Station. Date: January 7, 2015 To Prospective Bidders: The purpose of this addendum is to clarify answers in

More information

APPENDIX A TECHNICAL SPECIFICATIONS Engineering Services for the Twin Creeks RW Storage Tank and Booster Pump Station

APPENDIX A TECHNICAL SPECIFICATIONS Engineering Services for the Twin Creeks RW Storage Tank and Booster Pump Station APPENDIX A TECHNICAL SPECIFICATIONS 069-18 Engineering Services for the Twin Creeks RW Storage Tank and Booster Pump Station DESCRIPTION OF SCOPE OF SERVICES GENERAL The Twin Creeks project include the

More information

RFP for Elevator Maintenance

RFP for Elevator Maintenance Housing Authority of the City of Shreveport Request for Proposals for Elevator Maintenance and Repair Services for the HACS Administrative Office at 2500 Line Avenue, Shreveport, LA 71104 Proposals due:

More information

APPENDIX A TECHNICAL SPECIFICATIONS FISCAL YEAR 2019 PORTABLE DIESEL PUMP PURCHASE - SEVEN (7) PUMPS

APPENDIX A TECHNICAL SPECIFICATIONS FISCAL YEAR 2019 PORTABLE DIESEL PUMP PURCHASE - SEVEN (7) PUMPS 1. SCOPE It is the intent of the to purchase SEVEN (7) TRAILER MOUNTED, Sound Attenuated, six inch (6 ) BYPASS PUMPS (GODWIN CD150M or EQUAL). Pumps must be tested and delivered to the Fleet Facility (

More information

Appendix A - Technical Specifications Engineering Services For the RiverTown Water Treatment Plant Project

Appendix A - Technical Specifications Engineering Services For the RiverTown Water Treatment Plant Project 1. GENEAL JEA is implementing the ivertown Water Treatment (WTP) Project to design and construct a new water treatment plant and production wells in the ivertown area of St. Johns County to provide potable

More information

Guideline for In-Service Assessment of Ammonia Refrigeration Plants

Guideline for In-Service Assessment of Ammonia Refrigeration Plants Guideline for In-Service Assessment of Ammonia Refrigeration Plants This communication is intended to be used by plant owners and operators to provide guidance in preparation for an assessment of the plant

More information

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair APPENDIX A - TECHNICAL SPECIFICATIONS JEA Fleet Services Light Duty Equipment Maintenance and Repair 1. GENERAL SCOPE OF WORK This scope of work is looking for a Respondent(s) to provide JEA Fleet Services

More information

Dedicated Onsite Service and Maintenance Agreement US Power & Environment Page 1 SCOPE OF WORK

Dedicated Onsite Service and Maintenance Agreement US Power & Environment Page 1 SCOPE OF WORK US Power & Environment Page 1 SCOPE OF WORK FOR ONSITE DIESEL SERVICE AND MAINTENANCE AT FACILITY LOCATED IN ANY COUNTRY IN THE WORLD PROVIDED BY: US Power & Environment Page 2 DEDICATED ONSITE SERVICE

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

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

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

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT 4 HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

201 East Cox Ferry Rd. Conway, SC

201 East Cox Ferry Rd. Conway, SC Telephone: (843) 488-6893 335 FOUR MILE ROAD Page: 1 Term Contract to Provide Preventative Maintenance and Repair of Equipment HCS District Contract Number #1516-26RS Horry County Schools District Term

More information

Permanent Load Shifting Program

Permanent Load Shifting Program 1. Program Description Permanent Load Shifting (PLS) can help reduce system peak load by storing energy produced during off-peak period and shifting electricity use from on-peak to off-peak periods on

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Maryland Department of the Environment

Maryland Department of the Environment Maryland Department of the Environment APPLICATION FOR RADIOACTIVE MATERIAL LICENSE AUTHORIZING THE USE OF SEALED SOURCES IN XRF DEVICES Maryland Department of Environment (MDE) is requesting disclosure

More information

City of Waconia. Plumber Permit Information

City of Waconia. Plumber Permit Information City of Waconia Plumber Permit Information 2018 1 CITY OF WACONIA- PLUMBER S PERMITS Plumbers doing work within the City of Waconia are required, by City Ordinance, to first obtain a plumber permit through

More information

ATTACHMENT A. Bid # 6793

ATTACHMENT A. Bid # 6793 ATTACHMENT A SCOPE OF WORK TECHNICAL SPECIFICATIONS AND CONTRACT DRAWINGS STORAGE SHED INSTALLATION AT THE SAN JOAQUIN COUNTY HOUSEHOLD HAZARDOUS WASTE FACILITY Bid # 6793 Department of Public Works Solid

More information

Doing Business with Canyon Independent School District

Doing Business with Canyon Independent School District Doing Business with Canyon Independent School District Canyon Independent School District Purchasing Department 3301 N 23 rd Street Canyon, TX 79015 Phone: (806) 677 2600 Fax: (806) 677 2658 General Information

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

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: Asbestos Abatement Services October 1, 2015 through September 30, 2016 w/2-1 year options, Extend through September

More information

EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS

EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0 Vendors Qualifications/Certifications

More information

INVITATION FOR BID Medical Supplies 2016

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

More information

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

Rev A. Vendor Compliance Manual

Rev A. Vendor Compliance Manual 9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully

More information

Maintenance Program Guideline for Owners of Ammonia Plants

Maintenance Program Guideline for Owners of Ammonia Plants Maintenance Program Guideline for Owners of Ammonia Plants Contents Maintenance Program Guideline for Owners of Ammonia Plants... 0 a) Title Page, owner/operator, the plant location.... 4 b) Contents Page...

More information

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals

More information

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 Objective: Pleasant Hill Recreation & Park District (District) is seeking competitive sealed bids for the supply and delivery of

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

2.2 The Purposes and Advantages of a Central Utility Plant

2.2 The Purposes and Advantages of a Central Utility Plant 2.2 The Purposes and Advantages of a Central Utility Plant The purpose of the Central Utility Plant (CUP) at NIST is to provide steam, chilled water, and compressed air for hot and cold water, warm and

More information

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

More information

Town of East Haven Bid Fire Department Standby Generator Fire Department Station 4

Town of East Haven Bid Fire Department Standby Generator Fire Department Station 4 Town of East Haven Bid 19-03 Fire Department Standby Generator Fire Department Station 4 SEALED BIDS MAY BE SUBMITTED TO THE OFFICE OF THE DIRECTOR OF FINANCE, 250 MAIN STREET, EAST HAVEN, CONNECTICUT

More information

Gadsden City Schools

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

More information

ATTACHMENT H Scope of Work

ATTACHMENT H Scope of Work ATTACHMENT H Scope of Work Elevator RFP Scope of Work: The elevators covered by this contract shall be maintained in a satisfactory and safe operating condition, in accordance with the requirements of

More information

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study CITY OF LYNWOOD Request for Proposals (RFP) for Specification for Correlator-Based Leak Detection Study Date: November 16, 2011 Department: Project Name: Public Works Specification for Correlator-Based

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC) EXHIBIT A SCOPE OF SERVICES RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FOUR 1. PROJECT OBJECTIVE 1.1 In an effort to provide the traveling public of the State of Florida a cost effective, high

More information

BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey 08818-3050 SECTION C

More information

3.0 PERFORMANCE SPECIFICATIONS

3.0 PERFORMANCE SPECIFICATIONS 3.0 PERFORMANCE SPECIFICATIONS 3.1 Scope of work: Work includes, but is not limited to, providing all labor, tools, equipment, test equipment, and services required to perform program management, preventative

More information

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

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

More information

Appendix A Technical Specifications Engineering Services for the Nocatee 230/26kV Substation

Appendix A Technical Specifications Engineering Services for the Nocatee 230/26kV Substation Appendix A Technical Specifications Engineering Services for the Nocatee 230/26kV Substation 1. Scope of Work 1.1. Provide civil and electrical engineering services for the Nocatee 230/26kV Substation.

More information

130A Alternative process for wastewater system approvals. (a) Engineered Option Permit Authorized. A professional engineer licensed under

130A Alternative process for wastewater system approvals. (a) Engineered Option Permit Authorized. A professional engineer licensed under 130A-336.1. Alternative process for wastewater system approvals. (a) Engineered Option Permit Authorized. A professional engineer licensed under Chapter 89C of the General Statutes may, at the direction

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

SPRINT CENTURION SM TECHNICAL ASSISTANCE SERVICE PRODUCT ANNEX

SPRINT CENTURION SM TECHNICAL ASSISTANCE SERVICE PRODUCT ANNEX SPRINT CENTURION SM TECHNICAL ASSISTANCE SERVICE PRODUCT ANNEX This Sprint Centurion Technical Assistance Service Product Annex, together with the applicable cover agreement (e.g., Sprint Master Services

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

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

More information

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit Building Code The Florida State University Building Code Administration Program (BCA) was established in 2001 and is responsible for ensuring that all construction activities on FSU owned facilities are

More information

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Statement of Work Tree Planting Services 202 Parkway, Montgomery County Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT EXHIBIT A SCOPE OF SERVICES I. PURPOSE: MAINTENANCE PERSONNEL SUPPORT The Department is requesting Personnel Support Services to augment the Department s Maintenance personnel in the administration of

More information

Ground Transportation Management Services

Ground Transportation Management Services ONE (1) HARDCOPY ORIGINAL AND ONE (1) ELECTRONIC COPY FLASH DRIVE MUST BE SUBMITTED REQUEST FOR INFORMATION - RFI #PGT-2018-002 Ground Transportation Management Services Department of Ground Transportation

More information

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will

More information

Facilities Planning Policy & Procedure #20

Facilities Planning Policy & Procedure #20 Facilities Planning Policy & Procedure #20 TITLE: OBJECTIVE AND PURPOSE RESPONSIBILITY MINOR PROJECTS To establish a procedure for proper initiation, implementation, filing and closeout for projects included

More information

Commercial & Industrial Custom Incentive Program

Commercial & Industrial Custom Incentive Program About This Application UGI Electric offers incentives for cost-effective custom energy efficiency improvements to help businesses reduce energy use by improving the efficiency of their equipment and facility.

More information

EL PASO INDEPENDENT SCHOOL DISTRICT P R O C U R E M E N T S E R V I C E S

EL PASO INDEPENDENT SCHOOL DISTRICT P R O C U R E M E N T S E R V I C E S P R O C U R E M E N T S E R V I C E S AWARD SUMMARY Solicitation: RFP #1-19 Risograph Duplicator Maintenance and Repair * This solicitation number must be referenced on all EPISD Purchase Orders * Effective

More information

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle with Snow/Debris Brush

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle with Snow/Debris Brush Boise State University Request for Quote RFQ CF17-052 2-passenger 4x4 Utility Vehicle with Snow/Debris Brush Schedule of Events RFQ issue date Oct. 31, 2016 Bid closing date Nov. 7, 2016 5:00 PM Product

More information

NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # Housing Rehabilitation Shelby County, Tennessee

NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # Housing Rehabilitation Shelby County, Tennessee NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # 2018-005 Housing Rehabilitation Shelby County, Tennessee The Memphis Area Association of Governments (MAAG) will accept bids for rehabilitation

More information

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE 1. GENERAL The intent and purpose of this specification document is to provide for the delivery of liquid ammonium sulfate to TAMPA BAY WATER, a Regional

More information

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

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

More information

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Part I: Proposal Information A General Information The Village of Vernon Hills is soliciting proposals for construction

More information

Adam Sweet 2KGAL DW AST DUAL FUEL STORAGE TANK FOR A GENERATOR - NO DRAWINGS 5/9/2017 False

Adam Sweet 2KGAL DW AST DUAL FUEL STORAGE TANK FOR A GENERATOR - NO DRAWINGS 5/9/2017 False Above Ground Concrete Encased Fuel Storage Tank System Category: Tanks Project ID #: 1004373561 Street Address: To Be Announced Woodstock CT Staff Estimate Value $60,000.00 06281 County: Windham Stage:

More information

General Requirements: The inspection and testing of medium voltage components shall be performed by an independent testing agency.

General Requirements: The inspection and testing of medium voltage components shall be performed by an independent testing agency. Description: The purpose of the section is to highlight the current applicable UMCP Design Standards for the Inspection and testing requirements of medium voltage level systems. Related Sections: TBD Effective

More information

Request For Proposals

Request For Proposals Request For Proposals Watauga County seeks Proposals from individuals or firms interested in providing services for the demolition and removal of a 237,000 square foot building located in Boone, NC. The

More information

City of Jacksonville Finance Department

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

More information

CITY OF BEEVILLE, TEXAS

CITY OF BEEVILLE, TEXAS REQUEST FOR PROPOSAL CITY OF BEEVILLE, TEXAS AUTOMATED METER READING SYSTEM FOR PUBLIC WORKS WATER SYSTEM CITY OF BEEVILLE, TEXAS Due Date: 400 North Washington St. May 15, 2017 Beeville, Texas 78102 2:00PM

More information

Scott Eagle Attack Thermal Imaging Camera

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

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

LEVEL 1 Application for Interconnection and Net Metering

LEVEL 1 Application for Interconnection and Net Metering LEVEL 1 Application for Interconnection and Net Metering Use this application form only for a generating facility that is inverter based and certified by a nationally recognized testing laboratory to meet

More information

PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services

PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services SUBMISSION DEADLINE: October 23, 2009 11:00am FAIR AND OPEN PUBLIC SOLICITATION PROCESS FOR PROFESSIONAL SERVICES

More information

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES CITY OF KOTZEBUE REQUEST FOR PROPOSAL 18-01 ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Vendors are required to provide as much detail as possible in

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2 Alameda County Flood Control and Water Conservation District, Zone 7 100 North Canyons Parkway, Livermore, CA 94551 925.454.5000 Fax: 925.454.5725 REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY

More information

REQUEST FOR PROPOSALS

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

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information