County of Ingham. Invitation for Bids (IFB) Packet # Fire Extinguisher, Fire Suppression, and Fire Alarm Services

Size: px
Start display at page:

Download "County of Ingham. Invitation for Bids (IFB) Packet # Fire Extinguisher, Fire Suppression, and Fire Alarm Services"

Transcription

1 County of Ingham Invitation for Bids (IFB) Packet #28-15 Fire Extinguisher, Fire Suppression, and Fire Alarm Services Bids Due: March 24, 2015 at 11:00 A.M. Ingham County Purchasing Department E. Maple St. P.O. Box 319 Mason, MI Phone: (517)

2 1.0 INTENT Ingham County is seeking bids from experienced and qualified firms for the purpose of establishing a term contract for fire extinguisher, fire suppression, and fire alarm services. 2.0 SCOPE OF SERVICES a) Inspect, test, tag, maintain, service, and repair fire extinguishers monthly. b) Perform hydrostatic testing of pressurized water, dry chemical and carbon dioxide on all fire extinguishers annually. c) Recharge exhausted extinguishers with the appropriate chemicals and perform miscellaneous repairs and updates as required. d) Inspect and test fire hoses in accordance with the National Fire Protection Agency (NFPA) No e) Inspect and test semi-annually fire suppression in kitchen hoods in accordance with NFPA No. 96 guidelines. f) Inspect and test annually wet pipe fire sprinkler systems in accordance with NFPA No. 25 guidelines and Building Officials Code Administrators (BOCA) Fire prevention codes. The Ingham County Jail s wet pipe sprinkler system will be tested quarterly in accordance with the Michigan Department of Corrections guidelines. g) Inspect, test and clean annually, all smoke detectors, pull stations, heat detectors, duct smoke detectors, control panels, tamper switches, water flow detectors, horns and visual strobe devices, in accordance with the latest NFPA 72 Guidelines, Inspection, Testing and Maintenance, to ensure proper operation. h) Upon completion of inspecting and testing, reports shall be supplied to the owner for each location and shall include any deficiencies found with recommendations. Costs to repair any deficiencies shall be quoted separately. 3.0 FIRE EXTINGUISHER INSPECTION AND MAINTENANCE REQUIREMENTS This specification describes the requirements for the inspection and as-needed maintenance, repair, and recharging of portable fire extinguishers owned by Ingham County. The Contractor shall furnish, and deliver as required, services for the inspection and maintenance of various types of fire extinguishers throughout Ingham County as defined below. The estimated quantities of the various types and sizes of fire extinguishers provided in this IFB are the best information available to the County. If during the servicing of locations it is determined that other fire extinguishers exist, the bidder shall service the extinguishers, as required by the contract, at the rate bid in the enclosed Pricing Sheets. The reporting of the additional fire extinguisher service shall be provided to the Facilities Department. 3.1 Locations Portable fire extinguishers locations are shown on Attachment A. Ingham County reserves the right to add or delete locations. The County also reserves the right to add or delete fire extinguishers. Ingham County Purchasing Department Page 2

3 3.2 Types of Portable Fire Extinguishers Portable fire extinguishers covered under this service contract are types ABC, CO 2, Halon, and Class K. The estimated quantity of units to be inspected and maintained under this contract is shown on Attachment A. 3.3 Vendor Service Standards Contractor shall provide inspection, maintenance, repair, and recharging of all portable fire extinguishers, in accordance with The Standard for Portable Fire Extinguishers NFPA pages, 10-4, through 10-51, published by the National Fire Protection Association (NFPA). Unless otherwise designated, the latest edition or, where applicable, the edition as adopted by the local authority having jurisdiction shall apply. 3.4 Vendor Requirements/Qualifications a) The Contractor shall assign a trained, licensed technician(s) to provide this service, trained in providing portable fire extinguisher maintenance, servicing, testing and recharging. This technician(s) shall have the appropriate servicing manuals, proper type of tools, recharge materials, lubricants, expellants, and manufacturers recommended replacement parts. b) The Contractor shall ensure that each portable fire extinguisher is fully inspected, tested, tagged, recharged and functionally serviced during a specified annual period to ensure ongoing operational readiness of all units at all locations. c) All known deficiencies affecting extinguishing efficiency at any location shall be identified and reported in writing to the Facilities Department, upon completion of inspection at each location. Contractor s report shall include the type, capacity and location of the deficient units. d) The Contractor shall have a current certificate of registration with the State of Michigan Consumer & Industry Services, Office of Fire Safety and a Mechanical License with Fire Suppression. The Contractor's technicians assigned to this service shall be licensed by the State of Michigan to work on portable fire extinguishers. e) The Contractor shall provide a continuous on-site work force during regular working hours, until completion of scheduled annual maintenance and inspection of all portable fire extinguishers has been completed at the locations listed on Attachment A. The vendor shall make every effort to prevent interference with the daily activities of the building occupants during the service. For the purpose of this bid, regular working days are defined as between 8:00 a.m. and 5:00 p.m., Monday through Friday except on county observed holidays. Ingham County Purchasing Department Page 3

4 Service Requirements Contractor shall annually inspect, maintain and recharge, for a fully operable system, each portable fire extinguisher at each building location listed on Attachment A, at a time selected by the Facilities Department. 3.5 Annual Inspection a) Contractor shall verify that each portable fire extinguisher is fully charged, operable and advise the Facilities Department if hydrostatic testing is needed. Gauge pressures shall be in operable range. Nozzles, discharge valves, and hoses shall be unobstructed, and lock pins and dated tamper seals shall be in place. b) Contractor shall recharge dry chemical portable fire extinguishers if gross weight is less than manufacturer's recommendations. c) Halon-type portable fire extinguishers shall be filled only at the request of the Facilities Department. The Facilities Department may decide to replace this type of unit rather than refill. If requested by the Facilities Department, the Contractor shall recharge Halon-type units if pressure loss exceeds the manufacturer's operable range adjusted for temperature. The Contractor shall identify any Halon-type units in need of recharge. The Facilities Department will then decide whether to recharge or replace the unit. d) Contractor shall provide a hydrostatic test on each portable fire extinguisher, as required by NFPA , Table 5A, latest version. 3.6 Annual Maintenance/Repair a) Contractor's technicians shall perform maintenance of portable fire extinguishers in accordance with the manufacturer's published service procedures, using only refill extinguishing agents listed on the container and/or as recommended by the manufacturer. b) The Contractor shall notify the Facilities Department when any unit has been used and/or needs total replacement. c) Contractor shall not perform maintenance on any portable fire extinguisher if the cost of such repairs will exceed fifty percent (50%) of the current manufacturer's list price for the same type of unit with identical capacity. d) Contractor shall furnish all repair and replacement parts including but not limited to lock pins, nozzles, valves, seals, 0-rings, nitrogen cylinders, extinguishing agents, hoses, and adapters. Those parts furnished shall be matched to the manufacturer's published requirements. Instruction labels are to be replaced as needed during inspection. e) The Contractor shall perform repair services at the Contractor's locations. Ingham County Purchasing Department Page 4

5 3.7 Recharging Fire Extinguishers All recharging shall be performed by the Contractor in compliance with the manufacturer's authorized recharging procedures when regular or multi-purpose dry chemicals are recharged. The extinguishing agent shall be completely discharged, valve assembly removed, 0-ring replaced or lubricated, threads and sealing surfaces cleaned, container emptied and then filled with proper (free-flowing) agent, pressurized, sealed and locked. Recharge date shall be marked on tag. Testing shall be in accordance with ANSI/UL 77 and ANSI/UL 299, and NFPA , latest revision. Contractor shall also replace expellant cartridge when required on wheeled dry chemical units. 3.8 Inspection/Maintenance Tags When existing inspection tags are replaced, the Contractor shall attach State Fire Marshall approved labels or tags imprinted with the vendor name, address, telephone number, and month and year maintenance was performed on each extinguisher. This tag shall identify the person performing the service, indicate if recharging was performed, and show the date the test was completed, per NFPA , latest revision. All inspection tags replaced are to be all weather type tags. 3.9 Pricing Prices shall include travel required to and from respective building sites. Contractor's pricing, per unit, shall include the entire Contractor s overhead, including, but not limited to, trip related charges and mileage. Only the cost of the inspection, maintenance, repairs, recharging and parts will be paid under this contract. Bidders are to use only the Pricing Sheets included in this solicitation when submitting their bids Scheduling All inspections shall be performed at a date and time consistent with pre-established preventive maintenance schedules established by the Facilities Department. Each site inspection shall be scheduled with the Facilities Department, at least three (3) working days in advance of the inspection date. Inspections, pick ups, and returns of all units shall be performed between the hours of 8:00 A.M. and 4:00 P.M., Monday through Friday, except on county observed holidays. During the annual inspection, or as-needed, the vendor shall pick up and transport any portable fire extinguisher found that requires repair and/or recharging within 24 hours of identification. Unit shall be transported to the vendor's location, serviced, and returned to the original location within 48 hours of notification. Before transporting any unit, the vendor shall immediately replace the unit with an identical type unit of equal or greater capacity. Replacement units will be provided by the Contractor. Ingham County Purchasing Department Page 5

6 3.11 Material Warranty Parts furnished under this contract shall be the latest improved models in current production, as offered to commercial trade, and shall be of quality material. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, RECONDITIONED OR DISCONTINUED MODELS OR MATERIALS ARE NOT ACCEPTABLE. The warranty period for Contractor provided materials shall be for a period of one (1) year after completion of the installation or within the manufacturer's warranty, whichever is the later period. The warranty period shall commence upon date of acceptance by the Facilities Department. Contractor shall provide the Facilities Department with all manufacturers' warranty documents upon completion of installation and prior to leaving the job site Performance Warranty Work performed under this contract shall meet all applicable requirements of the latest revision of ANSI/UL 77, ANSI/UL 299, and NFPA The Contractor shall guarantee all work included in the contract against any defects in workmanship; and shall satisfactorily correct, at no cost to Ingham County, any such defect that may become apparent within a period of one (1) year after completion of work. The warranty period shall commence upon date of acceptance by the Facilities Department Service Completion Confirmation The Contractor shall provide written confirmation to the Facilities Department within 48 hours of completion of this service that all portable fire extinguishers at each location have been identified, tested per the requirements stated in this specification, and an appropriate status tag attached to each unit Building Restrictions a) PARKING: The Contractor shall make arrangements with the Facilities Department to off-load tools and equipment at the job site. b) SECURITY: The Contractor shall be responsible for providing and updating a list of its employees working at any of the locations. Contractor shall comply with all security measures required by the Facilities Department Post Award Meeting Upon award, on a mutually agreeable date, the Contractor shall meet with the Facilities Department to review and approve inspection scheduling. At this meeting, the Contractor shall be prepared to provide a tentative date to accomplish the specified work. Upon completion of this meeting, the agreed-upon date to begin work will be provided in writing to the Contractor by the Facilities Department. Ingham County Purchasing Department Page 6

7 4.0 GENERAL BIDDING INFORMATION 4.1 Registering as a Vendor with Ingham County Bidders who have not registered their company with the County should do so by visiting or by calling the Purchasing Department at (517) for assistance. Vendors registering to provide goods and services to Ingham County under contract shall certify to their knowledge of the County's Equal Opportunity Employment/Nondiscrimination Policy, and of their agreement to comply, and shall disclose any conclusive findings of violations of Federal, State, or local equal opportunity statutes, ordinances, rules/regulations, or policies within the past three (3) years. 4.2 Due Date, Time & Place Bids will be received no later than 11:00 A.M., local time prevailing, on March 24, 2015 at which time they will be opened in public and read aloud in the: Ingham County Purchasing Department Attention: James C. Hudgins, Jr., Director of Purchasing PO Box E. Maple St. Mason, Michigan Proposals received at other locations or delivered after the due date and time will not be accepted and will be returned to the proposer. 4.3 Submission of Bids Responses to this IFB should be concise and must include all the requested information. Bidders are required to submit an original (clearly marked) along with two copies by the date, time, and place designated above. Bids must be submitted in a sealed, opaque envelope or package and clearly marked on the outside Packet No Fire Suppression, Fire Extinguisher & Fire Alarm Services. Be sure to include the name of your firm on the outside of the envelope or package. Bidders are also requested to submit an electronic version of their bid to packetresponse@ingham.org by the due date and time set above. The electronic submittal must contain Packet No Fire Suppression, Fire Extinguisher & Fire Alarm Services in the subject line. Should you have trouble submitting your electronic version please contact the Purchasing Department at (517) Ingham County Purchasing Department Page 7

8 Bidders shall complete and include with their submittals the following enclosed items: Local Purchasing Preference Form Bidder References Form Pricing Forms Signature Form Copies of any and all applicable licenses from the State of Michigan required to perform work under this contract. The Workplace Diversity Questionnaire is strictly optional. 4.4 Timely Submittals Time is of the essence and any bid or addenda pertaining thereto received after the announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the bidders for ensuring that their bids received by the Purchasing Department. Bids and/or any addenda pertaining thereto received after the announced time and date of receipt, by mail or otherwise, will be returned to the bidder. Nothing in this IFB precludes the County from requesting additional information at any time during the procurement process. 4.5 Preparation of Bid All bids must be made on the required forms prepared and executed fully and properly. All fees and costs must be disclosed in the bid. Bids which do not completely address all the solicitation requirements will be considered non-responsive and may be excluded from consideration. Any exceptions shall be duly noted in the submittal. 4.6 Authority to Bind Firm in Contract Bidder shall provide the full legal firm name and address. Any bid that has not been manually signed will be deemed non-responsive and excluded from consideration. Firm name and authorized signature must appear in the space provided on the enclosed Signature Sheet. 4.7 No Submittal If you desire not to respond to this IFB, please forward your acknowledgment of NO BID SUBMITTED via an to Please also state the reason for not submitting a bid. Failure to comply may be cause for removal of your company's name from the vendor list for subject commodity. 4.8 Special Accommodations If you are an individual with a disability and require a reasonable accommodation, please notify the Purchasing Department at (517) , three (3) working days prior to need. Ingham County Purchasing Department Page 8

9 4.9 Local Purchasing Preference Policy The Ingham County Board of Commissioners (BOC) believes that its purchasing policies should encourage local vendors to provide goods and/or services to Ingham County government, resulting in increased economic activity through more local jobs, tax revenues, and expenditures, and to entice business relocations to the County. As such, in 2010, the BOC amended its purchasing policies to include a ten percent (10%) purchasing preference to qualified and registered local vendors who respond to solicitations for the purchase of goods and/or services. In Ingham County, a local vendor is defined as a vendor that operates a business within the legally defined boundaries of Ingham County. To be considered a local vendor, the vendor must provide a verifiable business address (not a PO Box) on the enclosed Local Purchasing Preference Sheet at which business is being conducted. The vendor must also agree to comply with all other policies and requirements of the County. More information about the Local Purchasing Preference Policy can be found at Advice of Omission or Misstatement In the event it is evident to a bidder responding to this IFB that the County has omitted or misstated a material requirement to this IFB and/or the services required by this IFB, the responding vendor shall advise Mr. James C. Hudgins, Jr., Director of Purchasing, at jhudgins@ingham.org of such omission or misstatement Notification of Withdrawal of Bid Bids may be withdrawn prior to the date and time specified for bid submission with a formal written notice by an authorized representative of the bidder. No bidder may withdraw a bid after the opening for a minimum period of ninety (90) days Rights to Pertinent Materials All responses, inquires, and correspondence relating to this IFB and all reports, charts, displays, schedules, exhibits and other documentation produced by the bidders that are submitted as part of the bid shall become the property of the County after the bid submission deadline Firm Pricing for County Acceptance The bid price must be firm for County acceptance for ninety (90) days from the bid opening date Cost of Preparation The County will not pay any costs incurred in the bid preparation, printing or demonstration process. All costs shall be borne by the bidders. Ingham County Purchasing Department Page 9

10 4.15 Standard Forms Any preprinted contract forms the Bidder proposes to include as part of the contract resulting from this solicitation must be submitted as part of the bid. Any standard contract provisions not submitted as part of the bid and subsequently presented for inclusion may be rejected. The County reserves the right to accept or reject in whole or in part any form contract submitted by a Bidder and/or to require that amendments be made thereto, or that an agreement drafted by the County be utilized Pre-opening Inquires/Response Any explanation desired by a bidder regarding the meaning or interpretation of this IFB and attachments must be requested to the Ingham County Purchasing Department, attention James C. Hudgins, Jr. at jhudgins@ingham.org, no later than 3:00 P.M. on March 16, Addendum(s) If it becomes necessary to revise any part of this IFB or if additional data is necessary to enable an exact interpretation of provisions of this IFB, an addendum will be issued to all vendors known to have received a bid. It is the responsibility of the bidder to ensure that he/she has received and signed all addendums prior to submitting a bid. No oral explanation or instruction of any kind or nature whatsoever given before the award of a contract to a bidder shall be binding Workplace Diversity Ingham County encourages, but in no way requires, its vendors to develop and maintain a diverse workforce that is reflective of the population of Ingham County. According to the U.S. Census Bureau, the statistics of Ingham County's population in 2005 was comprised of the following: White persons % Black or African American persons - 11% American Indian and Alaska Native persons - 0.6% Asian persons 4.3% Native Hawaiian and other Pacific Islander - 0.1% Persons of Hispanic or Latino origin - 5.9% Ingham County tracks vendor diversity information for statistical purposes with companies with which it does business. Reporting of this information to the County is optional and not all companies participate. Statistical information regarding workplace diversity is submitted to the County in a separate sealed envelope containing the notation STATISTICAL INFORMATION-NOT TO BE OPENED UNTIL AFTER THE AWARD OF THE CONTRACT. Upon receipt of these separate sealed envelopes, the Purchasing Department segregates the envelopes from the other bid documentation. The envelopes containing the statistical information are not opened until the award of the contract, and are not considered, in any way, in the award of any contract. Ingham County Purchasing Department Page 10

11 4.19 Prime Contractor Responsibilities The Contractor will be required to assume responsibility for all services offered in the bid whether or not they possess them within their organization. Furthermore, Ingham County will consider the selected Contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract Independent Price Determination Non-Collusion By submission of a bid, the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this bid the prices of the bid have been arrived at independently without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other offer or with any competitor; unless otherwise required by law, the prices which have been quoted in the bid have not been knowingly disclosed by the bidder and will not be knowingly disclosed by the bidder to any competitor; no attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; and, the price quoted is not higher than that given to the general public for the same service Exceptions Bidders must submit a listing of any and all exceptions to this IFB. Suggested substitutions, printed forms, sample contracts etc. may be provided with the listed exceptions. 5.0 CONTRACTUAL TERMS AND CONDITIONS 5.1 Nondiscrimination Clause The Bidder who is selected as the Contractor, as required by law, and/or the Equal Opportunity Employment and Non-Discrimination Policy of Ingham County, shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privilege of employment, or a matter directly or indirectly related to employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, disability, height, weight, marital status, age or political affiliation (except where age, sex or lack of disability constitutes a bona fide occupational qualification.) The Contractor shall adhere to all applicable Federal, State and local laws, ordinances, rules and regulations prohibiting discrimination, including, but not limited to, the following: The Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended. The Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended. Section 504 of the Federal Rehabilitation Act of 1973, P.L , 87 Stat. 394, as amended, and regulations promulgated there under. The Americans with Disabilities Act of 1990, P.L , 104 Stat 328 (42 USCA et seq), as amended, and regulations promulgated there under. Ingham County Purchasing Department Page 11

12 Breach of this section shall be regarded as a material breach of the agreement. Bidders shall disclose with their bids any conclusive findings of violations of federal, state, or local equal opportunity statues, ordinances, rules, regulations, or policies within the past three (3) years. 5.2 Indemnification and Hold Harmless The Bidder who is selected as the Contractor shall, at its own expense, protect, defend, indemnify, save and hold harmless the County of Ingham and its elected and appointed officers, employees, servants and agents from all claims, damages, lawsuits, costs and expenses including, but not limited to, all costs from administrative proceedings, court costs and attorney fees that the County of Ingham and its elected and appointed officers, employees, servants and agents may incur as a result of the acts, omissions or negligence of the Contractor or its employees, servants, agents or Subcontractors that may arise out of the agreement. The Contractor s indemnification responsibility under this section shall include the sum of damages, costs and expenses which are in excess of the sum of damages, costs and expenses which are paid out in behalf of or reimbursed to the County, its officers, employees, servants and agents by the insurance coverage obtained and/or maintained by the Contractor. 5.3 Insurance The Bidder who is selected as the Contractor shall purchase and maintain insurance not less than the limits set forth below. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan and with insurance carriers acceptable to Ingham County and have a minimum A. M. Best Company's Insurance Reports rating of A or A- (Excellent). Worker's Disability Compensation Insurance including Employers Liability Coverage in accordance with all applicable Statutes of the State of Michigan. Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than 1,000,000 per occurrence and/or aggregate combined single limit. Coverage shall include the following: (A) contractual liability; (B) products and completed operations; (C) Independent Contractor s Coverage; (D) Broad Form General Liability Endorsement or Equivalent. Motor Vehicle Liability Insurance, including Michigan No-Fault Coverage, with limits of liability of not less than 1,000,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. Additional Insured - Commercial General Liability Insurance, as described above, shall include an endorsement stating the following shall be Additional Insureds : The County of Ingham, all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and board members, including employees and volunteers thereof. Ingham County Purchasing Department Page 12

13 Cancellation Notice - All insurances described above shall include an endorsement stating the following: It is understood and agreed that thirty (30) days advanced written notice of cancellation, non-renewal, reduction and/or material change shall be sent to: Ingham County Purchasing Department, P. O. Box 319, Mason, Michigan Proof of Insurance - The Contractor shall provide to the County of Ingham at the time the contracts are returned by it for execution, two (2) copies of certificates of insurance for each of the and policies mentioned above. If so requested, certified copies of all policies will be furnished. 5.4 Applicable Law and Venue Any agreement resulting from this IFB shall be construed according to the laws of the State of Michigan. The County and Contractor agree that the venue for any legal action under this agreement shall be the County of Ingham, State of Michigan. In the event that any action is brought under any agreement resulting from the IFB in Federal Court, the venue for such action shall be the Federal Judicial District of Michigan, Western District - Southern Division. 5.5 Compliance with the Law Contractor shall render the services to be provided pursuant to this agreement in compliance with all applicable Federal, State, and local laws, ordinances, rules, and regulations. 5.6 Independent Contractor The Bidder who is selected as the Contractor shall be an independent Contractor. The employees, servants and agents of the Contractor shall not be deemed to be and shall not hold themselves out as employees, servants, or agents of the County and shall not be entitled to any fringe benefits received by the County s personnel, such as, but not limited to, health and accident insurance, life insurance, longevity or paid sick or vacation leave. The Contractor shall be responsible for paying all compensation to its personnel for services they have performed under this Contract and for withholding and payment of all applicable taxes to the proper Federal, State and local governments. 5.7 Living Wage Policy Ingham County policy requires vendors contracting with the County primarily to perform services to pay their employees a living wage if the following two (2) conditions apply: a) The total expenditure of the contract or the total value of all contracts the vendor has with the County exceeds 50,000 in a twelve-month calendar; and, b) The vendor employs five (5) or more employees. Ingham County Purchasing Department Page 13

14 In Ingham County, living wage is defined as an hourly wage rate, which is equivalent to 125% of the federal poverty level for a family of four. For 2015, living wage is per hour and is subject to change in subsequent years. Twenty percent (20%) of the living wage costs paid by the employer can be for an employee's health care benefits. This wage rate applies to part and fulltime employees who work on County contracts. See for more information. 6.0 EVALUATION, AWARD, & CONTRACTUAL PROCESS 6.1 Bid Evaluation An Evaluation Committee comprised of County staff will review the bids. This process typically takes 2-3 weeks from the bid opening date. 6.2 Presentations Upon receipt and evaluation of the responses, selected bidders may be required to make inperson presentations to the County. 6.3 Award of Contract It is the intention of the County to award a contract to the most responsible bidder provided that the bid has been submitted in accordance with the terms and conditions of the IFB. 6.4 Basis for Award Information and/or factors gathered during interviews, negotiations and any reference checks, in addition to the evaluation criteria stated in the IFB, if any, and any other information or factors deemed relevant by the County, shall be utilized in the final award. 6.5 Right of rejection The County reserves the right to reject any or all bids, to waive any informalities or irregularities in bids, and/or to negotiate separately the terms and conditions of all or any part of the bids as determined to be in the County s best interests at its sole discretion. 6.6 Notification of Award Upon acceptance by the County, the successful Bidder will be notified of award in writing by . Recommendations for awards will be posted on the County's website at All Bidders will be notified by of the County s decision. 6.7 Contract Term Three years with an option to renew for an additional 2-year period. Ingham County Purchasing Department Page 14

15 6.8 Contract Approval The Ingham County Board of Commissioners and other boards and committees must approve the contract resulting from this solicitation. This process typically takes 2-4 weeks from the date the successful Contractor is identified. 6.9 Contract Preparations The County will prepare a formal contract, if one is awarded, specific to this solicitation for execution by the successful Contractor. The County reserves the right to accept or reject in whole or in part any form contract submitted by a bidder and/or to require that amendments be made thereto, or that an agreement drafted by the County be utilized. This process typically takes two weeks from the date the Board has approved the contract Contract Execution The Contractor shall within ten (10) days of commencement of work under contract furnish the required insurance, and bonds, if required. Ingham County Purchasing Department Page 15

16 PRICING FORM Fire Extinguishers: Includes inspection tagging, recharging & hydrostatic testing LANSING LOCATIONS Extinguisher Type & Quantity Monthly Cost Annual Cost 911 Center 5# ABC (1), 10# ABC (4) FCHC 5# ABC (3), 5# CARBON DIOXIDE (1), 10# ABC (16) Grady Porter Building 10# ABC (29), 13# HALON (1), 10# CO2 (1) Human Services Facility 5# ABC (41), 10# ABC (32), CLASS K (2) Veterans Memorial Courthouse 10# ABC (21) Willow Teen Plaza 5# ABC (5) Youth Center 5# ABC (4), 10# ABC (1), CLASS K (2) Potter Park Zoo 5# ABC (6), 10# ABC (35), 10# CO2 (5), 2.5# ABC (37) FOR VEHICLES AND EQUIPMENT Ingham Academy 5#ABC (14), 7# ABC (1), 25# CLASS K (1), 10# ABC (4), 5# BC (1) MASON LOCATIONS Animal Control 10# ABC (4) Annex 2.5# ABC (1), 5# ABC (1), 10# ABC (8) Courthouse 5# ABC (7), 10# ABC (8) Drain Commissioner 5# ABC (2), 10# ABC (3) 55th District 5# ABC (1), 10# ABC (5) Hilliard Building 5# ABC (19), 10# ABC (6), 20# ABC (1), 10# CO2 (2), 9# HALON (3) 5# ABC (2) 10# ABC (28), 20# ABC (14), 10# Jail (includes kitchen and co-gen building) CO2 (3), 15# CO2 (3), 20# CO2 (1), 13# HALON (2) TOTAL: Fire Suppression In Kitchen Hoods LANSING LOCATIONS Type & Quantity Annual Cost Youth Center Ansul R101 20# dry chemical (2) 911 Ansul Fire Panel; Auto Zone Pu (2) Potter Park Zoo Badger L # Wet Chemical (2) Ingham Academy Ansul R102 3 Gallons wet chemical (2) MASON LOCATIONS Jail - Main hood Range Guard 4gal./4gal. tandem liquid chemical (Karbolay) (2) Wet Sprinkler Systems LANSING LOCATIONS Quantity Grady Porter Building 1 Human Services Building 1 Human Services phone room 1 Ingham Academy 1 Forest Community Health Center (FCHC) 1 Veterans Memorial Courthouse (includes Grady Porter Building) 1 Youth Center 1 MASON LOCATIONS Hilliard Building 1 Ingham County Jail Quarterly TOTAL: TOTAL: Annual Cost Ingham County Purchasing Department Page 16

17 PRICING FORM Fire Alarm MASON LOCATIONS s Annual Cost Ingham County Jail & Sheriff's Office Panel: Simplex 4100U /640 North Cedar Street Wheelock NAC 7 Mason, MI Duct Smoke Detectors 25 Heat Detectors 46 Photo Smoke Detectors 144 Pull Stations-single action 57 Water Flow Detector 1 Annunciator Panels 2 A/V signals 52 Visual Only 18 JAIL/SHERIFF TOTAL: s Annual Cost 55th District Court Panel: Edwards FSC model # FSC302IG/R Buhl Road Photo Smoke Detector 15 Mason, MI Pull Station-single action 4 A/V signals 6 Visual Only 3 55TH DISTRICT COURT TOTAL: s Annual Cost Animal Control Panel: First Alert Curtis Street Photo Smoke Detectors 9 Mason, MI Heat Detectors 7 Pull Stations-single action 2 A/V Signals 6 ANIMAL CONTROL TOTAL: s Annual Cost Hilliard Building Panel: National Time East Maple Street Photo Smoke Detectors 6 Mason, MI Pull Station-single action 15 Duct Detectors 6 A/V s 25 Tamper Switch 11 Flow Switches 5 Annunciator panel 1 HILLIARD BUILDING TOTAL: Ingham County Purchasing Department Page 17

18 PRICING FORM MASON LOCATIONS s Annual Cost Ingham County Courthouse Panel: Edwards South Jefferson Photo Smoke Detectors 105 Mason, MI Duct Detectors 4 Pull Stations-single action 9 A/V s 28 Flow Switches 2 Tamper Switches 3 COURTHOUSE TOTAL: LANSING LOCATIONS s Annual Cost Human Services Building Panel: Pyrotronics South Cedar Photo Smoke Detectors 27 Lansing, MI Duct Detectors 19 Pull Stations-single action 22 A/V s 68 Flow Switches 3 Tamper Switches 2 Panel: RP-101 Deluge Preaction Control Panel 1 Photo Smoke Detectors 3 Pull Stations 1 Flow Switches 1 Tamper Switches 1 HUMAN SERVICES BLDG TOTAL: s Annual Cost Veterans Memorial Courthouse (VMC) Panel: Simplex West Kalamazoo Photo Smoke Detectors 58 Lansing, MI Duct Detectors 65 Pull Stations-single action 32 A/V s 72 Visual Only 68 Flow Switches 2 Tamper Switches 11 VMC TOTAL: s Annual Cost Grady Porter Building Panel: Simplex West Kalamazoo Photo Smoke Detectors 39 Lansing, MI Duct Detectors 67 Pull Stations-single action 24 A/V s 84 Audible Signal 20 Visual Only 86 Flow Switches 2 Tamper Switches 8 GRADY PORTER BLDG TOTAL: Ingham County Purchasing Department Page 18

19 PRICING FORM LANSING LOCATIONS s Annual Cost Ingham County Family Center Panel: Simplex West Holmes Road Photo Smoke Detectors 3 Lansing, MI Duct Detectors 0 Pull Stations-single action 16 A/V s 5 Visual Only 4 Flow Switches 6 Tamper Switches 6 Hood Suppression System 1 IC FAMILY CENTER TOTAL: s Annual Cost Ingham County Youth Center Panel: National Time East Jolly Road Photo Smoke Detectors 11 Lansing, MI Duct Detectors 5 Pull Stations-single action 4 A/V s 5 Flow Switches 1 Tamper Switches 1 Hood Suppression System 1 IC YOUTH CENTER TOTAL: s Annual Cost 911 Center (Data & Office Area) Panel: Siemens Control Panel Model #FS-250 addressable 1 Lansing, MI Photo Smoke Detectors 27 Manual Stations 3 Heat, Temp 1 Duct, Photo 2 Horn Stobes 26 Strobes 8 Panel: Ansul Fire Panel Model #AutoPulse Z- 10: This has its agent storage container assembly # Photo Smoke Detectors 2 Abort Switch 1 Horn Stobes CENTER TOTAL: Ingham County Purchasing Department Page 19

20 PRICING FORM LANSING LOCATIONS s Annual Cost Potter Park Zoo (Discovery/Feline/Bird & RPanel: Faraday Firewtch Lansing, MI Duct Detector 3 Pul Stations - Single Action 0 A/V s 3 Visual Alarm 1 Panel: Faraday Firewtch Photo Smoke 20 Pull Stations-Single Action 3 A/V s 7 Panel: Faraday Firewtch Photo Smoke 6 Duct Detector 1 Pull Stations-Single Action 0 A/V s 2 PPZ TOTAL: s Annual Cost FCHC Panel: Simplex Model 4020 Lansing, MI Manual Station 15 Photo Smoke Detectors 54 Door Holders 4 Duct Detectors 12 Waterflow 1 Tamper 1 Horn/Strobes 23 Strobes 21 FCHC TOTAL: OVERALL TOTAL Fire Hoses, Cost per foot: Total Annual Inspection of Hoses Including Un-Rack and Re-Rack: Ingham County Purchasing Department Page 20

21 LOCAL PURCHASING PREFERENCE FORM (Please type or print clearly in ink only) IFB #28-15 Fire Extinguisher, Alarm and Suppression Services 1. Do you desire to have your company considered a local vendor and therefore have your bid evaluated with the 5% local purchasing preference? Yes No 2. If yes, please provide the verifiable business address (not a PO Box) at which your business is being conducted? 3. Company Name: 4. Company Address: 5. Company Phone: 6. Fax: 7. Contact Name/Title: 8. Contact Phone/Fax: 9. Name and title of person authorized to sign on behalf of your company: 10. Signature/date: Ingham County Purchasing Department Page 21

22 BIDDER REFERENCE FORM (Please type or print clearly in ink only) IFB #28-15 Fire Extinguisher, Alarm and Suppression Services The Contractor shall have the capability and capacity in all respects to fulfill the contractual requirements to the satisfaction of the County. Indicate the length of time you have been in business as a company providing the type of service required for this contract. years months Provide a minimum of three (3) references that may substantiate your past work performance and experience in the type of work required for this contract. Name, Address, Phone Number, Scope of Services Performed and Contact Person ***Be sure to include copies of any and all applicable licenses from the State of Michigan required to perform work under this contract*** Ingham County Purchasing Department Page 22

23 SIGNATURE SHEET (Please type or print clearly in ink only) IFB #28-15 Fire Extinguisher, Alarm and Suppression Services My signature certifies that the bid as submitted complies with all terms and conditions as set forth in this solicitation, except as noted herein. My signature also certifies that the accompanying bid is not the result of, or affected by, any unlawful act of collusion with another person or company engaged in the same line of business or commerce. I hereby certify that I am authorized to sign as a representative for the firm: Complete Legal Name of Firm: Order from Address: Remit to Address: Fed ID No.: Signature: Name (type/print): Title: Telephone: ( ) Fax No.: ( ) Date: Bid Award Notification sent to: of person receiving Award Notification: Ingham County Purchasing Department Page 23

24 WORKPLACE DIVERSITY QUESTIONNAIRE - OPTIONAL (Please type or print clearly in ink only) IFB #28-15 Fire Extinguisher, Alarm and Suppression Services The Ingham County Board of Commissioners recognizes the importance of purchasing goods and services from vendors who are committed to creating a diverse work environment which values and utilizes the contribution of employees from different backgrounds, experiences and perspectives. As such, the County actively encourages supplier relationships with women-, minority-, disabled-, and veteran-owned business enterprises that can provide competitive prices, quality and service. The County also strongly encourages employers to employ an equally diverse workforce. To that end, the County requests vendors to submit as part of their response to any formal IFBs, the following workplace diversity information. Vendors are encouraged to complete as much information as possible. This information will be used for statistical purposes only. 1. What percentage of your firm s workforce is: African American % Asian Pacific Islander % Caucasian % Hispanic % Native American % Subcontinent Asian (Indian) % 2. What percentage of your firm s workforce is female? % 3. What percentage of your firm s workforce is physically-disabled? % 4. If your business is at least 51% owned by one of the following individuals, please check all that apply: Female Minority Disabled Veteran Firm Name: Date: Signature: Name (print): Ingham County Purchasing Department Page 24

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division Department of General Services Purchasing Division Title: Contract Period: Fire Extinguishers and Suppression Systems-Inspection, Testing, Maintenance, Repair and Recharging 3/1/18 through 2/28/19 with

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2017-66 Issue Date: September 21, 2017 Project Name: Quote Due Date/Time:

More information

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING PUBLICATION This specification is a product of the Texas

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING. SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

Annual Fire Systems and Backflow Preventers Testing

Annual Fire Systems and Backflow Preventers Testing Facilities Management Request for Qualifications Annual Fire Systems and Backflow Preventers Testing At Various Facilities Proposals Due: 2:30 PM, Tuesday May 15, 2018 Deliver to: Attn: Sara Winger, Purchasing

More information

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico 88202-1437 General Bid Conditions BID # 19-06 Fire Sprinkler Systems Inspections, Testing and Maintenance SEALED BIDS will be opened

More information

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO 63069 636-271-1400 REQUEST FOR PROPOSAL FIRE EXTINGUISHER/KITCHEN HOOD INSPECTIONS FOR ADDITIONAL INFORMATION CONTACT: Joel Cracchiolo,

More information

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977 ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977 As Amended July 1, 1999 20-22-601. LEGISLATIVE INTENT FIRE PROTECTION LICENSING BOARD It is the purpose and intent of this subchapter to provide

More information

Sheetz Inc. Fire Protection Service Guidelines

Sheetz Inc. Fire Protection Service Guidelines Sheetz Inc. Fire Protection Service Guidelines Overview The following are guidelines for Sheetz Fire Protection Services for the 2016/2018 contract year. Each key area is listed below with the appropriate

More information

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS SMALL WORKS PROJECT REQUEST FOR SEALED BIDS PIERCE COUNTY FIRE PROTECTION DISTRICT #22 18421 OLD BUCKLEY HIGHWAY BONNEY LAKE, WA 98391 (253) 863-1800 (253) 863-1848 (FAX) Date Bid Requested: 5/24/2012

More information

REQUEST FOR PROPOSALS CLEANING SERVICES

REQUEST FOR PROPOSALS CLEANING SERVICES REQUEST FOR PROPOSALS CLEANING SERVICES Jeffrey Gray City Manager City of Jonesville 265 E. Chicago Street Jonesville, MI 49250 manager@jonesville.org (517) 849-2104 Overview The City of Jonesville is

More information

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL RULES AND REGULATIONS CONCERNING 8 CCR 1507-57 BUILDING AND FIRE CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR LIMITED GAMING

More information

Contact Phone Number: (609) Fax: (609)

Contact Phone Number: (609) Fax: (609) Quote Name: Landscaping Description: SEE BELOW FOR FURTHER INFORMATION Township Contact: Andy Baran Contact Phone Number: (609) 361-6672 Fax: (609) 361-7624 Quote Number: Q16-21 Posted Date: April 4, 2016

More information

NOTICE TO CONTRACTORS

NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS Notice is hereby given that sealed bids will be received by the City Council of the City of Reedley for furnishing all labor, materials, services, and equipment and performing all

More information

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS RULES AND REGULATIONS Revised RHODE ISLAND STATE BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS RULES OF THE BOARD

More information

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS Fire Extinguisher Inspection and Maintenance Due April 3, 2018 2:00 p.m. NORTH HILLS SCHOOL DISTRICT 135 SIXTH AVENUE PITTSBURGH,

More information

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance It is ordained by the Town Council of the Town of New Shoreham

More information

BID PROPOSAL-REVISED

BID PROPOSAL-REVISED BID PROPOSAL-REVISED PROJECT: B17-13, Bldg 1300 HVAC ( the Work ) CABRILLO COMMUNITY COLLEGE DISTRICT Bidder Name Bidder Representative(s) Bidder Representative(s) Contact Information Bidder Mailing Address

More information

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS ASIAN DEVELOPMENT BANK 6 ADB Avenue, Mandaluyong City 550 Metro Manila, Philippines Tel: 632-4298; Fax: 636-2577 or 63-6899 Email: malbano@adb.org and sdiano@adb.org INVITATION TO BID SUPPLY OF VARIOUS

More information

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Source: Tennessee Code/TITLE 62 PROFESSIONS,

More information

A.C.A. Tit. 20, Subtit. 2, Ch. 22, Subch. 6 Note

A.C.A. Tit. 20, Subtit. 2, Ch. 22, Subch. 6 Note A.C.A. Tit. 20, Subtit. 2, Ch. 22, Subch. 6 Note Arkansas Code of 1987 Annotated Official Edition 1987-2014 by the State of Arkansas All rights reserved. *** Legislation is current through the 2013 Regular

More information

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator 215 E Seventh Street; Des Moines, IA 50319 Email: sfmlicense@dps.state.ia.us APPLICATION CHECKLISTS (EFFECTIVE IMMEDIATELY) 1. DO NOT mail

More information

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER 0780-02-14 FIRE EXTINGUISHERS TABLE OF CONTENTS 0780-02-14-.01 Definitions 0780-02-14-.09 Restrictions 0780-02-14-.02 Standards

More information

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE # ALARM SYSTEM ORDINANCE

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE # ALARM SYSTEM ORDINANCE An ordinance relating to Alarm Systems BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE #2008-02 ALARM SYSTEM ORDINANCE Adoption Date: September 9, 2008 Publication Date: September 17, 2008 Effective

More information

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM The City of Lockport has implemented a Fire Sprinkler & Fire Alarm System Installation Assistance Program for eligible

More information

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619 DOCUMENT 00 11 16 INVITATION TO BID 1. Notice is hereby given that the governing board ( Board ) of the Oakland Unified School District will receive sealed bids for the following: Project No. 07127 Allendale

More information

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements Request for roposals (RF) for: Columbia County Facilities Fire Detection and Security Improvements roposals Due: 4:30 M Friday November 13, 2015 Introduction: Columbia County is soliciting proposals from

More information

THIS ORDINANCE ONLY AFFECTS EXISTING FIRE ALARM SYSTEMS.

THIS ORDINANCE ONLY AFFECTS EXISTING FIRE ALARM SYSTEMS. THIS ORDINANCE ONLY AFFECTS EXISTING FIRE ALARM SYSTEMS. IF YOU RECEIVED A NOTICE BY MAIL AND YOU DO NOT CURRENTLY HAVE A FIRE ALARM INSTALLED IN YOUR BUILDING, YOU MAY DISREGARD THE NOTICE. Dear Building

More information

DOCUMENT ADVERTISEMENT FOR BIDS

DOCUMENT ADVERTISEMENT FOR BIDS IFB 15-014 - 2015 Fire Alarm Upgrades for 4-15078 DOCUMENT 00 11 13 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for project as described in this

More information

cbever LY) \HILLS/ AGENDA REPORT

cbever LY) \HILLS/ AGENDA REPORT cbever LY) \HILLS/ AGENDA REPORT Meeting Date: April 5, 2016 Item Number: D 20 To: Honorable Mayor & City Council From: Charles Ackerman, Associate Project Administrator Julio Guerrero, Contract Administrative

More information

Ventura County Community College District 761 E. Daily Drive, West Stanley Avenue, St. 200, Camarillo, CA Purchasing Department

Ventura County Community College District 761 E. Daily Drive, West Stanley Avenue, St. 200, Camarillo, CA Purchasing Department Ventura County Community College District 761 E. Daily Drive, West Stanley Avenue, St. 200, Camarillo, CA 93010 Purchasing Department TO: All Jobwalk Attendees July 19, 2018 FROM: Janice Kisch, Purchasing

More information

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM. City of Raleigh, Fire Station No. 11 Renovation September 28, 2018 274-CM2018-15A Page 1 HUFFMAN ARCHITECTS, PA 632 PERSHING ROAD RALEIGH, NORTH CAROLINA 27608 PHONE (919) 740-5669 TO: ALL PRIME BIDDERS

More information

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone 807-854-1100 Facsimile 807-854-1150 PUBLIC SERVICES DEPARTMENT TENDER NO. PS-2016-2 INSPECTION OF FIRE ALARM SYSTEMS

More information

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose INVITATION TO QUOTE Title: Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, 2018 Purpose The District of Sparwood (Sparwood) invites interested parties (Respondents) to submit

More information

Adopt-A-Community Garden Agreement

Adopt-A-Community Garden Agreement Park Pride 233 Peachtree St., Suite 1600 Atlanta, Georgia 30303 404.546.6852 www.parkpride.org Adopt-A-Community Garden Agreement Organization Name Organization Address Primary Contact Primary Contact

More information

Sec False alarms.

Sec False alarms. Sec. 16-5. - False alarms. (a) Definitions. The following words, when used in this section, shall have the meanings ascribed herein unless the context indicates otherwise: Agreement [means] police and/or

More information

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico 88202-1437 General Bid Conditions BID # 19-02 Security and Fire Alarm Services SEALED BIDS will be opened in the Roswell Independent

More information

REQUEST FOR PROPOSAL. Fire Suppression System Inspection and Service RFP #UCA

REQUEST FOR PROPOSAL. Fire Suppression System Inspection and Service RFP #UCA UNIVERSITY OF CENTRAL ARKANSAS PURCHASING OFFICE 2125 COLLEGE AVENUE Suite 2 CONWAY, AR 72034 REQUEST FOR PROPOSAL Fire Suppression System Inspection and Service RFP #UCA-17-006 PROPOSALS MUST BE RECEIVED

More information

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally Sec. 4-13-1 Definitions Alarm site. The single premises or location (one (1) street address) served by an alarm system or systems that are under the control

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11605

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11605 RFQ # 11605 Quotation Due By: 11/15/2012 09:00 AM CT REPLY TO: A Teresa J. West PURCHASING DEPARTMENT GRAND RIVER DAM AUTHORITY 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

BOARD OF COUNTY COMMISSIONERS

BOARD OF COUNTY COMMISSIONERS TULSA COUNTY PURCHASING DEPARTMENT MEMO DATE: SEPTEMBER 2, 2015 FROM: PURCHASING DIRECTO -~ TO: SUBJECT: BOARD OF COUNTY COMMISSIONERS PROFESSIONAL SERVICE AGREEMENT- HOWELL & VANCUREN, INC. SUBMITTED

More information

Ada Township is soliciting bids for the following commodity or service:

Ada Township is soliciting bids for the following commodity or service: Date: January 30, 2018 Dear Bidders, Ada Township is soliciting bids for the following commodity or service: FERTILIZATION TREATMENT SERVICES FOR LAWNS ON PROPERTIES OWNED BY ADA TOWNSHIP. This bid will

More information

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS Annex Laundry and Shower Alterations ADDENDUM #1 March 7, 2019 ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS A. Invitation to Bid - Call for Bids has been modified as follows: 1. Notice

More information

CITIZENS POLICE ACADEMY

CITIZENS POLICE ACADEMY CITIZENS POLICE ACADEMY APPLICATION Welcome to the 2018 Town of Poughkeepsie Citizens Police Academy. The Citizen Police Academy is sponsored by the Town of Poughkeepsie Police Department and is designed

More information

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum. ADDENDUM NO. 2 TO THE BIDDING DOCUMENTS Solicitation Number 2016-13 Fire Alarm, Sprinkler & BFP Inspections and Repairs Saint Clair County MidAmerica Saint Louis Airport DATE: November 30, 2016 BIDS CLOSE:

More information

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES Thank you for choosing to increase your customer's home energy efficiency with heating and cooling rebates. Follow the steps below to ensure eligibility to receive a rebate from the ComEd Energy Efficiency

More information

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES Thank you for choosing to increase your customer's home energy efficiency with heating and cooling rebates. Follow the steps below to ensure eligibility to receive a rebate from the ComEd Energy Efficiency

More information

FIRE CODE ENFORCEMENT AND CERTIFICATION OF FIRE INSPECTORS FOR PUBLIC SCHOOLS, CHARTER SCHOOLS AND JUNIOR COLLEGES

FIRE CODE ENFORCEMENT AND CERTIFICATION OF FIRE INSPECTORS FOR PUBLIC SCHOOLS, CHARTER SCHOOLS AND JUNIOR COLLEGES DEPARTMENT OF PUBLIC SAFETY Division of Fire Safety FIRE CODE ENFORCEMENT AND CERTIFICATION OF FIRE INSPECTORS FOR PUBLIC SCHOOLS, CHARTER SCHOOLS AND JUNIOR COLLEGES 8 CCR 1507-30 [Editor s Notes follow

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER #0371-0739 SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH CLOSING DATE: 8 June 2007 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for a

More information

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER 0780-02-07 FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS TABLE OF CONTENTS 0780-02-07-.01 Definitions 0780-02-07-.08 Installation,

More information

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems Article 3: Police Regulated Occupations and Businesses Division 37: Burglary, Robbery and Emergency Alarm Systems 33.3701 Definitions Defined words appear in italics. Except as otherwise provided, for

More information

Capital Projects Group Fire Extinguishers Specification

Capital Projects Group Fire Extinguishers Specification Capital Projects Group Fire Extinguishers Specification Specification 21 20 05 Revision 0 Date: August 2018 Fire Extinguishers Specification Specification 21 20 05 Publication Date: August 2018 COPYRIGHT

More information

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application Review the type of work to be performed with the contractor descriptions listed below. If necessary, discuss your licensing

More information

Charter reference Conflicts between county and municipal ordinances, 2.01, 2.04.

Charter reference Conflicts between county and municipal ordinances, 2.01, 2.04. Chapter 54 EMERGENCY SERVICES [1] Footnotes: (1) Charter reference General powers of county, 2.01. Cross reference Civil emergencies, ch. 34. State Law reference General powers of chartered counties, Fla.

More information

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

Rancho Cucamonga Fire Protection District Prevention Bureau Standard Rancho Cucamonga Fire Protection District Prevention Bureau Standard Title: Fire Alarm and Monitoring Systems Standard # 9-3 Effective: May 2002 Number of Pages: 7 Updated: December 2016 for consistency

More information

EAST GREENWICH FIRE DEPARTMENT 284 MAIN STREET, EAST GREENWICH, RHODE ISLAND TELEPHONE: FAX:

EAST GREENWICH FIRE DEPARTMENT 284 MAIN STREET, EAST GREENWICH, RHODE ISLAND TELEPHONE: FAX: REQUEST FOR PROPOSAL TOWN OF EAST GREENWICH 284 Main Street East Greenwich, RI 02818 BID NUMBER: BID TITLE: 2018 Life Safety Features INSPECTION/TESTING/REPAIRS OF: Fire Sprinkler & Fire Alarm Fire extinguisher

More information

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 21 0800 - COMMISSIONING OF FIRE SUPPRESSION SYSTEMS GENERAL 1.1 SUMMARY General 1. Work under this contract shall meet the requirements of Division 01, General Requirements, Conditions of Contract,

More information

VENDOR & SUPPLIER. Code of Conduct

VENDOR & SUPPLIER. Code of Conduct VENDOR & SUPPLIER Code of Conduct PREFACE This Vendor/Supplier Code of Conduct sets forth the commitment of Macy s to do business only with those manufacturers and suppliers that share its commitment to

More information

REQUIREMENTS. For FIRE DEPARTMENTS. State of West Virginia. Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY

REQUIREMENTS. For FIRE DEPARTMENTS. State of West Virginia. Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY REQUIREMENTS For FIRE DEPARTMENTS State of West Virginia Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY Joe Martin Secretary West Virginia State Fire Commission 1207 Quarrier St.,

More information

Westerville, OH Code of Ordinances. CHAPTER 969 Alarm Systems

Westerville, OH Code of Ordinances. CHAPTER 969 Alarm Systems Westerville, OH Code of Ordinances CHAPTER 969 Alarm Systems 969.01 Definitions. 969.02 Alarm user permit required. 969.03 Application for alarm user permits. 969.04 Renewal. 969.05 System standards. 969.06

More information

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website. 4.e STATE OF MISSOURI County of Franklin ss. COMMISSION ORDER Commission Order No. 2016-316 Third Quarter Term 2016 Tuesday,August,09,2016 Bid Notice IN THE MATTER OF ADVERTISING FOR SEALED BIDS FOR SMOKE

More information

Model Policy On Portable Fire Extinguishers (Ontario Version)

Model Policy On Portable Fire Extinguishers (Ontario Version) Model Policy On Portable Fire Extinguishers (Ontario Version) Every workplace needs a policy ensuring the appropriate selection, use, storage and maintenance of fire extinguishers. OHS managers in any

More information

ARTICLE I. IN GENERAL

ARTICLE I. IN GENERAL ARTICLE I. IN GENERAL Sec. 3.5-1. Definitions. Sec. 3.5-2. Disconnection of alarm system. Sec. 3.5-3. Appeal. Sec. 3.5-4. Failure to disconnect or unauthorized reconnection of alarm system. Sec. 3.5-5.

More information

BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO

BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO DEPARTMENT OF PUBLIC SAFETY Division of Fire Prevention and Control BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO

More information

CITY OF HOOVER, ALABAMA INVITATION TO BID

CITY OF HOOVER, ALABAMA INVITATION TO BID CITY OF HOOVER, ALABAMA INVITATION TO BID BID # 01-16 HVAC and Low Temperature Refrigeration And Ice Maker Full Service Contract TABLE OF CONTENTS I. BID INSTRUCTIONS AND BID PROCESS... 2 II. GENERAL CONDITIONS

More information

Housing Authority of the City of Perth Amboy

Housing Authority of the City of Perth Amboy Housing Authority of the City of Perth Amboy 881 AMBOY AVENUE, P.O. BOX 390, PERTH AMBOY, NJ 08862 TELEPHONE: (732) 826-3110 FAX: (732) 826-3111 EDNA DOROTHY CARTY-DANIEL, Chairperson DAVID BENYOLA, Vice-Chairman

More information

VENDOR AGREEMENT PACKET

VENDOR AGREEMENT PACKET VENDOR AGREEMENT PACKET COMPLETE CONTRACT ONLINE at www.boomsquadinc.com or PRINT AND MAIL TO: Boom Squad, Inc. ATTN: BoomFest Carnival P.O. Box 3902 Evansville, IN 47737-3902 EMAIL director@boomsquadinc.com

More information

March 27, ADDENDA No. 1. VARIOUS FIRE SERVICES Richland County, Ohio

March 27, ADDENDA No. 1. VARIOUS FIRE SERVICES Richland County, Ohio March 27, 2019 ADDENDA No. 1 Subject: Richland County, Ohio Enclosed herewith is a copy of Addenda No. 1 for the subject project. This material will be included in the final agreement and will become a

More information

OPERATIONAL PERMIT STORAGE MAGAZINE PERMIT APPLICATION

OPERATIONAL PERMIT STORAGE MAGAZINE PERMIT APPLICATION PRINCE WILLIAM COUNTY DEPARTMENT OF FIRE AND RESCUE FIRE MARSHAL S OFFICE 5 COUNTY COMPLEX CT. SUITE 160 PRINCE WILLIAM, VA 22192 (703) 792-6360 office (703) 792-6492 fax WWW.PWCGOV.ORG/FIRE For Office

More information

maintaining the health, safety and welfare of the citizens of the City and its visitors; and

maintaining the health, safety and welfare of the citizens of the City and its visitors; and Amended // Enacted // Introduced by Council Member Hazouri and amended by the Neighborhoods, Community Investments and Services Committee: ORDINANCE 0--E AN ORDINANCE REPEALING CHAPTER (BURGLARY AND ROBBERY

More information

Youth in Governance st Street West Altoona, WI (FAX) WHY YOUTH IN GOVERNANCE? PURPOSE

Youth in Governance st Street West Altoona, WI (FAX) WHY YOUTH IN GOVERNANCE? PURPOSE Youth in Governance (FAX) 715-839-6277 WHY YOUTH IN GOVERNANCE? Youth leadership development is critical in building civic capacity and long-term community sustainability in Eau Claire County. Programs

More information

EXHIBIT A BE IT ORDAINED BY THE MAYOR AND THE CITY COUNCIL OF THE CITY OF BELLEVUE, NEBRASKA.

EXHIBIT A BE IT ORDAINED BY THE MAYOR AND THE CITY COUNCIL OF THE CITY OF BELLEVUE, NEBRASKA. EXHIBIT A 1 1 1 1 1 1 0 ORDINANCE NO. AN ORDINANCE TO AMEND ARTICLE VI OF CHAPTER OF THE BELLEVUE CITY CODE PERTAINING TO ALARM SYSTEM REGISTRATION REQUIREMENTS INCLUDING WITHOUT LIMITATION INCREASING

More information

IC Chapter 6. Home Improvement Fraud

IC Chapter 6. Home Improvement Fraud IC 35-43-6 Chapter 6. Home Improvement Fraud IC 35-43-6-1 Application of chapter Sec. 1. This chapter applies only to residential property, which means real property used in whole or in part as a dwelling

More information

SANTA CLARA COUNTY Winchester Blvd., Los Gatos, CA (408) (408) (fax)

SANTA CLARA COUNTY Winchester Blvd., Los Gatos, CA (408) (408) (fax) FIRE DEPARTMENT SANTA CLARA COUNTY 14700 Winchester Blvd., Los Gatos, CA. 95032-1818 (408) 378-4010 (408) 378-9342 (fax) www.sccfd.org STANDARD DETAILS & SPECIFICATIONS Spec No C-4 Rev. Date 03/10/10 SUBJECT:

More information

Orange Village Community Garden Registration 2019

Orange Village Community Garden Registration 2019 Orange Village Community Garden Registration 2019 Name: Date: Address: City (if not Orange Village): Zip Code: Email Address: (This will be used by Orange Village employees and Garden Committee Members)

More information

PERIODIC ELECTRICAL TESTING POLICY

PERIODIC ELECTRICAL TESTING POLICY PERIODIC ELECTRICAL TESTING POLICY Originator: Policy and Strategy Team Approval date: 19 July 2016 Review date: d July 2017 1 Introduction 1.1 1.2 Pine Court Housing Association (PCHA) treats the health

More information

FIRE ALARM APPLICATION CITY OF MADISON HEIGHTS

FIRE ALARM APPLICATION CITY OF MADISON HEIGHTS FIRE ALARM APPLICATION CITY OF MADISON HEIGHTS www.madison-heights.org COMMUNITY DEVELOPMENT DEPARTMENT BUILDING DIVISION 300 W. THIRTEEN MILE RD. MADISON HEIGHTS, MICHIGAN 48071 (248) 583-0831 FAX (248)

More information

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

INVITATION TO BID. Sealed Bid, Fire Alarm Maintenance. 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 Alarm Maintenance. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Alarm Maintenance

More information

BYLAW 5542 *******************************************************************************

BYLAW 5542 ******************************************************************************* BYLAW 5542 ********************** A BYLAW OF THE CITY OF LETHBRIDGE TO AUTHORIZE THE ESTABLISHMENT AND OPERATION OF A FIRE AND EMERGENCY SERVICES DEPARTMENT *******************************************************************************

More information

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office Introduction The International Federation of Library Associations and Institutions http://www.ifla.org

More information

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS Advokatfirmaet BAHR AS - ENGAGEMENT TERMS 1. Scope These Engagement Terms regulate Advokatfirmaet BAHR AS s ( BAHR ) provision of legal and other services under the Engagement. 2. The engagement The Engagement

More information

CITY OF TUTTLE REQUEST FOR PROPOSALS FOR OUTDOOR WARNING SIRENS

CITY OF TUTTLE REQUEST FOR PROPOSALS FOR OUTDOOR WARNING SIRENS CITY OF TUTTLE REQUEST FOR PROPOSALS FOR OUTDOOR WARNING SIRENS SECTION I GENERAL CONDITIONS A. PURPOSE The City of Tuttle is issuing this Request for Proposals (RFP) to vendors for the purpose of purchasing

More information

The Delivery, Installation, Removal and Disposal of Electric Water Heaters

The Delivery, Installation, Removal and Disposal of Electric Water Heaters Request for Proposal The Delivery, Installation, Removal and Disposal of Electric Water Heaters 2018-WH February 5 th, 2018 Procurement Contact Sherry Ingersoll, Supervisor of Supply & Services supplyandservices@sjenergy.com

More information

Chapter 8 FIRE PREVENTION, PROTECTION AND AMBULANCE FEES * ARTICLE I. IN GENERAL

Chapter 8 FIRE PREVENTION, PROTECTION AND AMBULANCE FEES * ARTICLE I. IN GENERAL Chapter 8 FIRE PREVENTION, PROTECTION AND AMBULANCE FEES * Art. I. In General, 8-1 8-29 Art. II. Fire Department, 8-30 8-36 Art. III. Ambulance Service Fee Schedule, 8-40 Sec. 8-1. Fire Prevention Code.

More information

Chapter ALARM SYSTEMS

Chapter ALARM SYSTEMS Page 1 of 6 Chapter 15.12 ALARM SYSTEMS Sections: 15.12.010 Purpose. 15.12.020 Definitions. 15.12.030 Alarm system standards. 15.12.040 Alarm business standards. 15.12.050 Alarm use standards. 15.12.060

More information

Periodic Electrical Testing Policy

Periodic Electrical Testing Policy Periodic Electrical Testing Policy Originator: Executive Management Team Approval Date: Policy and Strategy Team 18 July 2017 Review date: July 2018 1 Introduction 1.1 1.2 OVH treats the health and safety

More information

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES Thank you for choosing to increase your customer's home energy efficiency with heating and cooling rebates. Follow the steps below to ensure eligibility to receive a rebate from the ComEd Energy Efficiency

More information

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial ` Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial and home development before construction has begun (or

More information

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh इ ड यन ओव रस ज ब क स रक ष ववभ ग Security Department क ष त र य क य ऱय, Regional Office, Chandigarh TERMS & CONDITIONS FOR ANNUAL MAINTENANCE SERVICE FOR REFILLING OF ALREADY INSTALLED FIRE EXTINGUISHERS

More information

(3) Chart. The following chart illustrates the above hours: TABLE INSET:

(3) Chart. The following chart illustrates the above hours: TABLE INSET: The City of Fort Myers, Florida CDD/BUSINESS TAX 1825 Hendry Street Suite 101 Fort Myers, Florida 33901 (239)321-7990 BUSINESS TAX RECIEPT APPLICATION INFORMATION SHEET FOR NIGHTCLUBS To obtain a City

More information

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER) CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER) Bid Number: 13-CM01 Due Date and Time: March 12th, 2013 Local Time: 2:00pm Project Name: City of Milton Outdoor Warning Siren System ISSUING DEPARTMENT

More information

NASSAU COUNTY FIRE PROTECTION PERMIT APPLICATION

NASSAU COUNTY FIRE PROTECTION PERMIT APPLICATION BUILDING PERMIT# Revised 6/30/15 AP# PERMIT # Cost $ Check# Receipt# NASSAU COUNTY FIRE PROTECTION PERMIT APPLICATION 5 TH EDITION (2014) OF THE FLORIDA BUILDING CODE IS IN EFFECT THE 2012 FLORIDA FIRE

More information

MASTER GARDENER PROGRAM HENNEPIN COUNTY

MASTER GARDENER PROGRAM HENNEPIN COUNTY MASTER GARDENER PROGRAM HENNEPIN COUNTY APPLICATION INFORMATION PROGRAM YEAR 2018 Become a Master Gardener Volunteer -- Hennepin County! Share your gardening and horticulture experience with others! MISSION

More information

INVITATION FOR BID Notice to Prospective Bidders

INVITATION FOR BID Notice to Prospective Bidders STATE OF CALIFORNIA DEPARTMENT OF VETERANS AFFAIRS Post Office Box 942895 Sacramento, California 94295-0001 (916) 653-2374 ARNOLD SCHWARZENEGGER, Governor INVITATION FOR BID Notice to Prospective Bidders

More information

FIRE & LIFE SAFTEY STANDARD

FIRE & LIFE SAFTEY STANDARD Title: Effective Date: 01/01/14 Revised Date: 1/1/14 Code References: Title 16, Chapter 16.16 of the Roseville Municipal Code, NFPA 72 Note: This standard is a summary of Fire Department clarifications

More information

Compact Equipment Warranty Policy

Compact Equipment Warranty Policy 006 07.15 Compact Equipment Warranty Policy 07/2015 Table of Contents Preface Page 1 Distributor s Warranty Responsibilities Page 1 Standard Warranties Page 2 Warranty Coverage Page 2 Warranty Limitations

More information

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY) STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC-213-100797 RACCOON CREEK STATE PARK (BEAVER COUNTY) I. SCOPE OF WORK: The Commonwealth of Pennsylvania, Department of Conservation

More information

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR BID. For FIRE EXTINGUISHER SERVICES

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR BID. For FIRE EXTINGUISHER SERVICES RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR BID For FIRE EXTINGUISHER SERVICES REQUEST FOR BID For FIRE EXTINGUISHER SERVICES I. SCOPE

More information

Third Year Renewal of Three-Year Contract Bid # LR, Fire Extinguisher Service Maintenance Department Florida Fire Services, Inc.

Third Year Renewal of Three-Year Contract Bid # LR, Fire Extinguisher Service Maintenance Department Florida Fire Services, Inc. Department of Purchasing 813/ 794-2222 Fax: 813/ 794-2111 727/ 774-2222 TDD: 813/ 794-2484 352/ 524-2222 e-mail: kgoodman@pasco.k12.fl.us December 12, 2007 MEMORANDUM TO: FROM: RE: Honorable School Board

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS for the City of Lake Forest Issue Date: September 23, 2015 Bid Due Date: October 19, 2015 The City of Lake Forest 800 N. Field Drive Lake Forest, Illinois 60045 THE CITY OF LAKE

More information