COUNTY OF MONMOUTH STATE OF NEW JERSEY

Size: px
Start display at page:

Download "COUNTY OF MONMOUTH STATE OF NEW JERSEY"

Transcription

1 RFB# F COUNTY OF MONMOUTH STATE OF NEW JERSEY PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 F INCLUDES: NOTICE TO BIDDERS SPECIFICATIONS DESIGNATED SUBCONTRACTOR LIST ADDENDUM ACKNOWLEDGMENT EEO LANGUAGE EEO QUESTIONNAIRE SIGNATURE PAGE IRAN DISCLOSURE FORM GENERAL CONDITIONS PROPOSAL PAGE(S) NON-COLLUSION AFFIDAVIT STATEMENT OF OWNERSHIP BUSINESS REGISTRATION REQUIREMENT BID DOCUMENT CHECKLIST SAMPLE CONSENT OF SURETY AUTHORIZED: March 1, 015 ADVERTISED: May 1, 015 GARY J. RICH, Sr. DIRECTOR OF THE BOARD OF CHOSEN FREEHOLDERS MARION MASNICK CLERK OF THE BOARD TERI O'CONNOR COUNTY ADMINISTRATOR GERRI C. POPKIN DIRECTOR OF PURCHASING NAME OF BIDDER: ADDRESS: Phone: Fax: PLEASE INCLUDE ONE (1) UNBOUND ORIGINAL BID WITH SIGNATURE(S) AND TWO COPIES Page 1 of 47 Public Work (Revised 0/15) CM-AS

2 COUNTY OF MONMOUTH STATE OF NEW JERSEY NOTICE TO BIDDERS Sealed bids will be received by the Division of Purchasing of the County of Monmouth, New Jersey and opened and read IN PUBLIC IN THE PURCHASING CONFERENCE ROOM, LOCATED ON THE SECOND FLOOR, IN THE SPECIAL SERVICES COMPLEX, 300 HALLS MILL ROAD, on May 7, 015at 10:30 AMfor the following: PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 F Request for Bid packets must be downloaded on the County website, at under Upcoming RFB s (Request for Bids). All notices of revisions or addenda to the specifications for bids will be posted on the Division of Purchasing s website, namely Notices of revisions or addenda will also be provided to prospective bidders in writing by certified mail or by certified facsimile transmission or by a delivery service. N.J.S.A. 40A:11-3(c)(). In addition to the notices, the actual revisions or addenda will also be posted to Purchasing s website. Bids must be made on standard RFB forms in the manner designated and required by the specifications; enclosed in sealed envelopes bearing the name and address of the bidder, designating the name of the bid on the outside, addressed to the Purchasing Agent of the Division of Purchasing, County of Monmouth, SPECIAL SERVICES COMPLEX, 300 HALLS MILL ROAD, Bids must be accompanied by a consent of surety in which the surety company agrees to post a Contract Bond or, if permitted in the General Conditions, a Performance Bond only, for 100% of the contract amount, if the contract is awarded to its principal. A further guaranty (surety) accompanying all bids shall be given in the amount of ten percent (10%) of the bid, but not in excess of twenty thousand dollars ($0,000.00) made payable to the Treasurer of the County of Monmouth and shall be given in the form of a Certified Check, Cashier s Check or Bid Bond from a reputable insurance company. THIS 10% GUARANTY IS MANDATORY. THIS IS AN OPEN-END SUPPLY CONTRACT. The goods and/or services are on-call if and when needed. The quantities bid are estimates and the County reserves the right to increase quantities, using unit prices, by up to 0% or decrease quantities by 100%. Regardless of the stated term of the contract, the County may terminate the contract whenever the amount incurred under the contract equals or exceeds 100% of the estimated quantity(ies) specified in the RFB. Page of 47 Public Work (Revised 0/15) CM-AS

3 The Contractor will be required to comply with requirements of N.J.S.A. 10:-1 (Anti- Discrimination in Employment on Public Works), N.J.S.A. 10:5-31, et seq. (N.J.A.C.17:7) (Equal Employment Opportunity), 4 U.S.C. 1101, et seq. (Americans with Disabilities Act), N.J.S.A. 5:3-44, et seq. (New Jersey Business Registration) and the New Jersey Prevailing Wage Act, N.J.S.A. 34: , et seq. The County of Monmouth reserves the right to reject any or all bids in accordance with applicable laws and regulations. By order of the Board of Chosen Freeholders of the County of Monmouth. GARY J. RICH, Sr., Director MARION MASNICK, Clerk of the Board GERRI C. POPKIN, Director of Purchasing Page 3 of 47 Public Work (Revised 0/15) CM-AS

4 GENERAL CONDITIONS 1. The attached RFB must be used and fully completed.. The award of contract shall be by resolution of the Board of Chosen Freeholders within sixty (60) days after receipt of bids, unless otherwise extended at the request of the County with the consent of the bidder or bidders. 3. The bidder must indicate any variance to the specifications, terms and/or conditions. If variances are not shown in the RFB, the bid will be evaluated based on full compliance with the specifications. 4. The County reserves the right to waive any informalities in the bids. 5. The County of Monmouth is exempt from most Federal, State and Municipal excise, sales and other taxes. 6. The Contractor shall bill the County by submitting detailed invoices and certified vouchers to the County s Using Department(s). The County will make payment of amounts justly due and owing to the Contractor within sixty (60) days thereafter, unless a sooner payment is required under the New Jersey Prompt Payment Law (N.J.S.A. A:30A-1, et seq.). 7. In case of default by the bidder or contractor, the County of Monmouth may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned thereby in addition to any other damages to the County of Monmouth. 8. The contract will contain the following provisions: A. The Contractor will indemnify and hold harmless the County of Monmouth, its Board of Chosen Freeholders, its Constitutional Officers (Sheriff, County Clerk, and Surrogate), and their respective servants, volunteers, and agents (collectively the County ) for and from any and all losses, costs, damages, claims, suits and/or liabilities arising from any and all State or Federal actions of whatever kind, including Section 1983 claims, including counsel fees and costs of suit (collectively the losses ), to which the County may be put by reason of any claim for damages of any kind to persons, business entities, or property due, in whole or in part, to the carelessness or negligence of the Contractor. It is the expressed intent of the parties hereto that the Contractor shall defend and indemnify the County even for the County s own alleged or actual partial negligence up to and until such a time as a trier of fact, be it a judge, jury, or binding arbiter, determines that the losses were the result of the sole and complete negligence of the County. B. The Contractor will also indemnify and hold harmless the County for and from any and all losses to which the County may be put by reason of the Contractor s failure to pay its workers, suppliers, or subcontractors for labor or materials provided to the County. Page 4 of 47 Public Work (Revised 0/15) CM-AS

5 GENERAL CONDITIONS CONTINUED C. The Contractor further agrees that the County reserves its right to monitor and actively participate in the defense of any and all claims against the County, at its own expense, if, in its sole discretion, it chooses to do so. 9. The Contractor shall purchase and maintain the insurance coverages described below, in a form and with a company that are satisfactory to the County. A. Worker s Compensation and Employer Liability Worker s Compensation and Employer s Liability covering all of the contractor s employees engaged in the performance of the contract, in accordance with the requirements of the laws of the State of New Jersey, including voluntary compensation/all States endorsement, if applicable. B. Commercial General Liability Commercial General Liability for bodily injury and property damage. Coverages shall include Completed Operations, Product Liability, Blanket Contractual, Independent Contractors, Broad Form Property Damage, and Explosion, Collapse and Underground (XCU), if applicable. Limits of not less than $1,000,000 for both bodily injury and property damage are required. A combined single limit of $1,000,000 is acceptable. C. Business Automobile Liability Business Automobile Liability for bodily injury and property damage, with limits of not less than $1,000,000 per person or occurrence. A combined single limit of $1,000,000 is acceptable. Coverage must include hired and non-owned vehicles. A MCS-90 certificate shall be provided if hazardous materials or waste will be transported during the performance of the work. D. Umbrella Liability Umbrella Liability of not less than $1,000,000 over and above the Employer s Liability, Commercial General Liability, Business Automobile Liability. The Umbrella Liability coverage shall be no less broad that those of the underlying coverages. All of the above policies except Worker s Compensation shall name the County of Monmouth as an additional insured. The County may modify or waive the above requirements, in appropriate circumstances. This may include allowing the Contractor to assume some or all of the risks through a bona fide program of self-insurance. If the any of the above policies requires deductibles, the Contractor shall pay all costs not covered because of such deductibles. Page 5 of 47 Public Work (Revised 0/15) CM-AS

6 GENERAL CONDITIONS CONTINUED Coverages, whether written on an occurrence or a claims-made basis, shall be maintained without interruption from date of commencement of the Work until two years following the County s acceptance of the Work. The County will not execute the Agreement until the County receives an acceptable Certificate of Insurance, naming the County as the Certificate holder. The initial Certifcate(s) must be furnished to the County within 1 business days of the Contractor s receipt of notice that it has been awarded the Agreement. Renewal or Replacement Certificate(s) shall be furnished to the County not less than ten (10) days prior to the expiration of the current Certificate(s). Within a reasonable time, the Contractor must supply the County with a copy of blanket or special endorsements, as required to comply with the above requirements, for all policies, including current, renewal and replacement policies. 10. Time for Submission of Checklist Documents. The documents required under heading A of the Bidder s Checklist must be submitted with the bid. The County shall set a deadline for the submission of any documents which are not submitted with the bid and which are listed under the headings B and C on the Bidder s Checklist. The County may in its discretion extend the deadline, upon request by the Bidder. If a document is not submitted by the deadline or the extended deadline, if any, the bid will be rejected. 11. List each unit price and extension on the bid proposal form. Prices shall be net, including any charges for packing, crating, containers, etc. and all transportation charges fully prepaid, inside delivery, by the contractor F. O. B. destination and placement at locations specified by the County. No additional charges will be allowed for any transportation costs resulting from partial shipments made at the vendor s convenience when a single shipment is ordered. ALL PRICES MUST INCLUDE ALL SHIPPING CHARGES AND INSIDE DELIVERY. 1. Prevailing Wage & Labor Laws. The New Jersey Prevailing Wage Act (P.L. 1963, Chapter 150) and provisions of the State Labor laws must be complied with by the successful bidder. 13. The bidder, by submitting a bid, attests to the fact that neither the bidder nor any of its sub-contractors are prohibited from receiving the award under N.J.S.A. 34: (regarding State of New Jersey list of debarred Contractors and Sub-Contractors). 14. The County reserves the right to accept any one of equal or tie bids or proposals in accordance with N. J. S. A. 40A:11-6.1(d). 15. Bids may be hand-delivered or mailed to the Monmouth County Division of Purchasing. The County assumes no responsibility for bids received after the designated date and time and will return late bids to the bidder unopened. Page 6 of 47 Public Work (Revised 0/15) CM-AS

7 GENERAL CONDITIONS CONTINUED 16. A properly completed Statement of Ownership must be provided at the time of bid. 17. Unless otherwise specified, brand names if any, are mentioned for identification purposes only. An equivalent may be accepted if proved to be a true equivalent. The brand or model, etc. must be stated on the bid, otherwise the bid item(s) will be deemed to be exactly as specified. 18. In accordance with N.J.S.A. 40A:11-18 only manufactured and farm products of the United States, wherever available may be used. 19. Bids must be enclosed in a sealed envelope bearing the name and address of the bidder. THE NUMBER AND NAME OF THE BID MUST BE DESIGNATED ON THE OUTSIDE OF THE ENVELOPE. 0. A Certificate of Ownership made out to the County of Monmouth must be furnished at the time of delivery in the case of vehicles or other titled equipment. 1. Non-Collusion Affidavit must be completed and included with bid.. If there is a discrepancy between the extended price and the unit price, the unit price shall prevail and the County retains the right to re-compute the extended price. The County also retains the right to check the addition of all extended prices regardless of whether or not there is a discrepancy between the extended prices and the unit price. If the total sum of the extended price is incorrect, as a result of bidders faulty arithmetic calculations, the County will substitute the correct price and inform the vendor of the change. 3. The successful contractor will not assign or subcontract the work specified and covered under the terms of the Agreement or any part thereof, without the consent of the County, except for any subcontractors named in the RFB. 4. The successful bidder must comply with the attached requirements: (a) Mandatory Anti-Discrimination in Employment on Public Works Exhibit A (b) Equal Employment Opportunity Exhibit B (c) Business Registration Exhibit C 5. Unit price must not exceed four (4) decimal places. 6. ADVISORY TO ALL VENDORS Notice of Pay to Play Disclosure Requirement P.L. 005, Chapter 71, Section 3 Reporting (N.J.S.A. 19:44A 0.7) Page 7 of 47 Public Work (Revised 0/15) CM-AS

8 GENERAL CONDITIONS CONTINUED Any business entity that has received $50,000 or more cumulatively in contracts from New Jersey governmental entities in a calendar year is required to file an annual disclosure report with ELEC. These reports are due by March 31 following the year being reported. At a minimum, a list of all business entities that file an annual disclosure report will be listed on ELEC s website at If you have any questions please contact ELEC at ELEC (toll free in NJ) or The Bid must include a list of any Designated Subcontractors that the Bidder will use to perform the work. 8. Bidders and any Designated Subcontractors must have a current Public Works Contractor Registration Act Certificate at the time of bid. 9. The successful Bidder and its Designated Subcontractors must obtain a New Jersey Business Registration Certificate prior to the award of a contract. 30. A Bid guarantee shall accompany the bid in the amount of 10% of the bid but not in excess of twenty thousand dollars ($0,000.00) and may be supplied at the option of the bidder, by a Certified Check, Cashier s Check or Bid Bond from a reputable insurance company authorized to post such bonds in the State of New Jersey. This 10% guaranty is mandatory. 31. Bids must be accompanied by a consent of surety in which the surety company agrees to post a Contract Bond for both (a) Performance and (b) Labor and Material Payment, equal to 100% of the contract amount if the contract is awarded to its principal. Exception: In appropriate circumstances, including the procurement of a vehicle(s) or heavy equipment, a consent of surety to issue a Performance Bond may be provided in lieu of a consent of surety to provide a Contract Bond. The consent of surety may not contain any conditions or reservations, other than the condition that the contract be awarded to the Contractor, and should be substantially in accordance with the attached sample. 3. The Contract Bond or, if appropriate, the Performance Bond will be required after award and prior to the issuance of an executed Contract and Purchase Order. Separate Performance and Labor and Material Payment Bonds may be submitted in lieu of a Contract Bond, so long as each is for 100% of the contract amount. 33.Return of Bid Security. All bid security checks will be returned to the bidders in compliance with the time frames designated in the Local Public Contracts Law. Page 8 of 47 Public Work (Revised 0/15) CM-AS

9 GENERAL CONDITIONS CONTINUED 34.Bidder, in submitting bid, understands and agrees that the bid security may be forfeited as liquidated damages if the vendor is the successful bidder, receives the award, and thereafter fails to execute the agreement or satisfy other bidding requirements. 35.This is an open-end contract. The goods and/or services are on-call if an when needed. The quantities bid are estimates and the County reserves the right to increase quantities, using unit prices, by up to 0% or decrease quantities by up to 100%. Regardless of the stated term of the contract, the County may terminate the contract whenever the amount incurred under the contract equals or exceeds 100% of the estimated quantity(ies) specified in the RFB. 36.Persons who receive advertisements, bid documents, revisions or addenda to advertisements or bid documents from a secondary source, such as a bidding service, do so at their own risk as to the timeliness, completeness and accuracy of the information they receive. The County is not responsible for sending notices of revisions or addenda to advertisements or bid documents to anyone who receives the advertisements or bid documents from a secondary source and of whom the County is not aware. 37. WITHDRAWAL OF BIDS MISTAKE: A BIDDER may seek to withdraw its Bid after Bids are opened, if there is a mistake in the Bid, in accordance with the standards and procedures stated in N.J.S.A. 40A: CANCELLATION WITHOUT CAUSE If this is an on-call supply contract for a stated period of time or a service contract, whether or not for a stated period of time, the County may cancel the contract or portions thereof, without cause, upon written notice to the contractor. If an on-call supply contract is cancelled or partially cancelled by the County under this provision, the contractor shall be entitled to payment only for the goods called for by the County prior to the cancellation, at the contract rate(s), upon delivery of those goods to the County, but not for the overhead and profit associated goods not called for by the County. In the alternative, at its option, the County may also cancel any or all called for orders for goods, provided that the County will compensate the contractor for the contractor s reasonable overhead and profit related to such orders, but not for the overhead and profit associated with any other goods not called for by the County. Likewise, a service contractor shall be entitled to payment for services duly requested by the County and rendered by the contractor prior to the cancellation, also at the contract rate(s), but not for the overhead and profit associated with services not performed. If a contract is partially cancelled, the remainder of the contract shall continue in effect, subject to reasonable adjustment to cover the contractor s actual increased costs, if any, in supplying the remaining goods or services. Page 9 of 47 Public Work (Revised 0/15) CM-AS

10 GENERAL CONDITIONS CONTINUED 39. The County reserves the right, in its discretion, to reject unbalanced bids. 40. The contract will contain the following provision: "The contractor shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request. (N.J.A.C. 17:44-.)" Public Work (Revised 0/15) Page 10 of 47 CM-AS

11 EXHIBIT A MANDATORY ANTI-DISCRIMINATION IN EMPLOYMENT ON PUBLIC WORKS LANGUAGE N.J.S.A. 10:-1 CONSTRUCTION, ALTERATION OR REPAIR OF ANY PUBLIC BUILDING OR PUBLIC WORK OR FOR THE ACQUISITION OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES CONTRACTS During the performance of this contract, the contractor agrees as follows: In the hiring of persons for the performance of work under this contract or any subcontract hereunder, or for the procurement, manufacture, assembling or furnishing of any such materials, equipment, supplies or services to be acquired under this contract, no contractor, nor any person acting on behalf of such contractor or subcontractor, shall, by reason of race, creed, color, national origin, ancestry, marital status, gender identity or expression, affectional or sexual orientation or sex, discriminate against any person who is qualified and available to perform the work to which the employment relates. No contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee engaged in the performance of work under this contract or any subcontract hereunder, or engaged in the procurement, manufacture, assembling or furnishing of any such materials, equipment, supplies or services to be acquired under such contract, on account of race, creed, color, national origin, ancestry, marital status, gender identity or expression, affectional or sexual orientation or sex. There may be deducted from the amount payable to the contractor by the contracting public agency, under this contract, a penalty of $50.00 for each person for each calendar day during which such person is discriminated against or intimidated in violation of the provisions of the contract. This contract may be canceled or terminated by the contracting public agency, and all money due or to become due hereunder may be forfeited, for any violation of this section of the contract occurring after notice to the contractor from the contracting public agency of any prior violation of this section of the contract. No provision in this section shall be construed to prevent a board of education from designating that a contract, subcontract or other means of procurement of goods, services, equipment or construction shall be awarded to a small business enterprise, minority business enterprise or a women s business enterprise pursuant to P.L. 1985, c. 490 (C.18A:18A-51 et seq.). Page 11 of 47

12 EXHIBIT B MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, c. 17) N.J.A.C. 17:7 MAINTENANCE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. Page 1 of 47

13 The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7:7-5.. The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA30 (electronically provided by the Division of Purchase & Property, CCAU, EEO Monitoring Program and distributed to the public agency through the Division of Purchase & Property, CCAU, EEO Monitoring Program s website at The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase & Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:7. Revised /9/15 Page 13 of 47

14 EQUAL EMPLOYMENT OPPORTUNITY QUESTIONNAIRE ON PROCUREMENT AND SERVICE CONTRACT (THIS FORM IS NOT NECESSARY FOR A CONSTRUCTION CONTRACT) YES OR NO 1. Our Company has a current federal affirmative action plan approval. If yes, please submit a copy of said approval.. Our Company has a New Jersey State Certificate of Employee Information Report. If yes, please include copy. 3. We do not have a current Federal Plan Approval or State Certificate. We will complete and file Form AA30 on line at and provide a filed copy to the County. PLEASE NOTE: One of the above MUST be submitted IF YOU ARE THE SUCCESSFUL BIDDER AND RECEIVE THE AWARD. THIS IS REGARDLESS OF THE NUMBER OF EMPLOYEES YOU HAVE. NAME: SIGNATURE: X TITLE: DATE: THIS FORM SHOULD BE COMPLETED, SIGNED AND RETURNED WITH YOUR BID. Revised /3/15 Page 14 of 47

15 EXHIBIT C NEW JERSEY BUSINESS REGISTRATION REQUIREMENTS - CONSTRUCTION All New Jersey and out of state business organizations must obtain a Business Registration Certificate (BRC) from the Department of Treasury, Division of Revenue, prior to conducting business in the State of New Jersey. Proof of valid business registration with the Division of Revenue, Department of Treasury, State of New Jersey, must be submitted for the bidder and any designated subcontractors (N.J.S.A. 40A:11-16, including plumbing, HVAC, electrical and structural steel). No contract will be awarded without proof of business registration with the Division of Revenue. The contract will contain provisions in compliance with N.J.S.A. 5:3-44, as amended, outlined below. The contractor shall provide written notice to its subcontractors and suppliers of the responsibility to submit proof of business registration to the contractor. The requirement of proof of business registration extends down through all levels (tiers) of the project. Before final payment of the contract is made by the contracting agency, the contractor shall submit an accurate list and proof of business registration of each subcontractor or supplier used in the fulfillment of the contract, or shall attest that no subcontractors were used. For the term of the contract, the contractor and each of its affiliates and each subcontractor and each of its affiliates (N.J.S.A. 5:3-44 (g) (3) ) shall collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act (N.J.S.A. 54:3 B-1, et seq.) on all sales of tangible personal property delivered into this state. A business organization that fails to provide a copy of a registration as required pursuant to section 1 of P.L. 001, c.134 (N.J.S.A. 5:3-44 et seq.) or subsection e. or f. of section 9 of P.L. 1977, c.110 (N.J.S.A.5:1-9), or that provides false business registration information under the requirements of either of those sections, shall be liable for a penalty of $5.00 for each day of violation, not to exceed $50, for each business registration copy not properly provided under a contract with a contracting agency. Sample Business Registration Certificates are attached. Other forms, such as a Certificate of Authority to collect Sales and Use Taxes or a Certificate of Employee Information Report Approval, are not proof of Business Registration. Any questions in this regard can be directed to the Division of Revenue at (609) Form NJ-REG can be filed online at: Page 15 of 47

16 THESE ARE SAMPLES OF BUSINESS REGISTRATION CERTIFICATES. OR Page 16 of 47

17 STATEMENT OF OWNERSHIP (N.J.S.A. 5:5-4.) The BIDDER is (check one): I certify that: Individual Partnership P.A. P.C. L.L.C. L.L.P. Corporation Joint Venture Other (specify): No individual person or entity owns a 10% or greater interest in the Bidder. OR The names and addresses of all persons and entities who own a 10% or greater interest in the Bidder or any listed entities are as follows: NAMES: ADDRESSES: Check here if additional sheets are attached. Check here to certify that no person or entity, except for those already listed above or on any attached sheets, owns a 10% or greater interest in the bidder or any listed entities. NAME OF BIDDER: SIGNED BY: PRINT NAME & TITLE: DATE: X NOTE: If an entity owns a 10% or greater interest in the Bidder, list all owners of 10% or greater interest for each such entity. Repeat the process of disclosure as necessary for each tier or level of ownership until the name and address of each individual person who owns a 10% or greater interest in each listed entity has been disclosed. Revised 10/06 Page 17 of 47

18 NON-COLLUSION AFFIDAVIT (N.J.S.A. 5:34-15) STATE OF ) COUNTY OF ) ss: Re: PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 F I, (name) of full age, being duly sworn according to law, on my oath depose and say: I am the (title) of (name of bidder), the bidder for the above named project, and that I executed the said bid with full authority so to do; that the bidder has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in the bid and in this affidavit are true and correct, and made with full knowledge that the County of Monmouth relies upon the truth of the statements contained in the bid and in the statements contained in this affidavit in awarding a contract for the project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by my firm for the purpose of securing business. Signed: X Subscribed and sworn to before me this day of, 0. Notary Public of My commission expires, 0. Revised 10/06 Page 18 of 47

19 County of Monmouth, State of New Jersey Division of Purchasing DISCLOSURE OF ENERGY SECTOR INVESTMENT ACTIVITIES IN IRAN New Jersey Public Law 01, Chapter 5 Solicitation Number: F Bidder / Respondent: Project Description: PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 PART 1 CERTIFICATION CHECK THE APPROPRIATE BOX: A. I certify that neither the Bidder / Respondent nor any of the Bidder s / Respondent s parents, subsidiaries, or affiliates, as defined in C.5:3-56(e), is on the Chapter 5 List created and maintained by the New Jersey Department of the Treasury, as a person or entity engaging in the energy sector investment activities in Iran described in C.5:3-56(f). The Chapter 5 List may be found at OR B. The Bidder / Respondent and/or one or more of its parents, subsidiaries or affiliates is a person or entity on the Chapter 5 List referred to above. A detailed and precise description of the relevant activities of the listed Bidder / Respondent and/or listed parents, subsidiaries or affiliates is provided in Part below. PART ADDITIONAL INFORMATION COMPLETE PART ONLY IF B. IN PART 1 IS CHECKED: The following is an accurate and precise description of the energy sector investment activities in Iran of the Bidder / Respondent and/or listed parents, subsidiaries or affiliates, on the Chapter 5 List (attach additional pages as necessary to make full disclosure): Name of Person(s) or Entity(ies) on the Chapter 5 List: Relationship to Bidder / Respondent: Description of Activities: Duration of Engagement: Anticipated Cessation Date: Bidder / Respondent Contact Name: Contact Phone Number: Check here if additional pages are attached and state number of attached pages: (Number of pages attached.) CERTIFICATION FOR PART 1 AND, IF APPLICABLE, PART : I, being of full age, hereby certify that the foregoing information and any attachments hereto are to the best of my knowledge true and complete. I certify that I am authorized to execute this certification on behalf of the Respondent. I acknowledge that the County of Monmouth will rely on the information contained herein and thereby acknowledge that I and the Bidder / Respondent are under a continuing obligation from the date of this certification through the completion of any contracts with the County to notify the County in writing of any changes to the answers or information contained herein. I certify that the foregoing statements made by me are true. I am aware that if any of the foregoing statements made by me is willfully false, I am subject to punishment and the Bidder / Respondent is subject to the penalties stated in C. 5:3-59 and C. 40A: Full Name (Print) Title: Signature: Date: Page 19 of 47

20 SAMPLE WORDING FOR CONSENT OF SURETY WHICH MUST BE ISSUED AND SIGNED BY YOUR BONDING COMPANY It is hereby understood and agreed that will become surety on the Name of Surety Company bond of the, for the work described above provided the Principal/Bidder principal is the successful bidder. If the contract is awarded to the Principal, Name of Surety Co. will issue the required bond(s) for said work in the full amount of said contract. NOTE: A CONSENT OF SURETY MUST ACCOMPANY YOUR BID OR IT WILL BE IMMEDIATELY REJECTED. Page 0 of 47

21 COUNTY OF MONMOUTH ADDENDUM NO. ACKNOWLEDGMENT PROJECT ENTITLED: acknowledgment is hereby made of the receipt of Addendum No. containing information for the above referenced project. BIDDER: BY: SIGNATURE: TITLE: DATE: NOTE: WHEN AN ADDENDUM IS ISSUED, THIS ACKNOWLEDGMENT MUST BE COMPLETED AND INCLUDED WITH THE PROPOSAL AT THE TIME OF BIDDING. Page 1 of 47

22 BIDDER S CHECKLIST BID NO.: F Owner s CHECKMARKS Items submitted with bid Bidder s INITIALS A. FAILURE TO SUBMIT ANY OF THESE ITEMS WITH THE BID IS MANDATORY CAUSE FOR REJECTION X Bid (unbound original) ( additional copies requested, but not mandatory) X Bid guarantee (bid bond or guaranteed funds) X Surety certificate (consent of surety) X List of designated subcontractors X Acknowledgment of receipt of addenda or revisions (if any) X Statement of Ownership X Non-Collusion Affidavit Other: B. ITEMS PREFERRED AT TIME OF BID, BUT MANDATORY PRIOR TO AWARD OF CONTRACT X Copy of Public Works Contractor Registration Act Certificate for the bidder and any designated subcontractors, effective on the date of bid X Copy of the N.J. Business Registration Certificate or other acceptable proof of Business Registration for the bidder and any designated subcontractors X Iran Disclosure Form References / List of previous and/or active relevant work Resume(s) Financial Statement Catalogs/Price Lists Product Samples Certification of Available Equipment Contractor s Qualification Statement Other: C. OPTIONAL X Equal Employment Opportunity Questionnaire County Cooperative Contract Option PRINT NAME OF BIDDER: SIGNED BY: PRINT NAME AND TITLE: DATE: COMPLETE AND SUBMIT THIS CHECKLIST WITH THE BID Revised 3//11 Page of 47

23 County of Monmouth RFB# F REQUEST FOR BID This Is Not An Order Monmouth County Purchasing Special Services Complex 300 Halls Mill Road Freehold, NJ 0778 (73) Fax (73) Contact: Anne Nicastle x7933 PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 RFB must be received no later than: May 7, :30AM For Delivery to: AS INDICATED IN JOB SPECIFICATIONS Delivery Date: 07/01/15-06/30/17 ITEM# DESCRIPTION QUANTITY/UNIT UNIT PRICE ANNUAL: FIRE ALARM IONS WITH PREVENTIVE MAINTENANCE. ALL IONS SHALL INCLUDE AN NFPA-7 ION REPORT TOTAL PRICE 1 AGRICULTURAL BUILDING 4000 KOZLOSKI ROAD CENTRAL MAIL ROOM TRAILER 115 DUTCH LANE ROAD 3 CHILD ADVOCACY CENTER 500 KOZLOSKI ROAD 4 COMMUNICATIONS/911 BUILDING 500 KOZLOSKI ROAD 5 COUNTY CLERK OFFICE 30 MECHANIC STREET 6 COURTHOUSE (EAST, WEST, SOUTH WINGS) 71 MONUMENT PARK 7 EASTERN BRANCH LIBRARY 1001 HIGHWAY 35 SHREWSBURY, NJ 8 FIRE ACADEMY 107 HIGHWAY 33 HOWELL, NJ 9 FIRE ACADEMY PISTOL RANGE 107 HIGHWAY 33 HOWELL, NJ Page 3 of 47

24 County of Monmouth RFB# F REQUEST FOR BID This Is Not An Order Monmouth County Purchasing Special Services Complex 300 Halls Mill Road Freehold, NJ 0778 (73) Fax (73) Contact: Anne Nicastle x7933 PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 ITEM# DESCRIPTION QUANTITY/UNIT UNIT PRICE TOTAL PRICE 10 HALL OF RECORDS 1 E. MAIN STREET 11 HALL OF RECORDS ANNEX 1 E. MAIN STREET 1 HEALTH DEPARTMENT 3435 ROUTE 9 13 HUMAN SERVICE BUILDING 3000 KOZLOSKI ROAD 14 LIBRARY HEADQUARTERS 15 SYMMES ROAD MANALAPAN, NJ 15 POLICE ACADEMY 000 KOZLOSKI ROAD 16 PROBATION OFFICE 33 MECHANIC STREET 17 PROJECT OPEN HOUSE 40 MONUMENT STREET 18 PROSECUTOR'S OFFICE 710 MAIN STREET ASBURY PARK, NJ 19 PROSECUTOR'S OFFICE - MCPO 13 JERSEYVILLE AVENUE 0 PUBLIC WORKS/SCAT GARAGE - BUILDING A 50 CENTER STREET 1 PUBLIC WORKS/FLEET SERVICES - BUILDING B 50 CENTER STREET Page 4 of 47

25 County of Monmouth RFB# F REQUEST FOR BID This Is Not An Order Monmouth County Purchasing Special Services Complex 300 Halls Mill Road Freehold, NJ 0778 (73) Fax (73) Contact: Anne Nicastle x7933 PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 ITEM# DESCRIPTION QUANTITY/UNIT UNIT PRICE TOTAL PRICE PUBLIC WORKS/BODY SHOP - BUILDING C 50 CENTER STREET 3 PUBLIC WORKS/SCAT OFFICE - BUILDING D 50 CENTER STREET 4 PUBLIC WORKS/TRUCK WASH - BUILDING E 50 CENTER STREET 5 SHARK RIVER BRIDGE OCEAN AVENUE AVON, NJ 6 SHORE COMMUNICATIONS 185 CORLIES AVE. NEPTUNE, NJ 7 SPECIAL SERVICES BUILDING 300 HALLS MILL ROAD 8 TRAFFIC SAFETY COMPLEX 40 CENTER STREET 9 VETERANS MEMORIAL BUILDING 50 E. MAIN STREET 30 YOUTH DETENTION CENTER 119 DUTCH LANE ROAD SEMI-ANNUAL: FIRE ALARM IONS WITH PREVENTIVE MAINTENANCE. ALL IONS SHALL INCLUDE AN NFPA-7 ION REPORT 31 LINKAGES HIGHWAY 33 EAST TINTON FALLS, NJ QUARTERLY: FIRE ALARM IONS WITH PREVENTIVE MAINTENANCE. ALL IONS SHALL INCLUDE AN NFPA-7 ION REPORT 3 GERALDINE L. THOMPSON CARE CENTER HOSPITAL ROAD ALLENWOOD, NJ Page 5 of 47

26 County of Monmouth REQUEST FOR BID This Is Not An Order RFB# F Monmouth County Purchasing Special Services Complex 300 Halls Mill Road Freehold, NJ 0778 (73) Fax (73) Contact: Anne Nicastle x7933 PREVENTIVE MAINTENANCE, TESTING, ION, SERVICE AND REPAIR OF FIRE ALARM SYSTEMS AT VARIOUS MONMOUTH COUNTY LOCATIONS FOR THE PERIOD JULY 1, 015 THROUGH JUNE 30, 017 ITEM# DESCRIPTION QUANTITY/UNIT UNIT PRICE TOTAL PRICE 33 JOHN L. MONTGOMERY CARE CENTER DUTCH LANE ROAD PARTS AND MATERIALS 34 IN THE "TOTAL PRICE" COLUMN FOR THIS ITEM ENTER THE NET COST TO THE COUNTY COMPUTED AS FOLLOWS: ESTIMATED PARTS AMOUNT AT MANUFACTURER'S SUGGESTED LIST PRICE: $1, LESS DISCOUNT OF %OFF (IF ANY) ( ) NET COST TO COUNTY (ESTIMATED) $ * */PUT THIS AMOUNT IN THE "TOTAL PRICE" COLUMN FOR THIS ITEM. THE ACTUAL CONTRACT AND PURCHASE ORDER MAY USE A SOMEWHAT DIFFERENT AMOUNT AS AN ALLOWANCE FOR PARTS, BUT BIDS WILL BE EVALUATED ON THIS AMOUNT LABOR: THE COUNTY WILL NOT PAY SEPARATELY FOR TRAVEL TIME OR MILEAGE EXPENSES GOING TO OR FROM COUNTY SITES. LABOR RATES QUOTED SHOULD INCLUDE AN ALLOWANCE FOR TRAVEL TIME AND MILEAGE EXPENSES 35 LABOR - REGULAR (8:30AM - 4:30PM) HOURS ON SITE 100 ONLY HOUR(S) 36 LABOR - OVERTIME - WEEKENDS AND HOLIDAY 30 HOURS ON SITE ONLY HOUR(S) TOTAL: ***** SEE ATTACHED SPECIFICATIONS ***** THIS BID WILL NOT BE AWARDED ON A LINE ITEM BASIS. ALL ITEMS MUST BE BID IN ORDER TO BE CONSIDERED. Page 6 of 47

27 LIST OF DESIGNATED SUBCONTRACTORS BIDDER warrants that, if it is awarded the Contract, the Designated Subcontractors named below will be the actual subcontractors who will perform the enumerated classes of work. The Bidder may name itself for any of the Work it is qualified to perform, without naming a Designated Subcontractor for that portion of the work. Plumbing and Gas Fitting and All Kindred Work: (name) (address) Steam Power Plants, Steam and Hot Water Heating and Ventilating Apparatus and All Kindred Work: (name) (address) Electrical Work: (name) (address) Structural Steel and Ornamental Iron Work: (name) (address) Page 7 of 47

28 COUNTY OF MONMOUTH FIRE ALARM SYSTEMS ION, TESTING, PREVENTIVE MAINTENANCE & REPAIR INTENT The purpose of this bid package is to procure a contractor who will supply the services and materials described and specified herein to the County of Monmouth. SITE ION It shall be the responsibility of the bidder to make a thorough examination of the equipment described within the buildings listed prior to the submission of the bid. If the bidder wishes to make a tour of any facilities, the bidder should contact the project manager. No special considerations will be given after the bids are opened because of the bidder is not fully informed with regard to all existing conditions at the various sites. POSSIBLE CHANGES TO SERVICE REQUIREMENTS The County does not guarantee that all buildings listed on the schedule will continue to warrant service. As changes occur, the contractor may be directed to perform additional services or may be directed to discontinue service in certain areas or sites that no longer require it. Payment for significant additions or deletions shall be adjusted accordingly by change order. QUALITY The materials and supplies called for herein shall be the best of their grade and types, prepared according to the best available standards or accepted formulas, and thoroughly tested and subjected to rigid examinations and standards. Items not meeting these requirements shall be replaced at no cost to the County upon notice of the deficiency to the contractor. COMPLIANCE WITH APPLICABLE LAWS, RULES, STANDARDS, ETC. Materials, equipment and installation shall comply with all current rules and regulations of all applicable Federal, State, County and Local laws, ordinances and regulations. All work shall be executed in a workmanlike manner and shall present a neat and professional appearance when completed. All work under this contract shall be performed by properly trained and competent personnel and shall be in accordance with recommended procedures and industry standards. All tools and equipment required to perform the inspections and repairs are the responsibility of the bidder. Examples: bucket truck, lifts, ladders, computers, software, etc. WORKER IDENTIFICATION & CONDUCT OF WORKERS The contractor s and subcontractor s staff must wear photo identification displaying the company name and employee name on their person when performing work at any County buildings. All personnel or agents of the contractor must observe all rules and regulations in effect at the buildings. The personnel and agents of the contractor shall not be deemed to be employees or agents of the County. The County reserves the right to reject contractor s or subcontractor s employees who, in the County s judgment, are not adequately qualified to perform the work. The contractor s and subcontractor s personnel will be working in highly secured areas and, as such, will be subject to a security clearance by the Monmouth County Sheriff s office. WORK AREAS: SITE MAINTENANCE, SITE CLEAN-UP & SITE PROTECTION The contractor shall confine its operations to those areas designated by the respective County department heads or their designees. The contractor shall at all times keep the premises free from accumulation of waste materials or other debris caused by his operations. At the conclusion of the work, the contractor shall remove all waste materials, tools and equipment from the site. The Contractor shall, during the course of the work, take those precautions reasonably necessary to protect the interior and exterior of the County s buildings from water Page 8 of 47

29 or other damage. All tools and equipment required to perform the inspections and repairs are the bidder s responsibility. Examples: bucket truck, lifts, ladders, computers, software, etc. WARRANTY All work, parts and materials supplied by the contractor shall be unconditionally guaranteed against defects, including all labor, parts, materials, travel time and freight, for the duration of the contract or one (1) year beginning from installation and acceptance by the County, whichever is longer. Manufacturers warranties shall apply, if longer. Any such defects will be repaired or replaced at no charge to the County, so that all work, materials and parts shall remain in good working order and all adjustable equipment shall remain in proper adjustment. MODEL INFORMATION REQUIRED The manufacturer, make and exact models proposed as substitutes shall be submitted on the bidder s letterhead, if made part of the bid. If the proposed substitutes are not at least equal to the items specified, the bid will be rejected. Substitutions may be offered by the successful contractor after the bid, which may or may not be accepted by the County, in its discretion. INSTALLATION SCHEDULE The contractor shall provide the County with a detailed schedule of operations, including target dates for the installation and completion. The schedule will identify the installation foreman and his or her phone number(s). COORDINATION The contractor shall coordinate its work with the County s Fire Alarm System Administrator. All NFPA reports shall be left at the panel and a copy shall be forwarded electronically to the County s Fire Alarm System Administrator. All other information and deliverables (reports, notices, work tickets, invoices, etc.) shall be sent directly to the County s Fire Alarm System Administrator. The contractor shall coordinate its work with the Fire Alarm System Administrator. All work shall be performed so that any interruption of the normal operations shall be minimized. The contractor shall provide cellular telephone numbers for its managers, supervisors and technicians to the County s Fire Alarm System Administrator. NON-PERFORMANCE In the event that the contractor shall fail to comply with any of the conditions herein provided or specified deadlines as covered by the contract, the Division of Purchasing shall notify the contractor of such deficiency in order that the same be remedied within ten (10) days. If the deficiency is not corrected within the given time period, the County reserves the right to obtain the services of another contractor and back charge the contractor or pursue such other remedies as may be available, including termination and a claim for resulting damages. QUALIFICATIONS OF BIDDERS Bidders must meet the following criteria, failure to meet any of these items will result in the rejection of the bid as non-responsive: 1. Be a licensed Fire Alarm Contractor in the State of New Jersey, submit copy of license upon request.. Be regularly engaged in the inspection, testing, maintenance and repair of Fire Alarm Systems. 3. Employ factory-trained technicians who are certified in the repair and maintenance of the fire alarm systems identified on the attached "Fire Alarm Device List" and NICET level II certified. 4. All tools and equipment required to perform the inspections and repairs are the bidder s responsibility. Examples: bucket truck, lifts, ladders, computers, software, etc. Page 9 of 47

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

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

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

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

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

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

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

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

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

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

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

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

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

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

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS ANN ARBOR CITY NOTICE ORDINANCE NO. ORD-16-14 ALARM SYSTEMS AN ORDINANCE TO AMEND SECTIONS 7:402, 7:405, 7:406, AND 7:407 OF CHAPTER 93, ALARM SYSTEMS, OF TITLE VII OF THE CODE OF THE CITY OF ANN ARBOR

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

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

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

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

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

THE REGIONAL MUNICIPALITY OF HALTON POLICE SERVICES BOARD BY-LAW

THE REGIONAL MUNICIPALITY OF HALTON POLICE SERVICES BOARD BY-LAW THE REGIONAL MUNICIPALITY OF HALTON POLICE SERVICES BOARD BY-LAW 2004-002 A by-law to Impose Fees and Charges for the Services and Activities provided by the Halton Regional Police Service on behalf of

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

TOWN BOARD OF THE TOWN OF WINDSOR AUTHORIZING AN AMBULANCE SERVICE CONTRACT WITH THE WINDSOR FIRE COMPANY, INC. RESOLUTION #

TOWN BOARD OF THE TOWN OF WINDSOR AUTHORIZING AN AMBULANCE SERVICE CONTRACT WITH THE WINDSOR FIRE COMPANY, INC. RESOLUTION # TOWN BOARD OF THE TOWN OF WINDSOR AUTHORIZING AN AMBULANCE SERVICE CONTRACT WITH THE WINDSOR FIRE COMPANY, INC. RESOLUTION #39-2012 At a regular meeting of the Town Board of the Town of Windsor, County

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

1 of 1 DOCUMENT. NEW JERSEY REGISTER Copyright 2009 by the New Jersey Office of Administrative Law

1 of 1 DOCUMENT. NEW JERSEY REGISTER Copyright 2009 by the New Jersey Office of Administrative Law Page 1 1 of 1 DOCUMENT NEW JERSEY REGISTER Copyright 2009 by the New Jersey Office of Administrative Law VOLUME 41, ISSUE 9 ISSUE DATE: MAY 4, 2009 RULE PROPOSALS LAW AND PUBLIC SAFETY DIVISION OF CONSUMER

More information

CITY OF DANIA BEACH Local Business Tax Receipt Division 100 W Dania Beach Blvd. Dania Beach, FL Phone: ext 3644 / Fax

CITY OF DANIA BEACH Local Business Tax Receipt Division 100 W Dania Beach Blvd. Dania Beach, FL Phone: ext 3644 / Fax REV 11/09 CITY OF DANIA BEACH Phone: 954-924-6805 ext 3644 / Fax 954 924-6812 BUSINESS LICENSE APPLICATION INFORMATION & REQUIREMENTS PLEASE SUBMIT THE FOLLOWING DOCUMENTS (AS APPLICABLE): 1. BEFORE submitting

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

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

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

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

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

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

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

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER 0090-01 GENERAL PROVISIONS TABLE OF CONTENTS 0090-01-.01 Purpose 0090-01-.08 Insurance Requirements 0090-01-.02 Definitions 0090-01-.09 Fees

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

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

Authorized individuals to be notified. Include two (2) persons with access to the premises to allow emergency access.

Authorized individuals to be notified. Include two (2) persons with access to the premises to allow emergency access. Registration of Private Alarm Systems Town of Lincoln Date: $25.00 Registration $10.00 Renewal Address of Alarmed Property: Phone # of Alarmed Property: Owner s Name: Owner s Home Address: Owner s Home

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

Exemptions Interprofessional practice: Architects and engineers are exempt for work which is incidental to their practice.

Exemptions Interprofessional practice: Architects and engineers are exempt for work which is incidental to their practice. Landscape Architecture Licensure Laws ASLA Summary of Provisions MAINE Maine Revised Statutes: Title 32, Chapter 3 A Code of Maine Rules: Chapter 2, Section 288 Type of Law: Title act. Maine State Board

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

SUPPLEMENTAL WASTE TRANSPORTATION AND DISPOSAL TERMS AND CONDITIONS

SUPPLEMENTAL WASTE TRANSPORTATION AND DISPOSAL TERMS AND CONDITIONS These Supplemental Waste Transportation and Disposal Terms and Conditions ( Supplemental Terms ) are in addition to the Aerojet Rocketdyne General Provisions incorporated by reference in the Contract.

More information

This chapter shall be known as the "City of Bayfield Alarm Systems Ordinance."

This chapter shall be known as the City of Bayfield Alarm Systems Ordinance. Chapter 119 ALARM SYSTEMS [HISTORY: Adopted by the Common Council of the City of Bayfield 4-1-1992 ( 5-4-1 through 5-4-12 of the 1992 Code of Ordinances). Amendments noted where applicable.] Fire Department

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

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

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE NO ALARM SYSTEM ORDINANCE AMENDMENT

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE NO ALARM SYSTEM ORDINANCE AMENDMENT BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE NO. 2017-01 ALARM SYSTEM ORDINANCE AMENDMENT ADOPTED: April 18, 2017 PUBLISHED: April 26, 2017 EFFECTIVE: May 26, 2017 An Ordinance to amend Sections

More information

CITY OF GRETNA, NEBRASKA ORDINANCE 804 AN ORDINANCE CREATING CHAPTER 10 BUSINESS REGULATIONS, ARTICLE 12, ALARM SYSTEMS; TO DEFINE ALARMS; REQUIRING

CITY OF GRETNA, NEBRASKA ORDINANCE 804 AN ORDINANCE CREATING CHAPTER 10 BUSINESS REGULATIONS, ARTICLE 12, ALARM SYSTEMS; TO DEFINE ALARMS; REQUIRING CITY OF GRETNA, NEBRASKA ORDINANCE 804 AN ORDINANCE CREATING CHAPTER 10 BUSINESS REGULATIONS, ARTICLE 12, ALARM SYSTEMS; TO DEFINE ALARMS; REQUIRING REGISTRATION; FALSE ALARM FEES AND NOTICES: TO RENUMBER

More information

CHAPTER The title of P.L.1983, c.337 is amended to read as follows:

CHAPTER The title of P.L.1983, c.337 is amended to read as follows: CHAPTER 77 AN ACT concerning landscape architects, amending the title and body of, and supplementing, P.L.1983, c.337 and revising various parts of the statutory law. BE IT ENACTED by the Senate and General

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

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

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

Purpose Definitions. Chapter BURGLAR ALARM SYSTEMS *

Purpose Definitions. Chapter BURGLAR ALARM SYSTEMS * Chapter 8.02 - BURGLAR ALARM SYSTEMS * Editor's note Ord. No. 12969, 3, 4, repealed and reenacted Chapter 8.02 in its entirety to read as herein set out. Formerly, Chapter 8.02, 8.0000 8.0140 pertained

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

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

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015. SECTION 000050 - INVITATION AND NOTICE TO BIDDERS PROJECT: OWNER: 3003 Cisco Road Sidney, Ohio 45365 Ohio Presbyterian Retirement Services 1001 Kingsmill Parkway Columbus, Ohio 43229 ARCHITECT: 4685 Larwell

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

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

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

Page 1 of 5 CHAPTER 99 ALARM SYSTEMS [HISTORY: Adopted by the Township Committee of the Township of Hamilton as indicated in article histories. Amendments noted where applicable.] GENERAL REFERENCES Police

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

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973 CHAPTER 2013-203 Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973 An act relating to low-voltage systems; amending s. 489.503, F.S.; revising an exemption from

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

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

PART D. Emergency Alarms. Section 402. Definitions. The following definitions shall apply in the interpretation and enforcement of this ordinance:

PART D. Emergency Alarms. Section 402. Definitions. The following definitions shall apply in the interpretation and enforcement of this ordinance: PART D Emergency Alarms Section 401. Intent and Purpose. It is the intent and purpose of this ordinance to adopt emergency alarm provisions which will prescribe effective standards, requirements and controls

More information

Save energy at home residential natural gas rebate form

Save energy at home residential natural gas rebate form Long Island & Rockaway Peninsula Save energy at home residential natural gas rebate form Energy saving offers for residential natural gas heating customers from National Grid. High-Efficiency Heating Equipment

More information

MONTGOMERY COUNTY RULES GOVERNING ALARMS SECTION 1. PURPOSE SECTION 2. DEFINITIONS

MONTGOMERY COUNTY RULES GOVERNING ALARMS SECTION 1. PURPOSE SECTION 2. DEFINITIONS MONTGOMERY COUNTY RULES GOVERNING ALARMS These rules and procedures are adopted pursuant to Chapter 233 of the Texas Local Government Code. SECTION 1. PURPOSE A. The purpose of these Rules is to encourage

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

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

Security Services Agreement

Security Services Agreement Page 1 of 10 Security Services Agreement This Security Services Agreement ( Agreement ) is effective as of July 1, 2015, between South Orange County Community College District, a California community college

More information

WEST VIRGINIA DIVISION OF LABOR LICENSING SECTION

WEST VIRGINIA DIVISION OF LABOR LICENSING SECTION WEST VIRGINIA DIVISION OF LABOR LICENSING SECTION Building 6, Room 749B - Capitol Complex Charleston, West Virginia 25305 Telephone: 304-558-7890 FAX: 304-558-5174 NOTICE Supervision of Plumbing Work Important

More information

Save energy at home residential natural gas rebate form

Save energy at home residential natural gas rebate form New York City (Brooklyn, Queens & Staten Island) Save energy at home residential natural gas rebate form Energy saving offers for residential natural gas heating customers from National Grid. High-Efficiency

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

ORDINANCE NO

ORDINANCE NO ORDINANCE NO. 2010-06 AN ORDINANCE OF THE CITY OF TOMBALL, TEXAS, AMENDING CHAPTER 26, EMERGENCY SERVICES OF THE CODE OF ORDINANCES OF THE CITY OF TOMBALL TO ESTABLISH POLICIES, PROCEDURES AND REGULATIONS

More information

EL PASO COUNTY COMMISSIONERS COURT ORDER REGULATING ALARM SYSTEMS

EL PASO COUNTY COMMISSIONERS COURT ORDER REGULATING ALARM SYSTEMS EL PASO COUNTY COMMISSIONERS COURT ORDER REGULATING ALARM SYSTEMS TABLE OF CONTENTS Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Section 8 Section 9 Section 10 Section 11 Section

More information

Definitions; contractors licensed by Board; examination; posting license, etc.

Definitions; contractors licensed by Board; examination; posting license, etc. 87-21. Definitions; contractors licensed by Board; examination; posting license, etc. (a) Definitions. For the purpose of this Article: (1) The word "plumbing" is hereby defined to be the system of pipes,

More information

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS The Florida Solar Energy Research and Education Foundation, Inc. (FlaSEREF) is seeking the services of solar companies to

More information

FIRE PREVENTION & PROTECTION CHAPTER 127 ARTICLE I GENERAL PROVISIONS

FIRE PREVENTION & PROTECTION CHAPTER 127 ARTICLE I GENERAL PROVISIONS FIRE PREVENTION & PROTECTION CHAPTER 127 ARTICLE I GENERAL PROVISIONS 127-1. Damage to Fire Apparatus; Obstruction of Fire Department Personnel; False Alarms 127-2. Permit Required 127-3. RESERVED ARTICLE

More information

Round Rock Independent School District

Round Rock Independent School District Round Rock Independent School District Bid Information Contact Information Ship to Information Bid Owner Ms. Erika Clift Buyer Address 16255 Great Oaks Dr. Suite 200 Address Various District Locations

More information

This chapter shall be known as the Burglar Alarm Ordinance of the City of Merced.

This chapter shall be known as the Burglar Alarm Ordinance of the City of Merced. Page 1 of 13 Chapter 8.28 - BURGLARY ALARM SYSTEMS AND FALSE ALARMS Sections: 8.28.010 - Short title. This chapter shall be known as the Burglar Alarm Ordinance of the City of Merced. 8.28.020 - Purpose.

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

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

Invitation to Bid WATER HEATER HHS & WHH

Invitation to Bid WATER HEATER HHS & WHH Invitation to Bid WATER HEATER HHS & WHH Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for WATER

More information

In support of this motion, Monitronics states as follows: INTRODUCTION

In support of this motion, Monitronics states as follows: INTRODUCTION FILED * Electronic Copy * MS Public Service Commission * 9/2/2018 * MS Public Service Commission * Electronic JUL-12013 BEFORE THE PUBLIC SERVICE COMMISSION OF MISS.PlJBLICSERVICE THE STATE OF MISSISSIPPI

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

DATE: CHECK AMOUNT: CHECK NUMBER: RENEWAL APPLICATION. COMPANY CERTIFICATE OF REGISTRATION And INDIVIDUAL LICENSE RENEWAL

DATE: CHECK AMOUNT: CHECK NUMBER: RENEWAL APPLICATION. COMPANY CERTIFICATE OF REGISTRATION And INDIVIDUAL LICENSE RENEWAL ARKANSAS FIRE PROTECTION LICENSING BOARD 7509 Cantrell Road, Suite 103-A Little Rock, Arkansas 72207 Telephone (501) 661-7903 Fax (501) 603-3540 Email: afplb@att.net DATE: CHECK AMOUNT: CHECK NUMBER: RENEWAL

More information

Town of York Alarm Systems Ordinance

Town of York Alarm Systems Ordinance Town of York Alarm Systems Ordinance I. Purpose. This ordinance recognizes the need for the regulation of the installation and use of Alarm Systems in order to ensure compatibility of equipment with the

More information

SPE Exhibitor Appointed Contractor Manual

SPE Exhibitor Appointed Contractor Manual SPE Exhibitor Appointed Contractor Manual What is an Exhibitor Appointed Contractor? An Exhibitor-Appointed Contractor (EAC) is any person or company other than the designated official or exclusive contractors

More information

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT These Conditions of Service apply to all NBN Services. These Conditions of Service form part of our Standard Form of Agreement found at www.adam.com.au/legal.

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

E-Waste Frequently Asked Questions August 1, 2017

E-Waste Frequently Asked Questions August 1, 2017 CHRIS CHRISTIE DEPARTMENT OF ENVIRONMENTAL PROTECTION BOB MARTIN Governor Commissioner Division of Solid & Hazardous Waste Bureau of Recycling & Hazardous Waste Management KIM GUADAGNO 401 East State Street

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

Council of the City of York, PA Session 2008 Bill No. Ordinance No. INTRODUCED BY: Genevieve Ray DATE: November 18, 2008

Council of the City of York, PA Session 2008 Bill No. Ordinance No. INTRODUCED BY: Genevieve Ray DATE: November 18, 2008 Council of the City of York, PA Session 2008 Bill No. Ordinance No. INTRODUCED BY: Genevieve Ray DATE: November 18, 2008 AN ORDINANCE Amending Part 15 Fire Code, Article 1501 Standard Adopted of the Codified

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

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

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

Securities Dealing Policy

Securities Dealing Policy Securities Dealing Policy INTRODUCTION PURPOSE AND OBJECTIVES As a public company, CSL is bound by laws governing the conduct for buying, selling and otherwise dealing in securities. This document sets

More information

City of Regina Alarm Bylaw

City of Regina Alarm Bylaw City of Regina Alarm Bylaw For more information visit the City of Regina website. BYLAW NO. 2004-24 THE FALSE ALARM BYLAW THE COUNCIL OF THE CITY OF REGINA ENACTS AS FOLLOWS: Purpose 1 The purpose of this

More information

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal. Bank of Baroda, MP & Chattisgarh Zone, Bhopal invites sealed Tenders for Supply of New Fire Extinguishers of ISI Mark only & refilling of existing Fire Extinguishers at the Branches in Madhya Pradesh and

More information

DEPARTMENT OF PUBLIC SAFETY. Division of Fire Prevention and Control 8 CCR

DEPARTMENT OF PUBLIC SAFETY. Division of Fire Prevention and Control 8 CCR DEPARTMENT OF PUBLIC SAFETY Division of Fire Prevention and Control 8 CCR 1507-31 BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE

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

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