RFP# FOR: PRICE AGREEMENT FOR FIRE SYSTEM REPAIRS, INSPECTIONS, PARTS, AND NEW EQUIPMENT BIDDER NAME AND ADDRESS:

Size: px
Start display at page:

Download "RFP# FOR: PRICE AGREEMENT FOR FIRE SYSTEM REPAIRS, INSPECTIONS, PARTS, AND NEW EQUIPMENT BIDDER NAME AND ADDRESS:"

Transcription

1 REQUEST FOR PROPOSALS THIS IS NOT AN ORDER DALLAS COUNTY COMMUNITY COLLEGE DISTRICT RFP# FOR: PRICE AGREEMENT FOR FIRE SYSTEM REPAIRS, INSPECTIONS, PARTS, AND NEW EQUIPMENT BIDDER NAME AND ADDRESS: PRICE F.O.B. as noted (various locations attached) RETURN BID TO DALLAS COUNTY COMMUNITY COLLEGE DISTRICT PURCHASING DEPARTMENT - WEST BUILDING THIS ADDRESS 4343 IH 30 Mesquite TX PROPOSAL DUE TIME AND DATE NO LATER THAN 2:00 P.M. ON JUNE 23, 2016 Proposals with firm pricing are sought for the inspection, repair, and purchase of fire systems components and equipment for all DCCCD locations listed herein for a three-year period expected to begin August 1, The objectives of this solicitation include: (1) to satisfy ALL current code requirements for the periodic certified inspection and/or testing by a State of Texas licensed contractor of all equipment related to life safety including, but not limited to, sprinkler systems, electronic alarm panels, smoke detectors, pull stations, a/v units, emergency lighting, exhaust and suppression systems, extinguishers, etc., (2) to repair applicable equipment as needed, based on time and materials, (3) to obtain a percentage discount from MSRP to provide new equipment at any time during this agreement to replace or supplement existing equipment, inclusive of the quoted manufacturer's entire current product line plus any additional product offerings that may occur during the life of this agreement, with quoted discounts to remain in effect for any subsequent manufacturer's published price lists, and (4) to install, upon request, any new equipment purchased based on time and materials as quoted herein. Award of this Request For Proposal is expected to be all-or-none to a single bidder. Bidders must be factory-authorized for both sales and service for any brand offered. Attached are estimated inventories of DCCCD fire systems equipment and extinguishers. It is DCCCD's expectation that the awardee shall maintain all equipment associated with this bid in the best possible condition and also that the awardee ensure DCCCD s compliance with all safety codes and requirements of the various municipalities in which its operations are located, both prevailing and as they may be amended during the life of this award. Successful proposer must provide proof of insurance as detailed on page 2. IF QUOTING VIA A PROCUREMENT COOPERATIVE, STATE HERE THE NAME OF THE CO-OP AND THE CONTRACT NUMBER AS APPLICABLE Contact Steve Overby at 972/ for questions regarding this solicitation for proposals. THE UNDERSIGNED AGREES THAT THIS BID IS AN OFFER TO SELL THE PRODUCTS OR SERVICES LISTED HEREON OR ATTACHED IN ACCORDANCE WITH THE TERMS AND CONDITIONS LISTED HEREON OR ATTACHED HERETO. PAYMENT TERMS ARE NET 30. THE COMPANY SUBMITTING THIS BID HEREBY AFFIRMS THAT (1) ITS NAME DOES NOT APPEAR AS A DEBARRED VENDOR IN THE FEDERAL EXCLUDED PARTY LIST SYSTEM OR EQUIVALENT LIST GENERATED BY THE STATE OF TEXAS, AND (2) IT WILL PROMPTLY NOTIFY THE PURCHASING DEPT SHOULD ITS NAME APPEAR ON EITHER LIST WHILE DOING BUSINESS UNDER THIS SOLICITATION. BID SUBMITTED BY: (SIGNED) NAME: (PRINTED) TITLE: PHONE/FAX: /

2 NOTICE TO PROPOSERS / BIDDERS THE TERMS AND CONDITIONS BELOW AND ANY ATTACHMENTS APPLY TO AND BECOME A PART OF THESE TERMS AND CONDITIONS OF THIS BID. ANY EXCEPTIONS MUST BE IN WRITING. THIS BID CONSTITUTES AN OFFER TO SELL TO THE DALLAS COUNTY COMMUNITY COLLEGE DISTRICT ( District ) PRODUCTS OR SERVICES LISTED HEREON OR ON ANY ATTACHMENTS. 1. Proposals are to be submitted on this form. Each proposal is to be signed, placed in an envelope, sealed and identified with the bid title, number, due time and date and delivered to the District Purchasing department on or before the date specified. 2. Bids must show the full name and address of the bidder, please correct if different from the name and address shown on this bid request. Unsigned bids will be disqualified. Person signing bid must show title or authority to bind their firm to this offer. 3. Bid unit price on quantities specified, extend and show total. In case of errors in extension, unit prices shall govern. 4. Prices must be F.O.B. destination, inside delivery. No C.O.D. or collect freight shipments will be accepted. 5. Unless otherwise noted, bid prices must be firm for acceptance ninety (90) days from the bid opening date. 6. Unless specified otherwise, any catalog, brand name or manufacturer's reference used in the bid is descriptive; not restrictive; it is intended to indicate the type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than referenced specifications your bid must show the specifications, manufacturer, brand, model, etc. of the product being offered. If other than brand(s) specified is offered, complete descriptive information of each product being bid must be included with your bid. If bidder takes no exception to specifications or reference data, the bidder will be required to furnish brand names, models, etc. as specified. Products delivered that are determined by the District, not to be of equal or comparable quality to the requested articles, shall be picked up by the vendor at no expense to the District and replaced with the product specified at the same price as bid. 7. Unless otherwise specified on the bid request, all products bid and provided under a subsequent order or contract must be new, in first class condition, including containers suitable for shipment and storage. 8. Bid must show the number of days required to make delivery of the products to or complete the services at the specified location under normal conditions after the receipt of an order (ARO). Failure to state the delivery time obligates the bidder to make delivery within fourteen (14) calendar days after receipt of an order. Delivery shall be made between the hours of 8:30 a.m. and 4:00 p.m., Monday through Friday, except on holidays. The District cannot and will not accept tailgate delivery at a building entrance unless specified otherwise. The right is reserved to reject incorrect or damaged shipments. 9. The successful bidder shall provide the following services and requirements at no additional cost above the initial bid price on machinery, appliances and furniture: Provide transportation of the products to the building, placing the products in the proper location within the building, uncrating, complete assembly and adjustment by trained installation and removal of all debris. Machinery is to be complete and made ready for electrical and/or fluid service connections by the District. After connection of utilities, the bidder is to check out and correct any malfunction. The bidder is to provide all materials, equipment, tools and labor to place machinery in top operating condition or to fully assemble furniture to the satisfaction of the District 10. As a political subdivision of the State of Texas, the District hereby certifies it is exempt from the payment of property, sales, use, franchise, excise or other taxes for property or services purchased for its use. The District will collect and remit applicable taxes when property is purchased for resale. 11. Bids cannot be altered, amended or withdrawn after opening time without approval of the District's Director of Purchasing. 12. Products or services bid and provided under any subsequent orders must conform to appropriate local, State, and Federal ordinances, statutes and regulations governing the manufacture, sale, safety and installation of the products or provision of services. 13. By signing this bid, the bidder certifies and represents to the District that: (a) Bidder has not conferred or agreed to confer any pecuniary benefit or any thing of value for the receipt of special treatment, advantage, information, recipients decision, opinion, recommendation, vote or any exercise of decision concerning this bid. (b) To the best of its knowledge, bidder does not employ, either full or part time, owner, officer, director, stockholder, subcontractor, or members of their immediate family, are members of the Board of Trustees or an employee of the District. 14. Bidders must give advance notice to the District if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. This requirement does not apply to a publicly held corporation. 15. Upon request from the District, Bidder agrees to provide: (a) a listing of the names of its owners, officers, key employees, major stockholders, any partners of the company, any subcontractors; and/or (b) a financial statement that shows the present and historical financial condition of Bidder. 16. The District is an equal opportunity employer and does not discriminate in awarding of contracts or employment of persons because of their race, color, age, national origin, religion, sex, disability, sexual orientation, or any other characteristic protected by law. The District requires companies with which it conducts business to be equal opportunity employers and comply with all applicable federal, state and local laws and regulations regarding contracting and employment practices. 17. The District will evaluate the bids and make an award(s) to one or more companies based on the company(s) that submit the lowest and best bid. Payment terms will be included in determining the lowest and best bid. 18. The District reserves the right to accept or reject all or any part of any bid, waive technicalities and award the bid to best serve the interests of the District. 19. The District makes payment upon receipt of properly executed invoices and verification of delivery from the consignee. Any earned discounts will be calculated from the date of delivery or the date of invoice, whichever is most current. 20. Subject to verification of the same or lower prices and conditions as bid, the District reserves the right to purchase additional quantities of products or services as listed on this bid for the same or additional locations. 21. The successful bidder, in addition to the warranties provided by law, shall expressly warrant that the products or services to be delivered and provided under any subsequent order, will be in full conformity with the specifications, plans and/or any approved samples submitted. This warranty shall survive acceptance of the articles or services and the successful bidder shall bear the cost of inspecting or testing articles rejected, including removal and replacement costs. Additionally, the successful bidder shall warrant that the products to be delivered or services provided will not infringe on any valid patent, trademark, trade name, or copyright. The successful bidder shall also agree that nothing contained herein or any subsequent purchase orders, agreements or contracts shall exclude or affect the operation of any implied warranties otherwise arising in the favor of the District. 22. Any purchase order or contract resulting from this bid request, may not be assigned to any other party without the express written consent of the District. 23. Any purchase order or contract resulting from this bid request is a commitment by the District of funds in its current budget. The District will exercise its best efforts to obtain and appropriate funds for subsequent budget periods. Provided, however, the District reserves the right to terminate any outstanding purchase order or contract at the end of the budget period. 24. Parties making deliveries to, or performing services at, the District s sites must carry public liability, property damage and Worker Compensation insurance with carriers authorized to provide such insurance under the laws of the State of Texas. Minimum requirements: (a) Commercial General Liability- $100,000 bodily injury and $100,000 property damage; (b) Automobile Liability - $100,000 bodily injury and $100,000 property damage. Upon request from the District, the successful bidder shall provide the District with a certificate of insurance, naming the District as certificate holder. 25. The successful bidder shall indemnify, defend, and hold harmless the District, members of the Board of Trustees, and the District's officers, directors, employees, agents, successors and permitted assigns from and against any and all asserted, or threatened claims and all related losses, expenses, damages, costs and liabilities, including without limitation, personal injury, bodily injury, or property damage and/or reasonable attorneys' fees and expenses incurred in investigation or defense, arising out of or related to any act or omission by the successful bidder or its employees, invitees, agents, suppliers or subcontractor. 26. Contractor shall exercise reasonable and prudent care in engaging its employees or subcontractors to assure they have suitable character, honesty and disposition to work in an educational environment. Contractor's employees and those of any subcontractor shall be expected to exhibit professional conduct at all times. 27. This bid request, and any subsequent purchase orders, agreements or contracts shall be governed by, and any disputes shall be settled pursuant to, the laws of the State of Texas with exclusive venue in Dallas County, Texas. 28. Persons submitting a response to this solicitation must comply with all applicable laws, ordinances and regulations including the provisions of the State of Texas Government Code Chapter 176. As applicable, the person submitting the response must complete and submit a Conflict of Interest Questionnaire form CIQ, in a format approved by the Texas Ethics Commission. The form is to be sent to the Vice Chancellor of Business Affairs, Records Administrator, District Service Center, Dallas County Community College District, 4343 IH-30, Mesquite, Texas A copy of the form can be found at the Texas Ethics Commission web site. 29. Bids will not be accepted that are unsigned, delivered to the Purchasing Department after the specified date and time, or submitted by electronic or facsimile transmission. 30. It is the sole responsibility of the bidder to assure that its bid or proposal is delivered to the Purchasing Department office prior to the deadline date and time. The District is not responsible for delays caused by delivery of a bid or proposal to a District location other than the Purchasing Department.

3 SPECIFICATIONS RFP #12289 All proposers (also referred to as Bidders) are invited to conduct site visits at each location listed herein. Failure to do so will not excuse the successful proposer from satisfying all requirements as outlined in this solicitation. Proposers are to schedule their own site visits by appointment only through the contacts shown. Bidders must include with their bid response copies of their State of Texas certifications. If bidders do not perform inhouse DOT-certified hydrostatic testing for applicable equipment within their own facilities, their bid response must include details of their intended subcontractor for this purpose PLUS a copy of that subcontractor's State of Texas certification. DCCCD reserves the right to inspect any bidder's and/or subcontractor's facilities at any time during bid evaluation or during the life of the agreement. The Contractor must provide written notice to the District prior to any changes in subcontractors for work not performed directly by the Contractor. The successful proposer ( Contractor ) must provide on-site response to routine repair calls within 24 hours of notification, and response to emergency repair calls within 2 hours of notification day or night unless other arrangements are made with the applicable Director of Facilities Services. All inspections, equipment tests, and any subsequent repairs shall be performed in conformance with the equipment manufacturer's specifications, the latest issue of NFPA, and fire codes of the authority having jurisdiction. Contractor is to inform the listed contact of any deficiencies found during an inspection prior to leaving the premises. A computer-generated report is to be provided to the listed contact within thirty days after completion of all inspections/tests at each site. The report shall verify equipment functionality prior to payment authorization. The report and/or other documentation is expected to define for each location the most current and complete equipment inventory possible for that location. Bidders are to submit sample reports with their bid response which include, at minimum, the following components of information: A Service Report is to be provided to, and must be signed by, the specified Facilities Services contact or designee for each service/trouble call prior to the technician(s) leaving the site. It is to include a summary of services performed, date of the call, name of the technician(s) who performed the service, length of time of the service call, and whether services rendered are covered under contract or chargeable. Annual Fire Alarm Executive Summary Service Report is to include summary of services performed, system status, deficiencies, date of the inspection, name of the technician(s) who performed the service, and a proposal for the scope of work and cost to correct any deficiencies. Annual Fire Alarm Inspection Report for each system is to include information for the monitoring company: signaling line circuits, notifications made prior to testing, fire alarm panel, power supplies, notification appliances, supervising station monitoring, notifications of completed testing, devices inspected and status, list of deficiencies, date of inspection, and name of the technician(s) who performed the services. Annual Fire Sprinkler Inspection Report for each system is to include general information: control valves, water supplies, tanks, pumps, FD connections, wet systems, dry systems, special systems, alarms, sprinklers, piping, explanation of deficiencies, suggestions for improvements, adjustments or corrections made, date of inspection, and name of the technician(s) who performed the services. Annual Fire Extinguisher Inspection Report is to include all extinguisher types and sizes, date of manufacture, serial number, extinguisher location, service performed, next hydro test due date, next six-year due date, any notes, date of the inspection, and name of the technician(s) who performed the services. THE CONTRACTOR IS TO PROVIDE A CURRENTLY-CERTIFIED "LOANER" FIRE EXTINGUISHER FOR THE DURATION WHEN A UNIT MUST BE REMOVED FROM A DISTRICT LOCATION FOR ANY REASON. SPECIAL NOTE: PROPOSERS ARE HEREBY ADVISED THAT THE CONTRACTOR IS RESPONSIBLE FOR THE TURNKEY MAINTENANCE AND FUNCTIONALITY OF DCCCD FIRE PROTECTION SYSTEMS AND EQUIPMENT. SHOULD THE PROVISION OF PROPRIETARY ELECTRONIC PARTS, ASSOCIATED PROGRAMMING OR RE- PROGRAMMING THEREOF, AND/OR LABOR CHARGES RELATED TO THE INSTALLATION OR SERVICING OF SUCH PROPRIETARY ITEMS, REQUIRE SUBCONTRACTING WITH OTHER PARTIES, IT IS THE CONTRACTOR S RESPONSIBILITY TO ACCOMPLISH SUCH SUBCONTRACTING IN ORDER TO MAINTAIN FULL SYSTEM/EQUIPMENT OPERATION AND FUNCTIONALITY OF APPLICABLE DCCCD SYSTEMS. The contractor must check in and out through the campus Facilities Services Department any time they are on DCCCD premises. 3

4 CAMPUS LOCATIONS AND FACILITIES SERVICES CONTACTS BROOKHAVEN COLLEGE 3939 Valley View Lane, Farmers Branch, TX Garry Hodges, Associate Director 972/ CEDAR VALLEY COLLEGE 3030 North Dallas Avenue, Lancaster, TX Tom Lanese, Building Operations Supervisor 972/ CEDAR VALLEY COLLEGE CEDAR HILL CENTER 207 North Cannady Drive, Cedar Hill, TX EASTFIELD COLLEGE 3737 Motley Drive, Mesquite, TX Michael Brantley, Director of Facilities Services 972/ EASTFIELD COLLEGE PLEASANT GROVE CAMPUS 802 South Buckner Boulevard, Dallas, TX EL CENTRO COLLEGE 801 Main Street, Dallas, TX Mike Johnson, Building Operations Supervisor 214/ EL CENTRO COLLEGE ALLIED HEALTH CENTER 301 North Market Street, Dallas, TX EL CENTRO R BUILDING 701 Elm Street, Dallas, TX EL CENTRO COLLEGE WEST CAMPUS 3330 North Hampton Road, Dallas, TX EL CENTRO COLLEGE BILL J. PRIEST CAMPUS 1402 Corinth Street, Dallas, Texas Felipe Ibarra, Building Operations Supervisor 214/

5 MOUNTAIN VIEW COLLEGE 4849 West Illinois Avenue, Dallas, TX Ronnell Suggs, Associate Director 214/ NORTH LAKE COLLEGE 5001 North MacArthur Boulevard, Irving, TX Steve Schellenberg, Assistant Director of Facilities Services 972/ NORTH LAKE COLLEGE NORTH CAMPUS 101 South Royal Lane, Coppell, TX Beth Langer, Assistant Director of Facilities Services 972/ NORTH LAKE COLLEGE SOUTH CAMPUS 1081 West Shady Grove Road, Irving, TX NORTH LAKE COLLEGE WEST CAMPUS 1401 Royal Lane West, DFW Airport, TX RICHLAND COLLEGE Abrams Road, Dallas, Texas David Lewis, Building Operations Supervisor 972/ RICHLAND COLLEGE GARLAND CAMPUS 675 West Walnut Street, Garland, TX DISTRICT SERVICE CENTER 4343 IH 30, Mesquite, Texas Ron Woodson, Facilities Services Manager 972/ DISTRICT ADMINISTRATIVE OFFICES 1601 South Lamar Street, Dallas, Texas Ron Woodson, Facilities Services Manager 972/ LECROY CENTER / CET 9596 Walnut Street, Dallas, Texas Eugene Fernandez, Director of Facilities Services 972/

6 REFERENCES RFP #12289 The District seeks competent, qualified and experienced contractors and the reference information shown below is a critical factor in determining to whom the proposal will be awarded. FAILURE TO PROVIDE ALL OF THE REQUESTED REFERENCE INFORMATION WITH YOUR RESPONSE MAY RESULT IN THE DISQUALIFICATION OF YOUR PROPOSAL. company name contact person telephone number contract value completion date

7 Section 1. Annual equipment Inspection. Lump sum price per location for annual inspection of all equipment listed on pages 11 and 12, INCLUSIVE of sensor sensitivity testing and replacement fuse links where applicable: (Location names are abbreviated; all appear in the same order as listed on pages 4 and 5.) BHC CVC CVC- CH EFC EFC- PG ECC HEALTH R BLDG WEST PRIEST MVC NLC NLC- NORTH NLC- SOUTH NLC- WEST RLC RLC- GARLAND DSC ADMIN OFFICE CET Section 2. Extinguisher Inspection. Bidders are to quote a unit price which applies to all sizes of extinguishers at all locations. The charge for annual extinguisher inspection will be calculated by multiplying the stated unit cost by the actual number of extinguishers at each location. For reference purposes only, the APPROXIMATE number of extinguishers (all sizes) are shown below per location. unit price charge for extinguisher inspection for all sizes at all locations $ / each Approximate number of ALL sizes and types of extinguishers at each location: BHC CVC CVC- CH EFC EFC- PG ECC HEALTH R BLDG WEST PRIEST MVC NLC NLC- NORTH NLC- SOUTH NLC- WEST RLC RLC- GARLAND DSC ADMIN OFFICE CET

8 Section 3. Extinguisher Hydrotest and Recharge. State unit pricing by type and size as noted. ABC Pricing for 2 pound 2.5 pound 4 pound 4.5 pound 5 pound 6 pound 9.5 pound 10 pound 15 pound 20 pound CO2 Pricing for 2.5 pound 5 pound 7 pound 10 pound 15 pound 20 pound BC Pricing for 2.5 pound 4 pound 5 pound 10 pound 20 pound D Pricing for 5 pound 10 pound 15 pound 20 pound 30 pound K Pricing for 2.5 litre HALON Pricing for 2.5 pound 5 pound 10 pound 20 pound 50 pound HALOTRON Pricing for 2.5 pound 4 pound 4.5 pound 5 pound 6 pound 9.5 pound 10pound 15ound 20 pound 8

9 Section 4. Other Extinguisher Pricing. State here the separate price to replace extinguisher "O" ring: $ State here the separate price to replace extinguisher valve stem: $ State here the separate price to replace extinguisher valve stem for halon and halotron: $ Section 5. Repair Parts. State the brands and percentage discounts offered from Manufacturer's Suggested Retail Price for repair parts and new fire systems related equipment. New Equipment Repair Parts brand % % brand % % brand % % brand % % brand % % brand % % Section 6. Labor. Labor rates to repair fire systems-related equipment whether listed or not in this solicitation: State the hourly rate for technician on-site during normal business hours of Monday Friday, 8:00 am to 5:00 pm: $ /hr State the hourly rate for technician on-site other than normal business hours: $ /hr Section 7. Exceptions. State any exceptions or qualifications regarding your bid response: 9

10 Section 8 / Bidder information. Bidder has included a copy of their state-issued license? yes no Bidder is performing hydrostatic testing with its own work force? yes no If in-house, Bidder has included a copy of DOT certification for hydrostatic testing? yes no If outsourced, Bidder has included a copy of DOT certification for hydrostatic testing? yes no Bidder has included the website(s) showing list prices for equipment quoted? yes no equipment brand/website: / equipment brand/website: / equipment brand/website: / equipment brand/website: / State here any subcontracted services Bidder intends to use in the fulfillment of this contract (other than for hydrotest service noted above)? Bidder has included any applicable subcontractor's state-issued certificate? yes no Bidder s staff is fully trained and competent to work on EVERY system listed herein? yes no State the systems identified herein which caused you to answer no to the above. Total number of state-licensed technicians bidder has on staff? Total number of state-licensed technicians bidder intends to make available for servicing this contract? 10

11 DCCCD Fire Systems Equipment Inventory Site BHC CVC CVC-CH EFC EFC-PG ECC System # fire alarm control panels # remote display panels # pull stations, approx # smoke detectors, approx # heat detectors # a/v devices # sprinkler systems # flow tamper switches #ahu/duct detectors # fire suppression systems # stand pipes/hose racks Gamewell AFP200 Thorn Silent Knight Simplex Miniplex 4100 Secutron Simplex 4100 Simplex 4100 Simplex 4100 HEALTH Siemens Firefinder XLS PRIEST Cerberus Pyrotronics P.A.C. WEST Siemens , , R BLDG Siemens Firefinder XLS / / 9 # risers fire pumps Annual Inspection Date December March September December May December May May March December 11

12 DCCCD Fire Systems Equipment Inventory (continued) Site MVC NLC NLC-N NLC-S NLC-W RLC RLC-G DSC ADMIN CET System # fire alarm control panels # remote display panels # pull stations, approx # smoke detectors, approx # heat detectors # a/v devices # sprinkler systems # flow tamper switches #ahu/duct detectors # fire suppression systems # stand pipes/hose racks Siemens Simplex 4100U EST EST Siemens MXL EST-3 EST-3 Simplex 4100 True Alarm Fike EST EST- 3 4 (3) Inergen 134 (10) lonization # risers fire pumps Annual Inspection Date July May May May May November April June and December December June 12

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

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

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

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

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

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

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

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

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

Florida Senate SB 982 By Senator Bennett

Florida Senate SB 982 By Senator Bennett By Senator Bennett 1 A bill to be entitled 2 An act relating to electrical and alarm system 3 contracting; amending s. 489.503, F.S.; 4 requiring certain contractors to be certified 5 pursuant to part

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE

COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE SUPERVISION OF AUTOMATIC FIRE SPRINKLER SYSTEMS SUPERVISION OF ALTERNATIVE AUTOMATIC FIRE-EXTINGUISHING SYSTEMS FIRE ALARM AND DETECTION SYSTEMS The Fire Alarm

More information

THIS ADDENDUM MUST BE ACKNOWLEDGED.

THIS ADDENDUM MUST BE ACKNOWLEDGED. Denver Public Schools Purchasing Department 1350 East 33 rd Avenue Denver, Colorado 80205 INVITATION TO BID 13-MC-Fire Extinguisher ADDENDUM NUMBER ONE December 14, 2012 THIS ADDENDUM MUST BE ACKNOWLEDGED.

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

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

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

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

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

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 (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

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

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

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

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

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

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

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

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

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

ELECTRONIC FAUCETS INSTRUCTION MANUAL. Toll Free: (800) Haul Road Wayne, NJ krowne.

ELECTRONIC FAUCETS INSTRUCTION MANUAL. Toll Free: (800) Haul Road Wayne, NJ krowne. ELECTRONIC FAUCETS INSTRUCTION MANUAL 100 Haul Road Wayne, NJ 07470 Toll Free: (800) 631-0442 customerservice@krowne.com krowne.com Model 16-196 1 3 2 4 6 5 7 1. 2. 3. 4. 5. 6. 7. Aerator Sensor with Cable

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

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

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

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

OF AIRPORT COMMISSIONERS

OF AIRPORT COMMISSIONERS OY i -401 0*11 oir". 4Los Angeles World Airports REPORT TO THE BOARD. OF AIRPORT COMMISSIONERS Meeting Date: Gvt A. Approved by: Aura Moor Chief In ormation Officer c -A/ / v Reviewed by: Samson Mengistu,

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

IFLA Guidelines for Satellite Meetings. Approved by the IFLA Professional Committee and the IFLA Governing Board August 2012

IFLA Guidelines for Satellite Meetings. Approved by the IFLA Professional Committee and the IFLA Governing Board August 2012 IFLA Guidelines for Satellite Meetings Approved by the IFLA Professional Committee and the IFLA Governing Board August 2012 Appendix updated March 2017 Introduction Satellite Meetings allow IFLA Professional

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

Food Service Incentive Application for Business Customers

Food Service Incentive Application for Business Customers 2019 Food Service Incentive Application for Business Customers A Cash Incentive Energy Efficiency Program brought to you by: IMPORTANT INSTRUCTIONS: Step 1: Determine Eligibility: Pre-approval is required

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

Food Service Incentive Application for Business Customers

Food Service Incentive Application for Business Customers 2017 Food Service Incentive Application for Business Customers A Cash Incentive Energy Efficiency Program brought to you by: Instructions for Use: For complete instructions, please refer to the Terms and

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

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

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017 Request For Quotations For The Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes October 11, 2017 1 Table of Contents Introduction... 3 Retirement Home Information... 3 RFQ Overview...

More information

Funding is available to applicants on a first come, first served basis, and applications will be considered in the order they are received.

Funding is available to applicants on a first come, first served basis, and applications will be considered in the order they are received. Program Conditions and Instructions The City of Westwood Hills is partnering with the Johnson County Program to provide $5,000.00 for a stormwater management cost-share program. The program is intended

More information

Food Service Incentive Application for Business Customers

Food Service Incentive Application for Business Customers 2018 Food Service Incentive Application for Business Customers A Cash Incentive Energy Efficiency Program brought to you by: Instructions for Use: For complete instructions, please refer to the Terms and

More information

EAST BAY MUNICIPAL UTILITY DISTRICT

EAST BAY MUNICIPAL UTILITY DISTRICT EAST BAY MUNICIPAL UTILITY DISTRICT REQUEST FOR PROPOSAL (RFP) No. FMC736-18-01 for AB & AMC Fire Alarm System Testing and Maintenance For complete information regarding this project, see RFP posted at

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

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

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

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

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

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

District of Sicamous. Fire Department Bylaw No. 126, Effective Date February 26, 1996

District of Sicamous. Fire Department Bylaw No. 126, Effective Date February 26, 1996 District of Sicamous Fire Department Bylaw No. 126, 1995 Effective Date February 26, 1996 Consolidated for Convenience Only This is a consolidated version of the parent bylaw that incorporates changes

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

AUTOMATIC FIRE ALARM MONITORING

AUTOMATIC FIRE ALARM MONITORING Application for Automatic Fire Alarm Monitoring Service Aviation Rescue Fire Fighting Service Version 4.0 Tick one of the following: New service Alteration of service Removal of service * Please complete

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

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 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

Residential Rebate Program Available to NYSEG and RG&E residential natural gas and electric customers.

Residential Rebate Program Available to NYSEG and RG&E residential natural gas and electric customers. Residential Rebate Program Available to NYSEG and RG&E residential natural gas and electric customers. How to Participate: Please use this checklist to mark off each completed step. m Step 1: Equipment

More information

In March 2012, the County of Yolo was awarded a grant from the California State Department of Parks

In March 2012, the County of Yolo was awarded a grant from the California State Department of Parks Request for Proposals (RFP) Deadline for Submittal: January 23, 2019 The County of Yolo wishes to expand the public s experience with the visual arts; to make available artwork of the highest quality to

More information

MEMORANDUM OF UNDERSTANDING LUCAS MUSEUM OF NARRATIVE ART RECITALS

MEMORANDUM OF UNDERSTANDING LUCAS MUSEUM OF NARRATIVE ART RECITALS MEMORANDUM OF UNDERSTANDING LUCAS MUSEUM OF NARRATIVE ART THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made as of September 8, 2014, between the Chicago Park District, a municipal corporation organized

More information

UNIVERSITY OF MANITOBA PROCEDURE

UNIVERSITY OF MANITOBA PROCEDURE UNIVERSITY OF MANITOBA PROCEDURE Procedure: UNIVERSITY BUILDING ACCESS CONTROL Parent Policy: Effective Date: July 2, 2013 Revised Date: Review Date: July 2, 2023 Approving Body: Authority: Responsible

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL The City of Poughkeepsie seeks qualified not for profit organizations interested in leasing property located at 36 North Clover Street in the City of Poughkeepsie for the purpose of

More information

IN THE UNITED STATES DISTRICT COURT FOR NORTHERN DISTRICT OF TEXAS DALLAS DIVISION

IN THE UNITED STATES DISTRICT COURT FOR NORTHERN DISTRICT OF TEXAS DALLAS DIVISION IN THE UNITED STATES DISTRICT COURT FOR NORTHERN DISTRICT OF TEXAS DALLAS DIVISION HONEYWELL INTERNATIONAL INC., Plaintiff, Civil Action No. v. MEK CHEMICAL CORPORATION, Electronically Filed Defendant.

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

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

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

Buying goods/services

Buying goods/services General contractual provisions Buying goods/services These are the only contractual provisions that apply between Fire and Emergency New Zealand and the Contractor. If any other provision is to apply or

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

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

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

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

ADT Security Website Terms of Use

ADT Security Website Terms of Use ADT Security Website Terms of Use Last revised: August 30, 2012 These ADT Website Terms and Conditions of Use (the "Terms") govern your use any websites that are owned or operated by ADT LLC, d/b/a ADT

More information

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS)

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS) 94784- APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM Scope: Bidder shall furnish all equipment, supervision, labor, transportation, tools and

More information

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder Software Technology Parks of India - Pune (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of Electronics and Information Technology), Plot no.p-1,

More information

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1.

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1. UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1. GENERAL a) For the purposes of this document, the term

More information

ALLIED FIRE & SAFETY EQUIPMENT CO.,INC.

ALLIED FIRE & SAFETY EQUIPMENT CO.,INC. BID RESULTS CK09MERCER2014-17 FIRE EXTINGUISERS, FIRE ALARM SYSTEMS, FIRE SUPPRESSION AND SPRINKLER SYSTEMS, DIESEL AND ELECTRIC PUMP PREVENTIVE MAINTENANCE SERVICE AND REPAIR FOR A PERIOD OF TWO (2) YEARS

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

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda. MIDAMERICA ST. LOUIS AIRPORT TO: ISSUED BY: All Plan Holders and Meeting Attendees (Meeting Roster Attached) MidAmerica St. Louis Airport Dept. of Engineering & Planning DATE: November 22, 2016 Re: Summary

More information

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance.

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance. BID DOCUMENTS: SCOPE: 1. Description of Work 2. Advertisement of Bids 3. Furniture Specification 4. Request for Approval of Substitution 5. Bid Tabulation Sheet DESCRIPTION OF WORK A. This project shall

More information

CHAPTER 05 - OFFICE OF STATE FIRE MARSHAL SUBCHAPTER 05A - FIRE AND RESCUE SECTION.0900 PUBLIC PROTECTION CLASSIFICATIONS FOR FIRE DISTRICTS

CHAPTER 05 - OFFICE OF STATE FIRE MARSHAL SUBCHAPTER 05A - FIRE AND RESCUE SECTION.0900 PUBLIC PROTECTION CLASSIFICATIONS FOR FIRE DISTRICTS CHAPTER 05 - OFFICE OF STATE FIRE MARSHAL SUBCHAPTER 05A - FIRE AND RESCUE SECTION.0900 PUBLIC PROTECTION CLASSIFICATIONS FOR FIRE DISTRICTS 11 NCAC 05A.0901 DEFINITIONS As used in this Subchapter: (1)

More information

SECTION SECURITY TESTING AND COMMISSIONING

SECTION SECURITY TESTING AND COMMISSIONING SECTION 280800 - SECURITY TESTING AND COMMISSIONING PART 1 - GENERAL 1.1 WORK INCLUDES A. General Description: This specification section covers the provision of preliminary testing, acceptance testing,

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