Addition to the crane inspection program
|
|
- Andra Chandler
- 7 years ago
- Views:
Transcription
1 1. Contractor s Requirements: SCOPE OF WORK 1.1 The contractor shall provide an annual inspection, testing and repair service of the cranes and hoists utilized at various DC Water facilities. Hoists and cranes shall be serviced and certified in accordance with industry standards. DC Water has approximately 200 cranes/hoists throughout the service area which includes but not limited to P&H, Dresser, Sheppard Niles, Kone manufactured cranes, hoists and other associated equipment. 1.2 As part of the inspection, the contractor shall be required to make minor repairs, which may include, but is not limited to tightening screws, setting air gaps on brakes, greasing fittings, etc. all of which shall be noted on the contractor s inspection form. 1.3 The contractor shall furnish all materials, tools equipment and labor necessary to perform overhead crane inspections and repairs at DC Water facilities. This includes weights, man lifts, transportation and any other items to accomplish inspections and repairs. All inspections will adhere and comply with applicable (OSHA/ASME/ANSI) regulations and check critical electrical, mechanical and structural components for sound safety and operating conditions. Note: The contractor shall include any labor, travel time and per diem expenses to the various sites for repairs or inspections in their price quotes. 1.4 The contractor shall provide verification that the personnel proposed are highly experienced, dependable and fully qualified to perform the work under this contract. 1.5 The contractor shall provide the company's experience performing inspection, maintenance, and repair of all types and sizes of industrial cranes and hoists. The contractor shall have a minimum of six (6) years of specialized experience. Note: Experience in the installation of electrical controls and systems are not acceptable. 1.6 The contractor shall provide a price to complete each crane inspection in the price Schedule. All crane inspections shall be done in accordance with the schedule provided in Attachment N. Addition to the crane inspection program 1. Contractor shall perform monthly preventive maintenance for 4 Kones buckets cranes based on the manufacturer s requirements and application usage on each unit in conjunction with a periodic inspection. Oil levels shall be checked and topped off as required for each gearbox. Lubrication shall be applied as required to the hook thrust bearing, exposed gears and pinions, wire rope, buckets and grease fittings. Limit
2 switches and brakes shall be checked and adjusted to proper tolerances. Control contact tips shall be checked and cleaned (if required) for proper function. Control cabinets, service platforms and walkways shall be cleaned of any loose debris. Pendant stations and controllers shall be wiped clean. Contractor will supply all lubricants, Chemical cleaners and equipment to accomplish preventive maintenance. 2. During the life of the contract, DC Water may procure new cranes, which will be installed at different facility locations. DC Water will request a cost for inspection for each new crane from the contractor to be added to the inspection program. DC Water reserves the right to use other inspection resources if and when pricing agreements cannot be reached. The amount of additions is not expected to exceed ten percent (10%) of total cranes. Decommissioning to the cranes inspection program During the life of the contract, DC Water has the capability of deciding to decommission designated cranes in the inspection program. Once cranes are decommissioned, the contractor cannot charge/invoice for inspections for those cranes. The amount of decommission is not expected to exceed ten percent (10%) of total cranes. 1.7 The contractor should submit information and company s methods or practices to: 2. Tour of Duty: 1. Increase equipment reliability; 2. Reduce equipment downtime; and 3. Increase equipment life cycle. The regular tour of duty under the contract is eight (8) hours per day and shall be performed during the normal working hours of 6:00 a.m. to 4:30 p.m., Monday through Friday, except for holidays and emergency repairs. All contractor employees are required to sign in upon arriving and sign-out when departing from DC Water facilities. Overtime must get approval (After 4:30PM and 8 hours per day) 3. Working Conditions: 3.1 The contractor will be expected to work on or around equipment operating at high voltages and be exposed to various degrees of temperatures, grease, oil fumes, vapors, sewer gases, dirt, various wastewater treatment processes, and components which may be toxic, irritant acids and difficult to work with. 3.2 Work will be performed during inclement weather when an emergency exists, at nights, weekends and holidays. 2
3 3.3 The contractor will be required to work in hazardous areas, remote locations high elevations, confined spaces where he/she may be subjected to exposure to chlorine, battery acids, ferric chloride, ferrous sulfate, raw sewage flow, and other toxic chemicals and compounds associated with the treatment of wastewater. 4. Hazardous Materials: 4.1 The facilities under this contract may contain asbestos and other hazardous materials including, but not limited to ferric chloride, pickle liquor, methane, and other highly hazardous materials, liquids, gas, etc. 4.2 The contractor will be informed and cautioned not to disturb any asbestos materials during the performance of this work. Any disturbance shall be the responsibility of the contractor, and the contractor shall be liable to abate them at the contractor's expense and in accordance with all EPA, Federal and local laws and regulations. 4.3 Prior to any work on asbestos abatement, the contractor must immediately notify the Contracting Officer and obtain written approval to proceed with the work. 5. Codes, Standards, Laws and Regulations: All work shall be performed in compliance with the current applicable Federal and local laws and regulations. This includes, but is not limited to the following: a. ANSI/ASME B30 Safety Standard; b. National Electric Code (NEC)/NFPA 70; c. Crane Manufacturers Association of America (CMAA) Specification #78: Standards and Guidelines for Professional Services Performed on Over head Traveling Cranes and Associated Hoisting Equipment; and d. US Department of Labor; OSHA Regulations Standard 29 CFR, : Overhead and Gantry Cranes. 6. Personnel Listing: The contractor shall provide the COTR or designee a complete listing of all applicable personnel along with their cellular phone numbers and keep the list current through the term of the contract. 7. Services Technician Qualifications: 7.1 The contractor shall furnish highly qualified service technicians with experience in crane inspections, industrial electrical motor controls maintenance, repair, testing, and installation. 7.2 Each service technician must be experienced and formally trained in electrical industrial motor controls and all of the associated equipment, systems and devices. (DC Motors/VFDs) 3
4 7.3 Resumes must specify their level of experience, formal education, personal information, and detailed work history including place and dates of employment, certification documents. These documents are required prior to beginning the work. After the start of the contract, if the contractor would like a technician to work at DC Water facilities for whom a resume was not originally submitted, a resume must be submitted and approved before the technician can start work. 8. Service Technician Requirements: 8.1 Service technicians shall be in possession of the following: a. A full complement of tools, test equipment, and personal safety equipment necessary to perform the designated specific maintenance and repair; b. A valid vehicle operator's permit; c. A picture identification card; d. Current certificate of training in CPR, Basic First Aid, Confined Space Entry, Arc Flash, and Lock Out Tag Out. Failure to comply with certifications within the first thirty (30) days of contract award is grounds for immediate termination of the contract. 8.2 Test technician shall be proficient in: 9. Reports: a. Reading (English); b. Writing (English); c. Speaking (English); d. The use of tools and test equipment associated with this line of work; e. Utilization and understanding of crane industry standards for inspection, repair, maintenance; be proficient at interpreting industrial electrical diagrams; and f. Preparation of accurate written reports of work, test results, inspection reports, and work orders Written Log Service Reports The contractor shall maintain a written log book at the job sites. This written log book will indicate the number of work hours performed each day by each test technician, the exact equipment worked on, work performed, work site location, and check-in and checkout times on each job. All written reports must be substantiated by the work order data reported in the Maximo CMMS. All work, test and materials orders shall be prepared as per the direction of COTR or designee. These written reports shall be prepared at no additional expense to DC Water. 4
5 After completing the inspection(s), the contractor must apply an inspection sticker and a pre operation check tag on the crane and hoist showing that they have passed inspection. The inspection sticker must meet or exceed information on the attached sample. Tags must be tear- and water-resistant. (See attachments P & Q). 9.2 Annual Inspection Report per Processing Area At the end of each crane inspection per Processing Area year (August), contractors need to produce a crane inspection reports /books. The annual reports/books must be hardcopy and three (3) electronic copies in PDF format. Report must have a minimum of the following listed information. 1. Master list of all DC Water cranes with required information details. (See Attachment N); 2. Master Crane Inspection List with required information details. (See Sample Attachment O) 3. Inspection letter from company officer. (See Sample Attachment O); 4. Shall have a DC Water equipment asset ID and section tabs; 5. Section tab with completed crane inspection form and copies of all service call reports. (See Attachment M) 6. Must include a Table of Contents. (See Sample Attachment O); and 7. Contractor must supply an electronic formatted copy of the Master List and Inspection List of Cranes in Microsoft Excel spread sheet. 10 Licenses and Permits: The contractor shall obtain at their own expense, any licenses, permits, and registrations necessary for the performance of the contract. 11 Repair Services: 11.1 The contractor shall perform all minor repairs as expeditiously as possible, as defined in Section Major repairs shall be authorized by the COTR or designee prior to commencing work. The contractor shall receive notification by the COTR when designated equipment is inoperative or requires service. The contractor will prepare and submit a repair estimate within two (2) days of notification. Repair estimates must be approved by COTR prior to start of work for major repairs. If repair is deemed as an emergency, the contractor has twelve (12) to twenty four (24) hours to prepare an estimate. All repairs shall be accomplished within five (5) working days from approval. The repair estimate shall include, at a minimum, the following information: 1. Date and time notified; 5
6 2. Date and time of job site arrival; 3. Estimated time of crane repairs; 4. Type and model number of equipment; 5. Describe and report root causes of equipment failure, malfunctioning, problems, causes and remedy to repair crane; 6. List of repairs and parts to be replaced; 7. Cost of repairs and parts listed separately; and 8. Cost of purchase and installation of new unit The contractor shall produce and submit field service records and reports to the COTR or designee on the maintenance, inspection, testing, and certification, for each individual piece of equipment covered under the contract. This will include developing historical data on equipment testing/services The contractor shall maintain an on-going spreadsheet to record all maintenance and repairs completed on each crane and/or hoist. Copies shall be submitted to the COTR or designee upon request All field service records and reports on certifications, maintaining, inspecting, repairing, and testing shall include: 1. Date and time services notification was received; 2. Date of services; 3. Cost to repair; 4. Signature of the services technician; 5. Equipment manufacturer; 6. Serial number; 7. Model number; 8. Operating location number; and 9. CMMS Maximo work order number Upon completion of the work, a final report shall be developed and a copy shall be submitted to COTR or designee, showing the actual labor hours, cost of all labor and parts/equipment for each crane repair. At the end of each service notification, the contractor shall develop and keep current maintenance records on file for the duration of the contract Technicians must get approval from the COTR or designee before locking and tagging out a crane or hoist over night due to incomplete work or safety concerns After completing repairs, technicians must check that the crane or hoist is operating normally, including checking limits, power supplies, etc. 12 Replacement Parts: 6
7 All parts or components replaced shall be returned to the COTR or designee after being tagged with the following: a. Unit/serial administrative number; b. Service technician name and number; c. System descriptive enumeration; d. Explanation as to the cause of the part/component failure; and e. CMMS Maximo work order number. 13 Definitions/Examples of Major and Minor Repairs: 13.1 Minor repairs are those which are normally accomplished by an experienced two (2) man crew within a twenty-four (24) hour period Major repairs are those which will exceed this twenty-four (24) hour time period or require more than two (2) experienced technicians. 14 Cost of Materials: Cost of parts and materials to DC Water shall be on the manufacturer/supplier invoice and include any discounts, rebates, etc, at the lowest available cost. No markups over actual invoice are allowed. However, actual costs such as freight, shipping, handling, import fees, etc., associated with procurement may be included. DC Water will pay invoices when and if ordered and approved by the COTR or designee. 15 As-Needed Repairs: 15.1 The contractor shall submit written, detailed as-needed repair estimates to DC Water to properly identify the equipment involved, work to be done, parts required, labor hours required, completion date and time, and cost of parts. DC Water reserves the right to do repairs with DC Water personnel and or other resources All as-needed repairs shall be performed by the contractor only as authorized in writing by the COTR or designee. DC Water shall not be held responsible nor shall it compensate any unauthorized work performed by the contractor. 16 Warranty: 16.1 The contractor warrants that all materials, workmanship and or equipment serviced and any installed component parts will be free from all defects whatsoever and agrees for a period of one (1) year from the date of acceptance by DC Water Any repairs, replacements, installed components parts or adjustments which are found to be defective must be removed and replaced with new components 7
8 by the contractor within two (2) working days, without cost and to the satisfaction of DC Water The contractor shall be responsible for all expenses incurred for labor and other related services, for the correction of any work unsatisfactorily performed The warranty shall not void longer guarantees by the manufacture of the material/equipment or its components Any repairs corrected under the terms of this contract shall be subject to the terms of this clause to the same extent as repairs initially performed. The guarantee shall be equal in duration to that required for initial repairs and shall run from the date of delivery of the equipment to DC Water after repairs have been corrected. 17 Authorization Inspection: 17.1 DC Water reserves the right to inspect all work in progress and to send representatives to witness the contractor in the performance of any tests or performance of the required services also, upon completion The cost of any repairs necessitated as a result of damage due to negligence in the performance of the contract shall be borne by the contractor DC Water reserves the right to inspect all work in progress performed by the contractor under this contract, and to witness any repairs and inspections performed on DC Water equipment. 18 Work Space: 18.1 DC Water takes no legal responsibility for any of the contractor's equipment left at DC Water facilities, nor is DC Water liable for any injuries to the contractor's employees during the period of the contract. It is the contractor's responsibility to ensure that its equipment is secured and that the contractors have ample insurance to cover loss, damage, theft of property, and its employees Contractor s use of DC Water s premises is limited to those activities in direct support of cranes and hoists maintenance, inspection, testing and any approved as-needed repairs as indicated by their scope of work Contractor shall at all times maintain the work areas in a safe condition and remove all accumulation of rubbish and surplus materials at the end of each working day. Contractor shall restore work areas to a condition equal to that which existed prior to the start of work, and leave them at completion of the day in a clean and orderly fashion. 8
PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS
PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Sealed bids will be received by the City of West Des Moines, Iowa on or before 2:00 p.m., Central Time,
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
More informationU.S. COMMUNITIES EQUIPMENT SALE AND MAINTENANCE AGREEMENT (EQUIPMENT SALES, BREAK-FIX SERVICES WITH NO ON-SITE LABOR)
U.S. COMMUNITIES EQUIPMENT SALE AND MAINTENANCE AGREEMENT (EQUIPMENT SALES, BREAK-FIX SERVICES WITH NO ON-SITE LABOR) CUSTOMER INFORMATION Legal Name Bill To Address City State Zip Code This Equipment
More informationVEHICULAR EQUIPMENT PURCHASE EXHIBIT. This Exhibit modifies the Terms and Conditions for Materials and Related Services:
VEHICULAR EQUIPMENT PURCHASE EXHIBIT This Exhibit modifies the Terms and Conditions for Materials and Related Services: The following definitions are added to DEFINITIONS of the Terms and Conditions. Contract:
More informationSTANDARD PRACTICE INSTRUCTION
STANDARD PRACTICE INSTRUCTION DATE: SUBJECT: Crane Safety Program REGULATORY STANDARD: OSHA 29 CFR 1910.179 Overhead and Gantry Cranes OSHA 29 CFR 1926.550 Cranes and Derricks OSHA 29 CFR 1903.1 (The General
More informationCity of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and
More informationSAFETY AND HEALTH PROGRAM
PROGRAM NUMBER NO. PAGES 05-005 10 REVISION ISSUE DATE Revision 2 11/1/2005 SAFETY AND HEALTH PROGRAM Confined Space Entry 1.0 INTRODUCTION Confined Space Entry is a serious workplace hazard, capable of
More informationDRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND OUTREACH
DRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND This agreement is made by and between the County of Santa Clara, a political subdivision of the state of California, hereinafter
More informationTOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
More informationProvided and Administered by CornerStone United, Inc. Eastway Plaza 1899 Tate Boulevard SE, Suite 2110 Hickory, NC 28602 800-824-5090 FAX 828-345-1918
U.S. DEALER GUIDELINES Provided and Administered by 1899 Tate Boulevard SE, Suite 2110 800-824-5090 FAX 828-345-1918 DEALER GUIDE US 04-30-10 Package includes: Page 3 Introduction 4-8 Extended Warranty
More informationGeneral Equipment Preventive Maintenance Guidelines Preventive Maintenance services at 201 Granby Street for NRHA.
PR795-735-14-A001 Page 4 of 19 General Equipment Preventive Maintenance Guidelines Preventive Maintenance services at 201 Granby Street for NRHA. 1. Provide four (4) inspections per year; quarterly to
More informationSECTION 611 ACCEPTANCE PROCEDURES FOR TRAFFIC CONTROL SIGNALS AND DEVICES
SECTION 611 ACCEPTANCE PROCEDURES FOR TRAFFIC CONTROL SIGNALS AND DEVICES 611-1 Description. This Section sets forth Contract acceptance procedures for installations of traffic control signals and devices
More informationReplacement of Heat System Components
STATEMENT OF WORK FOR Replacement of Heat System Components At Warehouse Takoraudantie 4 08/17/2013 REV 8-24-13 Project 2013-021 Page 1 of 6 1.0 INTRODUCTION 1.1 Overview: The U.S. Embassy Helsinki has
More informationCSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
More informationIndependent Contractor Policy
Independent Contractor Policy This Policy has been implemented to prevent accidents and personal injuries. It is not intended to be entirely inclusive. It is the responsibility of the Independent Contractor
More informationSECTION XXXXXX TECHNICAL SPECIFICATIONS FOR INSTALLATION OF PROTECTIVE COATINGS FOR MANHOLES, WETWELLS, AND OTHER SANITARY SEWER STRUCTURES
1.00 PART 1 GENERAL 1.01 SCOPE A. It is the intent of this contract to install a 100% solids epoxy monolithic coating to the walls, benches and inverts of all manholes and the specified surfaces of other
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationREQUEST FOR PROPOSALS. On-Call HVAC Contractor Services GFN 1661
REQUEST FOR PROPOSALS On-Call HVAC Contractor Services GFN 1661 CITY OF SILVERTON PUBLIC WORKS DEPARTMENT 830 MCCLAINE STREET SILVERTON, OREGON, 97381 PROJECT TYPE: HVAC Contractor Services PROPSALS DUE
More informationWarranties All Products. Revised: 8/1/15 7 Pages
Warranties All Products Revised: 8/1/15 7 Pages GENERAL DISCLAIMER In addition to all claims listed on each of the following individual WARRANTY pages, the following GENERAL DISCLAIMERS apply. 1. The purchaser
More informationColocation Center Policies & Procedures
Integra Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Colocation Services and use of our Colocation Centers. The Policies and Procedures are subject to change as
More informationSOLICITATION STATEMENT OF WORK CONSTRUTING OVERHEAD ROOF COVER ON THE TENT AT DTFS. US. Embassy, Sawan Street, Himyar Zone
SOLICITATION STATEMENT OF WORK CONSTRUTING OVERHEAD ROOF COVER ON THE TENT AT DTFS US. Embassy, Sawan Street, Himyar Zone Property Number: X369 1.0 INTRODUCTION The American Embassy in Sana Yemen requires
More informationSafety Manual For Overhead Crane Operators
Safety Manual For Overhead Crane Operators Contents Forward ---------------------------------------------------------------1 Qualifications---------------------------------------------------------1 Certification
More informationInstallation and Maintenance Manual for SPANCO Freestanding Modular Bridge Cranes & Monorails
Manual No. 103-0045 REV. 12/08 Installation and Maintenance Manual for SPANCO Freestanding Modular Bridge Cranes & Monorails ISO 9001 REGISTERED 2 TABLE OF CONTENTS Important Dimensions for Modular Bridge
More informationGE M&R SERVICE LEVEL REQUIREMENTS
GE M&R SERVICE LEVEL REQUIREMENTS GE M&R SERVICE LEVEL REQUIREMENTS GIANT EAGLE WARRANTY, MAINTENANCE AND REPAIR SERVICE LEVEL REQUIREMENTS PART 1 - GENERAL 1.01 WARRANTY A. Warranty repairs and replacements
More informationColocation Master Services Vol.1.0
Colocation Master Services Vol.1.0 THIS COLOCATION MASTER SERVICE AGREEMENT ( Colo MSA or Colocation MSA ) shall apply to Service Orders or Agreements ( agreement(s), service order(s), or contract(s) )
More informationHow To Get A Job Done
CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK
More informationTerms and Conditions of Offer and Contract (Works & Services) Conditions of Offer
Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland
More informationRoof Maintenance Scope of Work
Roof Maintenance Scope of Work Reviewed By: Approved By: Version 3.0 Date 08-09-07 Author K. Vandenbussche 1 BACKGROUND The Integrated Service Provider s program will provide superior on-site equipment,
More informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted
More informationRISK RATING SAFE WORK METHOD STATEMENT 1 HIGH 2 MEDIUM 3LOW. I approve the use of this Safe Work Method Statement: NAME: POSITION: Department Manager
RISK RATING 1 HIGH 2 MEDIUM 3LOW SAFE WORK METHOD STATEMENT Title: : Gantry Crane Operation Ref No: 1 I approve the use of this Safe Work Method Statement: NAME: POSITION: Department Manager SIGNATURE:
More informationAmerican Dish Service
Effective: June, 2008 American Dish Service ADS GLASSWASHER MODEL: ASQ OWNERS MANUAL 900 Blake Street Edwardsville, Kansas 66111 (913)-422-3700 05/08 IMPORTANT: American Dish Service provides this information
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
More informationOwner s Manual & Safety Instructions
Owner s Manual & Safety Instructions Save This Manual Keep this manual for the safety warnings and precautions, assembly, operating, inspection, maintenance and cleaning procedures. Write the product s
More informationCity of Portsmouth Portsmouth, New Hampshire Public Works Department REQUEST FOR PROPOSAL
City of Portsmouth Portsmouth, New Hampshire Public Works Department REQUEST FOR PROPOSAL Sealed Request for proposals, plainly marked RFP #13-13 Elevator Service Maintenance on the outside of the mailing
More informationFIRE ALARM AND DETECTION SYSTEMS SECTION 16721
PART 1 - GENERAL 1.01 WORK INCLUDED FIRE ALARM AND DETECTION SYSTEMS SECTION 16721 A. Provide a complete fully addressable, power limited, fire detection and evacuation system. The system shall be connected
More informationPanini Maintenance Program My Vision X STANDARD WARRANTY-
Panini Maintenance Program My Vision X STANDARD WARRANTY- Panini warrants, to its customers, its authorized Resellers customers, and no others, that all My Vision X Branch Image Scanners ( My Vision X
More informationPRE-PROPOSAL MEETING: October 5, 2011 AT 10:00 AM at the address below or by
Request for Proposals Hosted Voice Over Internet Protocol (VOIP) Phone System PROPOSAL DUE DATE: FRIDAY, NOVEMBER 11, 2011 BY 4:00 PM Chester County Solid Waste Authority (CCSWA) HOSTED VOIP TELEPHONE
More informationXYZ Contract Company Industrial Hygiene Program
[This is an example of a general Industrial Hygiene program intended to help Industrial Hygienists in the development of a specific contractor IH program if one is not yet developed. It is not intended
More informationGENERAL REQUIREMENTS:
The City of Olean is seeking proposals for removal and service of a 14ENL-3 Flowserve pump. This will involve removal, servicing, testing, and reinstallation of the pump from the City of Olean Water Treatment
More informationCentral Plumbing (Wellington) Limited
TERMS OF TRADE Central Plumbing (Wellington) Limited The terms of trade set out below govern all supplies of goods and services from Central Plumbing (Wellington) Limited ( Central Plumbing (Wellington),
More informationService Manual SSCI. The Care and Maintenance of Casters. Wheeling, IL (800) 323 7366. Form No. 702755 11/06
Service Manual The Care and Maintenance of Casters SSCI Wheeling, IL (800) 323 7366 Form No. 702755 11/06 Service Manual Table of Contents General Information... 3 Introduction... 3 About this Manual...
More informationBancTec, Inc. PRINTER SERVICE CONTRACT
BancTec, Inc. PRINTER SERVICE CONTRACT PLEASE TAKE THE TIME TO READ THE FOLLOWING TERMS AND CONDITIONS UNDER WHICH BANCTEC, INC. ( BancTec ) AGREES TO PROVIDE REPAIR SERVICES FOR YOUR DELL PRINTER. THIS
More informationBC-5000 OPERATIONS MANUAL BATTERY CAPACITY TESTER COFKO LLC.
BC-5000 BATTERY CAPACITY TESTER OPERATIONS MANUAL COFKO LLC. COPYRIGHT 2010 1 UNPACKING As you unpack your new BC-5000 battery capacity tester, inspect the tester for signs of shipping damage. If shipping
More informationELECTRICAL SERVICE CONTRACT
Signature on last page (Terms & Conditions) is required. Full payment for services ordered and retainer credit card must be remitted to process this contract. Fed ID # 88-0437088 2014-2015** Event Name:
More informationPlan Number. 1624- A Cross Beam Dr. Charlotte, NC 28217 704.771.1020. www.charlottemechanical.com. Simplified Service Plan. Air Conditioning.
Plan Number 1624- A Cross Beam Dr. Charlotte, NC 28217 704.771.1020 www.charlottemechanical.com Simplified Service Plan Air Conditioning And Heating System PARTS, LABOR, & EMERGENCY REPAIR Effective Date:
More informationWarranty Terms. QLogic-provided cables, optics and other accessories are warranted for ninety (90) days from date of purchase.
Warranty Terms QLogic Corporation ("QLogic") provides the following warranties to the original purchaser of QLogic products from QLogic or, in the case of resale, to the initial end user customer (the
More informationMOUNT PLESANT POWER SYSTEM SCHEDULE OF CHARGES AND PROCEDURES
! MOUNT PLESANT POWER SYSTEM SCHEDULE OF CHARGES AND PROCEDURES A. DEPOSITS AND SERVICE CHARGES: SECURITY DEPOSITS A standard residential deposit of $300.00 will be required prior to the establishment
More informationWhat is an Extended Warranty Option?
Trimble Extended Warranty FAQs The Geomatics and Engineering Division offer Extended Warranty Options for various Trimble products. Where possible the extended warranty option will include hardware, firmware,
More informationNORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING
NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)
More informationPOWER GEAR SLIDE OUT MANUAL
POWER GEAR SLIDE OUT MANUAL Operation Guide FLUSH FLOOR SLIDE OUT SYSTEM FOR AMERICAN COACH PRODUCTS 82 S0220 01 Rev. 1 AMERICAN COACH SLIDE OUT MANUAL FLUSH FLOOR SYSTEM TABLE OF CONTENTS SECTION PAGE
More informationMERCHANT SERVICES, LEASING AND OPERATING AGREEMENT. ( Blackboard ). In this Agreement, the words; BbOne Card means a stored-value account
MERCHANT SERVICES, LEASING AND OPERATING AGREEMENT This Agreement is between the Business set forth on the first page ( Business ) and Blackboard Inc., having offices at 650 Massachusetts Ave, N.W., 6th
More informationCENTENNIAL SELF STORAGE RENTAL AGREEMENT
CENTENNIAL SELF STORAGE RENTAL AGREEMENT Centennial Self Storage, LLC 1111 Rainbow Drive Springfield, OR 97477 Office: (541) 988-9313 Fax: (541) 988-9164 manager@centennialselfstore.com (Hereinafter Landlord
More informationSERVICE CONTRACT. and
SAMPLE SERVICE CONTRACT SERVICE CONTRACT BETWEEN and VOICE PRODUCTS SERVICE, LLC Regarding the maintenance of Equipment installed at: VOICE PRODUCTS SERVICE, LLC 8555 East 32 nd Street North Wichita, KS
More informationMobile Equipment Service. Scope of Work
Mobile Equipment Service Scope of Work Reviewed By: Approved By: Version 1.0 Date 8-08-07 Author K. Vandenbussche 1 BACKGROUND The MESC s program will provide superior on-site equipment, service, technology,
More informationATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING
ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING 1.0 General 1.1 The work covered by this section consists of providing all labor, equipment, material and supplies, insurance, accessories, tools, transportation,
More informationTOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES
TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose
More informationUniversity Fleet Services
University Fleet Services Policies and Procedures May 2008 Contents Assignment and use of vehicles................. 2 Definition of personal use...................... 2 Driver requirements...........................
More informationSnow/Ice Removal and Chemical Application For Fauquier Campus and Vint Hill Center, 2014-15 Winter Operations Lord Fairfax Community College
(LFCC) is seeking an independent contractor(s) to provide snow/ice removal and chemical spreading services at the Fauquier Campus and Vint Hill Center sites located in Warrenton, VA. I II. GENERAL SCOPE:
More informationRT-200 HI-TEST ROPE TESTER
RT-200 HI-TEST ROPE TESTER Operating & Instruction Manual HD ELECTRIC COMPANY 1 4 7 5 L A K E S I D E D R I V E W A U K E G A N, I L L I N O I S 6 0 0 8 5 U. S. A. P H O N E 8 4 7. 4 7 3. 4 9 8 0 FA X
More informationUNIVERSITY OF CALIFORNIA
UNIVERSITY OF CALIFORNIA Equipment Maintenance Management Program Reference Guide 2008 The Remi Group, LLC CLIENT REFERENCE GUIDE Table of Contents How The Program Works... 1 RemiOnline Overview... 2 How
More informationREQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES
REQUEST FOR PROPOSALS FOR DISASTER MANAGEMENT DEBRIS MONITORING SERVICES PURPOSE: Duplin County is soliciting sealed proposals to provide Disaster Management Debris Monitoring Services. INSTRUCTIONS TO
More informationSouthern California Edison Company [SAMPLE AGREEMENT] PURCHASE ORDER EVAPORATIVE COOLER BULK PURCHASE GENERAL DESCRIPTION
Page 1 of 4 [SAMPLE AGREEMENT] DATE PURCHASE ORDER NO. PURCHASE ORDER EVAPORATIVE COOLER BULK PURCHASE SUPPLIER CODE COMM/SERV. CODE SHIP TO: REQUISITION NO. ACCOUNTING LOC.NO. MARK FOR: Mail the copy
More informationShaw s Incorporated Winterization Agreement
Shaw s Incorporated Winterization Agreement Terms & Conditions 1. Prior to issuing this agreement, Shaw s Incorporated will inspect equipment to be covered by this agreement. Inspections will be scheduled
More informationHow To Ensure Safety Of Lifting Equipment
1 of 12 2 of 12 CONTENTS 1.0 OBJECTIVES... 3 2.0 SCOPE... 3 3.0 DEFINITION OF TERMS... 3 3.2.1 Loose Lifting Tackle... 3 3.2.2 Examination... 4 3.2.3 Inspection... 4 4.0 RESPONSIBILITIES & AUTHORITIES...
More informationDell Service Description
Dell Service Description IT Asset Donation - EMEA Introduction Dell is pleased to provide Asset Resale and Recycling Services (the Service(s) ) in accordance with this service description (the Service
More informationTerms and Conditions for Purchase Orders for Recycling Materials
Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California
More informationTOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION
TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:
More informationTERMS AND CONDITIONS
TERMS AND CONDITIONS THIS AGREEMENT IS FOR THE RENTAL OF ALL ITEMS, EQUIPMENT AND/OR VEHICLES SHOWN ON THE OTHER SIDE THIS PAGE, INCLUDING ALL PARTS OF AND ACCESSORIES TO SUCH ( EQUIPMENT ). 1. RENTAL
More informationwww.superstaff.co.nz PO Box 11766 Ellerslie 1542 Auckland 0800 787379 TERMS OF BUSINESS
The Engagement of Temporary Employees TERMS OF BUSINESS 1. You ( the Client ) are deemed to have accepted the Terms of Business by engaging a Temporary Employee ( Temporary ) introduced to the Client by
More informationROUSH PERFORMANCE - Limited Warranty
ROUSH PERFORMANCE - Limited Warranty ROUSH PARTS AND ACCESSORIES* WHO IS COVERED ROUSH's warranty obligations for ROUSH Parts and Accessories (individually and collectively Part(s) ) is limited to defects
More informationWater Treatment Services Specifications Department of Intellectual and Developmental Disabilities 11437 Milton Wilson Road. Arlington, TN 38002
Water Treatment Services Specifications Department of Intellectual and Developmental Disabilities 11437 Milton Wilson Road Arlington, TN. 38002 General Scope of Contract I. General Information II. Bidder/Contractor
More informationAGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
More informationTable of Contents WARNING SYMBOLS AND DEFINITIONS
Table of Contents SAFETY INSTALLATION OPERATION MAINTENANCE Safety... 2 Specifications... 4 Installation... 5 Operation... 8 WARNING SYMBOLS AND DEFINITIONS Maintenance... 9 Parts List and Assembly Diagram...
More informationSTANDARD SERVICE PROVIDER TERMS AND CONDITIONS AGREEMENT Version 10/10/07
STANDARD SERVICE PROVIDER TERMS AND CONDITIONS AGREEMENT Version 10/10/07 This agreement is made this day of by and between Safeway Inc., a Delaware Corporation Owner and ( Contractor ) whose address is
More informationINSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts:
INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts: General Conditions of the Construction Contract Design/Bid/Build (SC-6.23), or Contractors Agreement Design/Bid/Build (SC-6.21),
More informationALVERNIA UNIVERSITY OSHA REGULATION: 29 CFR 1910.252 WELDING, CUTTING, AND BRAZING ( HOT WORK ) SECTION: 3600
OSHA REGULATION: 9 CFR 90.5 WELDING, CUTTING, AND BRAZING ( HOT WORK ) A. POLICY. This procedure follows requirements set forth in 9 CFR 90.5.. This policy applies to all Hot Work operations being done
More informationRutgers Environmental Health and Safety
Rutgers Environmental Health and Safety PCB Self-Audit (TSCA Program) Facility Name: Rutgers University, Facility Address: Facility EPA Identification Number: Date of Self-Audit Inspection: Campus/Farm/Field
More informationState of Florida Department of Transportation
State of Florida Department of Transportation EXHIBIT A, TO PROVIDE STAFFING SERVICES AS DESCRIBED BY THE STATE OF FLORIDA OCCUPATIONAL GROUPS, PURCHASING AGENTS (13-1023) AND LOGISTICIANS (13-1081), FOR
More informationMAJOR EQUIPMENT PURCHASE CONTRACT
MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract
More informationCore & Shell Construction. Rules and Regulations
Core & Shell Construction Rules and Regulations 1. Protection: During the construction Contractor shall endeavor to protect all areas of work from damage caused by workers, weather or equipment. 2. Permits
More informationWhen you make a holiday rental booking using Wotusee.com the following terms and conditions apply.
When you make a holiday rental booking using Wotusee.com the following terms and conditions apply. You must be 18 years and over to book holiday rental displayed on Wotusee.com. 1) Supplier goods and services
More informationGarage Liability Policy
Garage Liability Policy 8 0 0. 8 3 3. 3 4 2 7 w w w. c o n s t i t u t i o n a l. c o m GARAGE LIABILITY COVERAGE FORM TC-11 QUICK REFERENCE (Ed. 01-06) DECLARATIONS PAGE Name of Insurance Company Policy
More informationFire Damage Repairs, 2510 Burton Street
Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide
More informationRoutine Maintenance and Inspection
THE CORPORATION OF THE VILLAGE OF WARFIELD POLICY TITLE: Sanitary Sewer Operations POLICY: #5435 PURPOSE: This policy is to provide the Village of Warfield s procedures for maintaining its sanitary sewer
More informationOffice of Research Facilities Development and Operations Contractor Safety Policy
Office of Research Facilities Development and Operations Contractor Safety Policy The National Institutes of Health (NIH) is committed to providing a safe environment for everyone who enters the NIH campus.
More informationREQUEST FOR PROPOSAL FOR DORCHESTER COUNTY COUNCIL HVAC SERVICES DCG 12-02. Due Date December 6, 2011
REQUEST FOR PROPOSAL FOR DORCHESTER COUNTY COUNCIL HVAC SERVICES DCG 12-02 Due Date December 6, 2011 DORCHESTER COUNTY COUNCIL 501 COURT LANE, ROOM 110 CAMBRIDGE, MARYLAND 21613 I. INTRODUCTION Dorchester
More informationWarranty Services Agreement
L505-0101-01 Warranty Services Agreement (November 2014) Page 1 of 4 Warranty Services Agreement Please read the following terms carefully. Lenovo (or a Lenovo Authorized Reseller) will provide services
More informationRequest for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
More informationThe Woodlands Township
The Woodlands Township 2016 The Woodlands Township Plumbing Services Bid (2016-2019) Contract Number: 2016-0175 The Woodlands, TX Scope of Services: Provide on call and as needed plumping services to The
More informationTeleSentry Monitoring Service Agreement
SentryMart 115 Auld Ridge Way Hebron, OH 43205 (740)-928-2000 TeleSentry Monitoring Service Agreement In the terms and conditions that follow, SentryMart and its parent Target Microsystems, Inc. are collectively
More informationROTOR LOADER OWNER S MANUAL
ROTOR LOADER OWNER S MANUAL ROTOR LOADER OWNER S MANUAL WARNING IMPORTANT SAFETY INSTRUCTIONS AND GUIDELINES. Misuse of paintball equipment may cause serious injury or death. QUICK SET-UP GUIDE BATTERY
More information1. Interpretation 1.1. In these conditions the Company means Original Cine Pty Ltd (trading as The Visionhouse) and its successors and assigns of 195 Rouse Street, Port Melbourne, Victoria, Australia 3207.
More informationTriton Systems of Delaware, LLC Warranty Statement / Return Policy
Triton Systems of Delaware, LLC Warranty Statement / Return Policy Triton Systems of Delaware, LLC 21405 B Street 866.7.TRITON TRITON WARRANTY STATEMENT 21405 B Street The Manufacturer warrants that the
More informationProgram Description. wind turbine technician academy
Program Description wind turbine technician academy In partnership with: 7107 Elm Valley Drive Kalamazoo, MI 49009 Phone: 269.353.1282 Fax: 269.353.1580 careeracademies@kvcc.edu www.kvcc.edu/training wind
More information1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:
Support and Maintenance Agreement For all CAE Healthcare Products Introduction to Your Support and Maintenance Services With the purchase of any brand new CAE Healthcare Product, customers are provided,
More informationConstruction Contract
Construction Contract Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS IS A MODEL DOCUMENT FOR USE IN RENOVATION OR CONSTRUCTION LOAN TRANSACTIONS. THIS FORM IS PROVIDED AS AN EXAMPLE AND IS
More informationKITCHEN CONTRACT FOR WORK OVER $5000 COMPANY NAME: ADDRESS: DATE: CONTRACT PRICE: Please read all attached information and terms.
KITCHEN CONTRACT FOR WORK OVER $5000 COMPANY NAME: ADDRESS: DATE: CONTRACT PRICE: Please read all attached information and terms. Page 1 of 14 OWNER CHECKLIST (To be completed by the owner prior to signing
More informationSEWER CHEWER Wastewater / Sludge Grinder Submersible Gearmotor
INSTALLATION, OPERATION AND MAINTENANCE MANUAL For SEWER CHEWER Wastewater / Sludge Grinder Submersible Gearmotor Yeomans Chicago Corporation 3905 Enterprise Court P.O. Box 6620 Aurora, IL 60598-0620 Phone:
More informationSECTION G CONTRACT ADMINISTRATION DATA. Betsy Ehrlich, Visual Information Specialist, (304) 535-6200
SECTION G CONTRACT ADMINISTRATION DATA 1. CONTRACTING OFFICER'S REPRESENTATIVE The person named below is designated as the Contracting Officer's Representative (COR): Betsy Ehrlich, Visual Information
More informationCastaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012
Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until
More information