CONTRACT DOCUMENTS AND SPECIFICATIONS SCADA IMPROVEMENTS PROJECT 2014 THE CITY OF ROCKDALE MILAM COUNTY, TEXAS

Size: px
Start display at page:

Download "CONTRACT DOCUMENTS AND SPECIFICATIONS SCADA IMPROVEMENTS PROJECT 2014 THE CITY OF ROCKDALE MILAM COUNTY, TEXAS"

Transcription

1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SCADA IMPROVEMENTS PROJECT 2014 TO SERVE THE THE CITY OF ROCKDALE MILAM COUNTY, TEXAS FEBRUARY 2014 The City of Rockdale will use the Best Value Method to award the bid

2

3 Instructions to Bidders TABLE OF CONTENTS ARTICLE 1 - DEFINED TERMS... 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS... 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS... 2 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE... 2 ARTICLE 5 - PRE-BID CONFERENCE... 3 ARTICLE 6 - SITE AND OTHER AREAS... 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA... 4 ARTICLE 8 - BID SECURITY... 4 ARTICLE 9 - CONTRACT TIMES... 4 ARTICLE 10 - LIQUIDATED DAMAGES... 4 ARTICLE 11 - SUBSTITUTE AND OR-EQUAL ITEMS... 4 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS... 5 ARTICLE 13 - PREPARATION OF BID... 5 ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS... 6 ARTICLE 15 - SUBMITTAL OF BID... 6 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID... 6 ARTICLE 17 - OPENING OF BIDS... 6 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE... 7 ARTICLE 19 EVALUATION OF BIDS AND AWARD OF CONTRACT... 7 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE... 7 ARTICLE 21 - SIGNING OF AGREEMENT... 7 ARTICLE 22 - SALES AND USE TAXES... 7 ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. The issuing office is the Public Works Department for the City of Rockdale. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

4 ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder s qualifications to perform the Work, within five days of Owner s request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for This project is considered a high technology procurement, and as such, the Owner shall evaluate proposals, bids, qualifications, and other criteria in order to award the project to the bidder that best meets the Owner s needs. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in General Conditions and established in the Supplementary Conditions. Bidder is responsible for any interpretation or conclusions the Bidder draws from any technical data or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner, or others Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any technical data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in Paragraph 4.06 of the General Conditions On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

5 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work It is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents, the other related data identified in the Bidding Documents, and any Addenda; B. Visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. Become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. Carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and (2) reports and drawings of Hazardous Environmental Conditions at the Site which have been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions; E. Obtain and carefully study (or accept consequences of not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. Become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; H. Correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. Promptly give Engineer/Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

6 5.01 A mandatory pre-bid conference and system walk-through will be held on March 5, 2014 at 10:00 AM, CST at Rockdale City Hall, 505 W. Cameron Avenue, Rockdale, Texas. Representatives of Owner will be present to discuss the Project. Bidders are required to attend and participate in the conference. Owner will transmit to all prospective Bidders of record such Addenda as Owner considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site(s) is/are identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid security made payable to Owner in an amount of 5% percent of Bidder s maximum Bid price and in the form of a certified check or bank money order or a Bid bond (on the form attached) issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND OR-EQUAL ITEMS The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents, or those substitute or or-equal materials and equipment approved by Engineer and identified by Addendum. The materials and equipment described in the Bidding Documents establish a standard of required type, function and quality to be met by any proposed substitute or or-equal item. No item of material or equipment will be considered by Engineer as a substitute or or-equal unless written request for approval has been submitted by Bidder EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

7 and has been received by Engineer at least 15 days prior to the date for receipt of Bids. Each such request shall conform to the requirements of Paragraph 6.05 of the General Conditions. The burden of proof of the merit of the proposed item is upon Bidder. Engineer s decision of approval or disapproval of a proposed item will be final. If Engineer approves any proposed item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. ARTICLE 13 - PREPARATION OF BID The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Engineer All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each listed therein, or the words No Bid, No Change, or Not Applicable entered A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown below the signature A Bid by an individual shall show the Bidder s name and official address A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown below the signature All names shall be typed or printed in ink below the signatures The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form The address and telephone number for communications regarding the Bid shall be shown. EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

8 13.11 The Bid shall contain evidence of Bidder s authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder s state contractor license number, if any, shall also be shown on the Bid Form. ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities and Contract Price will be determined in accordance with Paragraph of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in Paragraph of the General Conditions Bid prices will be compared after adjusting for differences in the time designated by Bidders for Substantial Completion. The adjusting amount will be determined at the rate set forth in the Contract Documents for liquidated damages for failing to achieve Substantial Completion for each day before or after the desired date appearing in Article 9. ARTICLE 15 - SUBMITTAL OF BID With each set of contract documents, a Bidder is furnished the Bid Form and the Bid Bond Form. The Bid Form is to be completed and submitted with the Bid security A Bid shall be submitted no later than 3:30 PM, CST, on March 19, 2014 and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation SCADA BID ENCLOSED. The Bid shall be addressed to City of Rockdale, c/o City Manager, P.O. Box 586, 505 West Cameron Avenue, Rockdale, Texas ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids If within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS Bids will be opened immediately after the bid deadline and unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 EVALUATION OF BIDS AND AWARD OF CONTRACT Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents This project is considered to high technology procurement and as such, the Owner will evaluate all bids, bidders, qualifications, and any other criteria that the Owner deems important in the award of the project. If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project based on the criteria established in Section 712 (1.05)(3). ARTICLE 20 - CONTRACT SECURITY AND INSURANCE Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner s requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds. ARTICLE 21 - SIGNING OF AGREEMENT When Owner gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within ten days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. ARTICLE 22 - SALES AND USE TAXES Owner is exempt from Texas state sales and use taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Bid. Owner s sales and use tax certificate will be supplied to the Successful Bidder upon request after contract is awarded. Refer to the Supplementary Conditions for additional information. EJCDC C-200 Suggested Instructions to Bidders for Construction Contracts Copyright 2002 National Society of Professional Engineers for EJCDC. All rights reserved

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26 Section 712 SUPERVISORY CONTROL & DATA ACQUISITION (SCADA) SYSTEM PART 1 - GENERAL 1.01 INTRODUCTION The City of Rockdale (Owner) proposes to install a Supervisory Control and Data Acquisition (SCADA) system for operation of its existing water/wastewater system. The SCADA system, in general, performs the following tasks for specified parameters: 1. Monitoring functions 2. Controlling functions 3. Graphical displaying functions 4. Reporting functions 5. Alarming functions 6. Trending functions A fully qualified SCADA Systems Integrator (SSI), selected by the Owner based on the designated bid, qualification process, shall provide sole source responsibility for a complete, turnkey, and operational system. All SCADA equipment provided on this project shall be standard OFF THE SHELF items. No SOLE SOURCE SUPPLIERS or PROPRIETARY SYSTEMS will be considered. The proposed SCADA system shall be PLC based, complete and integrated. Each component shall be of the same manufacturer and model number, as much as practicable, and shall be suitable for the application SCOPE OF WORK The proposed project consists of a complete, systematic installation of a SCADA system. The SSI shall furnish all labor, equipment, and materials necessary to complete a fully functional SCADA system for the Owner, as specified under the terms of this document. The SSI shall assume responsibility for all radio communication between sites. Signal input/output wiring shall terminate at terminal strips, surge suppression devices, and/or junction boxes provided by the SSI to facilitate the systematic transition of the existing controls to the new SCADA system. The City s water system is comprised of two independent pressure planes the High Side and Low Side. The proposed SCADA system shall include the following sites and modifications: 1. Low Side Pressure System a. Water Office at Mill Street Water Treatment Plant Site of the Master Terminal Unit and Operator Interface Terminal MTU-100, OIT-100 b. Mill Street Water Treatment Plant and Elevated Storage Tank RTU 100 c. d. New Airport Well #11 well RTU 200 (Note: Old Airport Well RTU 300 e. f. Runway Well RTU High Side Pressure System a. Texas Street Water Treatment Plant & Well RTU 500 b. Tracey Well RTU 600 c. Texas Street Well RTU 700 d. Northwest Elevated Storage Tank RTU Wastewater Lift Stations a. Roberts Avenue Lift Station RTU 900 b. East Cameron Avenue Lift Station RTU 1000 The SSI s work shall include but not be limited to the following general sequence of tasks: 1. Perform a field investigation of the locations associated with the project to obtain site specific information required to prepare for bidding; 2. Perform path study to determine the optimum frequency and antenna heights; PAGE 1 OF 28

27 3. Perform detailed design of the physical installation, component interconnection and wiring for all instrumentation and control system equipment and components; 4. Prepare and submit for review detailed design submittals, including approval of HMI graphical screens, alarms, and historical data storage and reports; 5. Prepare and submit for review a detailed migration plan of transition from existing to new facilities; 6. Procure, assemble and test the associated control and instrumentation equipment; 7. Provide installation and inter-connection of all control and instrumentation equipment; 8. Configure HMI graphical screens, alarms, and historical data storage and reports; 9. Perform field testing including startup; 10. Provide system documentation; 11. Perform cleanup and closeout activities; 12. Provide required training; 13. Prepare O&M Manual; and 14. Provide maintenance and warranty service in concert with a minimum one-year project warranty QUALITY CONTROL OBJECTIVES: The Owner s experience in operation and maintenance of its water system imposes a mindset on the objectives of this specification. Due to challenges in the operation and maintenance of any mechanical and/or electrical/electronic system, the Owner desires an outcome that will insure that its investment will minimize problems. Therefore, the installation of the proposed SCADA system is designed to achieve the following objectives: 1. The Owner desires to contract with an SSI that will provide excellent construction, installation, and support practices through a stable, available personnel pool experienced in the water/wastewater field. 2. The Owner desires to contract with an SSI that has experience in design, construction, upgrade, retrofit, and integration of projects of similar magnitude and complexity. 3. The Owner desires a SCADA system that meets modern equipment, technology, and integration standards that: a. Utilizes open, non-proprietary architecture that can be serviced by any qualified SSI, b. Utilizes hardware and software that has a local or regional distribution network in the area that maintains an in-stock supply of readily available replacement parts via will-call from a local distributor, c. Utilizes architecture that is scalable and expandable without loss of initial investment, d. Achieves high performance standards for SCADA functionality for displaying, monitoring, controlling, reporting, and alarming of specified parameters, and e. Provides technical, as-built documentation essential for seamless transition of support from one SSI to another, if required 4. The Owner desires a SCADA system that addresses current and future essential operational and regulatory functions. 5. The Owner desires a SCADA system that establishes a single source of near and long-term technical service and support by establishing a relationship with a single successful SSI that demonstrates a service and support ethic commensurate with the needs of the Owner. 6. The Owner desires to contract with an SSI that will provide suitable response time and economy in technical service and support RESPONDENT MINIMUM QUALIFICATIONS: 1. A single SCADA System Integrator (SSI) shall complete the work as specified. 2. SSI shall perform, at a minimum, ninety (80) percent of the work required, contractors or general/electrical contractors sub-contracting the work shall be considered. 3. Bidders that meet qualifications will submit twelve (12) proposals, copies in duplicate, in accordance with these minimum requirements by the bid opening date and time. 4. Interested parties shall attend pre-bid conference and system walk-through at the time designated for such conference. Failure to attend the walk-through shall be considered may be considering non -responsive to bidding requirements. 5. The SSI shall be a systems house regularly engaged in the design and the installation of supervisory control and data acquisitions systems, computer systems, and their associated subsystems as they are applied to the retail public water utility industry. For the purposes of this section, a systems house shall be interpreted to mean an organization that meets all of the following criteria: PAGE 2 OF 28

28 a. SSI shall employ full-time personnel licensed and experienced in the engineering (PE), design, installation and deployment of process control systems and SCADA systems. b. SSI shall employ full-time personnel experienced in the project management, procurement, assembly, installation, development, calibration, programming, testing, and servicing of process instrumentation and control systems, SCADA systems, radio telemetry systems, and related subsystems. c. SSI shall employ personnel for this project who have successfully installed a minimum of five (5) projects within the past two (2) years using the architecture specified in this project. d. SSI shall generally self-perform all work required on this project. Any sub-contractors must be listed by the SSI and the percentage of work to be completed by the sub-contractor, and the subcontractors shall, in total, meet all of the requirements set forth herein, and shall provide a qualification package as a sub-set of the Respondent s proposal. Notwithstanding the requirements of this section, Respondents shall note that the Owner prefers an SSI with in-house capability to perform a majority of the work to insure continuity of construction, technical assistance, and support. The Owner shall evaluate qualifications accordingly. Essential subcontractors include licensed electrical contractors for all work related to AC voltage, and licensed security agencies for applicable security equipment. Licenses shall be submitted during the submittal phase of the project for approval. 6. The SSI shall be responsible for installation of all panels including all electrical work required. 7. All equipment, conduit, wiring, connections and related primary components of the proposed system shall be provided from a single manufacturer and supplier as much as practicable. Secondary components shall be provided from a source acceptable to manufacturer of primary components. 8. A pre-installation conference shall be conducted prior to commencement of any field operations, to establish procedures to maintain optimum working conditions, and to coordinate this work with related and adjacent work. No operation of any site shall be shutdown or hindered in its operation during installation of the SCADA system without the express consent by, and coordination with, the Owner. 9. All Respondents shall, without exception, meet the following requirements and qualifications and provide information in support thereof: a. In order to ensure a complete and successful project, the SSI must demonstrate a history of successful references, and of sustained business activity under the same company name, in the SCADA industry, serving water and wastewater utilities in Texas. b. In order to ensure quality control and compatibility with existing operations, the individual integrator(s) to complete the work must be specified in the proposal and their experience must be acceptable, without limitation, in the following areas: i. Integration experience of water utilities serving similar geographical or region-wide areas of at list all projects of successful reference for radio telemetry SCADA within the State of Texas within the last two (2) years. ii. Integration experience with the type of existing and proposed equipment/software (Allen- Bradley, Microwave Data Systems, and Wonderware) for all systems of successful reference installed within the last two (2) years. c. The project shall be designed and supervised by a Project Manager with a minimum of ten (10) years experience in the design and construction of integrated SCADA systems in the water and wastewater industry. d. Underwriters Laboratory 508A Certification. All control panels shall be constructed within UL 508A standards. SSI shall present its UL listing documents with its proposal and label each panel according to UL requirements. e. SSI shall have a current State of Texas Electrical Contractors License as prescribed by, and be in compliance with Title 8 Occupation Code Chapter 1305 Electricians, Subchapter D, Section SSI shall present licensing with its proposal. All work related to electrical installation shall be conducted by a licensed Journeyman Electrician under the supervision of a Master Electrician. SSI shall be required to submit electrical license during the submittal phase of the project. f. SSI shall be a registered Intouch Wonderware authorized System Integrator for a minimum of five (5) years g. SSI shall have a current Security License or contract with a licensed security agency for the installation of any intrusion, security, or alarming device related to plant or facility security. SSI shall submit the security license during the submittal phase of the project. h. In order to ensure adequate response to emergencies and service needs, SSI shall have a full service facility that can meet the following criteria: PAGE 3 OF 28

29 i. Can provide an appropriate emergency response of less than 8 hours, and ii. The service facility shall have been in operation within Texas for least five (5) years unless approved otherwise by the Owner. i. The terms and conditions of the Technical Requirements shall be required as presented. 10. The SSI will specify equipment, sizes and quantities which are proposed to be used for the project. All computer and computer related equipment shall be compliant for date-based functionality. A compliance certificate shall be required from the SSI stating compliance with these requirements. 11. The SSI shall provide a schedule of the warranty provided for work completed under this proposal and nonwarranty service schedule with pricing and terms beyond the warranty period. The SCADA system as proposed shall be warranted to be free of defects in materials and workmanship for minimum of a period of one (1) year from date of substantial completion. Substantial completion is defined as a SCADA system generally performing the monitoring and control functions as described in the specifications and requirements with all equipment delivered and constructed satisfactorily. The SSI s references shall demonstrate their effectiveness in providing follow-up service to the system as a function of their commitment to meeting the needs of their customers well beyond the warranty period PRE-APPROVED EQUIPMENT & SUPPLIERS, AND SELECTION PROCESS 1. In order to assure standardization of inventory for maintenance and support, and/or suitability to meet the needs of the Owner, the system shall be constructed of materials and equipment, as specified, no equal. See section on Substitute Equipment. a. Approved equal. See section 1.03 and 1.04 for pre-approval requirements. 2. Notwithstanding the pre-approval of suppliers, each bidder shall submit a statement of qualifications (SOQ) with its bid. The SOQ shall include the following information: a. Cover Sheet b. Cover letter c. Company profile including ownership, date of incorporation and/or start-up, locations, fields of business interest, overview of financial and bonding information, and summary of support infrastructure (facilities). d. Mission Statement e. Typical deployments (types of project related installations) f. Areas of Specialization g. Key project personnel and their home/office locations h. Credentials and certifications related to this project i. Engineering certification and licensing j. Similar projects, size, scope, costs, equipment, hardware, software, etc. k. Other information the bidder may consider important in its evaluation of bids. 3. Notwithstanding the pre-approval of suppliers, the Owner shall award this project based on an evaluation process subject to High Technology Procurement criteria determined by the Owner. A total of 115 points of weighted award criteria shall be used to select the project SSI, including: a. Costs 40 points b. System and equipment capabilities, including compatibility with existing system 10 points c. References 30 points d. Ability to provide technical and service support 20 points e. Experience of the company providing and installing SCADA systems 10 points f. System expandability; long range considerations 5 points PAGE 4 OF 28

30 1.06 APPLICABLE STANDARDS AND SPECIFICATIONS 1. SCADA system shall be designed, constructed, and tested according to the latest applicable sections of ANSI, ASTM, IEEE, NEC, NEMA, MG-1, NFPA, UL, AEIC, IEC, and ISA standards. 2. All equipment, conduit, wiring, connections and related primary components of the proposed system shall be provided from a single manufacturer and supplier as much as practicable. Secondary components shall be provided from a source acceptable to manufacturer of primary components. 3. A pre-installation conference shall be conducted prior to commencement of any field operations, to establish procedures to maintain optimum working conditions, and to coordinate this work with related and adjacent work. No operation of the facilities shall be shutdown or hindered in its operation during installation of the SCADA system without the express consent by and coordination with the Owner SUBMITTALS The SSI shall submit to the Owner technical data and drawings for all equipment, materials, software, assemblies and installations as a part of its proposal. All submittals shall be made in accordance with submittal procedures and requirements. The SSI shall be responsible for the accuracy and completeness of all submittals, including information and drawings provided by other suppliers or subcontractors providing equipment, materials, software or services to the SSI. Each submittal shall be complete, with all required information provided together at one time, and submitted in a sequence that provides all the information necessary for checking and approving a particular submittal. The SSI shall be responsible for planning and making all submittals as necessary to avoid delays or conflicts in the work. Product data shall include but not be limited to catalog cut sheets, data sheets, performance surveys, test reports, equipment lists, material lists, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connections, accessories and spare parts. The product information shall include both published data and any specific data prepared for this project. Submittals shall also include any Federal Communication Commission (FCC) documentation, applications, notifications, and licenses as a part of the submittal and O&M process. Detailed drawings, technical specifications, and other information necessary to confirm compliance with all sections of these specifications shall be submitted to the Engineer for approval. The submittal for all equipment furnished shall include wiring schematics, layout drawings with bill of materials, I/O lists, and component descriptive data for all control panels. Absence of data will be considered as non-compliance and basis for disapproval of the submittals and proposals. Any exceptions to these specifications shall be specifically listed and described on the transmittal form. Exceptions discovered after installation shall be cause for rejection of the equipment or components. See Section 1.08 Substitute Equipment for other requirements SUBSTITUTE EQUIPMENT SSI shall recognize that the Owner has determined that the material and equipment specified for this project is best suited to fulfill the design and functional requirements for this project. Specifications support the Owner s requirement for standardization in equipment as much as practicable, and this specification as set forth provides for such standardization. The bidder s price shall include all items as specified and shall be detailed in the SSIs proposal in order to permit an equal evaluation of all bids for the purpose of comparing SSIs proposals. Some equipment and materials are not identical and cannot be offered interchangeably for the same function and price. Also, there may be equipment or materials available that are well or better suited for the intended application than those specified. The SSI must base its pricing on the equipment listed in these specifications. If the SSI desires to supply alternative equipment, he must clearly indicate the substitute manufacturer in the proposal in clear and concise terms, and include the change in price of the substitute bid item. In order for the Owner to determine if the proposed equipment is a satisfactory alternative to the equipment specified, the following items should be submitted with the proposal for the substitute equipment proposed: 1. two set of drawings and specifications 2. Full descriptive of all to be used material PAGE 5 OF 28

31 3. List of installations in similar projects in order of magnitude and complexity 4. SSIs assessment of construction changes resulting from substitution 5. Certification that all proposed equipment: a. Is non-proprietary and universally available to all SSIs, as specified. b. Is not available only to an SSI that is also a manufacturer s representative and/or distributors with exclusive rights to equipment proposed for the area served by the Owner. c. Meets all availability requirements set forth in the Quality Control Requirements. After receipt of bid proposals, the contract, if awarded, will be based on the points scored and best value to the City of Rockdale without regard to any substitute equipment. After the successful bidder is selected, the Owner shall review any substitute equipment offered by the successful SSI. If any substitute equipment is selected, the amount of the contract shall be altered by change-order to reflect any additive or deductive costs as shown on the substitute equipment proposal DELIVERY, STORAGE, AND HANDLING SSI shall handle equipment, as follows: 1. Deliver materials and products in labeled protective packages. 2. Store and handle materials in strict compliance with manufacturer s instructions and recommendations. 3. Materials and products shall be protected from damage chemicals, gas and by weather, excessive temperatures and construction operations DEMOLITION AND SALVAGE 1. SSI shall be responsible for the removal of all existing equipment that is not retained for a useful purpose in the project. 2. SSI shall deliver all salvaged equipment to the Owner and store or discard, as directed TRAINING AND TECHNICAL SUPPORT 1. SSI shall provide on-site training and on/off-site technical assistance in order to support the Owner with necessary understanding of the function and operation of the SCADA system. 2. SSI shall conduct two (8) hour training class immediately following completion. Training provided during the construction phase will be considered as a part of this requirement. 3. All training shall be conducted by a qualified service representative for the operation, adjustment, and maintenance set forth herein. 4. SSI shall provide one-year of comprehensive telephone and on-line support, to begin and run concurrently with the warranty period. 5. SSI shall provide technical assistance and non-warranty support for a minimum of four (4) years from the end of the warranty period. 6. All training shall be scheduled through the Owner. 7. Training shall include, but not be limited to: a. HMI layout overview and maneuvering b. HMI adjustments and settings of i. Operating parameters ii. Alarm points c. HMI interpretations d. Reporting and data management e. Overview of typical problems and troubleshooting f. Field equipment overview and troubleshooting g. Review of O&M & Training manual h. Review of Warranty & Technical Support Schedule, including emergency contacts 1.12 RESPONSE: The SSI shall provide a fully complete SCADA system within 150 Calendar Days, and ready for final payment will be 30 days after final completion and is accepted by owner. A Notice of Award will be issued upon approval of the SSIs proposal by contract. A Notice-to-Proceed may be issued by the Owner to initiate site construction on all sites. Owner reserves the right to determine the scope of work in each segment. SSI shall be prepared to arrive on site to PAGE 6 OF 28

INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702)

INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702) INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702) BID SUBMITTAL DATE, TIME, & LOCATION: EMAIL QUESTIONS TO: December 8, 2017 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619

More information

SECTION 10 CONTRACTING FOR PROFESSIONAL SERVICES CONSULTANT COMPETITIVE NEGOTIATION ACT (CCNA)

SECTION 10 CONTRACTING FOR PROFESSIONAL SERVICES CONSULTANT COMPETITIVE NEGOTIATION ACT (CCNA) SECTION 10 CONTRACTING FOR PROFESSIONAL SERVICES CONSULTANT COMPETITIVE NEGOTIATION ACT (CCNA) 10.0 INTRODUCTION The purpose of this procedure is to provide guidance for hiring professional firms for architectural,

More information

CALIFORNIA INDEPENDENT SYSTEM OPERATOR CORPORATION FERC ELECTRIC TARIFF FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 727 METERING PROTOCOL

CALIFORNIA INDEPENDENT SYSTEM OPERATOR CORPORATION FERC ELECTRIC TARIFF FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 727 METERING PROTOCOL FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 727 METERING PROTOCOL FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 728 METERING PROTOCOL Table of Contents MP 1 OBJECTIVES, DEFINITIONS AND SCOPE

More information

CALIFORNIA INDEPENDENT SYSTEM OPERATOR CORPORATION FERC ELECTRIC TARIFF ORIGINAL VOLUME NO. III Original Sheet No. 977 METERING PROTOCOL

CALIFORNIA INDEPENDENT SYSTEM OPERATOR CORPORATION FERC ELECTRIC TARIFF ORIGINAL VOLUME NO. III Original Sheet No. 977 METERING PROTOCOL ORIGINAL VOLUME NO. III Original Sheet No. 977 METERING PROTOCOL ORIGINAL VOLUME NO. III Original Sheet No. 978 METERING PROTOCOL Table of Contents MP 1 OBJECTIVES, DEFINITIONS AND SCOPE MP 1.1 Objective

More information

REQUEST FOR PROPOSALS For Uniform Services

REQUEST FOR PROPOSALS For Uniform Services REQUEST FOR PROPOSALS For Uniform Services PROPOSAL SUBMITTAL DATE, TIME, & LOCATION: August 17, 2018 @ 10:00 AM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC 29464

More information

CALIFORNIA INDEPENDENT SYSTEM OPERATOR CORPORATION FERC ELECTRIC TARIFF FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 727 METERING PROTOCOL

CALIFORNIA INDEPENDENT SYSTEM OPERATOR CORPORATION FERC ELECTRIC TARIFF FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 727 METERING PROTOCOL FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 727 METERING PROTOCOL FIRST REPLACEMENT VOLUME NO. II Original Sheet No. 728 METERING PROTOCOL Table of Contents MP 1 OBJECTIVES, DEFINITIONS AND SCOPE

More information

INVITATION FOR BIDS For a Nutanix Hyper-Converged Platform (CIP# AHW1801)

INVITATION FOR BIDS For a Nutanix Hyper-Converged Platform (CIP# AHW1801) INVITATION FOR BIDS For a Nutanix Hyper-Converged Platform (CIP# AHW1801) BID SUBMITTAL DATE, TIME, & LOCATION: December 27, 2016 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range

More information

Town of Gilmanton, New Hampshire SELECTMENS OFFICE

Town of Gilmanton, New Hampshire SELECTMENS OFFICE TOWN OF GILMANTON SELECTMEN S OFFICE PO Box 550, Gilmanton, NH 03237 Ph. 603-267-6700 Fax 603-267-6701 townadministrator@gilmantonnh.org Town of Gilmanton, New Hampshire SELECTMENS OFFICE REQUEST FOR PROPOSAL

More information

Request for Proposal for Technical Consulting Services

Request for Proposal for Technical Consulting Services Request for Proposal for Technical Consulting Services The Node.js Foundation is requesting proposals from highly qualified consultants with demonstrated expertise in providing Node.js technical consultation

More information

MT. PROSPECT PARK DISTRICT REQUEST FOR PROPOSAL REQUEST FOR STATEMENTS OF INTEREST, QUALIFICATIONS, PERFORMANCE DATA AND COST PROPOSAL

MT. PROSPECT PARK DISTRICT REQUEST FOR PROPOSAL REQUEST FOR STATEMENTS OF INTEREST, QUALIFICATIONS, PERFORMANCE DATA AND COST PROPOSAL MT. PROSPECT PARK DISTRICT REQUEST FOR PROPOSAL REQUEST FOR STATEMENTS OF INTEREST, QUALIFICATIONS, PERFORMANCE DATA AND COST PROPOSAL WEB SITE DESIGN SERVICES Issue Date: December 19, 2017 Mt. Prospect

More information

Request for Proposals 2015 Network/Wireless Upgrade & Expansion Riverton USD 404 Riverton, KS

Request for Proposals 2015 Network/Wireless Upgrade & Expansion Riverton USD 404 Riverton, KS Request for Proposals 05 Network/Wireless Upgrade & Expansion Riverton USD 404 Riverton, KS Notice to Vendors Notice is hereby given to interested vendors that the Riverton Unified School District 404

More information

AGREEMENT FOR RECEIPT AND USE OF MARKET DATA: ADDITIONAL PROVISIONS

AGREEMENT FOR RECEIPT AND USE OF MARKET DATA: ADDITIONAL PROVISIONS EXHIBIT C AGREEMENT FOR RECEIPT AND USE OF MARKET DATA: ADDITIONAL PROVISIONS 21. NYSE DATA PRODUCTS (a) SCOPE This Exhibit C applies insofar as Customer receives, uses and redistributes NYSE Data Products

More information

Requirements for NCOWCICB certification with Business Succession Exemption Please read and follow carefully.

Requirements for NCOWCICB certification with Business Succession Exemption Please read and follow carefully. Requirements for NCOWCICB certification with Business Succession Exemption Please read and follow carefully. To be exempt from taking the 18 hour introductory course, the applicant must provide the following

More information

Request for Quotation RFQ SUBJECT: FT-IR SYSTEM

Request for Quotation RFQ SUBJECT: FT-IR SYSTEM Request for Quotation SUBJECT: FT-IR SYSTEM DATE OF ISSUE: January 31, 2018 TO RESPOND BY: RESPOND TO: February 26, 2018 @ 1400 Hours (2:00 PM Pacific Time) Sandra Shelke Contract & Supply Chain Management

More information

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING THIS MEMORANDUM OF UNDERSTANDING, dated, is between the Davie County North Carolina Register of Deeds office ( COUNTY ), and ( COMPANY ) with offices located

More information

University of Nebraska-Lincoln

University of Nebraska-Lincoln University of Nebraska-Lincoln Bid Information Contact Information Ship to Information Bid Owner Claudette Biskup Sourcing Address 1700 Y Street Address 1110 S 67th Street Specialist Email claudette.biskup@unl.edu

More information

Request for Proposal George West Independent School District ERate

Request for Proposal George West Independent School District ERate Request for Proposal ERate 2015-2016 Infrastructure for New Wings at George West High School and George West Elementary School Due: March 9, 2015 2:00 PM Superintendent: Ty Sparks ERate 2015 RFP:, George

More information

CHARTER TOWNSHIP OF SHELBY REQUEST FOR PROPOSAL. Fiber Optic Project Charter Township of Shelby Fire Stations #2 #3 & #4 to Fire Station #1

CHARTER TOWNSHIP OF SHELBY REQUEST FOR PROPOSAL. Fiber Optic Project Charter Township of Shelby Fire Stations #2 #3 & #4 to Fire Station #1 CHARTER TOWNSHIP OF SHELBY REQUEST FOR PROPOSAL Fiber Optic Project Charter Township of Shelby Fire Stations #2 #3 & #4 to Fire Station #1 The Charter Township of Shelby is soliciting proposals to install

More information

Great Northern Corporation Request for Proposal for Network Server Installation and Service

Great Northern Corporation Request for Proposal for Network Server Installation and Service Great Northern Corporation Request for Proposal for Network Server Installation and Service Background Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit

More information

Request for Proposal Palos Heights School District 128 Network Infrastructure and WIFI E-Rate Form 470: Palos Heights, IL 60463

Request for Proposal Palos Heights School District 128 Network Infrastructure and WIFI E-Rate Form 470: Palos Heights, IL 60463 Request for Proposal Network Infrastructure and WIFI E-Rate Form 470: 170062975 Date of Bid Due: On or before March 3, 2017 at 11:00 AM is requesting bids for E-Rate Category 2 Internal Connections as

More information

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM. Unified Certification Program OKLAHOMA

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM. Unified Certification Program OKLAHOMA DISADVANTAGED BUSINESS ENTERPRISE PROGRAM Unified Certification Program OKLAHOMA TABLE OF CONTENTS General... 1 Ratification Process... 1 Implementation Schedule... 2 Regulatory Requirements... 2 DBE Directory...

More information

SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM (SCADA)

SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM (SCADA) TECHNICAL SPECIAL PROVISION FOR SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM (SCADA) FINANCIAL PROJECT NO.: 428213-2-52-02 MARION COUNTY The official record of this Technical Special Provision is the

More information

REQUEST FOR PROPOSAL CITY OF WARRENSBURG 102 SOUTH HOLDEN STREET WARRENSBURG, MISSOURI 64093

REQUEST FOR PROPOSAL CITY OF WARRENSBURG 102 SOUTH HOLDEN STREET WARRENSBURG, MISSOURI 64093 REQUEST FOR PROPOSAL CITY OF WARRENSBURG 102 SOUTH HOLDEN STREET WARRENSBURG, MISSOURI 64093 PROPOSAL CLOSING: September 15, 2017 DATE OF PROPOSAL: August 14, 2017 CONTACT PERSON: GARY SWANSON, COMPUTER

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Walla Walla Regional Airport Bid Project No. Security Camera System Proposals are due to the Port of Walla Walla by Thursday, March 2, 2017 at 4:00 PM. Results of the proposals

More information

ADDENDUM #1 Boulder Office of Emergency Management Ambulance Services for Boulder County RFS #

ADDENDUM #1 Boulder Office of Emergency Management Ambulance Services for Boulder County RFS # ADDENDUM #1 Boulder Office of Emergency Management Ambulance Services for Boulder County RFS # 6825-18 April 23, 2018 The attached addendum supersedes the original Information and Specifications regarding

More information

Emsi Privacy Shield Policy

Emsi Privacy Shield Policy Emsi Privacy Shield Policy Scope The Emsi Privacy Shield Policy ( Policy ) applies to the collection and processing of Personal Data that Emsi obtains from Data Subjects located in the European Union (

More information

Request for Quotation RFQ SUBJECT: PRINT: TRANSCRIPT PAPER AND ENVELOPES

Request for Quotation RFQ SUBJECT: PRINT: TRANSCRIPT PAPER AND ENVELOPES Request for Quotation RFQ16-1576 SUBJECT: PRINT: TRANSCRIPT PAPER AND ENVELOPES DATE OF ISSUE: March 16, 2016 TO RESPOND BY: RESPOND TO: March 30, 2016 @ 1500 Hours (3:00 PM Pacific Time) Sandra Shelke

More information

RULES OF THE TENNESSEE ALCOHOLIC BEVERAGE COMMISSION CHAPTER RULES FOR PROFESSIONAL ALCOHOL SERVER TRAINING TABLE OF CONTENTS

RULES OF THE TENNESSEE ALCOHOLIC BEVERAGE COMMISSION CHAPTER RULES FOR PROFESSIONAL ALCOHOL SERVER TRAINING TABLE OF CONTENTS RULES OF THE TENNESSEE ALCOHOLIC BEVERAGE COMMISSION CHAPTER 0100-08 RULES FOR PROFESSIONAL ALCOHOL SERVER TRAINING TABLE OF CONTENTS 0100-08-.01 Purpose 0100-08-.05 Miscellaneous Provisions 0100-08-.02

More information

SINGLE SPACE ELECTRONIC PARKING METERS RFI NO PAGE

SINGLE SPACE ELECTRONIC PARKING METERS RFI NO PAGE The Philadelphia Parking Authority 701 Market Street, Suite 5400 Philadelphia, PA 19106 Request for Information No. 16-36 Single Space Electronic Parking Meters Introduction: The Philadelphia Parking Authority

More information

TITLE 595. DEPARTMENT OF PUBLIC SAFETY CHAPTER 10. CLASS D DRIVER LICENSES AND IDENTIFICATION CARDS AND MOTOR LICENSE AGENT PROCEDURES

TITLE 595. DEPARTMENT OF PUBLIC SAFETY CHAPTER 10. CLASS D DRIVER LICENSES AND IDENTIFICATION CARDS AND MOTOR LICENSE AGENT PROCEDURES TITLE 595. DEPARTMENT OF PUBLIC SAFETY CHAPTER 10. CLASS D DRIVER LICENSES AND IDENTIFICATION CARDS AND MOTOR LICENSE AGENT PROCEDURES RULEMAKING ACTION: EMERGENCY adoption PROPOSED RULES: Subchapter 11.

More information

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI 1 ADMINISTRATION DEPARTMENT Admn. 24(42-C)/03/2018 Date: December 21, 2018 TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI National Investment

More information

Error! No text of specified style in document.

Error! No text of specified style in document. Error! No text of specified style in document. Error! Use the Home tab to apply Section title to the text that you want to appear here. CFD Independent Auditor Report on CFD Allocation Round 2 4 September

More information

MSD. MSD Louisville MBE/WBE Goal Compliance Plan Cover Page PROJECT INFORMATION. Other: 0% MBE, 0% WBE BIDDER INFORMATION

MSD. MSD Louisville MBE/WBE Goal Compliance Plan Cover Page PROJECT INFORMATION. Other: 0% MBE, 0% WBE BIDDER INFORMATION MSD Louisville and Jefferson County Metropolitan Sewer District Project Name: MSD Louisville MBE/WBE Goal Compliance Plan Cover Page ni PROJECT INFORMATION ti Established Participation Goals: (Check Boxes)

More information

Building Information Modeling and Digital Data Exhibit

Building Information Modeling and Digital Data Exhibit Document E203 2013 Building Information Modeling and Digital Data Exhibit This Exhibit dated the day of in the year is incorporated into the agreement (the Agreement ) between the Parties for the following

More information

Request for Proposal # For. Services

Request for Proposal # For. Services Request for Proposal # 2010-02 For Utility Bill Printing & Mailing Services City of Dunnellon 20750 River Drive Dunnellon, FL 34431 Phone: (352) 465-8500 Fax: (352) 465-8505 Contact: Lisa Algiere Email:

More information

WIRELESS NETWORK: BID Montville Public Schools High School

WIRELESS NETWORK: BID Montville Public Schools High School WIRELESS NETWORK: BID2015-01 Montville Public Schools High School 800 Old Colchester Road Oakdale, CT 06370 Phone: (860) 848-1228 Fax: (601) 587-2221 Website: http://www.montvilleschools.org Issued: February

More information

Mississippi Medicaid. Mississippi Medicaid Program Provider Enrollment P.O. Box Jackson, Mississippi Complete form and mail original to:

Mississippi Medicaid. Mississippi Medicaid Program Provider Enrollment P.O. Box Jackson, Mississippi Complete form and mail original to: Mississippi Medicaid Complete form and mail original to: Blank forms may by copied. Call LTC at 888-941-8967 if you have questions. Please complete the following Mississippi Medicaid Provider EDI Enrollment

More information

Customer Proprietary Network Information

Customer Proprietary Network Information Customer proprietary network information (CPNI) means information that relates to the quantity, technical configuration, type, destination, location, and amount of use of our service by you and information

More information

PROJECT TELEMETRY SYSTEM UPGRADES, PHASE 3 IOWA GREAT LAKES SANITARY DISTRICT MILFORD, IOWA. ADDENDUM NO. 2 August 15, 2017

PROJECT TELEMETRY SYSTEM UPGRADES, PHASE 3 IOWA GREAT LAKES SANITARY DISTRICT MILFORD, IOWA. ADDENDUM NO. 2 August 15, 2017 PROJECT 2017-2 TELEMETRY SYSTEM UPGRADES, PHASE 3 IOWA GREAT LAKES SANITARY DISTRICT MILFORD, IOWA CONTRACTOR S BID DATE: PLACE TO FILE FOR CONTRACTOR S BIDS: Tuesday, August 22, 2017, 11:00 A.M. IGLSD

More information

Vendor Partnership Manual. Section 6 EDI

Vendor Partnership Manual. Section 6 EDI Section 6 No changes have occurred in this chapter since our last update in January 2017. TABLE OF CONTENTS 1. Electronic Data Interchange Trading Partner Agreement... 1 2. Requirements - Shopko Stores

More information

A Bill Regular Session, 2017 HOUSE BILL 1259

A Bill Regular Session, 2017 HOUSE BILL 1259 Stricken language would be deleted from and underlined language would be added to present law. 0 State of Arkansas st General Assembly A Bill Regular Session, HOUSE BILL By: Representative Fortner For

More information

Last Date of Submission : March 19, 2012 up to 3:00 p.m.

Last Date of Submission : March 19, 2012 up to 3:00 p.m. TENDER NO: JMI/CIT/202/4 LIMITED TENDER DOCUMENT Subject: Renewal of McAfee Antivirus and Procurement of Additional Licenses Jamia Millia Islamia intends to renew the existing Licenses of McAfee Antivirus

More information

Checklist According to ISO IEC 17065:2012 for bodies certifying products, process and services

Checklist According to ISO IEC 17065:2012 for bodies certifying products, process and services Name of Certifying Body Address of Certifying Body Case number Date of assessment With several locations Yes No Assessed locations: (Name)/Address: (Name)/Address: (Name)/Address: Assessed area (technical

More information

Guidance: Operational Conditions Precedent (OCPs) September 2016 Version 1

Guidance: Operational Conditions Precedent (OCPs) September 2016 Version 1 Guidance: Operational Conditions Precedent (OCPs) September 2016 Version 1 Contents 1 Introduction 4 2 Operational Conditions Precedent requirements 4 3 Low Carbon Contracts Company Process 8 4 Supporting

More information

TERMS OF ENGAGEMENT TO PROVIDE ACCESSIBILITY CONSULTING SERVICES BY A CERTIFIED ACCESS SPECIALIST (CASp)

TERMS OF ENGAGEMENT TO PROVIDE ACCESSIBILITY CONSULTING SERVICES BY A CERTIFIED ACCESS SPECIALIST (CASp) TERMS OF ENGAGEMENT TO PROVIDE ACCESSIBILITY CONSULTING SERVICES BY A CERTIFIED ACCESS SPECIALIST (CASp) DATE OF ENGAGEMENT AGREEMENT: BETWEEN: (OWNER) AND CASp: I.LAWRENCE KALTMAN, AIA, CASp (CASp) FOR

More information

Request for Qualifications for Audit Services March 25, 2015

Request for Qualifications for Audit Services March 25, 2015 Request for Qualifications for Audit Services March 25, 2015 I. GENERAL INFORMATION A. Purpose This Request for Qualifications (RFQ) is to solicit a CPA firm with which to contract for a financial and

More information

Electric Sample Form No Agreement for Unmetered Low Wattage Equipment Connected to Customer-Owned Street Light Facilities

Electric Sample Form No Agreement for Unmetered Low Wattage Equipment Connected to Customer-Owned Street Light Facilities Pacific Gas and Electric Company San Francisco, California U 39 Revised Cal. P.U.C. Sheet No. 32135-E Cancelling Revised Cal. P.U.C. Sheet No. 27053-E Electric Sample Form No. 79-1048 Agreement for Unmetered

More information

Instructions Please read and follow carefully. KEEP THIS PAGE FOR YOUR REFERENCE

Instructions Please read and follow carefully. KEEP THIS PAGE FOR YOUR REFERENCE Instructions Please read and follow carefully. KEEP THIS PAGE FOR YOUR REFERENCE Step 1. Complete Application for Certification. Do not leave any blanks. Please print or type application. Step 2. Mail

More information

RESOLUTION NO. 14-R-

RESOLUTION NO. 14-R- RESOLUTION NO. 14-R- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MARION COUNTY, FLORIDA DIRECTING AND AUTHORIZING THE ACQUISITION OF SUBSTANTIALLY ALL OF THE REAL AND PERSONAL PROPERTY COMPRISING

More information

New Jersey LFN Packet Check List

New Jersey LFN Packet Check List New Jersey LFN 2012-10 Packet Check List Contract Documents Screenshot Page from solicitation that indicates Lead Agency and issuance of solicitation on behalf of themselves, U.S. Communities and agencies

More information

Q1: Were you looking for any Software Assurance with any of the Microsoft Windows or SQL?

Q1: Were you looking for any Software Assurance with any of the Microsoft Windows or SQL? February 12, 2016 To: All Prospective Bidders Re: 3 Legal Notice No. GD 16-01 Servers & Server Software Following are questions received and RTA s responses: Q1: Were you looking for any Software Assurance

More information

VOLUNTARY CERTIFICATION PROGRAM FOR WASTEWATER COLLECTIONS SYSTEMS PERSONNEL

VOLUNTARY CERTIFICATION PROGRAM FOR WASTEWATER COLLECTIONS SYSTEMS PERSONNEL VOLUNTARY CERTIFICATION PROGRAM FOR WASTEWATER COLLECTIONS SYSTEMS PERSONNEL As part of an assessment of regional water pollution abatement and control needs in the mid-1950s NEWEA (then the New England

More information

First Federal Savings Bank of Mascoutah, IL Agreement and Disclosures

First Federal Savings Bank of Mascoutah, IL Agreement and Disclosures Agreement and Disclosures INTERNET BANKING TERMS AND CONDITIONS AGREEMENT This Agreement describes your rights and obligations as a user of the Online Banking Service and all other services made available

More information

Areas of impact for client consideration taken from the Rules for achieving and maintaining IATF recognition 4 th Edition for ISO/TS 16949

Areas of impact for client consideration taken from the Rules for achieving and maintaining IATF recognition 4 th Edition for ISO/TS 16949 Areas of for client consideration taken from the Rules for achieving and maintaining IATF recognition 4 th Edition for ISO/TS 16949 1 st February 2014 1 Foreword Introduction The IATF recognizes certification

More information

CONTRACT DOCUMENTS. for the CIGAR LAKE: RECLAIMED WATER DISTRIBUTION PUMP STATION (ITB - U ) PREPARED BY

CONTRACT DOCUMENTS. for the CIGAR LAKE: RECLAIMED WATER DISTRIBUTION PUMP STATION (ITB - U ) PREPARED BY Addendum No. 2 December 19, 2006 CONTRACT DOCUMENTS for the CIGAR LAKE: RECLAIMED WATER STRIBUTION PUMP STATION (ITB - U - 07-04) PREPARED BY CPH ENGINEERS, INC. P.O. BOX 2808 SANFORD, FL 32772-2808 PHONE:

More information

ECA Trusted Agent Handbook

ECA Trusted Agent Handbook Revision 8.0 September 4, 2015 Introduction This Trusted Agent Handbook provides instructions for individuals authorized to perform personal presence identity verification of subscribers enrolling for

More information

SUBCHAPTER 08F - CERTIFICATION OF OPERATORS OF ANIMAL WASTEMANAGEMENT SYSTEMS SECTION GENERAL PURPOSE/DEFINITIONS

SUBCHAPTER 08F - CERTIFICATION OF OPERATORS OF ANIMAL WASTEMANAGEMENT SYSTEMS SECTION GENERAL PURPOSE/DEFINITIONS SUBCHAPTER 08F - CERTIFICATION OF OPERATORS OF ANIMAL WASTEMANAGEMENT SYSTEMS SECTION.0100 - GENERAL PURPOSE/DEFINITIONS 15A NCAC 08F.0101 PURPOSE (a) The purpose of these Rules is to reduce nonpoint source

More information

Schedule Identity Services

Schedule Identity Services This document (this Schedule") is the Schedule for Services related to the identity management ( Identity Services ) made pursuant to the ehealth Ontario Services Agreement (the Agreement ) between ehealth

More information

LOGO LICENSE AGREEMENT(S) CERTIPORT AND IC³

LOGO LICENSE AGREEMENT(S) CERTIPORT AND IC³ LOGO LICENSE AGREEMENT(S) CERTIPORT AND IC³ EXHIBIT B-2 LICENSEE: Address: Attention: Phone: Fax: Email: Account #: CERTIPORT LOGO LICENSE AGREEMENT Authorized Testing Centers This Logo License Agreement

More information

Rules for LNE Certification of Management Systems

Rules for LNE Certification of Management Systems Rules for LNE Certification of Management Systems Application date: March 10 th, 2017 Rev. 040716 RULES FOR LNE CERTIFICATION OF MANAGEMENT SYSTEMS CONTENTS 1. PURPOSE... 3 2. SCOPE... 3 3. DEFINITION

More information

PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL NW Barry Road Kansas City, MO SUMMER HVAC

PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL NW Barry Road Kansas City, MO SUMMER HVAC PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL 7703 NW Barry Road Kansas City, MO 64153 2019 SUMMER HVAC Park Hill South High School Detailed Proposal Information is Available on District Website http://www.parkhill.k12.mo.us

More information

Mobile Banking and Mobile Deposit Terms & Conditions

Mobile Banking and Mobile Deposit Terms & Conditions Mobile Banking and Mobile Deposit Terms & Conditions PLEASE CAREFULLY REVIEW THESE TERMS AND CONDITIONS BEFORE PROCEEDING: This Mobile Banking and Mobile Deposit Addendum ( Addendum ) to the Old National

More information

L A K E V I E W C O M M U N I T Y S C H O O L S

L A K E V I E W C O M M U N I T Y S C H O O L S L A K E V I E W C O M M U N I T Y S C H O O L S REQUEST FOR PROPOSAL COMPUTER EQUIPMENT PROJECT: DISTRICT DESKTOP AND LAPTOP REPLACEMENTS MONDAY, NOVEMBER 17, 2008 C:\DOCUMENTS AND SETTINGS\POPED\DESKTOP\TECHNOLOGY

More information

Agreements & Contracts: Electronic Documents User Agreement CUSTOMER SERVICE SKOWHEGAN SAVINGS

Agreements & Contracts: Electronic Documents User Agreement CUSTOMER SERVICE SKOWHEGAN SAVINGS Agreements & Contracts: Electronic Documents User Agreement CUSTOMER SERVICE SKOWHEGAN SAVINGS 800.303.9511 CUSTSERV@SKOWSAVINGS.COM TABLE OF CONTENTS ELECTRONIC DELIVERY OF DOCUMENTS...3 SYSTEM REQUIREMENTS...3

More information

COMMERCIAL FURNACES CERTIFICATION PROGRAM

COMMERCIAL FURNACES CERTIFICATION PROGRAM COMMERCIAL FURNACES CERTIFICATION PROGRAM AHRI OM CFRN JANUARY 2018 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800 Sponsored and administered by: PREFACE The following manual outlines

More information

AUDIT PROGRAM. Revision 6 Dated September 29, Management Systems Analysis, Inc. P.O. Box 136, Royersford, PA

AUDIT PROGRAM. Revision 6 Dated September 29, Management Systems Analysis, Inc. P.O. Box 136, Royersford, PA AUDIT PROGRAM Revision 6 Dated September 29, 2010 Management Systems Analysis, Inc. P.O. Box 136, Royersford, PA 19468 610-409-0168 jhighl@aol.com Approved: 1.0 Objective 2.0 Scope 3.0 General To describe

More information

Battery Program Management Document

Battery Program Management Document Battery Program Management Document Revision 5.1 February 2011 CTIA Certification Program 1400 16 th Street, NW, Suite 600 Washington, DC 20036 e-mail: certification@ctia.org Telephone: 1.202.785.0081

More information

HOW TO OBTAIN A LP/CNG DEALER S LICENSE

HOW TO OBTAIN A LP/CNG DEALER S LICENSE HOW TO OBTAIN A LP/CNG DEALER S LICENSE Review your application thoroughly for completeness and correctness before submitting it for processing. INCOMPLETE SUBMISSIONS WILL NOT BE PROCESSED. If your packet

More information

Program Guidelines for Security Fenestration Rating and Certification Program Administered by Architectural Testing

Program Guidelines for Security Fenestration Rating and Certification Program Administered by Architectural Testing Program Guidelines for Security Fenestration Rating and Certification Program Administered by Architectural Testing TABLE OF CONTENTS 1.0 FORWARD...2 2.0 GENERAL...2 3.0 REFERENCED DOCUMENTS...4 4.0 DEFINITION

More information

Individual Agreement. commissioned processing

Individual Agreement. commissioned processing Individual Agreement commissioned processing (in the following: AGREEMENT) Between 1. - Address owner / Controller - and 2. - Service provider / Processor - As of: 09/2017, Page 2 of 12 The following provisions

More information

APPROVE PROCUREMENT PROCESS FOR EQUIPMENT AND INSTALLATION

APPROVE PROCUREMENT PROCESS FOR EQUIPMENT AND INSTALLATION etro Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 213. 922. 20( met,". OPERATIONS COMMITTEE JANUARY 20, 2005 SUBJECT: ACTION~ METRO RED LINE SEGMENT-! REMOTE TERMINAL

More information

PRIVACY NOTICE. What Information Is Collected and How Is It Collected? Last Updated: May 21, 2018

PRIVACY NOTICE. What Information Is Collected and How Is It Collected? Last Updated: May 21, 2018 PRIVACY NOTICE Last Updated: May 21, 2018 RCI Europe cares about privacy issues and wants you to be familiar with how we collect, disclose, and otherwise use ( Process ) information about you. This privacy

More information

DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS PUBLIC SERVICE COMMISSION BASIC LOCAL EXCHANGE SERVICE CUSTOMER MIGRATION

DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS PUBLIC SERVICE COMMISSION BASIC LOCAL EXCHANGE SERVICE CUSTOMER MIGRATION DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS PUBLIC SERVICE COMMISSION BASIC LOCAL EXCHANGE SERVICE CUSTOMER MIGRATION (By authority conferred on the public service commission by sections 202 and 213

More information

Timber Products Inspection, Inc.

Timber Products Inspection, Inc. Timber Products Inspection, Inc. Product Certification Public Document Timber Products Inspection, Inc. P.O. Box 919 Conyers, GA 30012 Phone: (770) 922-8000 Fax: (770) 922-1290 TP Product Certification

More information

- - QP Date of Birth 1 Owner 1 Corp. Officer 1 LLC Member 1 Employee 1 Partner 1 Other (specify below)

- - QP Date of Birth 1 Owner 1 Corp. Officer 1 LLC Member 1 Employee 1 Partner 1 Other (specify below) NEW MEXICO APPLICATION CONTRACTOR LICENSE AN INCOMPLETE, INCORRECT OR OTHERWISE DEFECTIVE APPLICATION WILL NOT BE PROCESSED APPLICATION FEES WILL NOT BE REFUNDED. PRINT CLEARLY, ALL CAPITALS, ONE LETTER

More information

Rules for Commissioned Processing. (DDV Declaration of Conformity)

Rules for Commissioned Processing. (DDV Declaration of Conformity) Rules for Commissioned Processing (DDV Declaration of Conformity) Service provider (in the following Service Provider) Representative Street name and number Postal code, place E-mail address Website Version:

More information

International Standard on Auditing (Ireland) 505 External Confirmations

International Standard on Auditing (Ireland) 505 External Confirmations International Standard on Auditing (Ireland) 505 External Confirmations MISSION To contribute to Ireland having a strong regulatory environment in which to do business by supervising and promoting high

More information

(1986; Rev. 1989) Molded Case Circuit Breakers and Molded Case Switches. (1985; Rev. 1988) Enclosures for Electrical Equipment (1000 Volts Maximum)

(1986; Rev. 1989) Molded Case Circuit Breakers and Molded Case Switches. (1985; Rev. 1988) Enclosures for Electrical Equipment (1000 Volts Maximum) Section 16306 50/60-HERTZ (HZ) SOLID STATE FREQUENCY CONVERTER Index PART 1 GENERAL PART 2 PRODUCTS 1.1 References 2.1 Frequency Converters 1.2 Factory Tests 2.2 Conduit and Fittings 1.3 Submittals 2.3

More information

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR WEBSITE AND DOMAIN HOSTING SERVICES

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR WEBSITE AND DOMAIN HOSTING SERVICES TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR WEBSITE AND DOMAIN HOSTING SERVICES 09 April 2018 1. Assignment: The National Lotteries Board requires the appointment of a service provider

More information

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is between Mary Louise Garcia, Tarrant County Clerk, ( CLERK ), Tarrant County ( COUNTY ), Manatron, Inc. A Thomson

More information

Response Deadline Date/Time: November 22, 2016, 2:00 PM

Response Deadline Date/Time: November 22, 2016, 2:00 PM Administered by University of Maine System Office of Strategic Procurement Request for Bid (RFB) RFB #042-17 Plate Imaging Machine University of Maine Printing & Mailing Services Response Deadline Date/Time:

More information

ORIGINAL BID - Invitation For Bid Automated External Defibrillator (AED)

ORIGINAL BID - Invitation For Bid Automated External Defibrillator (AED) Page 1 of 6 BID Effective Date: 03/08/2013 Bid Invitation Number: 6100024894 Issuing Office: Cheryl Barth Attention: Bid Room Department of General Services 555 Walnut Street Harrrisburg PA 17101-1921

More information

REQUEST FOR PROPOSAL (RFP) NO Computer Equipment Desktop, Laptops, Chromebooks, Chromeboxes

REQUEST FOR PROPOSAL (RFP) NO Computer Equipment Desktop, Laptops, Chromebooks, Chromeboxes REQUEST FOR PROPOSAL (RFP) NO. 102717-01 Computer Equipment Desktop, Laptops, Chromebooks, Chromeboxes CONTACT: Brian Wheeler Bremen City School System (BCS) Director of Technology 504 Laurel Street Bremen,

More information

Web Page. Advertisement for SCADA System Manager post

Web Page. Advertisement for SCADA System Manager post Web Page Advertisement for SCADA System Manager post SCADA System Manager Closing Date: 9 June 2017 Job Category: Technical Job Location: Sophia, Georgetown Job Schedules: Employed --- Contents ---------------------------------------------------------------------------------------------------------------------

More information

MBC BUSINESS SERVICES, INC. AGREEMENT FOR REGISTERED AGENT SERVICES

MBC BUSINESS SERVICES, INC. AGREEMENT FOR REGISTERED AGENT SERVICES MBC BUSINESS SERVICES, INC. AGREEMENT FOR REGISTERED AGENT SERVICES This AGREEMENT is made this day of, 201 (the Effective Date ) by and between MBC Business Services, Inc., a Missouri corporation ( MBC

More information

Application and Instructions for Firms

Application and Instructions for Firms United States Environmental Protection Agency Office of Prevention Pesticides, and Toxic Substances EPA 747-B-99-001 March 2010 https://www.epa.gov/lead Application and Instructions for Firms Applying

More information

The JACK S SMALL ENGINES BLACK FRIDAY - CYBER MONDAY GIVEAWAY OFFICIAL RULES

The JACK S SMALL ENGINES BLACK FRIDAY - CYBER MONDAY GIVEAWAY OFFICIAL RULES The JACK S SMALL ENGINES BLACK FRIDAY - CYBER MONDAY GIVEAWAY OFFICIAL RULES NO PURCHASE IS NECESSARY TO ENTER OR WIN. A PURCHASE DOES NOT INCREASE THE CHANCES OF WINNING. 1. Eligibility: This Giveaway

More information

Desktop PC and Laptops TENDER 3/2017. Requirement Specification Document

Desktop PC and Laptops TENDER 3/2017. Requirement Specification Document Desktop PC and Laptops TENDER 3/2017 Requirement Specification Document Tender Document Due Date: 31st March 2017 Fiji Revenue and Customs Authority (FRCA) Desktop PC and Laptops TENDER The Fiji Revenue

More information

Personnel Certification Program

Personnel Certification Program Personnel Certification Program ISO 9001 (QMS) / ISO 14001 (EMS) Form PC1000 Last Updated 9/11/2017 Page 1 of 14 INDEX Auditor Certification Quality or Environmental Program Pg 3-4 Certification Status

More information

TechTarget Event Sponsorship Terms and Conditions

TechTarget Event Sponsorship Terms and Conditions TechTarget Event Sponsorship Terms and Conditions TechTarget, Inc. ( TechTarget ) and the company listed on the applicable Insertion Order(s) as the sponsor of the Event(s) ( Sponsor ) each agree that

More information

Indonesia - SNI Certification Service Terms

Indonesia - SNI Certification Service Terms Indonesia - SNI Certification Service Terms These Service Terms shall govern the Indonesian National Standard ( SNI ) Certification Services performed by the UL Contracting Party (as identified in the

More information

MEDICARE Texas (TRAILBLAZERS) PRE-ENROLLMENT INSTRUCTIONS 00900

MEDICARE Texas (TRAILBLAZERS) PRE-ENROLLMENT INSTRUCTIONS 00900 MEDICARE Texas (TRAILBLAZERS) PRE-ENROLLMENT INSTRUCTIONS 00900 HOW LONG DOES PRE-ENROLLMENT TAKE? Standard processing time is 5 business days after receipt. WHAT FORM(S) SHOULD I COMPLETE? EDI Provider

More information

Payment Card Industry (PCI) 3-D Secure (PCI 3DS) Qualification Requirements for 3DS Assessors

Payment Card Industry (PCI) 3-D Secure (PCI 3DS) Qualification Requirements for 3DS Assessors Payment Card Industry (PCI) 3-D Secure (PCI 3DS) Qualification Requirements for 3DS Assessors Version 1.0 November 2017 Document Changes Date Version Description November 2017 1.0 Initial Release of the

More information

WEBSITE DESIGN, DEVELOPMENT AND HOSTING SERVICES

WEBSITE DESIGN, DEVELOPMENT AND HOSTING SERVICES REQUEST FOR PROPOSAL WEBSITE DESIGN, DEVELOPMENT AND HOSTING SERVICES FOR FIRST NATIONS HEALTH MANAGERS ASSOCIATION (FNHMA) TABLE OF CONTENTS PART A INTRODUCTION Pages 3 5 1.0 Introduction 2.0 Scope of

More information

The Internet Society. on behalf of. The IETF Administrative Oversight Committee. Request for Proposal. RFC Editor RFC Format CSS Design

The Internet Society. on behalf of. The IETF Administrative Oversight Committee. Request for Proposal. RFC Editor RFC Format CSS Design The Internet Society on behalf of The IETF Administrative Oversight Committee Request for Proposal RFC Editor RFC Format CSS Design Date of Issuance: July 22, 2016 Proposal Submission Deadline: September

More information

S/M/WBE PARTICIPATION GOOD FAITH EFFORT FORM

S/M/WBE PARTICIPATION GOOD FAITH EFFORT FORM DATE: CONTACT INFORMATION Solicitation Title: Solicitation #: Prime Contractor: Contact Person: Phone #: Email: GOOD FAITH EFFORT DOCUMENTATION The purpose of this form is to demonstrate good faith efforts

More information

ATTACHMENT A POLICES AND PROCEDURES REGARDING CELLULAR TELEPHONES AND MOBILE COMMUNICATION DEVICES

ATTACHMENT A POLICES AND PROCEDURES REGARDING CELLULAR TELEPHONES AND MOBILE COMMUNICATION DEVICES ATTACHMENT A POLICES AND PROCEDURES REGARDING CELLULAR TELEPHONES AND MOBILE COMMUNICATION DEVICES 1. INTRODUCTION 1.1 The Office of Information Technology Services ( OITS ) has the responsibility of managing

More information

The Open Group Certification for People. Training Course Accreditation Policy

The Open Group Certification for People. Training Course Accreditation Policy The Open Group Certification for People Training Course Accreditation Policy Version 1.1 February 2014 Copyright 2013-2014, The Open Group All rights reserved. No part of this publication may be reproduced,

More information

PRIVACY NOTICE. 1.2 We may obtain or collect your Personal Data from various sources including but not limited to:

PRIVACY NOTICE. 1.2 We may obtain or collect your Personal Data from various sources including but not limited to: PRIVACY NOTICE This Privacy Notice is issued by BGR FOODSERVICE SDN. BHD. (445653-K) ( the Company or BFSB ) and/or its related companies, as defined in the Companies Act, 1965 (collectively Group ) pursuant

More information

IETF TRUST. Legal Provisions Relating to IETF Documents. February 12, Effective Date: February 15, 2009

IETF TRUST. Legal Provisions Relating to IETF Documents. February 12, Effective Date: February 15, 2009 IETF TRUST Legal Provisions Relating to IETF Documents February 12, 2009 Effective Date: February 15, 2009 1. Background The IETF Trust was formed on December 15, 2005, for, among other things, the purpose

More information