INVITATION TO BID. Project Name: DIESEL ENGINES, GENERATORS, AND ACCESSORY EQUIPMENT SERVICES DATE ISSUED: September 16, 2013

Size: px
Start display at page:

Download "INVITATION TO BID. Project Name: DIESEL ENGINES, GENERATORS, AND ACCESSORY EQUIPMENT SERVICES DATE ISSUED: September 16, 2013"

Transcription

1 INVITATION TO BID Invitation Project Name: DIESEL ENGINES, GENERATORS, AND ACCESSORY EQUIPMENT SERVICES DATE ISSUED: September 16, 2013 Submit bids in One (1) original and Two (2) sealed duplicate copies* * With the original clearly marked Original and the Duplicates clearly marked Duplicate. Address Bids To: DEKALB COUNTY DEPARTMENT OF PURCHASING AND CONTRACTING THE MALOOF CENTER 1300 COMMERCE DRIVE, 2 ND FLOOR DECATUR GEORGIA Mandatory Pre-Bid Conference: October 14, 2013, at 10:00 am, 330 W. Ponce de Leon Ave, Decatur, Georgia 30030, Conference Room A. For Specification information before Sealed Bids are closed, contact the Purchasing Division at (404) (see notes below). NOTES: 1. All Requests Must Be In Writing. No responses to requests, answers to specification questions, or additional information shall be supplied after October 21, See Attached Form 3, Paragraph 2: ( walbert@dekalbcountyga.gov) or Fax: (404) For Abstract information after Sealed Bids are closed, see website or pcadminops@dekalbcountyga.gov, or call (404) Sealed Bids for furnishing the commodities or services described in the following schedule will be received at the location listed above: until 3:00 P.M. on October 31, 2013 and at that time publicly opened. The official Purchasing & Contracting Department Web Site is: where bidding information will be available. DELIVERY F.O.B.: See Specifications and Appendices DESCRIPTION Bids are invited by DeKalb County to establish a Purchase Agreement for bidders to furnish DIESEL ENGINES, GENERATORS, AND ACCESSORY EQUIPMENT SERVICES, as listed on Page(s) 4 through 31 as Items No. 1 through 250 and in accordance with attached requirements. FIRM S NAME AND ADDRESS: (Street, City, State and Zip Code. Type or print): SIGNATURE OF PERSON AUTHORIZED TO SIGN BID (Bid must be signed); DATE OF BID: ARE YOU A DEKALB COUNTY FIRM? Yes No SIGNER S NAME AND TITLE (Type of Print): Federal Tax ID No. Telephone and Fax Numbers with Area Code: Phone: Fax: Page 1 of 97

2 (P & C Form 17, 1 st Page, Rev , ITB Page 2). Invitation NOTICES TO BIDDERS All bids are subject to the following: 1. The attached Bidding Instructions, Terms and Conditions 7. Local Small Business Enterprise Ordinance (LSBE) (Purchasing and Contracting Form No. 3). (Purchasing & Contracting Form No. 7). 2. Notice To Bidders (Purchasing and Contracting Form No. 8. Additional Instructions, Terms and Conditions Applicable 17). to Indefinite Quantity and Service Contracts (Purchasing 3. The Schedule included below and/or attached hereto. & Contracting Form No. 4). 4. Such other provisions, representations, certifications, and specifications as are attached hereto or incorporated by reference in the Schedule. 5. Brand Name or Trade Name/Mark Instructions (Purchasing and Contracting Form No. 14). 6. Minimum Specifications and Appendices on pages 32 through Federal Work Authorization Form (Purchasing & Contracting Form No. 33). 10. Timely supply of all insurance and bonding as required by the bid. Insurance (P & C Form No. 25). 11. Business License submitted with bid application. Bidder Note: Please be advised Form #33, Federal Work Authorization Form must be filled out, notarized and returned with the bid Bidder Note: Please be advised Form #7 LSBE Ordinance documents must be filled out and returned with the bid Bidder Note: Should any of the submittals not be identical to the original submittal, bidder may be deemed nonresponsive and his bid may be rejected and not considered. Bidder Note: All addendums must be signed and returned or your bid may be deemed non-responsive. It is the sole responsibility of bidder(s) to ensure that bids reach the Purchasing & Contracting Department on or before the closing date and time. The County shall in no way be responsible for delays caused by any occurrence. Offers by telephone, facsimile or telegram will not be accepted. The County will not be responsible for late deliveries or delayed mail. The time/date stamp clock located in the Purchasing & Contracting Department shall serve as the official authority to determine lateness of any bid. The bid opening time shall be strictly observed. Under no circumstances shall bids delivered after the specified time be considered. Such bids will be returned unopened. THE DECATUR POSTMASTER WILL NOT DELIVER CERTIFIED OR SPECIAL DELIVERY MAIL TO SPECIFIC ADDRESSES WITHIN DEKALB COUNTY GOVERNMENT. WHEN SENDING BIDS OR TIME SENSITIVE DOCUMENTS, YOU MAY WANT TO CONSIDER A COURIER THAT WILL DELIVER TO SPECIFIC ADDRESSES. BIDDERS SHOULD REGULARLY CHECK OUR WEB SITE WHERE BID UPDATES AND ADDENDA WILL BE POSTED. C AUTION: READ ALL INSTRUCTIONS, CONDITIONS, SPECIFICATIONS, ETC. IN DETAIL. ALL BIDDERS ARE RESPONSIBLE FOR RESPONDING TO THIS BID PACKAGE SPECIFICALLY AS SET FORTH IN THE DOCUMENT HEREIN. FAILURE TO DO SO COULD MEAN BEING FOUND NON-RESPONSIVE AND YOUR BID MAY NOT BE CONSIDERED. Page 2 of 97

3 (P & C Form 17, 2 nd Page, Rev , ITB Page 3) Invitation THE OFFICIAL PURCHASING & CONTRACTING DEPARTMENT WEB SITE IS: All bids must be either typewritten or filled in with pen and ink, and must be signed in ink by an officer or employee having authority to bind the company or firm. Errors, corrections or changes on any document must be initialed by the signatory of the bid. Bidders will not be allowed to modify their bids after the designated opening date and time. FIRST PAGE IS TO BE SIGNED AND RETURNED WITH YOUR BID The enclosed (or attached) bid in response to Invitation No is a firm offer, as defined by Section O.C.G.A of the Code of Georgia (Georgia Laws 1962 pages ), by signatory. This offer shall remain open for acceptance for a period of ninety calendar days from the date of the opening of the bids, as set out in the invitation for bids. The terms, conditions, and other limitations of the invitation for bids are accepted. Bidder state payment terms, including time payment discount(s): ; (See Form #3, Paragraph 5.) Page 3 of 97

4 ITEM NO. PRICE SCHEDULE COMMODITIES OR SERVICES Invitation AMOUNT 1. Five (5) existing 1100 KW Generators, Caterpillar Engines, fuel systems, heat exchangers and all accessories for Scott Candler Filter Plant. 2. Four (4) new 2000 KW Generators, Caterpillar Engines, fuel systems, heat exchangers and all accessories for Scott Candler Filter Plant. 3. Redan-Panola Re-pump Station, Waukesha Engine, fuel day-tank and all accessories for Scott Candler Filter Plant. 4. Wesley Chapel Re-pump Station, Cummins Engine, fuel day-tank and all accessories for Scott Candler Filter Plant. 5. Whites Mill Re-pump Station, Cummins Engine, fuel day-tank and all accessories for Scott Candler Filter Plant. 6. Henderson Road Booster Station, 175 KW GenSet for Scott Candler Filter Plant. 7. Tucker Re-pump Station, 100 KW GenSet for Scott Candler Filter Plant. 8. Tilly Mill Road Booster Station, 50 KW GenSet for Scott Candler Filter Plant. 9. Dunwoody Re-pump Station, 200 KW GenSet for Scott Candler Filter Plant. 10. Raw Water Re-pump Station, Detroit Diesel Generator Model: 100RJS6DT3 for Scott Candler Filter Plant. 11. Raw Water Re-pump Station, Detroit Diesel Generator Model: 100RJS6DT3 for Scott Candler Filter Plant. 12. SCR testing for Generators for Scott Candler Filter Plant. Page 4 of 97

5 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 13. Portable Generator I (Green), Onan Engine, 60 KW GenSet for Snapfinger Water Treatment Plant. 14. Portable Generator II (White), Coleman Engine, 60 KW GenSet for Snapfinger Water Treatment Plant. 15. Portable Generator III (Yellow), Detroit Engine, 135 KW GenSet for Snapfinger Water Treatment Plant. 16. American Fare, 1701 Mountain Industrial Blvd., Stone Mountain, GA, 30083, 35 KW, Model #: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 17. Baranco, 1500 Agape Way, Decatur, GA, 30035, 16.8 KW, Model #: GGMB , SN: E , GenSet Fuel: N-Gas for Lift Station. 18. Beachwood Forrest, 5369 Beachwood Forrest Drive, Lithonia, GA, 30038, 65 KW, Model #: GGHB , SN: H , GenSet, Fuel: N-Gas for Lift Station. 19. Boulder Walk, 2976 Boulder Walk Court, Atlanta, GA, 30316, 20.5 KW, Model GGDB , SN G , GenSet, Fuel: N-Gas for Lift Station. 20. Browns Mill 1(new), 5101 Browns Mill Road, Lithonia, GA, 30038, 75 KW, Model GGHE , SN I , GenSet, Fuel: N-Gas for Lift Station. 21. Browns Mill 2 (pool area), 5101 Browns Mill Road, Lithonia, GA, 30038, 75 KW, Model GGHE , SN I , GenSet, Fuel: N-Gas for Lift Station. 22. Briarwood Field, 2465 Field Way, Atlanta, GA, 30319, 20 KW, Model GGDB , SN L , GenSet, Fuel: N-Gas for Lift Station. 23. Burlington, 3585 Wolverton Circle, Lithonia, GA, 30038, 80 KW, Model 80GGHC B, SN L , GenSet, Fuel: N-Gas for Lift Station. Page 5 of 97

6 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 24. Camelot, 4051 English Valley Drive, Ellenwood, GA, 30294, 20 KW, Model: GGBB , SN: C , GenSet, Fuel: N-GAS for Lift Station. 25. Camp Creek, 4877 Lawrenceville Hwy., Tucker, GA, 30084, 60 KW, Model #: DGCB , SN: E , GenSet, Fuel: Diesel for Lift Station. 26. Chester Hills, 565 Dove Lane, Stone Mountain, GA, 30087, 23KW, Model#: GGFB , SN: G , GenSet, Fuel: N-Gas for Lift Station. 27. Columbia Drive, 2547 Columbia Drive, Decatur, GA, 30034, 35 KW, Model#: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 28. Fairington, 2000 Fairington Blvd., Lithonia, GA, 30038, 35KW, Model #: DGBB , SN: E , Gen-Set, Fuel: Diesel for Lift Station. 29. Fourth Street, 930 Fourth Street, Stone Mountain, GA, 30083, 35 KW, Model #: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 30. Green Pastures, 5205 River Road, Ellenwood, GA, 30294, 60 KW, Model#: GGHE , SN: Cc , GenSet, Fuel: N-Gas for Lift Station. 31. Greenridge, 1306 Greenridge Court, Stone Mountain, GA, 30058, 45KW, Model#: GGFC , SN: D , GenSet, Fuel: N-Gas for Lift Station. 32. Hammer Mill 1, 4760 Hammermill Road, Tucker, GA, 30084, 60 KW, Model#: DGCB , SN: F , GenSet, Fuel: Diesel for Lift Station. 33. Hammer Mill II, 4880 Hammermill Road, Tucker, GA, 30084, 35 KW, Model #: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 34. Hammer Mill III, 4980 Hammermill Road, Tucker, GA, 30084, 40.2 KW, Model #: DGCB , SN: E , GenSet, Fuel: Diesel for Lift Station. Page 6 of 97

7 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 35. Hearn Road, 4319 Hearn Road, Ellenwood, GA, 30038, 100 KW, Model #: DGD , SN: E , GenSet, Fuel: Diesel for Lift Station. 36. Holly Hills, 3481 Hickory Walk Lane, Ellenwood, GA, 30294, 80 KW, Model #: GGHC , SN: J , GenSet, Fuel: N-Gas for Lift Station. 37. Honey Creek, 7501 Rockland Road, Lithonia, GA, 30038, 406 KW, Model#: 3412CAT, SN: AR2, GenSet, Fuel: Diesel for Lift Station. 38. Kings Way, 5985 Kings Way Walk, Lithonia, GA, 30058, 35W, Model#: DGBB , SN: E , Gen-Set, Fuel: Diesel for Lift Station. 39. Klondike Manor, 4440 English Loop, Lithonia, GA, 30038, 20.5 KW, Model GGDB , SN G , Gen-Set Fuel: N-Gas for Lift Station. 40. LCC I, 7364 Drake Avenue, Lithonia, GA, 30058, 1000 KW, Model #: 680FDR7138JJW, SN: RC /27, GenSet, Fuel: Diesel for Lift Station. 41. LCC II, 1485 Rock Chapel Road, Lithonia, GA, 30058, 1000 KW, Model #: 680FDR7138JJW, SN: RC /25-03, GenSet, Fuel: Diesel for Lift Station. 42. LCC III, 7120 Maddox Road, Lithonia, GA, 30058, 1000 KW, Model #: 680FDR7138JJW, SN: RC /25-02, GenSet, Fuel: Diesel for Lift Station. 43. Leeshire, 5031 Leeshire Trail, Tucker, GA, 30084, 60 KW, Model #: DGCB , SN: E , GenSet, Fuel: Diesel for Lift Station. 44. Lehaven, 2610 Oak Avenue, Tucker, GA, 30084, 35 KW, Model #: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 45. Lewis Way, 1664 Lewis Way, Tucker, GA, 30083, 20 KW, Model #: GGDB , SN: F , GenSet, Fuel: N-Gas for Lift Station. Page 7 of 97

8 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 46. Lithonia 1, 7850 Covington Highway, Lithonia, GA, 30058, 80 KW, Model #: DGDA , SN: E , GenSet, Fuel: Diesel for Lift Station. 47. Lithonia II, 7850 Covington Highway, Lithonia, GA, 30058, 80 KW, Model #: DGDA , SN: E , GenSet, Fuel: Diesel for Lift Station. 48. Lower Crooked Creek I, Cummins Engine & all accessories, 750 KW GenSet, will upgrade to 1000 KW GenSet for Lift Station. 49. Lower Crooked Creek II, Cummins Engine & all accessories, 750 KW GenSet, will upgrade to 1000 KW Gen Set for Lift Station. 50. Lower Crooked Creek III, Cummins Engine & all accessories, 750 KW GenSet, will upgrade to 1000 KW Gen Set for Lift Station. 51. Medlock Place, 2466 Vivian Circle, Decatur, GA, 30030, 35 KW, Model #: GGFB , SN: , GenSet, Fuel: N-Gas for Lift Station. 52. Moss Stone, 7316 Moss Stone Drive, Lithonia, GA, 30058, 35 KW, Model GGFDB , SN: D , Gen-Set, Fuel: N-Gas for Lift Station. 53. Mountain Industrial, 2301 Mountain Industrial Blvd., Tucker, GA, 30084, 60 KW, Model: DGCB , SN: E , Gen-Set, Fuel: Diesel for Lift Station. 54. New Gibralter Square, 1099 New Gibralter Square, Stone Mountain, GA, 30083, 35 KW, Model: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 55. Oak Hill Springs, 1916 Ivory Oak Court, Lithonia, GA, 30058, 20 KW, Model GGDB , SN J , Gen-Set, Fuel: N-Gas for Lift Station. 56. Oak Leaf Glenn, 2475 Oak Leaf Circle (Ridge), Lithonia, GA, 30058, 42 KW, Model GGFE , SN J , Gen-Set, Fuel: N-Gas for Lift Station. Page 8 of 97

9 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 57. Pennybrook, 2240 Catrina Court, Stone Mountain, GA, 30087, 80 KW, Model: DGDA , SN: E , GenSet, Fuel: Diesel for Lift Station. 58. Pepperwood, 780 Pepperwood Trail, Stone Mountain, GA, 30087, 40.2 KW, Model: DGCB , SN: E , GenSet, Fuel: Diesel for Lift Station. 59. Perimeter Park, 4182 Deacon Lane, Chamblee, GA, 30341, 35 KW, Model: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 60. River Vista, 5505 River Road, Ellenwood, GA, 30294, 40KW, Model: GGHE , SN: E , GenSet, Fuel: N-Gas for Lift Station. 61. River Vista IV, 4722 River Front Road, Ellenwood, GA, 30294, 35KW, Model: GGFD , SN: B , GenSet, Fuel: N-Gas for Lift Station. 62. Roadhaven Warehouse, Administration Building, 1580 Roadhaven Dr., Stone Mountain, GA, 30083, Generac Model , SN , 80 KW for Lift Station. 63. Roadhaven Warehouse, CM Building, 1580 Roadhaven Dr., Stone Mountain, GA, 30083, Cummings Model LDFHA , SN , 750 KW for Lift Station. 64. Roadhaven Facility, 1641 Roadhaven Dr., Stone Mountain, GA, 30083, Kohler, Model 150RE0ZID, SN , 150 KW for Lift Station. 65. Rogers Lake, 1750 Rogers Lake Road, Lithonia, GA, 30058, 20 KW, Model: DKAE , SN: E , GenSet, Fuel: Diesel for Lift Station. 66. Royal Atlanta I, 4949 S. Royal Atlanta Drive, Tucker, GA, 30084, 125 KW, Model: DGEA , SN: E , GenSet, Fuel: Diesel for Lift Station. 67. Royal Atlanta II, 4991 S. Royal Atlanta Drive, Tucker, GA, 30084, 20 KW, Model: GGDB , SN: C , GenSet, Fuel: N-Gas for Lift Station. Page 9 of 97

10 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 68. Royal Atlanta III, 5283 Royal Woods Parkway, Tucker, GA, 30084, 60 KW Model: DGCB , SN: F , GenSet, Fuel: Diesel for Lift Station. 69. Sweetwater, 4100 Sweetwater Falls, Ellenwood, GA, 30038, 20 KW, Model: DGDA , S/N: E , GenSet, Fuel: Diesel for Lift Station. 70. Salem Road, 5337 Salem Road, Lithonia, GA, 30038, 35 KW, Model: GGFB , SN: G , GenSet, Fuel: Diesel for Lift Station. 71. Scarbough Square, 5810 Covington Hwy, Lithonia, GA, 30035, 35KW, Model: DGBB , SN: E , GenSet, Fuel: Diesel for Lift Station. 72. Serenity Village, 3649 Serenity Lane, Lithonia, GA, 30038, 20 KW, Model GGDB , SN A , GenSet, Fuel: N-Gas for Lift Station. 73. South River Bend, 4674 Brandy Bay, Lithonia, GA, 30058, 100 KW, Model: GGHD , SN: G , GenSet, Fuel: N-Gas for Lift Station. 74. South River Bend II, 4834 Carly Way, Lithonia, GA, 30058, 100 KW, Model: GGAG , SN: K , GenSet, Fuel: N-Gas for Lift Station. 75. Stone Mill I, 1313 Stone Mill Way, Stone Mountain, GA, 30038, 80 KW, Model: DGDA , S/N: E , GenSet, Fuel: Diesel for Lift Station. 76. Stratfield, 3280 Stratfield Drive, Dunwoody, GA, 30041, Stationary 60 KW GenSet for Lift Station. 77. Stratfield, 3274 Stratfield Drive, Atlanta, GA, 30319, 20 KW, Model #: GGDB , SN: K , GenSet, Fuel: N-Gas for Lift Station. 78. Summit Glen, 1734 Summit Glen Lane, Atlanta, GA, 30329, 35 KW, Model #: GGFB , SN: I , GenSet Fuel: N-Gas for Lift Station. Page 10 of 97

11 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 79. Thurgood Estates, 4453 Equity Court, Ellenwood, GA, 30294, 23KW, Model #: GGFD , SN: L , GenSet Fuel: N-Gas for Lift Station. 80. Turnbury Gates, 2403 Johnson Ferry Road, Atlanta, GA, 30341, 40.2 KW, Model #: GGHE , SN: H , GenSet Fuel: N-Gas for Lift Station. 81. Ward Lake, 4218 Ward Lake Road, Ellenwood, GA, 30294, 20 KW, Model: GGF , S/N: C , GenSet Fuel: N-Gas for Lift Station. 82. Windy Ridge, 6203 Windy Ridge Trail, Lithonia, GA, 30058, 23 KW, Model GGFB SN: D , Gen-Set Fuel: N-Gas for Lift Station. 83. Stone Mill II, 5128 Stone Mill Way, Stone Mountain, GA, 30083, 125 KW, Model: DGEA , S/N: E , GenSet, Fuel: Diesel for Roadhaven Complex. 84. Stone Mill III, 1391 Juliette Road, Stone Mountain, GA, 30083, 35 KW, Model: DGBB , S/N: E , GenSet, Fuel: Diesel for Roadhaven Complex. 85. Stone Mountain Park Lift Station, 6804 Memorial Drive, Stone Mountain, GA, 30083, KW, Model: DGFA , S/N: D , GenSet, Fuel: N-Gas for Roadhaven Complex. 86. Stoney Creek, 3762 River Rock Rd., Lithonia, GA, 30038, KW, Model: DQHAA , S/N: C , GenSet Fuel: Diesel for Roadhaven Complex. TOTAL FOR ANNUAL SERVICES: for Item Nos. 1 through 86, in accordance with Minimum Specifications and Appendices B through D. TOTAL FOR MONTHLY PREVENTIVE MAINTENANCE: for Items Nos. 1 through 86, in accordance with Minimum Specifications and Appendix F. $ /each Page 11 of 97

12 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 87. Cotta Gearbox minor rebuild, Model: GRE 3210 for Scott Candler Filter Plant $ /each 88. Cotta Gearbox major rebuild, Model: GRE 3210 for Scott Candler Filter Plant $ /each 89. Cotta Transmission complete new replacement cost Model: GRE 3210 for Scott Candler Filter Plant $ /each 90. Centric Coupling, Zurn Industries, Model AVL 24X8, Serial Number 28730, rated RPM, Hub, Spider, Drum and Shoes: Driver Bore: / inch, 1-1/4 x 2 inch key Complete New Replacement for the Scott Candler Filter Plant. $ /each 91. Centric Coupling, Zurn Industries, Model AVL 24X8, Serial Number 28730, rated RPM, Hub, Spider, Drum and Shoes: Driver Bore: / inch, 1 x 7/16 inch key Complete New Replacement for the Scott Candler Filter Plant. $ /each 92. Reline and Repair a single Centrifugal Coupling Shoe, (only), Zurn Industries, Model AVL 24X8, Serial Number 28730, rated RPM for the Scott Candler Filter Plant. $ /each 93. Reline and Repair a Set of sixteen (16) Centrifugal Coupling Shoes, Zurn Industries, Model AVL 24X8, Serial Number 28730, rated RPM for the Scott Candler Filter Plant. $ /each 94. Centrifugal Coupling Shoe, Zurn Industries, Model AVL 24X8, Serial Number 28730, rated RPM, Complete New Replacement for the Scott Candler Filter Plant. $ /each 95. Repair Twin Disc Clutches (IBF318), located at the Scott Candler Filter Plant. $ /each 96. New replacement Twin Disc Clutches (IBF318), located at the Scott Candler Filter Plant. $ /each 97. Repair (B218-P and Hillard Type 410 Friction Coupling), located at Redan-Panola. $ /each Page 12 of 97

13 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 98. New replacement (B218-P), located at Redan-Panola. $ /each 99. New replacement of Hillard Type 410 Coupling, located at Redan-Panola. $ /each 100. Repair (SP214P1, S/N 1F2942), located at White s Mill. $ /each 101. New replacement (SP214P1), located at White s Mill. $ /each 102. New replacement of Centric Coupling, Part No , located at White s Mill. $ /each 103. Fire Station # 1, 1670 Clifton Road, Atlanta, GA, 30329, GenSet 15 KW, Onan Model#: 15.0OJC-18/10718AB, S/N: , Engine Model#: 15.OJC- 18/10718AB, Engine S/N: for Facilities Management. $ /annual 104. Fire Station # 2, 1316 Dresden Drive, Atlanta, GA, 30319, GenSet, 15 KW, Onan Model #: 15.OJC18R7, S/N#: B , Engine Model# EPG009 for Facilities Management. $ /annual 105. Fire Station # 3, 24 N. Clarendon Avenue, Avondale, GA, 30002, GenSet, 5 KW, Onan Model#: 6EGHEB, S/N#: G99P952891, Engine Model#: GH L, Engine S/N: X for Facilities Management. $ /annual 106. Fire Station # 4, 4540 Flakes Mill Road, Ellenwood, GA, 30294, GenSet, 150 KW, Onan Model #: GGKD , S/N#: C , Engine Model#: GTA8.3G2, Engine S/N#: ) for Facilities Management Fire Station # 5, 4013 Lawrenceville Highway, Tucker, GA, 30084, GenSet, 5.5 KW, Onan Model #: 6EGHEB, S/N#: G99P952890, Onan Engine Model#: E140H- N/11348D, Engine S/N#: F99X for Facilities Management Fire Station # 6, 2342 Flat Shoals Road Decatur, GA, 30032, GenSet, 100 KW, Onan Model #: GGKD , S/N#: L , Engine Model#: GTA83G2, Engine S/N#: for Facilities Management. Page 13 of 97

14 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 109. Fire Station # 7, 1776 Derrill Drive, Decatur, GA, 30030, GenSet, 5.5 KW, Onan Model #: 6EGHEB, S/N#: G99P952909, Engine Model#: E14OH-N/11348D, Engine S/N#: F99X for Facilities Management Fire Station # 8, 2711 Clairmont Road, Decatur, GA, 30329, GenSet, 15 KW, Kohler Model #: 15.OPJG18R-13168AA, S/N#: G , Engine Model#: LTD E, Engine S/N#: G for Facilities Management Fire Station # 9, 3858 N. Druid Hills Road, Decatur, GA, 30030, GenSet, 100 KW, Onan Model #: GGHE , S/N#: L , Ford Engine Model#: WSG- 1068IT-6005-A, Engine S/N#: I for Facilities Management Fire Station # 10, 1686 Constitution Road, Atlanta, GA, 30316, GenSet, 45 KW, Cummins Model #: QT0452ANSX, S/N#: , Cummins Engine Model#: CGNX802-42NN, Engine S/N#: SKK7942 for Facilities Management Fire Station # 10, Antenna Site, 1686 Constitution Road, Atlanta, GA, 30316, GenSet, 80 KW, Onan Model #: DSFAE , S/N#: B , Cummins Engine Model#: QSB5-G3 NR3, Engine S/N#: for Facilities Management Fire Station # 11, 6715 Memorial Dr., Stone Mountain, GA, 30083, GenSet, 15 KW, Onan Model #: 6EGHEB, S/N#: 699P952910, Engine Model#: GH L, Engine S/N#: X for Facilities Management Fire Station # 12, 5323 Roberts Road, Dunwoody, GA, 30338, GenSet, 15 KW, Coleman Model #: PM , S/N#: C , Daihatsu Engine Model#: 58447, Engine S/N#: 0210-E2 for Facilities Management Fire Station # 13, 5619 Redan Drive, Stone Mountain, GA, 30088, GenSet, 5.5 KW, Onan Model #: 6EGHEB, S/N#: G99P952895, Engine Model#: E140H-N/11348D, Engine S/N#: F99X for Facilities Management Fire Station # 14, 7207 Covington Hwy., Lithonia, GA, 30058, GenSet, 5.5 KW, Onan Model #: 6EGHEB, S/N#: G99P952911, Engine Model#: E140H-N/11348D, Engine S/N#: G99X for Facilities Management. Page 14 of 97

15 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 118. Fire Station # 15, 2017 Flight Way, Chamblee, GA, 30341, GenSet, 20 KW, Spectrum Model #: 20GS60, S/N#: , Ford Engine Model#: LSG F, Engine S/N#: G-15-RA for Facilities Management Fire Station # 16, 2770 Pleasantwood Drive, Decatur, GA, 30030, GenSet, 7 KW, Troy-Bilt Model #: 30477, S/N#: ,Briggs/ Stratton Engine Model#: 25T G1, Engine S/N#: 1.11E+12 for Facilities Management Fire Station # 17, 3900 Evans Mill Road, Lithonia, GA, 30038, GenSet, 15 KW, Onan Model #: 15.ORJC18R/13163AA, S/N#: G , Engine Model#: LTOU100-4/252E, Engine S/N#: G for Facilities Management Fire Station # 18, 4588 Barclay Drive, Chamblee, GA, 30338, GenSet, 14 KW, Generac Model #: 3350, S/N#: , Generac Engine Model#: OG8294, Engine S/N#: for Facilities Management Fire Station # 19, 3253 Mercer University Dr., Chamblee, GA, 30341, GenSet, 12 KW, Onan Model #: 12.5JC-3R/16043AA, S/N#: , Engine Model#: LTEU100-3/8129E, Engine S/N#: for Facilities Management Fire Station # 19 Antenna Site, 3253 Mercer University Drive, Chamblee, GA, 30341, (50 KW, Generac Model #: , S/N#: , Engine Model#: SG005OA165, Engine S/N#: 58366, Propane Fuel, Generac Model GTS020W) for Facilities Management Fire Station # 20, 2919 Warren Road, Decatur, GA, 30034, GenSet, 12.5 KW, Onan Model #: 125JC3R-16043AA, S/N#: , Engine Model#: LTE4100-3/8129E, Engine S/N#: for Facilities Management Fire Station # 21, 1020 Crown Point Parkway, Atlanta, GA, 30338, GenSet, 70 KW, Onan Model #: 70.OEN-15R/29191, S/N#: B , Ford Engine Model#: LSG A, Engine S/N#: G-28-TG for Facilities Management Fire Station # 22, 1859 Montreal Road, Tucker, GA, 30084, GenSet, 70 KW, Onan Model #: 70.OEN-150R/291901, S/N#: B DOK8-8, Ford Engine Model#: LSG A, Engine S/N#: G-28-IC for Facilities Management. Page 15 of 97

16 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 127. Fire Station # 23, 1265 Brockett Road, Clarkston, GA, 30021, GenSet, 70 KW, Onan Model #: 70.OEN-15R/2919D, S/N#: B , Ford Engine Model#: LSG , Engine S/N#: TC for Facilities Management Fire Station # 24, 4154 Redan Road, Stone Mountain, GA, 30083, GenSet, 65 KW, Onan Model #: 65.OEN-15R/297760, S/N#: J , Ford Engine Model#: LSG A, Engine S/N#: H-28-TK for Facilities Management Fire Station # 25, 7136 Rockbridge Rd., Stone Mountain, GA, 30087, GenSet, 150 KW, Onan Model #: GGHD , S/N#: A , Engine Model#: GTA8-3G2, Engine S/N#: for Facilities Management Fire Station# 26, 2522 McAfee Road, Decatur, GA, 30032, GenSet, 105 KW, Detroit Model #: 100DSEJB, S/N#: , John Deere Engine Model#: 6068TF250, Engine S/N#: PE6068T63879 for Facilities Management Fleet Management, 772 Camp Road, Decatur, GA, 30032, GenSet, 5 KW, Onan Model #: 5.0CCK-3CR-12R, S/N#: E , Engine Model#: 5.0CCK-3CR- 12R, Engine S/N#: E for Facilities Management Jail, 4415 Memorial Drive, Decatur, GA, 30032, GenSet, 1000 KW, Caterpillar Model # SR4, S/N#: 6NA02956, Caterpillar Engine Model#: 3512, Engine S/N#: 24Z04589 for Facilities Management Jail, 4415 Memorial Drive, Decatur, GA, 30032, GenSet, 1000 KW, Caterpillar Model # SR4, S/N#: 6NA02955, Caterpillar Engine Model#: 3512STD, Engine S/N#: 24Z04580 for Facilities Management Jail, 4415 Memorial Drive, Decatur, GA, 30032, GenSet,1000 KW, Caterpillar Model # SR4, S/N#: 6NA02954, Caterpillar Engine Model#: 3512STD, Engine S/N#: 24Z04581 for Facilities Management Jail, 4415 Memorial Drive, Decatur, GA, 30032, GenSet, 0 KW, Fire Pump, John Deere Engine Model#: 6068TF220, Engine S/N#: PE6068T for Facilities Management. Page 16 of 97

17 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 136. Main Library, 215 Sycamore Street, Decatur, GA, 30030, GenSet, 150 KW, Generac Model # 91A01906-S, S/N#: , Engine Model#: 76815, Engine S/N: 13.3L for Facilities Management Courthouse Annex (Unit 1), 556 N. McDonough St., Decatur, GA, 30030, GenSet, 375 KW, Kohler Model#: 400REOZD, S/N#: , diesel, Engine Model#: 6063HK35, Engine S/N: 06R , Annual and Monthly Maintenance shall be done on Fridays at 6:00 AM for Facilities Management Courthouse Annex (Unit 2), 556 N. McDonough St., Decatur, GA, 30030, GenSet, 375 KW, Model#: Kohler 400-REOZD, S/N#: , diesel, Engine Model#: 6063HK35, Engine S/N: 06R , Annual and Monthly Maintenance shall be done on Fridays at 6:00 AM for Facilities Management Memorial Drive Office Park, 4380 Memorial Drive, Decatur, GA, 30032, GenSet, 45 KW, Onan Model#: 45DEF-4XR8/2893B, S/N#: , Engine Model#: C3PN A, Engine S/N: KH for Facilities Management New Juvenile Justice Center, 4309 Memorial Drive, Decatur, GA, 30032, GenSet, 225 KW, Kohler Model 230REOZJB, S/N: , John Deere Engine Model #: 6081AF001, Engine S/N: RG6081A17499, diesel for Facilities Management E. DeKalb Police Precinct Antenna, 2484 Bruce St., Lithonia, GA, 30058, GenSet, 100 KW, Cummings Model DBDG , S/N#: D , Cummins Engine Model # 6BT5.9-G6, Engine S/N#: , diesel for Facilities Management Prime Site Antenna Site, 701 Camp Road, Decatur, GA, 30032, GenSet, 100 KW, Cummings Model DSHAF , S/N: C , Cummins Engine Model # QSL9-G2, Engine S/N#: , diesel for Facilities Management Mystery Valley Golf Course, 6094 Shadowrock Dr., Lithonia, GA, 30058, GenSet, 100 KW, Cummings Model #: DGDB , S/N #: D , Diesel for Facilities Management Winn Way Road, Decatur, GA, 30030, GenSet, 80 KW, Onan Model GGHC , SN#: G , Ford Engine Model#: LSG A, Engine S/N#: , natural gas for Facilities Management. Page 17 of 97

18 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 145. North DeKalb Health Center, 3807 Clairmont Road, Decatur, GA, 30030, GenSet, 45 KW, Generac Model#: 98A00502-S, S/N: , Generac Engine Model #: 4.3L, S/N: A3797, natural gas for Facilities Management Exchange Park Antenna Site, 2771 Columbia Drive, Decatur, GA, 30034, GenSet, 100 KW, Onan Model DGDB , SN: D , Cummins Engine Model# 6BT5.9-G6, Engine S/N: , diesel for Facilities Management West Exchange Building 1950, 1950 West Exchange Place, Tucker, GA, 30084, GenSet, 12.5 KW, Onan Model #: 12.5HDKCB11506C, SN: C , Kubota Engine Model #: D1703, Engine S/N: AA0405, diesel for Facilities Management West Exchange Building 1960, 1960 West Exchange Place, Tucker, GA, 30084, GenSet, 350 KW, Cummins Model#: 350DFCC, S/N: J , Cummins Engine Model#: NTA-855-G3, Engine S/N#: for Facilities Management West Exchange Building 1960 (911 Center), 1960 West Exchange Place, Tucker, GA, 30084, GenSet, 810 KW, Kohler Model#: 800REOZM, S/N: , Mitsubishi Engine Model#: S12A2-Y1PTA-1, Engine S/N#: 25277, diesel for Facilities Management New South Police Precinct, 2842 HF Shepard, Decatur, GA, 30034, GenSet, 100 KW, Onan Model#: GGHD , S/N: D , Ford Engine Model#: LSG A, Engine S/N#: for Facilities Management North Police Precinct, 4453 Ashford Dunwoody Road, Atlanta, GA, 30346, GenSet, Cummins GC, 60 KW for Facilities Management E. Police Precinct, 2484 Bruce St, Lithonia, GA, 30058, GenSet, 7 KW, Kohler Model#: 73NM402, S/N: , Kohler Engine Model#: K582EP, Engine S/N#: for Facilities Management Calloway Building, 120 West Trinity Place, Decatur, GA, 30030, GenSet, 250 KW, Model#: , S/N: AD99465 CHD, Engine Model: Caterpillar 3406Cal, Engine S/N: 2WB03489, Annual and Monthly Maintenance shall be done on 3 rd Saturday at 8:00 AM for Facilities Management. Page 18 of 97

19 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 154. DeKalb Firing Range Antenna, 3977 Goddard Road, Lithonia, GA, 30038, GenSet, 80 KW, Cummins Model #: DGCG , S/N#: L , Cummins Engine Model#: 4BTA3.9-G3, Engine S/N#: Z for Facilities Management DeKalb North Transfer, 4600 Buford Highway, Atlanta, GA, 30341, GenSet, 12 KW, Generac Model #: 44562, S/N#: , Generac Engine Model#: OD8547, Engine S/N#: for Facilities Management DeKalb Sanitation Central, 3689 Camp Road, Decatur, GA, 30032, GenSet, 12 KW, Generac Model #: 44562, S/N#: , Generac Engine Model#: 86219, Engine S/N#: for Facilities Management DeKalb Sanitation East, 1750 Rogers Lake Road, Lithonia, GA, 30058, GenSet, 12 KW, Generac Model #: 44562, S/N#: , Generac Engine Model#: 86219, Engine S/N#: for Facilities Management DeKalb Sanitation North, 2315 Chamblee Tucker Road, Tucker, GA, 30084, GenSet, 12 KW, Generac Model #: 44562, S/N#: , Generac Engine Model#: GT990, Engine S/N#: for Facilities Management DeKalb Sanitation South, 1755 Fairlake Drive, Decatur, GA, 30034, GenSet, 12 KW, Generac Model #: 44562, S/N#: , Generac Engine Model#: OD8547, Engine S/N#: for Facilities Management DeKalb Sanitation Ward Lake, 3115 Ward Lake Road, Ellenwood, GA, 30294, GenSet, 35 KW, Generac Model #: 49921, S/N#: , Generac Engine Model#: OE8336, Engine S/N#: 3.9L for Facilities Management DeKalb Shepherd Antenna, 1800 Briarcliff Road, Atlanta, GA, 30329, GenSet, 80 KW, Cummins Model #: DGCG , S/N#: K , Cummins Engine Model#: 4BTA3.9-G3, Engine S/N#: Z for Facilities Management West Exchange Building, 1950 West Exchange Place, Tucker, GA, 30329, (Trailer behind Fire Building), SMS4000, GenSet, 350 KW, Cummins Model #: 350DFCC, S/N#: G , Cummins Engine Model#: NTA-855-G3, Engine S/N#: for Facilities Management. Page 19 of 97

20 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 163. West Exchange Building, 1950 West Exchange Building Tucker, GA, 30329, Portable GenSet, 100KW, Baldor Model #: TS130T, S/N#: P , John Deere Engine Model#: 4045HF285, Engine S/N: PE4045L for Facilities Management West Exchange Building, 1960 West Exchange Place Tucker, GA, 30329, Police Building, Battery Van GenSet, 6.5 KW, Generac Model #: 57520, S/N#: , Generac Engine Model#: OG7682, Engine S/N#:2879 for Facilities Management Library Processing Center, 3560 Kensington Road, Decatur, GA, 30032, GenSet, 150 KW, Generac Model # G150LG2, S/N#: GXC01688, 120/208 volts 3 phase for Facilities Management Central Police Precinct (Public Safety), 3630 Camp Circle, Decatur, GA, 30032, GenSet, 250KW, Model #: 250.0FT-4XR/12043, S/N#: , Engine Model #: V PG, Engine S/N: for Facilities Management Community Development (Old), 1807 Candler Road Decatur, GA, 30032, GenSet, 25KW, Model#: GGMB , S/N #: L , Engine Model#: GM 30.L, Engine S/N#: 3.0L63017 for Facilities Management Recorders Court, 3630 Camp Circle, Decatur, GA, 30032, GenSet, 77KW, Model#: 80REZGB, S/N #: SMG323MX9 for Facilities Management. TOTAL ANNUAL SERVICES: for Item Nos. 103 through 168, in accordance with Minimum Specifications and Appendices B through D. MONTHLY PREVENTIVE MAINTENANCE SERVICES: for Item Nos. 103 through 168, in accordance with minimum specifications and Appendix F. $ /each 169. Annual Load Bank Testing, Fire Station #1, 1670 Clifton Road, Atlanta, GA Annual Load Bank Testing, Fire Station #2, 1316 Dresden Drive, Atlanta, GA Annual Load Bank Testing, Fire Station #3, 24 N. Clarendon Avenue, Avondale, GA Page 20 of 97

21 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 172. Annual Load Bank Testing, Fire Station #4, 4540 Flakes Mill Road, Ellenwood, GA Annual Load Bank Testing, Fire Station #5, 4013 Lawrenceville Highway, Tucker, GA Annual Load Bank Testing, Fire Station # 6, 2342 Flat Shoals Road Decatur, GA Annual Load Bank Testing, Fire Station # 7, 1776 Derrill Drive, Decatur, GA Annual Load Bank Testing, Fire Station # 8, 2711 Clairmont Road, Decatur, GA Annual Load Bank Testing, Fire Station # 9, 3858 N. Druid Hills Road, Decatur, GA Annual Load Bank Testing, Fire Station # 10, 1686 Constitution Road, Atlanta, GA Annual Load Bank Testing, Fire Station # 10, Antenna Site, 1686 Constitution Road, Atlanta, GA Annual Load Bank Testing, Fire Station # 11, 6715 Memorial Dr., Stone Mountain, GA Annual Load Bank Testing, Fire Station # 12, 5323 Roberts Road, Dunwoody, GA Annual Load Bank Testing, Fire Station # 13, 5619 Redan Drive, Stone Mountain, GA Annual Load Bank Testing, Fire Station # 14, 7207 Covington Hwy., Lithonia, GA Annual Load Bank Testing, Fire Station # 15, 2017 Flight Way, Chamblee, GA Page 21 of 97

22 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 185. Annual Load Bank Testing, Fire Station # 16, 2750 Pleasantwood Drive, Decatur, GA Annual Load Bank Testing, Fire Station # 17, 3900 Evans Mill Road, Lithonia, GA Annual Load Bank Testing, Fire Station # 18, 4586 Barclay Drive, Chamblee, GA Annual Load Bank Testing, Fire Station # 19, 3253 Mercer University Dr., Chamblee, GA Annual Load Bank Testing, Fire Station # 19 Antenna Site, 3253 Mercer University Drive, Chamblee, GA Annual Load Bank Testing, Fire Station # 20, 2919 Warren Road, Decatur, GA Annual Load Bank Testing, Fire Station # 21, 1090 Crown Point Parkway, Atlanta, GA Annual Load Bank Testing, Fire Station # 22, 1859 Montreal Road, Tucker, GA Annual Load Bank Testing, Fire Station # 23, 1265 Brockett Road, Clarkston, GA Annual Load Bank Testing, Fire Station # 24, 4154 Redan Road, Stone Mountain, GA Annual Load Bank Testing, Fire Station # 25, 7136 Rockbridge Rd., Stone Mountain, GA Page 22 of 97

23 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 196. Annual Load Bank Testing, Fire Station# 26, 2522 McAfee Road, Decatur, GA Annual Load Bank Testing, Fleet Management, 772 Camp Road, Decatur, GA Annual Load Bank Testing, Jail, 4415 Memorial Drive, Decatur, GA Annual Load Bank Testing, Jail, 4415 Memorial Drive, Decatur, GA Annual Load Bank Testing, 4415 Memorial Drive, Decatur, GA Annual Load Bank Testing, Main Library, 215 Sycamore Street, Decatur, GA Annual Load Bank Testing, Courthouse Annex (Unit 1), 556 N. McDonough St., Decatur, GA Annual Load Bank Testing, Courthouse Annex (Unit 2), 556 N. McDonough St., Decatur, GA Annual Load Bank Testing, Memorial Drive Office Park, 4380 Memorial Drive, Decatur, GA Annual Load Bank Testing, New Juvenile Justice Center, 4309 Memorial Drive, Decatur, GA Annual Load Bank Testing, E. DeKalb Police Precinct Antenna, 2484 Bruce St., Lithonia, GA Annual Load Bank Testing, Prime Site Antenna Site, 701 Camp Road, Decatur, GA Annual Load Bank Testing, 6112 Mystery Valley Golf Course, 6094 Shadowrock Dr., Lithonia, GA Page 23 of 97

24 ITEM NO. PRICE SCHEDULE COMMODITIES OR SERVICES AMOUNT 209. Annual Load Bank Testing, 450 Winn Way Road, Decatur, GA Annual Load Bank Testing, West Exchange Building, 1960 West Exchange Place, Tucker, GA Annual Load Bank Testing, Exchange Park Antenna Site, 2771 Columbia Drive, Decatur, GA Annual Load Bank Testing, West Exchange Building, 1950 West Exchange Place, Tucker, GA Annual Load Bank Testing, West Exchange Building (911 Center), 1960 West Exchange Place, Tucker, GA Annual Load Bank Testing, Central Police Precinct, 3630 Camp Road, Decatur, GA Annual Load Bank Testing, New South Police Precinct, 2842 HF Shepard, Decatur, GA Annual Load Bank Testing, North Police Precinct, 4453 Ashford Dunwoody Road, Atlanta, GA Annual Load Bank Testing, East. Police Precinct, 2484 Bruce St, Lithonia, GA Annual Load Bank Testing, Calloway Building, 120 West Trinity Place, Decatur, GA Annual Load Bank Testing, DeKalb Firing Range Antenna, 3977 Goddard Road, Lithonia, GA Annual Load Bank Testing, DeKalb North Transfer, 4600 Buford Highway, Atlanta, GA Annual Load Bank Testing, DeKalb Sanitation Central, 3689 Camp Road, Decatur, Page 24 of 97

25 GA Invitation PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 222. Annual Load Bank Testing, DeKalb Sanitation East, 1750 Rogers Lake Road, Lithonia, GA Annual Load Bank Testing, DeKalb Sanitation North, 2315 Chamblee Tucker Road, Tucker, GA Annual Load Bank Testing, DeKalb Sanitation South, 1755 Fairlake Drive, Decatur, GA Annual Load Bank Testing, DeKalb Sanitation Ward Lake, 3115 Ward Lake Road, Ellenwood, GA Annual Load Bank Testing, DeKalb Shepherd Antenna, 1800 Briarcliff Road, Atlanta, GA Annual Load Bank Testing, 1950 West Exchange, Tucker, GA Annual Load Bank Testing, 1950 West Exchange, Tucker, GA, 30329, Building (Portable), 100KW, Baldor Model #: TS130T, S/N#: P , John Deere Engine Model#: 4045HF285, Engine S/N: PE4045L Annual Load Bank Testing, 1960 West Exchange, Tucker, GA 30329, Battery Van Annual Load Bank Testing, Library Processing Center, 3560 Kensington Road, Decatur, GA Annual Load Bank Testing, Central Police Precinct (Public Safety), 3630 Camp Circle, Decatur, GA Annual Load Bank Testing, Community Development (old), 1807 Candler Road, Decatur, GA TOTAL ANNUAL TESTING: for Item Nos. 169 through 232, and in accordance with Minimum Specifications and Appendices B through D. Page 25 of 97

26 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 233. Inspect, test, and calibrate Veeder-Root TLS-350 Diesel Fuel Storage Tank Monitoring Systems, annually. $ /Each Inspect, test, and calibrate one TLS-350 Unit on demand by DeKalb County. $ /Each Replacement Nife, Type H411-2 or A412-2, NiCad 2-cell Battery, Part # SBH-153 for Cummins Diesel Engines. $ /Each Replacement Nife, Type H411-3 or A412-3, NiCad 3-cell Battery for Cummins Diesel Engines. $ /Each Replacement Nife, Type NSH150-2, Code VN, NiCad 2-cell Battery for Caterpillar Diesel Engines. $ /Each Replacement GNB Inc. Absolyte II Type 6-75A13 cell for GenSet Circuit Breakers. $ /Each Replacement of Group 24 starter Battery. $ /Each Replacement of 4D starter Battery. $ /Each Regular per Hour Cost for Mechanic. $ /hrly Overtime per Hour Cost for Mechanic. $ /hrly Holiday per Hour Cost for Mechanic. $ /hrly Regular per Hour Cost for Electrician/Instrument Technician. $ /hrly Overtime per Hour Cost for Electrician/Instrument Technician. $ /hrly Holiday per Hour Cost for Electrician/Instrument Technician. $ /hrly. Page 26 of 97

27 PRICE SCHEDULE ITEM NO. COMMODITIES OR SERVICES AMOUNT 247. Regular per Hour Cost for Repair and Rewinding of electric generators and peripheral equipment per Vaughen s Price and Productivity Guide Overtime per Hour Cost for Repair and Rewinding of electric generators and peripheral equipment per Vaughen s Price and Productivity Guide Holiday per Hour Cost for Repair and Rewinding of electric generators and peripheral equipment per Vaughen s Price and Productivity Guide Mark up: Bidder state Percentage Above Invoice Cost for parts and materials required for maintenance and repair or for outright sale to County as spares. $ /hrly. $ /hrly. $ /hrly. % NOTES TO SUPPLIER: NOTE 1: Contractor shall perform a mandatory on-site inspection of the proposed job-sites prior to submitting bids. A Mandatory Pre-Bid Conference will be held on October 14, 2013, at 10:00 am, 330 W. Ponce de Leon Ave, Decatur, Georgia 30030, Conference Room A. and a schedule of site visit dates and times will be provided. NOTE 2: For Item Nos. 241 through 250, Contractor shall provide hourly rate for Equipment Repair For Listed & Non-Listed Equipment. This excludes Individually Listed Items With Basic and Monthly Maintenance Costs, but includes Watershed Management s Additional Lift Stations In Appendix E. NOTE 3: Contractor shall coordinate all work so that vital DeKalb County services are not adversely impacted. The peak water production season runs from May 1 to October 1. Work shall not prevent DeKalb County from meeting water production or treatment demands. NOTE 4: The normal DeKalb County administrative daytime schedule is 8:30 AM to 5:00 PM, Monday through Friday; however, many DeKalb County facilities operations occur 24 hours per day, seven days per week, with operating personnel on duty. Contractor may be allowed access during off-hours and on weekends. NOTE 5: Contractor shall be responsible for obeying each County facility s policies regarding use of parking spaces. Contractor will not be permitted to block loading docks during business hours. Page 27 of 97

28 PRICE SCHEDULE NOTES TO SUPPLIER: NOTE 6: Contractor shall be responsible for maintaining a hazard-free work area. All tools, equipment, materials, apparatus, supplies, and parts shall be neatly stored in a designated area near the work site in full compliance with most current OSHA regulations. Contractor shall erect appropriate barricades and signs to safely route pedestrian traffic around job site. NOTE 7: Contractor shall contact DeKalb County Department, Division, Branch, or Section using this contract to obtain permission to begin work and shall receive clearance before taking any operating equipment out of service. Note that County service demands shall dictate work schedules. NOTE 8: DeKalb County observed holidays are as follows: JANUARY 1 THIRD MONDAY IN JANUARY. THIRD MONDAY IN FEBRUARY.. LAST MONDAY IN MAY JULY 4... NEW YEAR S DAY M. L. KING S BIRTHDAY PRESIDENT S DAY MEMORIAL DAY INDEPENDENCE DAY 1 ST MONDAY IN SEPTEMBER.. LABOR DAY NOVEMBER 11 VETERAN S DAY 4 TH THURSDAY IN NOVEMBER.. THANKSGIVING DAY 4 TH FRIDAY IN NOVEMBER. DAY FOLLOWING THANKSGIVING DECEMBER 25 CHRISTMAS DAY Whenever a legal holiday occurs on Saturday, the previous Friday will be observed. Whenever a legal holiday occurs on Sunday, the Monday following will be observed. NOTE 9: Contractor may have limited use of 120-volt single phase, 208-volt 3-phase or 230-volt 3-phase electric power, and water taps or faucets, where available. NOTE 10: Contractor shall be responsible for providing own toilet facilities and fresh drinking water at remote sites where such facilities are not available. NOTE 11: Contractor shall be responsible for daily removal of used fluids, old parts and other debris from facilities as work progresses. Contractor shall also repair any landscaping damaged by his employees, contractors, or sub-contractors during the life of the project. Page 28 of 97

29 PRICE SCHEDULE NOTES TO SUPPLIER: NOTE 12: Contractor shall be responsible for providing all permits required to comply with any regulatory agency in order to perform work under the specifications. Contractor shall be responsible for obtaining any permits or licenses required by the Federal Government, State of Georgia, or DeKalb County to perform work under these specifications. Vaughen s Price and Productivity Guide shall govern labor and repair costs for Electric Generators. NOTE 13: Contractor shall be responsible for the maintenance of new operating equipment furnished and installed by the contractor until final acceptance of the project by the County. Maintenance records and schedules shall be kept by Contractor and submitted to the County upon final acceptance of the project, before payment can be made. NOTE 14: Materials or services which are to be furnished by the County will be provided on a timely basis if possible, so as not to delay work; however, work to be done by a vendor, and requiring materials or services provided by the County, shall not commence until Contractor has received all items and services that were to be supplied by the County, nor until permission to start has been given. NOTE 15: Contractor agrees to keep and maintain an accurate account of instrument calibrations; labor, including the name(s) or identification of tradesmen or semi-skilled labor, etc., and the hours of work applied to each job including actual time of travel to and from out-of-plant jobs; listing of actual parts, components and supplies used in the service and repair and Contractor s cost of such parts together with the description of the County equipment, and identification codes for a period of not less than one year, with a corresponding copy forwarded to the DeKalb County Department, Division, Branch or Section using this contract. NOTE 16: First quality workmanship, parts and material shall be applied to all service and repair jobs. Original Equipment Manufactured parts shall be supplied. ( OEM equivalent parts are not acceptable.) Shoddy or unsatisfactory repairs or parts and component will be rejected and re-work shall be done at no additional cost above the original service or repair. NOTE 17: Contractor must not substitute equipment with regards to manufacturer, if so specified. When upgrading existing systems, equipment furnished must achieve fit and function with equipment left in place. All new items furnished by Contractor shall have a manufacture s specifications data sheet attached to the proposal. Repair parts supplied and installed by contractor shall conform to both the manufacturers and industry standards. Only parts meeting or exceeding that of the original equipment manufacturer will be used for repair work. All parts used for repairs must be listed on the original invoice submitted for payment. DeKalb County reserves the right to audit Contractor s invoices for parts as it deems necessary. Materials used by contractor shall be new and of the quality conforming to current engineering and manufacturing practices. Re-manufactured parts may only be used if approved by the County prior to installation. All materials shall be free of defects and suitable for the intended use. Contractor shall renovate existing equipment to provide DeKalb County with a working system upon completion of the repair. NOTE 18: Contractor shall indicate the hourly rates to be charged except as noted. Charges for repairs made to generator sets shall conform to the national average as defined using data from the most current printing of Vaughen s Price and Productivity Guide, published by: Vaughen s Price Publishing Co McKnight road Suite 203, Pittsburgh, PA Telephone Page 29 of 97

30 PRICE SCHEDULE NOTES TO SUPPLIER: NOTE 19: The County does not guarantee any quantity of work. Charges for parts and components shall be based upon actual costs plus percentage to be added to invoice to cover overhead and profit. Administrative costs, supervision, profit and parts and component markup to be included in the overhead charges. Contractor shall be responsible for the removal and transportation of operating equipment and components from the work location to the Contractor s shop and back to the work site as required. NOTE 20: For Item Nos. 103 through 168 chiefly under Facilities Management Department, all annual major maintenance includes oil change, oil filter change, lubrication, replace air filters, water filters, belts, and include a one-hour load test (please note that this test is also part of the monthly inspection). Maintenance shall follow all applicable guidelines as outlined in Appendices B through D. NOTE 21: The electrical generator components of a generator set must be repaired as necessary to insure that equipment repaired meets or exceeds manufacturer s specifications. If repair sot exceeds 65% cost of new motor, then the contractor shall notify and inform the County in writing of both repair cost and replacement cost before proceeding. The County must be kept well informed of any major worked performed and shall determine whether to repair or replace. Contractor must provide documentation of repairs to the County prior to payment. NOTE 22: All equipment repaired must have A Cause of Failure report and motor checklist filled out and sent to the County agency, which originates the repair purchase order. The generator checklist must be either hand delivered, mailed, faxed or ed. NOTE 23: All shop tests, mugger, hi pot, external connections, phase balance, surge test, vibration reading, bearing temperature, type of bearing used and manufacturer, etc., on all equipment rewound or reconditioned, must be recorded and a copy sent to the Branch originating the purchase order. These should be sent with two weeks after the equipment is returned to the job site. NOTE 24: All generators, whether rewound or reconditioned, must be insulated at a minimum of Class F. If manufacturer s specifications call for any higher degree of insulation than Class F, then the equipment must be rewound or reconditioned to those specifications. All rewinding shall be done using copper wiring. NOTE 25: Bearing Installation: Ball and roller bearings must be heated by a means not to exceed 215 F 225 F at the inner race of the bearings. NOTE 26: The method of heating bearing must be approved by manufacturer. Bearing lubricant shall be as specified by manufacturer. NOTE 27: Antifriction Bearings to be used in order of preference are: 1) SKF, 2) MRC, 3) Fafnir, 4) New Departure, and 5) NTN. All standard Conrad Bearing must have C3 fits. NOTE 28: Any exceptions to the above bearings must be approved prior to use. All bearings have speed restrictions based on size. Bearings used must be capable of handling motor speed. NOTE 29: Any procedures used as equivalents must be approved by the County prior to using. All warranty repairs, cause of failure, or evidence of motor abuse must be documented with pictures on all equipment repaired and sent to the County within two weeks after repaired equipment is returned. Page 30 of 97

31 PRICE SCHEDULE NOTES TO SUPPLIER: NOTE 30: Pictures must be of a quality to clearly document non-warranty repairs, motor abuse, and cause of failure. Generators that are sent under Warranty but determined not to be, must clearly state on the failure report that they are not warranty. A complete explanation of why the motor is not a warranty repair must be attached to the failure reports as a separate item. All possible warranty motor pictures must be taken with a 35-MM camera or with a digital camera whose pictures are to be submitted as a.jpg file. VHS Videos will also be acceptable. NOTE 31: GLOSSARY OF ABBREVIATIONS: GenSet Generator Set KW Kilowatt AC Alternating Current DC Direct Current N-Gas Natural Gas SN Serial Number OSHA Occupational Safety and Health Agency AWS American Welding Society NEC National Electric Code NEMA National Electrical Manufacturer s Association NIOSH National Industrial Occupational Safety and Health NFPA National Fire Protection Association ASTM American Society for Testing of Materials ANSI American National Standards Institute ASME American Society of Mechanical Engineers AWWA American Water Works Association AFBMA American Ant-Friction Bearing Manufacturer Association IEEE Institute of Electrical Electronic Engineers T&B Thomas & Betts HP horse power CE Grade of phenolic cotton weave ESA Environment site assessment C Celsius VPI Vacuum Pressure Inprenation V volt WPII ENC Water protected II Enclosure RTD Resistance Temperature Detector PSI Pounds Per Square Inch RPM Rotations Per Minute End Price Schedule. Page 31 of 97

32 MINIMUM SPECIFICATIONS SCOPE: Contractor shall furnish all transportation, insurance, materials, supplies, parts, equipment, testing apparatus, services, tools, supervision, labor, engineering, technical knowledge, skills, and all things necessary for establishing a contract for Inspection, Maintenance and Repair Services for Portable and Stationary Diesel Engines, Generator Sets, Batteries, Vender-Root Tls-350 Underground Fuel Storage Tank Monitors, PTO Clutches, Cotta Gearboxes, Centric Centrifugal Couplings, Coupling Shoe Relining, and Other Related Work at Various Dekalb County Government Facilities, in accordance with the Minimum Specifications. I. ENGINE AND GENERATOR SET SERVICE AND REPAIR: A. General: Contractor shall inspect, service and repair stationary and portable diesel engines, generator sets, engine system controls, gear box safety devices, fuel system equipment, fuel storage tank delivery systems, fuel day-tank systems, equipment monitoring systems, batteries clutches, couplings or transmissions utilized by the using Department, Division, Branch or Section and at remote sites herein listed. Scope may include removal of old equipment and installation of new equipment at the County s option. Contractor shall stock appropriate oil, air, fuel and water filters and other consumable maintenance parts for the County s use at cost plus markup. Individual machine shop services, welding shop services, generator rewinding services, electrical system diagnostics and repair or replacement of broken or worn component parts and peripheral equipment required as a result of an inspection or breakdown during operation shall be included in the work scope; and such services shall be required during the life of this Contract. Work shall be done at the Contractor s service shop and at the work site as required by DeKalb County. B. Engine Service and Repair: Basic engine services will conform to work scopes found in Appendices B and C. Major engine component repair and replacement costs shall be determined at a time and materials cost, after disassembly of engine and/or components by Contractor s technician, preparation and submittal of proposed work scope and subsequent inspection and approval by the County. Contractor shall provide hourly rate and parts markup for this extra work as part of the bid package. II. GENERATOR REPAIR: A. General: Generator rewinding and repair shall conform to motor repair specifications located in Appendix D. Work scope to include checking and tightening all electrical connections, check and tighten all mechanical connectors, clean and remove dust, rust and corrosion. Check conductors for mechanical damage and over-heating. Test utility paralleling and switch-over, repair test and adjust Gen-Set control panels, test operation of transfer switches and related peripheral equipment as needed. Page 32 of 97

33 MINIMUM SPECIFICATIONS B. Associated Peripheral Mechanical Equipment: The time charges for repairs to any Associated Mechanical Equipment which is directly connected to the electric generator housing or electric generator shaft shall be authorized in advance and in writing, by the County at a fixed lump sum, after the Contractor has provided a written, detailed cost breakdown and justification for the work in question. In all cases, Contractor shall notify the County of any cost overruns prior to the occurrence. Verbal approval between County representative and Contractor s agents shall not be binding. III. COTTA GEARBOX REPAIR: A. Minor Rebuild of Cotta Gearbox Model G3245E: 1. Contractor to replace all bearings, gaskets, nozzles, seals, O-rings, oil pump, and other minor wearable parts for lump sum. 2. Contractor shall furnish and install replacement aircraft grade flexible hoses, oil manifold, gauges and heat exchanger as required to repair the gearbox. Lump sum to include parts, labor, cleaning, machining and freight for above. B. Major Rebuild of Cotta Gearbox Model G3245E: 1. Contractor to replace all bearings, gaskets, seals, O-rings, oil pump, and other minor wearable parts as outlined above, but shall also include replacing the major drive train components with a complete set of gears and shafting meeting Original Equipment Manufacturer s specifications for lump sum. 2. If the cost of a major rebuild exceeds 65% of the cost of a new transmission, then Contractor shall provide cost for complete new unit and replace at the direction of the County. C. Component and System Testing of Cotta Gearboxes: Contractor shall perform a live operational test on Cotta gearboxes at his shop to verify that all components and systems work correctly, upon completion of the repair. Contractor shall correct any deficiencies found prior to shipping unit. Contractor to leave all components and systems in safe, perfect working order prior to shipping to the job-site. Contractor shall notify the County before such testing is scheduled so that a representative may be present. Page 33 of 97

34 D. Cotta Gearbox Operating Parameters: MINIMUM SPECIFICATIONS 1. Contractor shall have an on-site detailed vibration spectral analysis performed on any repaired Cotta gearbox after installation. Gearbox rolling element details are found in Appendix A. Machine vibration shall not exceed 0.18 inches/second velocity when measured in the vertical, horizontal and axial directions, during normal operating conditions and speed at the bearings. Use ISO Standard IS 3945 as basis for analysis per AGMA. Vibration readings shall be taken along the complete frequency spectrum to determine machine resonance problems and to provide a baseline for the rebuilt gearbox. Contractor to correct any vibration causes originating from inside the repaired gearbox. Contractor shall not be responsible for excessive vibration caused by external sources such as the diesel engine and the machine foundations. Normal engine operation speed is 1750 RPM. Engine idle speed is approximately RPM. Contractor shall pre-test unit at rated speed prior to shipping. 2. Equipment components to be multi-plane balanced at the normal operating speed of the machine, to an ISO G2.5 or USN/API standard, or better. 3. When cotta transmissions are repaired, Contractor shall have acceleration (spike energy) readings taken at exposed anti-friction bearing housings on the Cotta transmissions. New anti-friction ball and roller bearings not to exceed an acceleration (Spike Energy) reading of 0.2 g. readings exceeding an acceleration shall indicate Brinelling of bearings and be cause for Contractor to replace with another set of new bearings. 4. Any vibration readings taken by Contractor shall be taken using the same range to facilitate comparisons. A written report and plots shall be provided by vendor as part of the documentation. Readings shall be taken for a baseline on any rotating machinery exceeding 20-horse power. All vibration readings to be made in accordance with ISO 2372 Standard, and using an instrument meeting ISO 2954 Standards. 5. The normal oil pressure range for the Cotta model GR3245E gearbox should run 20 to 25 psi. if the lube oil pressure measured at the lube oil manifold in the rebuilt unit, drops below ten (10) psi pressure during normal operations, at the job site during start-up the Contractor shall correct the causes for the low pressure. A loss of oil pressure is a positive indication that some components in the system are not operating correctly. 6. The oil flow going into the Cotta gearbox lube oil manifold shall not drop below gallons per minute, during the shop testing phase, with an input operating speed of 1750 rpm. Contractor shall correct conditions resulting in a decrease in flow. 7. The normal operating temperature of the rebuilt cotta gearbox at the job site, shall not exceed the maximum Factory operating range of 140 F to 225 F., As notes in the Operational and Maintenance Manual. Contractor shall correct internal causes for excesses of this range. 8. Alignment of any geared coupling shall not exceed inches total. This is the combined angular (face-to-face) and parallel (offset) readings. These are the combined angular and parallel readings. Contractor to provide a written record of the final alignment as part of the documentation. Page 34 of 97

35 MINIMUM SPECIFICATIONS IV. TWIN DISC CLUTCHES, MODELS SP214PL, IBF318 OR B-218P: A. Basic Repair: 1. Work shall include replacement of wearing components including the pilot bearing, throw out fork, lock nut and washer. Contractor to finish grease hose to bell hub. Contractor to inspect coupling halves as needed. 2. New clutch plates and disks shall conform to specifications by the Original equipment Manufacturer and shall be repaired for lump sum. 3. If the cost of a major rebuild exceeds 65% of the cost of a new clutch assembly, then Contractor shall provide cost for complete new unit and replace at the direction of the County. V. CENTRIC 24X8 CENTRIFUGAL CLUTCH COUPLING SHOE REPAIR: A. Friction Shoe Re-lining: 1. Contractor shall furnish cot to resurface spring controlled class 30 cast iron shoes with bonded Kelvar reinforced semi-metallic heavy-duty brake lining material. Brake lining material to be Redco RNAW Non-asbestos Woven Friction Material as supplied by: Reddaway Manufacturing Co., Inc 32 Euclid Avenue Newark, NJ, and as used by the Original Equipment Manufacturer (OEM), or an approved equal. 2. The lining carcass shall consist of brass wire inserted yarns containing a mixture of organic and in-organic fibers including Kevlar reinforcing. The woven tape shall be vacuum impregnated for thorough saturation with an oleoresin compound. Lining shall be slow cured with alternate rolling and compressing. A final high temperature step cure shall be undertaken to bond the lining material into an extremely dense and strong product with excellent friction and wear characteristics. Surfaces to be ground to inch, inch of the nominal published factory thickness of 1/4" x 4" wide. Friction level to be 0.40 dynamic and 0.42 static. Maximum rubbing speed not to exceed 5000 feet per minute. Material tensile strength to be not less than 3543 psi. 3. The use of rivets for lining installation shall be acceptable along the shoe periphery (side linings and top lining), so as they are recessed inside the linings to a minimum depth of 2/3 the nominal new lining thickness and will not come in contact with the drum interior during initial use. Rivets shall be brass to prevent damage to Drum bore. Bonded linings are also acceptable. 4. Contractor to secure loose lead weights if required and will verify that the completed shoes will properly fit inside the Spider such that the Drum will slide over the shoes without binding (reference attached factory drawing and materials sheet). Page 35 of 97

36 MINIMUM SPECIFICATIONS 5. Contractor shall also furnish relining services for Centric Coupling No and for Hilliard Type 410 Friction Coupling. Centric Coupling is size 24 X 8 AVL VSC spring controlled, steel banded, dynamically balanced. The Centric Centrifugal Coupling accommodates RPM with 400 RPM engagement and is manufactured by: Zurn Industries Main Street at U.S. Route 9 Woodbridge, NJ Telephone:(908) Contractor shall furnish costs for complete new Centric and Hillard clutch assemblies (both halves, including drum, spider, hub and shoes). VI. VEEDER-ROOT TLS-350 ; FUEL STORAGE TANK MONITORING SYSTEM: A. Inspection and Calibration: 1. Contractor shall inspect, test and calibrate TLS-350 systems annually and provide DeKalb County with documentation of results. Contractor shall verify the following in accordance with the manufacturer s manuals and procedures, and include price(s) in his/her bid: 2. Contractor shall backup battery condition & operation and setup requirements for communication setup, port settings, In-tank setup & operation, and warnings & limits. 3. Contractor shall provide tank status & test notification, line leak detection setup & operation and piping and pump setup & operation. 4. Contractor shall verify system lock-outs, pump sensor setup & operation, liquid sensor setup & operation, vapor sensor setup & operation, ground water sensor setup & operation and test relays. B. Repair of TLS-350 Systems: If, during the course of inspecting, testing and calibrating the TLS-350 systems, Contractor discovers defective parts and non-functional components or systems, then Contractor shall be capable of repairing the systems and shall maintain adequate parts and component stocking to satisfy the County s needs. Contractor shall also provide on demand repair services for all TLS-350 systems as required by the County. Contractor shall notify the County in writing of need for repair and shall furnish a not to exceed price and an estimated completion time for the required work. Contractor shall not proceed with the job until after approval by the County. Contractor must employ Veeder-Root factory trained technicians to be eligible for service and repair of tank monitoring systems. This work scope shall include but not be limited to the printer, system monitoring apparatus, sensors, pumps, lines, and UPS. Page 36 of 97

37 MINIMUM SPECIFICATIONS VII. LANDSCAPING REPAIR: A. Should Contractor or any of Contractor s sub-contractors damage any DeKalb County Facility s grounds and landscaping, then Contractor shall repair before final payment can be made. Contractor to maintain existing contours in the work area. All distributed areas will be graded, smoothed and seeded with Kentucky 31 fescue, or approved equal, at the rate of 250 pounds per acre. Initial fertilizing and straw shall be included. Contractor shall replace any bushes, flowers or trees damaged with like kind. VIII. STEEL FABRICATION, PAINTING AND ERECTION: A. Standards: 1. Structures, hangers or enclosure supports will be bolted or welded to American Welding society (AWS), National Electric Code (NEC), National Electrical Manufacturer s Association (NEMA), National Industrial Occupational Safety and Health (NIOSH), National Fire Protection Association (NFPA), Occupational Safety and Health Agency (OSHA), American Society for Testing of Materials (ASTM), American National Standards Institute (ANSI), American Society of Mechanical Engineers (ASME) and American Water Works Association (AWWA) standards as applicable. 2. Equipment components whose coatings have been removed by Contractor in performing service or repairs, will be prepared, primed and painted with topcoat color corresponding to original color-coding. Primer and topcoat shall be suitable for the normal equipment operating temperature range listed in the Operations and Maintenance Manual. Sufficient topcoat shall be available to cover field welds and fasteners where required. Color samples may be available upon request from the using County Departments, Divisions, Branches or Sections. 3. Drawings supplied by the County are assumed to be accurate; however, Contractor is responsible for field checking all locations, wiring schematics, technical drawings and measurements, prior to bidding any work. IX. DISAGREEMENTS: A. Should any disagreement or difference arises as to the estimate, quantities or classifications or as to the meaning of the specifications, or any point concerning the character, acceptability and nature of the several kinds of work, any materials and construction thereof, the decisions of the using County Department s Director or his designated County project inspector shall be final, conclusive and binding upon all parties to the contract. Payment will be made after completion of all work under this contract and final acceptance by DeKalb County. X. SHAFT RUNOUT GUIDELINES Generators assembled: 3600 RPM and above 0.001" Maximum All other equipment 0.002" Maximum Readings taken at a point not more than 8" from Bearing Page 37 of 97

38 MINIMUM SPECIFICATIONS XI. VIBRATION GUIDELINES A. Final vibration readings must be within manufacturer s tolerances for assembled equipment and taken at the machine s operating speed. 1. All final vibration readings must be taken in velocity units (in/sec) and not in mils displacement. GENERATOR BALANCE SPECIFICATION BALANCE WILL BE MEASURED FROM SPECTRAL ENERGY AT THE 1X TURNING SPEED FREQUENCY RPM DISPLACEMENT (MILS PK-PK) VELOCITY (IPS PEAK) XII. END PLAY GUIDELINES A. Sleeve bearing Units: FRAMES 3600 RPM 1800 RPM AND BELOW 364 to " 1/4" 8100 to " 1/4" 1. The above are only guidelines for sleeve bearing units. There are special design machines with varying end play limits. When in doubt contact manufacturer for specifications. XIII. END PLAY GUIDELINES A. Ball bearing or ball and roller bearing units: End play should be enough only for expansion due to temperature rise. 1. There are special design machines. When in doubt, contact manufacturer for specifications. In general, end play on sleeve bearing units is approximately 1/16' per each inch of shaft diameter. Page 38 of 97

39 MINIMUM SPECIFICATIONS XIV. SEAL CLEARANCE FROM SHAFT FITS - GUIDELINES A. Ball and Roller Bearing Units: Normal Clearance.012 per side Maximum Total.024 Total Clearance: B. Sleeve Bearing Units Bearing Diameter Maximum Total Seal Fit Clearance 2.5" to " to " to " to or to XV. COLLECTOR RINGS AND COMMUTATOR RUNOUT GUIDELINES A. Assembled in Final Test: RPM RUNOUT XVI. HI-POT TEST VALUES 2500 to to and below Reconditioned Windings (2E+1000)(.6)(1.) DC New Windings (2E+1000) 1.6 DC A. New AC winding must be given an AC high voltage test. New DC windings must be given a DC high voltage test. Reconditioned equipment must be given a DC high voltage test. B. Equipment will be Hi Potted a maximum one time only for one (1) minute duration with the windings fully connected. Page 39 of 97

40 MINIMUM SPECIFICATIONS XVII. POLARIZATION INDEX (P.I.)- GUIDELINE A. Polarization Index (P.I.) must be at least two (2) on all reconditioned 4000 volt equipment before varnish treatment of windings. B P.I. Reading must be on Test Report. An abnormally high PI on motors in service around thirty (30) years indicates possible dry and brittle insulation (PI of five or more). XVIII. SHAFT SLINGER/SEALS GUIDELINES A. Generators shall have at a minimum, a nitrile rubber shaft slinger installed on the driven end. 1. Replace all bronze shaft slingers of dynamic seals with same as received. XIX. GUIDELINES FOR RADIAL CLEARANCE OF SLEEVE BEARINGS Normal Journal Diameter in Inches Minimum Diametrical Clearance Per Inch Normal Tolerances above Minimum Diametrical Clearance 1 to to to A. The above tolerances are for Horizontal applications. Vertical applications have closer tolerances and equipment manufacturer specifications should be followed. B. Another acceptable guideline is 0.002" clearance for the first inch of shaft diameter plus 0.001" for each additional inch of shaft diameter. 1. These general guidelines. When in doubt contact equipment Manufacturer. 2. The first set of Guidelines must be used on General Electric equipment. XX. BEARING SHAFT AND HOUSING FITS - GUIDELINES A. Ball and roller bearing shaft and housing fits must be within the tolerances set forth by the American Anti- Friction Bearing Manufacturer s Association, (AFBMA). The application dictates, which set of specifications, are to be used. Page 40 of 97

41 MINIMUM SPECIFICATIONS XXI. NEW GENERATOR GUIDELINES A. New generators purchased shall be a minimum Class F insulation unless otherwise specified. New generators shall have the highest energy efficiency rating available at the time of purchase. 1. Efficiency shall be based on NEMA Standard MG A (IEEE Standards) XXII. GUIDELINES - HAZARDOUS DUTY EQUIPMENT A. Hazardous duty equipment must be rewound or reconditioned to meet or exceed manufacturer s specifications. Hazardous duty equipment must meet all Underwriter Laboratory standards and must be recertified. XXIII. DISASSEMBLE AND INSPECT A. Disassemble equipment. B. Perform 500 volt Megger test on all windings and record results. C. Steam clean and bake windings until dry (Megger readings should be at least 200 megohms after cooling). D. Do not dip windings if Megger readings are not as shown above after baking. Clean windings and re-bake a second time. If readings are within tolerance, dip and bake windings. If not, notify the using County agency for further instructions. E. Perform a surge comparison test prior to dipping windings. F. Perform a 120 ac volt drop test an all dc field coils, including commutating coils and series field coils and record. G. Perform a polarization index test on all windings designed to operate at medium voltage ( volts) and record. Readings must be at level 2 before proceeding with the varnish process. H. Perform a bar to bar test to surge comparison test on all rotors. I. Report winding condition defects such as: Opens; grounds; shorts; reversed and unbalanced coil groups or phases; incorrect connections; loose connections; cracked and brittle insulation or leads loose bands, fillers, and wedges. J. Repair and winding condition defects up to and including rewind to insure a first class repair. K. Surge Comparison Test must be performed at a Minimum of the following voltages: Equipment Rating Voltage Test Voltage Page 41 of 97

42 MINIMUM SPECIFICATIONS XXIV. GENERATOR AND ARMATURE RECONDITIONING AND REPAIR A. Inspect for defective bars, casting, connecting rings, commutators, and Slip rings. 1. Check for wear limits on commutators and Slip rings. B. CHECK ALL WOUND ROTORS FOR OPEN CIRCUITS; LOOSE, BROKEN BARS OR END-RINGS: 1. Slip ring and commutator wear limits must be within manufacturer s specifications. If opens, or any indications of opens are found in aluminum cast rotors, the using County agency must be notified. 2. If there is any evidence of bar movement, recommended repairs must be discussed with the County agency who issued the service request. 3. Bar type rotors should be inspected for defects after rotor has been steam cleaned and baked, unless defects are visible. 4. Armature Brands must be removed prior to steam cleaning and replaced before treating on reconditioned equipment. 5. ARMATURE IRON MUST BE TESTED FOR HOT SPOTS AND SHORT CIRCUITS. IF FOUND DEFECTIVE, THEN THE COUNTY MUST BE NOTIFIED IN WRITING. XXV. CHECKS AND REPAIRS A. Contractor shall inspect and dimensionally check ends bells, frame, shaft, sleeve bearings, keyways, fan and running surfaces for wear and concentricity and record findings. 1. All bearing and seal fits in the end bell, cartridge, and cans are to be checked for wear and concentricity and record findings. B. Contractor shall repair all cracks or breaks in the frame or end bell assembly, replace all leads and jumpers, and terminal lugs on DC equipment (excluded bar type Jumpers) and shall identify all leads with metal markers. C. Contractor shall remove all broken eyebolts and chase threads. 1. All parts shall be properly steam cleaned and painted by Vendor. External parts shall match color code of using County agency. Color samples may be available from the using agency. D. Contractor shall disassemble the brush rigging and perform the following: 1. Inspect brush rigging for cracks, ships, worn areas, and distortion. 2. Clean and bead-blast brush holders. Brush holders must be taken apart. 3. Check springs and spring arms. 4. Replace stud insulation. 5. Clean and repair studs 6. Chase and recondition threads. 7. Reassemble rigging. Page 42 of 97

43 MINIMUM SPECIFICATIONS E. Contractor shall make repairs as necessary to insure a first class repair. Bearing fits shall not be knurled, peened or located as a means of repair. 1. Replace all leads on rewinds. 2. Lugs must be T&B or equivalent crimper must be multi-sided on all 4000 volts motors and 460 volt motors above 50 hp. 3. Round brush holder stud insulation must be Phenolic Tubing, CE grade. All other stud insulation must be replaced with manufacturer s specified insulation or equivalent. 4. Bearing cartridges may be metalized or sleeved as a means of repair. Bearing journals may be metalized or welded as a means of repair except sleeve bearing units. These journals must be welded unless manufacturer recommended otherwise. 5. Method of metalizing must be performed in accordance with American Welding Society (AWS) standards. 6. Shaft sizes must be to new motor standards, which are: Shafts up to 1 5/8": Shafts over 1 2" Keyways must be standard size for shaft diameter or motor frame dimension, per NEMA specifications. XXVI. BURNOUT PROCEDURES A. AC windings must be burnt out in oven equipped with a water suppression system. Temperatures must not exceed 650F and controls must be adequate to provide uniform heating and cooling to prevent wiping or cracking of frames and deterioration of iron lamination. 1. Armature stripping must be in accordance with ESA standards, Paragraph Iron must be inspected for damage and damage corrected. Major damage may require replacing or restaking iron. 3. All stator must be core less tested and hot spots corrected. 4. Data must be recorded and a copy returned to the County Branch initiating the purchase order, attached to test report sheets. A safe (usable) to rewind lamination should be not warm up more than 5C to 10C in one half hour. 5. Synchronous, rotor coils, main field coils and innersole coils shall be removed and stripped in accordance with manufacturer s specifications. Page 43 of 97

44 MINIMUM SPECIFICATIONS 6. Burnout oven high limit cut-off control on water suppression systems must not exceed 700 F. 7. Maximum oven temperatures must not exceed 750f including temperatures caused by flash-overs. 8. Some windings cannot be burnt in burnout ovens, and alternate methods of stripping will be approved as necessary. Burnout oven high cut-off control water suppression systems must not exceed 700 F. Maximum oven temperature must not exceed 750F including temperatures caused by flashovers. 8. If the core loss test shows that repair or rewind is not recommended, the County must be notified in writing before proceeding further. XXVII. GENERAL REWIND PROCEDURES A. Properly rewind equipment in accordance with manufacturer s specifications, noting that all equipment rewound must be suited for a minimum Class F operation. 1. All materials used in the insulation system must be suitable for a minimum Class F operation. 2. All equipment rewound will be upgraded to a minimum Class F operation. B. No form wound windings shall be converted to random wound without prior notification. 1. All wound rotor coils shall be wound and insulated to meet or exceed manufacturer s specifications. 2. All copper brazing alloys must be limited to less than 2% phosphorus on open connections that are not sealed. 3. All AC form wound windings must be rewound with VPI approved coils unless manufacturer s design does not permit. C. Wound rotors must be wound, insulated, blocked and banded to meet or exceed manufacturer s specifications. Wire use must meet or exceed manufacturer=s specifications. Support rings must be taped with mica and glass tape. 1. Contractor shall perform a voltage surge comparison test on all rewound equipment. D. Sleeving will be acrylic glass or equivalent and rated 4000 v and above. E. Wire used must meet or exceed manufacturer s specifications. Wire must be copper. 1. All open drip proof, splash proof, WPII Enc, ETC. must have an approved sealed winding system. (All machines not totally enclosed, fan cooled.) F. Motor winding and bearing RTDs replaced must have the same ohm rating as the original RTDs. Leads must be brought out a separate junction box. 1. All 4000-volt windings must have heaters installed and brought out a separate junction box. Vendor shall verify voltage. Page 44 of 97

45 MINIMUM SPECIFICATIONS XXVIII. REWIND PROCEDURES - AC FORM WOUND A. All AC form wound stator winding must be blocked and tied according to manufacturer s specifications, with no less than: 1. Winding end-turns must be blocked and tied as to reduce coil movement to a minimum. 2. Methods of blocking and tying must meet current NEMA standards. There must be blocking between every coil. 3. If a stator is received with surge rings, they will be reused. They must be insulated in accordance with proper voltage levels and wrapped with Dacron felt as possible, tied every coil and winding blocked. 4. All blocking will be Dacron felt. 5. All windings must have a minimum 2/3 of the iron wedged unless iron design is different. 6. Winding connections must be spaced, tied whenever possible. XXIX. 600 VOLT AND BELOW AC RANDOM WOUND WINDINGS A. All AC random wound equipment must be wound with no less than: 1. Sleeves shall use a minimum of 2500-volt acrylic glass or equivalent. 2. All windings shall have phase insulation between phases, which shall be minimum treated glass cloth. 3. All end turns shall be laced and tied with a minimum Dacron glass ties. 4. All 400 Series frame windings and above shall have the end turns with glass tape or the end turns significantly braced and tied to prevent coil movement. 5. Slot liners must be Nomex or the equivalent. 6. Wedges and separators must be Nomex or the equivalent. 7. Magnet wire used in frames below 400 shall be copper wire with a heavy build polyester varnish coat rated at 180 C minimum or equivalent. All inverter duty motors must be wound using wire insulation so rated. 8. Equipment with 400 frames and above shall be at a minimum wound with a triple build polyester varnish copper wire rated at 180C or equivalent Series frame windings and above shall at a minimum have the end turns laced and tied at every slot. Page 45 of 97

46 MINIMUM SPECIFICATIONS XXX. REWIND PROCEDURES FOR DC EQUIPMENT A. Main field coils and interpoles must be wound and insulated to meet or exceed manufacturer recommendation. 1. Rotors must be wound, insulated, blocked and banded to meet or exceed manufacturer s specifications. Wire used must meet or exceed manufacturer s specifications. Commutator end support rings must be taped with mica and glass tape. 2. Form wound rotors must have both the top and bottom coils blocked. Every coil must also be blocked. 3. Both treated coils (Class F) and VPI coils may be used. VPI coils must be Class H DDG over heavy enamel and be copper. 4. Rotors will be treated with the varnish treatments that apply. VPI, Class F, or Random wound. 5. NOTE: Felt blocking and bracing must not be used in DC equipment. 6. Random wound rotors must have a minimum triple build polyester varnish or equivalent. Wire must be copper, rated at 180 C. 7. DC rotors will be tig welded whenever possible and practical. 8. Contractor shall perform a voltage surge comparison test on all rewound equipment. 9. Armature Iron shall be tested for hot spots and core loss prior to winding. XXXI. VARNISH TREATMENT - REWOUND FORM WOUND EQUIPMENT A. If form wound VPI coils are used: B. Preheat windings. C. Cool to 104 F 140 F. D. VPI treat in a polyester or epoxy solvent less varnish with an approved system of vacuum and pressure cycles. E. Remove and drain the windings. F. Place windings in an air circulating forced exhaust oven and bake at 300 F 345 F. G. Repeat B, C, D and E for a total of two VPI treatments and two bakes. H. Cool windings to 104 F 140 F and immerse in a clear polyester or epoxy varnish until bubbles stop. I. Remove and drain the windings. J. Place windings in an air circulating forced exhaust oven and bake at 250 F 300 F until cured. K. Remove windings and allow cooling to ambient temperature. Page 46 of 97

47 MINIMUM SPECIFICATIONS L. Clean varnish from iron and all fits including feet, junction box bases, and motor base bolt-down holes. M. 4000V form wound windings should be treated the same as V.I. treated form Wound coils. N. Properly drain windings before baking to prevent pocketing of varnish. O. If V.I. coils are used in the winding process: 1. Pre-heat windings and cool to approximately 105 F 125 F. 2. Install in autoclave and start dry vacuum. 3. Hold vacuum for 1 to 2 hours after reaching 27 inches of mercury. 4. Introduce resin and hold vacuum for an additional hour. 5. Break vacuum using nitrogen to 10-inches of mercury and complete the rise to atmospheric levels using air pressure. Continue air pressure to 100 psi in the tank and hold one hour. 6. Relieve the pressure to atmosphere level and return resin to storage. 7. Drain the windings for at least an hour. 8. Bake windings for eight hours at 335 F. 9. Cool windings to 110 F and repeat steps 2 through 8 for second process. 10. After baking process over-dip windings in epoxy dipping varnish and bake an additional four hours. 11. Exceptions can be made upon correlation f resin manufacturer s Specifications for processing windings with their product. XXXII. VARNISH TREATMENT - RECONDITIONED WINDINGS A. Varnish treat reconditioned windings as follows: 1. Preheat windings. 2. Cool windings to 104f - 140f and immerse in a clear baking varnish 3. Remove and drain the winding. 4. Place windings in an air circulating forced exhaust oven and bake until cured at 250F to 300f. 5. Remove the windings and allow cooling to ambient temperature. 6. Clean varnish from iron and all fits including feet, junction boxes bases and motor base bolt down holes. Page 47 of 97

48 MINIMUM SPECIFICATIONS 7. All VPI windings must have a total of three varnish treatments - two in a VPI approved varnish and one in a polyester or epoxy clear finish. 8. All AC windings must be of the VPI type unless manufacturer design does not permit. 9. Item C, Section S, must be approved High Pressure System. 10. A Class F approved polyester or epoxy varnish must be used at a minimum. Sufficiently drain the winding before baking in order to prevent pocketing of varnish. XXXIII. VARNISH TREATMENT - REWOUND FORM WOUND EQUIPMENT A. If form wound Class F coils are used instead of VPI coils, they shall be treated as follows: 1. Preheat winding. 2. Cool to 104 F 140 F and immerse in a clear polyester or epoxy varnish until bubbles cease. 3. Remove and drain windings. 4. Place windings in an air circulating forced exhaust oven and bake at 250 F-300 F. 5. Repeat steps B, C, and D for a total of two dips with a bake cycle following the Second varnish treatment. 6. Remove windings and allow cooling to ambient temperature. 7. Clean varnish from iron and all fits including feet, junction box base, and motor base bolt-down holes. 8. Properly drain windings prior to bake to prevent pocketing of varnish. AC windings, Class F coils will not be used unless manufacturer=s design and size do not permit the use of VPI coils. XXXIV. VARNISH TREATMENT - REWOUND RANDOM WOUND EQUIPMENT A. 600V and below, random wound windings, below 400 series frame shall be varnish treated as follows: 1. Preheat winding. 2. Cool to 104 F 140 F and immerse in a clear polyester or epoxy varnish until bubbles cease. 3. Remove and drain windings. 4. Place windings in an air circulating forced exhaust oven and bake at 250 F-300 F. 5. Repeat steps B, C, and D for a total of two dips with a bake cycle following the second varnish treatment. 6. Remove windings and allow cooling to ambient temperature. 7. Clean varnish from iron and all fits including feet, junction box base and motor base bolt-down holes. Page 48 of 97

49 MINIMUM SPECIFICATIONS XXXV. PRIOR TO ASSEMBLY A. Turn the commutator and collector rings. Prior to turning: 1. Torque commutator bolts to manufacturer=s requirements Preheat equipment re-torque and repeat. 2. Torque all pole pieces on DC machines and Synchronous rotors to manufacturer s design wear tolerances. 3. Finish thickness shall not be less than manufacturer=s design tolerances. 4. Undercut mica between commutator bars 1/16 inch. under cutter blades must be used. Blades should be approximately.001 to inches thicker than normal thickness of mica. 5. Chamfer the bar edges, remove rough edges and all side mica. Bevel and degree of angle will vary with size of commutator bar. B. Contractor shall dynamically balance the rotor or armature to ISO G 2.5 standards or better. 1. All rotors must be balanced. 2. All wound rotors must be balanced. 3. All Synchronous rotors must be balanced. 4. All rotors above 10 HP must be balanced (if required to meet the vibration specifications). C. Megger test all windings (500V Megger) D. Hi-pot all windings if not previously done. E. Surge Comparison AC windings if not previously done. F. Install new bearings on all equipment: 1. All bearings installed must be suitable for the speed of the equipment 2. No sealed bearings shall be used in any equipment repaired that can have grease fittings installed. 3. If sealed bearings have to be used, the motor must be marked and tagged to that effect. 4. No sealed bearings will be used in any generator rated 3600 RPM and above. 5. Bearings must be single shielded or open on generators with bearing caps. 6. Generators without bearing caps but with grease fittings must have single bearings. 7. All 4000-volt generators must have heaters installed on the winding. Leads must be brought out a separate junction box. Contractor shall verify voltage. Page 49 of 97

50 MINIMUM SPECIFICATIONS 8. All equipment must have Relief Plugs, which must be removable and accessible, unless motor design does not permit. 9. All motors with water cooling units must have these units high pressure tested, and repaired as necessary. 10. DC equipment bearings shall be lubricated in accordance with manufacturer s requirements. Initial filling of the bearing and then filling of the bearing cap and grease cavity is essential for proper lubrication. XXXVI. ASSEMBLY A. Reassemble the equipment. 1. Install new gaskets on all covers, inspection plates and between the external connection box and frame. 2. Repair or replace covers and screens as needed. 3. Generators shall have the area where the leads come out of the motor sealed. 4. Set the brush holders 1/8 inches away from the commutator. Set the brush holders 1/8 inches away from collector rings. 5. Set brush holder in neutral position and staggered for maximum coverage of commutator whenever possible. 6. Center the brush holder over the collector rings to achieve maximum coverage with motor on electrical center. 7. Brushed must have surface contact of 100%. All carbon residue from the seating of the brushes must be removed. 8. Adjust air gap to proper tolerances within a 10% vibration. 9. Check shaft for free rotation. 10. Check collector ring and commutator run-out. XXXVII. SHOP TEST A. Megger test all windings. 1. Energize windings to rated voltage. 2. Record the voltages, connections, amp readings, and direction of rotation. 3. Generators with multiple voltage outputs shall be checked at all voltage ranges and the amp readings recorded. 4. Multi-speed equipment must be tested at all nameplate speeds. Record RPM, voltage, connections, and amp readings. Page 50 of 97

51 MINIMUM SPECIFICATIONS 5. DC equipment shall be tested for both directions. 6. Polarity relationship must be checked. 7. Electrical neutral must be checked and adjusted as necessary. 8. Voltage, amps, connections, and polarity must be recorded. 9. All DC equipment shall be test-run, including single bearing DC equipment. 10. Oil rings must rotate freely and housings be properly vented. 11. Sleeve bearing equipment shall have no thrust against either bearing. Shaft shall be marked to show magnetic center at base speed. 12. Rotors shall be tested at magnetic center and endplay in general should be within manufacturer s tolerances. 13. Check and record bearing temperature. Bearing temperature must not exceed 140 F at bearing cartridge and ball or roller bearings or 110 F on oil lubricated sleeve bearings. Readings must be taken during the last 5 minutes of test. 14. All equipment must have a minimum 30 minutes test run. 15. Measure and record vibration. 16. All DC equipment must be test at 100% load and until temperature stabilizes. Results shall be recorded on test report form under Other/Comments. 17. All oil lubricated bearings shall have the bearing housing properly vented by Contractor. In general, the oil filling hole plug should be vented from side so as not to let in contamination. XXXVIII. FINAL INSPECTION A. Sandblast and paint all equipment with approved County color code. 1. Paint must be removed from all feet, base bolt down holes, eyebolt holes, and junction box base. Chase threads with bottoming tap. 2. Shaft extensions must be coated with preservative. 3. Drive end shaft extensions will have at the minimum a Slinger/Seal installed on all ball bearing equipment. If a brass Slinger is received on larger equipment, it should be cleaned and reused whenever possible. 4. All generators must have a readable nameplate. Contractor shall install if missing. If nameplate is replaced, it has to be stainless steel, containing all available data including bearing numbers. Name Plate shall be neatly stamped with necessary information and shall be legible. Contractor shall contact manufacturer for missing data. 5. All 6-lead, 9-lead or 12-lead equipment must have a metal tag with the external connection attached to the frame. Contractor shall install if missing. Page 51 of 97

52 MINIMUM SPECIFICATIONS 6. Contractor shall verify that all bolt holes, threaded holes, motor feet bottoms and other machined surfaces are not painted but covered with an easy removable sealant. B. No DC equipment will have silicone insulation or components used in any manner in the repair of the equipment. End of Minimum Specifications Page 52 of 97

53 APPENDIX A VIBRATION ANALYSIS COMPONENT DATA FOR COTTA TRANSMISSIONS: UNIT MODEL No. SERIAL No. FOR UNIT #3: GR3245E Unknown SERIAL No. FOR UNIT #7: INPUT SHAFT COMPONENTS INPUT SHAFT DIAMETER: 4.748"/4.750" INPUT SHAFT KEY: 1.25" X 0.5" Deep INPUT SHAFT BEARING ELEMENTS: FRONT BEARING: REAR BEARING: INPUT GEAR ( F); 21 ROLLERS 17 ROLLERS 22 TEETH IDLER SHAFT COMPONENTS IDLER SHAFT BEARING ELEMENTS: FRONT BEARING: REAR BEARING: 27 ROLLERS 27 ROLLERS IDLER SHAFT GEAR ( D): 39 TEETH OUTPUT SHAFT COMPONENTS: OUTPUT SHAFT DIAMETER: "/4.7460" OUTPUT SHAFT KEY: 1" X 7/16" Deep OUTPUT SHAFT BEARING ELEMENTS: FRONT BEARING: REAR BEARING: 17 ROLLERS 21 ROLLERS OUTPUT SHAFT GEAR ( F): 44 TEETH SPECIAL INSTRUCTIONS: Vendor shall inspect all lubrication lines on the Cotta Transmissions at the same time that the engine is serviced, to ensure proper snugness of fittings, and to assure the integrity of the lines. Change oil in accordance with County s requirements pending results of oil analysis. Report will be available to Vendor. If Vendor changes oil, then manufacturer s recommendations will be followed. Page 53 of 97

54 APPENDIX B DIESEL ENGINE INSPECTION AND MAINTENANCE TASKS TO BE PERFORMED 1. Adjust Fuel Injectors and Valves to Engine Manufacturer s Specifications for both cold and hot settings. Torque lock nuts for the Injectors and Valves to specifications set by Manufacturer. 2. Cross head Adjustment of valves using dial indicator to check and adjust Valve clearance and the Injector Plunger Adjustment. After testing, adjustments shall be made in accordance with published Factory Specifications. 3. Examine cylinder walls with bore scope to determine wear (for 50 KW and larger); required every 5 years next time in year Inspect and functionally test Engine Governor. 5. Inspect Idler Assembly, repack with proper grease. 6. Clean and Calibrate Fuel Pump and Aneroid; required every 5 years next time in year Inspect Water Pump, Pulleys and all V-Belts. Test thermostat and water valves for leaks and proper operation. Inspect Radiator caps and verify that they will hold pressure. Inspect and test DCA levels in Cummins engines. Replace water filters and top-up as required. Test for leaks in the Coolant and in the Heat Exchanger Systems. 8. Inspect and test all Starter Motors and their respective Electrical Connections. 9. Test engine alternator and engine voltage regulator output and battery charging system for proper operation. Adjust as needed. Inspect and test power inverters for correct operation. Test battery electrolyte levels and top up battery cells as necessary with correct electrolyte. Clean battery posts and coat with corrosion inhibitor. 10. Inspect Vibration Dampener 11. Inspect Turbo charger operation. Check the bearing clearances on the Turbo chargers to indicate the end play of the rotor shaft and use a feeler gauge to check radial clearances. 12. Clean Crankcase Breathers on right and left banks of the Engines. 13. Inspect all hoses and lines on the engine to ensure proper fitness and tighten loose fittings. 14. Inspect Engine mounts and tighten if needed. 15. Check Crankshaft end Clearances to Factory Specifications for each Engine inspected. 16. Change hoses and belts every 5 years next time in year Inspect all fuel lines on the Diesel engines to ensure proper snugness of fittings, and to assure the integrity of the lines and replace fuel filters. Page 54 of 97

55 APPENDIX B DIESEL ENGINE INSPECTION AND MAINTENANCE TASKS TO BE PERFORMED 18. Inspect day tank and test fuel pumps and all pilot devices & level controls for proper operation (where present). 19. Replace all gaskets necessary when inspections and adjustments are made. All Cap screws, Lock nuts and Fasteners are to fasten using a Torque Wrench to published Factory Specifications. All Clearances are to be set to Factory tolerances. 20. Inspect and functionally test all engine (and any Cotta gearbox safety shutdown interlocks where present) safety interlocks for proper working order. 21. Remove and replace engine oil with manufacturer recommended grade. Vendor to haven engine oil sent to independent lab for analysis. 22. Inspect all lubrication lines on the Diesel Engines to ensure proper snugness of fittings, and to assure the integrity of the lines. Change oil and oil filters in accordance with County s requirements pending results of oil analysis. 23. Change engine oil and filters, with manufacturer s recommendations to be followed. Write the date changed on the filters. 24. Change Engines Antifreeze. 25. Report will be available to Vendor. If Vendor changes oil, then manufacturer s recommendations will be followed. Write the date changed, on the filters. 26. Replace air filters in accordance with manufacturer s recommendations. Identify date changed on filters. 27. Examine exhaust system for leaks and cracked insulation. 28. On Gen-Sets, lubricate generator bearings in accordance with manufacturer s recommendations. Verify space heater operation. Page 55 of 97

56 APPENDIX C GENERATOR SERVICE INSPECTION REQUIREMENTS (FOR STATIONARY AND PORTABLE UNITS) No. TASKS ANNUAL 1. COMBUSTION AIR INTAKE SYSTEM X A. CHECK AIR INLET FOR RESTRICTIONS X B. CLEAN & FILL OIL BATH AIR FILTER X C. CHECK AIR FILTER ELEMENT, REPLACE IF NECESSARY PER MANUFACTURERS RECOMMENDATION X D. CHECK EXHAUST SYSTEM FOR LEAKS X 2. LUBRICATION SYSTEM A. CHECK ENGINE OIL LEVEL X B. CHANGE LUBE OIL ANNUALLY X C. REPLACE LUBE OIL FILTER(S) ANNUALLY X D. CHECK BYPASS FILTER ELEMENT X E. SERVICE ALL GREASE FITTINGS X 3. FUEL SYSTEM A. CHECK FUEL TANK(S) FOR LEAKS X B. CHECK FUEL LINES FOR LEAKS X C. REPLACE FUEL FILTER ELEMENT(S) ANNUALLY X D. CHECK FUEL LIFT PUMP OPERATION X 4. COOLING SYSTEM A. CHECK, TEST & RECORD ANTIFREEZE; ADD AS REQUIRED (UP TO 1 GALLON) X B. CHECK HOSES FOR LEAKS & GENERAL CONDITION X C. CHECK BLOCK HEATER OPERATION X D. REPLACE WATER FILTER ANNUALLY X 5. ELECTRICAL SYSTEM A. CHECK BATTERY ELECTROLYTE LEVEL; ADD IF REQUIRED X B. CHECK BATTERY SPECIFIC GRAVITY X C. CHECK BATTERY CONNECTIONS AND CABLES; CLEAN AND REINSTALL IF REQUIRED X D. CHECK BATTERY CHARGER X E. CHECK SAFETY SHUTDOWN OPERATIONS X 6. ENGINE SYSTEM A. CHECK BELTS, ADJUST IF NECESSARY X B. CHECK FAN HUB & DRIVE PULLEY X C. REPLACE SPARK PLUGS ANNUALLY (Non-Diesel Units) X D. REPLACE POINTS & CONDENSER ANNUALLY (Non-Diesel Units) X 7. TEST UNIT NO LOAD ( X ) WITH LOAD ( X ) A. RECORD OIL PRESSURE X B. RECORD WATER TEMPERATURE X C. RECORD AC VOLTAGE X D. RECORD FREQUENCY OUTPUT X E. ADJUST CARBURETOR & GOVERNOR, AS REQUIRED X F. RECORD DC VOLTAGE X 8. CHECK AUTOMATIC TRANSFER SWITCH A. CHECK GENERAL CONDITION X B. CHECK TRANSFER OPERATION X C. VISUAL INSPECTION NO LOAD X 9. WRITTEN ANALYSIS X TECHNICIAN S EVALUATION, RECOMMENDATIONS, AND REMARKS FOR ANY ADDITIONAL WORK REQUIRED Page 56 of 97 X

57 APPENDIX D ELECTRIC GENERATOR REPAIR SPECIFICATIONS October 25, 2002 PREFACE THE FOLLOWING MINIMUM ELECTRIC GENERATOR REPAIR SPECIFICATIONS AND QUALIFICATIONS ARE INTENDED AS A GUIDE FOR REPAIR AND/OR REPLACEMENT OF THE ELECTRIC GENERATOR COMPONENTS OF BOTH STATIONARY AND PORTABLE GENERATOR SETS. THEY ARE IN NO WAY INTENDED TO BE ALL-INCLUSIVE OR EXCLUSIVE OF WHAT IS EXPECTED IN THE REPAIR OR REPLACEMENT PROCESS. ADHERENCE TO BOTH THE NATIONAL ELECTRICAL TESTING ASSOCIATION MAINTENANCE TESTING SPECIFICATIONS, 1989 OR THE ELECTRICAL APPARATUS SERVICE ASSOCIATION SPECIFICATIONS ARE REQUIRED IN ADDITION TO THE WRITTEN SPECIFICATIONS PROVIDED. ANY DEVIATIONS FROM EITHER GUIDE LINES SHALL BE APPROVED BY THE COUNTY PRIOR TO REPAIR OR REPLACEMENT. Page 57 of 97

58 APPENDIX E LOCATIONS DeKalb County Water Production Facilities With Engines and Generator Sets Watershed Management Department Invitation A. Scott Candler Filter Plant (Manned Facility) 4830 Winters Chapel Road Doraville GA See A Through H Below Equipment (includes engine, generator, batteries, fuel day tanks, fuel system components, cooling system components, exhaust system components, silencers, mufflers, heat exchangers and all engine accessories and peripheral equipment): 5 Caterpillar Model 3512DITA, 4160 Volt, 1100KW Gen Sets 5 Caterpillar Heat Exchangers, Marathon Type TFL, Model M-30-HR-10 1 Cummins Model NT 855-GS, 230 KW Gen Sets 1 Cummins Model KTA-2330-GS, 2300 Volt, 600 KW Gen Sets 2 Cummins Model KTA 3067 Pump Engines 2 Cotta Gearboxes, Model GR 3245E 2 Centric Centrifugal Couplings Model 24X8 AVL 2 Twin Disc IBF318 Clutch 1 Spectrum/Detroit Diesel Portable 230 KW Gen-Set Model 230D 1 Homelite 4.2 KW Gasoline Portable Generator B. Redan Panola Ground Storage & Repump Station (Unmanned Facility) 1300 Panola Road Near Redan Rd., and Panola Rd. Intersection Stone Mountain GA Equipment (includes engine, batteries, fuel day tanks, fuel system components, cooling system components, exhaust system components, silencers, mufflers, heat exchangers and all engine accessories and peripheral equipment): 1 Waukesha Model L161DSU Pump Engines 1 Lima 1.5 KW AC Synchronous Generator 1 Hillard Type 410 Friction Coupling 1 Twin Disc Model B-218 Clutch C. Wesley Chapel Ground Storage & Repump Station (Unmanned Facility) 3537 Wesley Chapel Road Decatur, GA Equipment (includes engine, batteries, fuel day tanks, fuel system components, cooling system components, exhaust system components, silencers, mufflers, heat exchangers and all engine accessories and peripheral equipment): 1 Cummins Model KTA-1150-P Pump Engine and PTO Page 58 of 97

59 APPENDIX E LOCATIONS DeKalb County Water Production Facilities With Engines and Generator Sets Watershed Management Department Invitation D. White Mill Ground Storage & Repump Station (Unmanned Facility) 2463 Jenay Court Decatur, GA Equipment (includes engine, batteries, fuel day tanks, fuel system components, cooling system components, exhaust system components, silencers, mufflers, heat exchangers and all engine accessories and peripheral equipment): 1 Cummins Model 6CTA8.3 Pump Engine 1 Twin Disc Model SP214PI 1 Centric Centrifugal Coupling No Driver Bore: inch, / Keyway: 2 x 1/4 inch Driven Bore: inch,+0.002/ Keyway: 7/8 x 7/16 inch E. Henderson Road Booster Station (Unmanned Facility) Located at Henderson Park and Henderson Road between Allsborough Drive and Luxuria Court Tucker, Georgia, Equipment (includes engine, generator, batteries, fuel system components, cooling system components, exhaust system components, silencers, mufflers, and all engine accessories and peripheral equipment): KW Gen-Set F. Tucker Ground Storage & Repump Station (Unmanned Facility) 4226 Lawrenceville Highway, Tucker, Georgia Equipment (includes engine, generator, batteries, fuel system components, cooling system components, exhaust system components, silencers, mufflers, and all engine accessories and peripheral equipment): KW Gen-Set G. Tilly Mill Road Booster Station (Unmanned Facility) Intersection of Tilly Mill Womack Road Dunwoody, Georgia Equipment (includes engine, generator, batteries, fuel system components, cooling system components, exhaust system components, silencers, mufflers, and all engine accessories and peripheral equipment): 2 50 KW Gen-Set H. Dunwoody Ground Storage & Repump Station (Unmanned Facility) Located beside Fire Station #12 on Roberts Drive Dunwoody, GA Dunwoody, Georgia Page 59 of 97

60 APPENDIX E LOCATIONS DeKalb County Water Treatment Facilities Watershed Management Department Equipment (includes engine, generator, batteries, fuel system components, cooling system components, exhaust system components, silencers, mufflers, and all engine accessories and peripheral equipment): KW Gen-Set I. With Engines and Generator Sets Lift Station Generators: 1. Lower Crooked Creek I 7364 Drake Avenue Lithonia Manufacturer: Cummins Model No: VTA28 2. Lower Crooked Creek II 1485 Rock Chapel Road Lithonia Manufacturer: Cummins Model No: VTA28 3. Lower Crooked Creek III 7120 Maddox Road Lithonia Manufacturer: Cummins Model No: VTA28 4. Honey Creek 7501 Rockland Road Lithonia Manufacturer: Caterpillar Model No: 3412 II. Snapfinger WTP 4124 Flakes Mill Road Decatur, Georgia Portable Generator I (Green) Manufacturer: Onan Model No: Gen-Set DGFC Portable Generator II (White) Manufacturer: Coleman Model No: Super Quiet Pac 60KW 3. Portable Generator III (Yellow) Manufacturer: Detroit Model No: 135 KW III. Pole Bridge Facility for Lift Stations, (See Appendix E for Lift addresses.) IV. Roadhaven Facilities 1580 Roadhaven Drive 30083, and 1641 Roadhaven Drive. 1. Generac Model SN KW. 2. Cummings Model LDFHA SN KW Page 60 of 97

61 3. Kohler Model 150REOZID SN KW Page 61 of 97

62 APPENDIX E LOCATIONS V. ADDITIONAL LIFT STATION GENERATOR SITES, (TO BE COVERED UNDER LABOR RATES, MATERIAL RATES, AND TRIP CHARGES, NEAR THE END OF PRICE SCHEDULE. ): NAME ADDRESS CITY SIZE(KW) 1. Hearn Rd 4319 Hearn Rd Ellenwood, GA Sweetwater 4100 Sweetwater Falls Ellenwood, GA Salem Road 5337 Salem Road Lithonia, GA Wal-Mart 4375 Lawrenceville Highway Tucker, GA NO GAS 5. Shirewick 5389 Shirewick Lane Decatur, GA UKN 6. Harmony Hills 1801 Harmony Hills Court Lithonia, GA Burlington 3785 Wolverton Drive Lithonia, GA Medlock Place 2466 Vivian Circle Decatur, GA Camelot 4051 English Valley Drive Ellenwood, GA Lewis Way 1664 Lewis Way Tucker, GA Stratfield 3280 Stratfield Dr. Dunwoody, GA Greenridge 1306 Greenridge Court Stone Mountain, American Fare 1701 Mountain Ind Blvd Stone Mountain, GA Camp Creek 4877 Lawrenceville Hwy Tucker, GA Columbia Drive 3197 Abbeywood Drive Decatur, GA Fairington 72 Treeview Driven Lithonia, GA Fourth Street 930 Fourth Street Stone Mountain, GA Hammermill I 4760 Hammermill Rd Tucker, GA Hammermill II 4880 Hammermill Rd Tucker, GA Hammermill III 4980 Hammermill Rd Tucker, GA Scarbrough Square 5810 Covington Hwy Lithonia, GA Stone Mill I 1313 Stone Mill Way Stone Mountain, GA Stone Mill II 5128 Stone Mill Way Stone Mountain, GA Stone Mill III 1900 Tree Mountain PKWY Stone Mountain, GA Stone Mountain Park 6804 Memorial Drive Stone Mountain, GA (Continued) Page 62 of 97

63 APPENDIX E LOCATIONS V. ADDITIONAL LIFT STATION GENERATOR SITES 26. King Way 5985 King Way Lithonia, GA Landfill 4203 Clevemont Rd Ellenwood, GA Leeshire 5031 Leeshire Trail Tucker, GA Lehaven 2610 Oak Ave Tucker, GA Mountain Industrial 2301 Mountain Ind Blvd Tucker, GA New Gibraltar Square 1099 New Gibraltar Sq Stone Mountain, GA Pennybrook 2240 Catrina Ct Stone Mountain, GA Pepperwood 780 Pepperwood Trail Stone Mountain, GA Perimeter Park 4182 Deacon Ln Doraville, GA Lithonia I 7850 Covington Hwy Lithonia, GA Lithonia II 7850 Covington Hwy Lithonia, GA Royal Atlanta I 4925 Royal Atlanta Dr. Tucker, GA Royal Atlanta II 4991 S. Royal Atlanta Dr. Tucker, GA Royal Atlanta III 5283 Royal Woods PKWY Tucker, GA Johnson Creek 8312 Union Grove Rd Lithonia, GA Rogers Lake 1750 Rogers Lake Rd Lithonia, GA Holly Hills 3481 Hickory Walk Lane Ellenwood, GA Honey Creek 7501 Rockland Rd Lithonia, GA Ward Lake 4218 Ward Lake Rd Ellenwood, GA Green Pastures 5205 River Rd Ellenwood, GA UKN 46. Summit Glen /2 Summit Glen Lane Atlanta, GA Rivermist/South River Bend 4109 Rivermist Ct. Decatur, GA UKN 48. Chester Hills 565 Dove Lane St. Mountain, GA UKN (Continued) Page 63 of 97

64 APPENDIX E LOCATIONS V. ADDITIONAL LIFT STATION GENERATOR SITES 49. Saddle Ridge Beechwood Forest 5369 Beachwood Forrest Lithonia, GA Boulder Walk 2976 Boulder Walk Court Atlanta, GA UKN 51. Briarwood Field 2465 Field Way Atlanta, GA UKN 52. Klondike Manor 4440 English Loop Lithonia, GA UKN 53. Moss Stone 7316 Moss Stone Drive Lithonia, GA Oak Hills Springs 1916 Ivory Oak Court Lithonia, GA UKN 55. Oak Leaf Glenn 2475 Oak Leaf Circle Lithonia, GA UKN 56. Perimeter Park 4182 Deacon Lane Chamblee, GA Riva Vista 5505 River Road Ellenwood, GA UKN 58. Serenity Village 7501 Rockland Road Lithonia, GA UKN 59. South River Bend Brandy Bay Lithonia, GA South River Bend Carly Way Lithonia, GA UKN 61. Thurgood Estates 4453 Equity Court Ellenwood, GA UKN 62. Windy Ridge 6203 Windy Ridge Trail Lithonia, GA ULN 63. Baranco 1500 Agape Way Decatur, GA UKN 64. Turnberry Gates 2336 Gatebury Circle Chamblee, GA UKN 65. Stoney Creek 3762 River Rock Lithonia, GA ULN 66. Brown Mill Aquatic Center 1 & Browns Mill Road Lithonia, GA UKN NOTE: All above Watershed Department equipment includes engine, generator, batteries, fuel day tanks, fuel system components, cooling system components, exhaust system components, silencers, mufflers, heat exchangers and all engine accessories and peripheral equipment. END WATERSHED LIST Page 64 of 97

65 APPENDIX E - LOCATIONS FACILITIES MANAGEMENT EQUIPMENT LISTINGS Locations for Individual Price Schedule Items Listed for Bid as Nos. 104 through 169 Fire Station # 1, 1670 Clifton Road, Atlanta, GA (Onan 15OJC) 15 KW. Fire Station #2, 1316 Dresden Drive, Atlanta, GA (Onan 12.5RJC) 15 KW. Fire Station #3, 24 N. Clarendon Ave., Avondale, GA (Onan 6EGHEB) 5 KW. Fire Station #4, 4540 Flakes Mill Road, Ellenwood, GA (Onan 150GGKD) 150 KW. Fire Station #5, 4013 Lawrenceville Hwy, Tucker, GA (Onan 6EGHEB) 5-1/2 KW. Fire Station #6, 2342 Flatshoals Road, Decatur, GA (Onan 100 KW) 100 KW. Fire Station # Derrill Drive, Decatur, GA (Onan 6EGHEB) 5-1/2 KW. Fire Station #8, 2711 Clairmont Road, Decatur, GA (Kohler 15RJC) 15 KW. Fire Station #9, 3858 N. Druid Hills Road, Decatur, GA (Onan 100 GGHH) 100 KW. Fire Station #10, 1686 Constitution Road, Atlanta, GA (Onan 5.0RGA) 6 KW. Fire Station #10, Antenna Site, 1686 Constitution Road, Atlanta, GA (Onan 5.0RGA) 80 KW. Fire Station #11, 6715 Memorial Drive, Stone Mountain, GA (Onan 6EGHEB) 15 KW. Fire Station #12, 5323 Roberts Road, Dunwoody, GA (Kohler K331EP) 15 KW. Fire Station #13, 5619 Redan Drive, Stone Mountain, GA (Onan 6EGHEB) 5-1/2 KW. Fire Station #14, 7207 Covington HWY, Lithonia, GA (Kohler 6 KW) 5-1/2 KW. Fire Station #15, 2017 Flight Way, Chamblee, GA (Spectrum) 20 KW. Fire Station #16, 2750 Pleasantwood Drive, Decatur, GA (Onan 6EGHEB) 5 KW. Fire Station #17, 3900 Evans Mill Road, Lithonia, GA (Onan 15.0ORJC) 15 KW. Fire Station #18, 4586 Barclay Drive, Chamblee, GA (Onan 12.5JC) 14 KW. Fire Station #19, 3253 Mercer University Drive, Chamblee, GA (Onan 12.5JC) 12 KW. Fire Station # 19 Antenna Site, 3253 Mercer University Drive, Chamblee, GA (Generac Model , 50 KW, Propane Fuel, Generac Model GTS020W.) 50 KW. Fire Station #20, 2919 Warren Road, Decatur, GA (Onan 12.5JC) 12-1/2 KW. Fire Station #21, 1090 Crown Point Pkwy, Atlanta, GA (Onan 70.0EN) 70 KW. Page 65 of 97

66 APPENDIX E - LOCATIONS FACILITIES MANAGEMENT EQUIPMENT LISTINGS Locations for Individual Price Schedule Items Listed for Bid as Nos. 104 through 169 Fire Station #22, 1859 Montreal Road, Tucker, GA (Onan 70.0EN) 70 KW. Fire Station #23, 1265 Brockett Road, Clarkston, GA (Onan 70.0EN) 70 KW. Fire Station #24, 4154 Redan Road, Stone Mountain, GA (Onan 65.0EN) 65 KW. e Station #25, 7136 Rockbridge Road, Stone Mountain, GA (Onan 100GGHD) 150 KW. e Station #26, 2522 McAfee Road, Decatur, GA (Onan 100GGHD) 105 KW. Library Processing Center, 3560 Kensington Road, (150 KW, Generac Model # G150LG2, S/N#: GXC01688, 120/208 volts, 3 phase) Fleet Management, 772 Camp Road, Decatur, GA (Onan 5.0CCK) 5 KW. Jail, 4415 Memorial Drive. Decatur, GA (Caterpillar 6NA02954) x 3 units 1000 KW Each. Jail, 4415 Memorial Drive. Decatur, GA (0 KW, Fire Pump, John Deere Engine Model#: 6068TF220, Engine S/N#: PE6068T670466) Main Library, 215 Sycamore Street, Decatur, GA (Gentrac 150 KW) 150 KW. Courthouse Annex (Unit 1), 556 North McDonough Street, Decatur, GA (Kohler Model 400- REOZD, 375 KW, diesel, Zenith Model ZTG2D80FC-7.) 375 KW. Courthouse Annex (Unit 2), 556 North McDonough Street, Decatur, GA (Kohler 400-REOZD, 375 KW, diesel.) to be done monthly on Fridays at 6:00 AM. 375 KW. Memorial Drive Office Park, 4380 Memorial Drive, Decatur, GA (Onan Model 45DEF-4XR6, 45 KW, diesel.) 45 KW. New Juvenile Justice Center, Memorial Drive, Decatur, GA (Kohler Model 230REOZJB, 225 KW, diesel; Kohler Model KBL-BMTA ) 225 KW. DeKalb Police Precinct Antenna, 2484 Bruce St., Lithonia,, GA (Cummings Model DBDG , 100 KW, diesel, Cummings Model OTECC ) 100 KW. Prime Site Antenna Site, 701 Camp Road, Decatur, GA (Cummings Model DSHAF , 100 KW, diesel, Cummings Model MO7A ) 100 KW Mystery Valley Golf Course, Lithonia, GA 30058, (Cummings Model DGDG , 100 KW, diesel, Cummings OTECC ) 100 KW. 450 Winn Way Road, Decatur, GA 30030, (Onan Model GGHC , 80 KW, natural gas, Onan Model ) 80 KW. North DeKalb Health Center, 3807 Clairmont Road, Decatur, GA 30030, (Generac Model 98A00502-S, 45 KW, natural gas, Generac Model 98A00502-W) 45 KW. Page 66 of 97

67 APPENDIX E - LOCATIONS FACILITIES MANAGEMENT EQUIPMENT LISTINGS Locations for Individual Price Schedule Items Listed for Bid as Nos. 104 through 169 Exchange Park Antenna Site, 2771 Columbia Drive, Decatur, GA 30034, (Onan Model , 100 KW, diesel, Onan Model ) 100 KW. West Exchange Building 1950, 1950 West Exchange Place, Tucker, GA 30084, (Onan Model 350-DFCC, 350 KW, diesel, Onan Model OT600) 350 KW. West Exchange Building 1960, 1960 West Exchange Place, Tucker, GA 30084, (Onan Model 350-DFCC, 350 KW, diesel, Onan Model OT600) 350 KW. West Exchange Building 1960 (911 Center), 1960 West Exchange Place, Tucker, GA 30084, (Kohler Model 800-REOZM, 800 KW, diesel, Nixon Model KBL-BMVA) 810 KW. Central Police Precinct, 3630 Camp Road, Decatur, GA (Onan 250FT) 250 KW. South Police Precinct, 2842 H.F. Sheppard Dr., Decatur, GA, (Cummins 60GGHE) 100 KW. North Police Precinct, 4453 Ashford Dunwoody Road, Atlanta, GA (Cummins GC) 60 KW. East Police Precinct, 2484 Bruce Street, Lithonia, GA (Kohler K582EP) 7 KW. (See 134.) Calloway Building, 120 West Trinity Place, Decatur, GA, (250 KW, Model#: , S/N: AD99465 CHD, Engine Model: Caterpillar 3406Cal, Engine S/N: 2WB03489) DeKalb Firing Range Antenna, 3977 Goddard Road Lithonia, GA KW. DeKalb North Transfer, 4600 Buford Highway Atlanta, GA KW. DeKalb Sanitation Central, 3689 Camp Road Decatur, GA KW. DeKalb Sanitation East, 1750 Rogers Lake Road Lithonia, GA KW. DeKalb Sanitation North, 2315 Chamblee Tucker Road Tucker, GA KW. DeKalb Sanitation South, 1755 Fairlake Drive Decatur GA KW. DeKalb Sanitation Ward Lake, 3115 Ward Lake Road Ellenwood, GA KW. DeKalb Shepherd Antenna, 1800 Briarcliff Road Atlanta, GA KW West Exchange Place Tucker, GA SMS4000, (Trailer behind W. Exchange Pl. Fire Building.) 12 KW West Exchange Place Tucker, GA Battery Van, (Van behind 1960 West Exchange Place Police Building.), Telephone Darryl Scott (404) for access. 6.5 KW. West Exchange Building 1950, (100KW, Baldor Model #: TS130T, S/N#: P , John Deere Engine Model#: 4045HF285, Engine S/N: PE4045L091372) (Portable for WEST EXCHANGE BUILDING 1950) End Facilities Management Location Listing. Page 67 of 97

68 APPENDIX F MONTHLY GENERATOR INSPECTION, TESTING, & MAINTENANCE REQUIREMENTS I. DC ELECGTRICAL SYSTEM: a. Cables for Batteries shall be cleaned and tightened, with anti-oxidant compound applied, as needed. Bidder Indicate Compliance Below b. Check Batteries for specific gravity (if lead-acid) and add distilled water as required. c. Battery charging Alternator or Float Battery Charger shall be inspected and tested for good operation. d. Active Load Test shall be performed to test if cranking Battery is in good condition.. e. Check for proper operation: (1) Engine Control Panel.. (2) Control Components.. (3) Warning Systems... (4) Emergency Shut-down trip functions.... II. CHECK AND MAINTAIN ENGINE SPARK IGNITION: a. Check Ignition Timing. b. Check (and replace at County s cost, after County approval), Components such as (1) Electronic Components.. (2) Points... (3) Condensers.. (4) Distributor Caps... (5) Ignition Wires... III. COOLING: a. Inspect and Maintain Components of Cooling System: (1) Hoses and Hose Clamps. (2) Belts.. (3) Radiator. (4) Remote Radiator and connected Piping.. (5) Expansion Tank.. (6) Jacket Water Heater and Controls. (7) Pump Seal Weep Hole.. b. Annually only: Check Anti-Freeze Concentration, and Coolant Inhibitor... IV. AIR SYSTEM: a. Inspect and Maintain Cooling Air Intake and Discharge Systems: (1) Operation of Louver-Shutters for good operation as generator runs manual or automatic... (2) Lubricate Damper Motors and Louver Assemblies as needed. (3) Check Torque correctness for Air Fan Hub and Drive Sheave Bolts.. (4) Visually inspect engine air cleaners and replace air filter elements as needed. Page 68 of 97

69 APPENDIX F MONTHLY GENERATOR INSPECTION, TESTING, & MAINTENANCE REQUIREMENTS Bidder Indicate Compliance Below V. EXHAUST: a. Open and drain Condensation Traps. b. Check and correct any Exhaust impediments... c. Check installed hardware and tighten as required. d. Inspect for Leaks... e. Test condition of Rain Cap operation when engine is running. VI. GENERATOR SET: a. Test and Inspect for a minimum of-one-hour under load conditions: (1) Operate generator manually under load conditions.. (2) Check whether generator producing rated AC voltage and frequency... (3) Check that all gauges are functionally in a satisfactory manner.. (4) Check for leaks, whether exhaust leaks, oil leaks, or water leaks. (5) Check for unusual noise. b. Inspect and test Automatic Transfer Switch during testing of Generator Set and notify immediately County representative if repair needs are found.. VII. FUEL FEED: a. Parts for day tank level inspected for satisfactory operation, and level verified... b. Inspect vent. c. Inspect connections/links. d. Note any unusual visual aspect of fuel being used. e. Fuel filters should be replaced at least annually (check with County as to procedure. VIII. REPORTING (See time requirements for Inspections and Reports): a. Submit detailed report after each Inspection, Test, or Repair, noting: (1) Describe condition of Ductwork, Enclosures, wear or rubbing of Parts, and Vibration Minimizers. (2) Describe in detail the routine work that was done, normally price-covered. (3) Describe any prices not routinely covered, but approved by County and done. (4) List exact Location of work. (5) List exact Date of work... (6) List name or names of employees that performed inspection, test, or repair. b. Submit recommendations, if found to be needed, for any repairs or maintenance not covered by contract.. c. Bring to notice of County representative any soon-needed (not immediate), repairs. End of Compliance Requirements Page 69 of 97

70 GENERAL TERMS AND CONDITIONS I. Bidder must check and initial applicable blank below: Bidder affirms that specifications are exactly met: Yes No II. ANY DEVIATION FROM SPECIFICATIONS MUST BE COMPLETELY EXPLAINED BY BIDDER. Bidder will explain exact particulars where bid does not meet exactly the specification if No is checked above. III. AWARDS: DeKalb County reserves the right to make one award, multiple awards, or no award, or whatever the County deems to be in its best interest. IV. CONTRACT PERIOD: From DATE OF AWARD through June 30, 2015, inclusive. Bidder extends to DeKalb County the option to renew the contract for an additional term, under the same price(s), terms and conditions, provided option is exercised no later than sixty days prior to expiration of the contract. Bidder must check and initial applicable blank below: Yes No Contract may, with mutual agreement between the parties and contingent upon future funding, be extended for a further two-year period from the initial expiration date. If DeKalb County does not exercise the option to renew the contract and a new Invitation to Bid is issued, the current contract will not be renewed. V. TERMINATION OF CONTRACT: The County may unilaterally terminate this contract, in whole or in part, for the County s convenience, or because of failure of the contractor to fulfill the contract obligations in any respect. VI. The contract will be an Indefinite Quantity type with County requirements to be satisfied on an as ordered basis. VII. COUNTY REQUIREMENTS: This invitation and resulting contract will provide for the normal requirements of DeKalb County, and contracts will be used as primary sources for the articles or services listed herein. Articles or services will be ordered from time to time in such quantities as may be needed. As it was impossible to determine the precise quantities of items described in this invitation that will be needed during the contract term, each contractor is obligated to deliver all articles and services that may be ordered during the contract term. Page 70 of 97

71 GENERAL TERMS AND CONDITIONS VIII. CONTRACTOR S HOLD HARMLESS AGREEMENT: A. ENTER BIDDER S FULL LEGAL FIRM NAME ON THE FIVE BLANK LINES BELOW: shall be responsible from the time of signing the CONTRACT, or from the time of the beginning of the first work, whichever shall be the earlier, for all injury or damage of any kind resulting from this work to persons or property, including employees and property of the COUNTY. shall exonerate, indemnify, and save harmless the COUNTY from and against all claims or actions, and all expenses incidental to the defense of any such claims, litigation, and actions, based upon or arising out of damage or injury (including death), to persons or property caused by or sustained in connection with the performance of this CONTRACT; and shall assume and pay for, without cost to the COUNTY, the defense of any and all claims, litigation, and actions suffered through any act or omission of, or any subcontractor or anyone directly or indirectly employed by or under the supervision of any of them. The expressly agrees to defend against any claims of actions filed against the COUNTY where such claims or actions involves, in whole or in part, the subject of indemnity contained herein, whether such claims or actions are rightfully or wrongfully brought or filed. shall furnish the following insurance requirements along with contract documents sent to the COUNTY for execution. If bidder is awarded service or installation under contract based upon this Invitation to Bid, the following two paragraphs shall apply. B. INSURANCE REQUIREMENTS (TO BE FURNISHED BY SUCCESSFUL BIDDER ONLY): See DeKalb County Purchasing and Contracting Form No. 25. C. Successful vendor shall mail insurance documents referenced in INSURANCE REQUIREMENTS paragraph to: DeKalb County Department of Purchasing and Contracting The Maloof Center, 2 nd Floor 1300 Commerce Drive Decatur, Georgia IX. It is the responsibility of the Contractor to protect from damage and to repair, if damage occurs, all structures and fixtures not directly included in this project. X. Contractor shall be responsible for safety conditions during the contract period, including the placing of any needed barriers or signs. XI. Contractor shall conduct the work in such manner as to minimize disruption of DeKalb County operations. Page 71 of 97

72 GENERAL TERMS AND CONDITIONS XII. RESPONSE TIME: Successful Bidder will respond to regular service calls within forty-eight (48) hours after receipt of call from the County. Initial response to emergency calls must occur within two (2) hours after receipt of notification from the County. For the purposes of this bid, an emergency shall be defined as any condition that poses a threat to health, welfare, or safety of people and/or property or a condition that will negatively impact any essential service(s) as determined by DeKalb County. The successful bidder will provide the County with a twenty-four (24) hour emergency contact and telephone number. Delivery of emergency services must occur within twenty-four (24) hours. Bidder state agreement: Yes No Emergency Contact Person: Emergency telephone number: Pager number: Alternate delivery time may be considered provided it is so stated:, (Bidder state alternate time for delivery of services). State below time required for bidder s response to reach job site(s) after emergency service is necessary:,. XIII. EXPERIENCE: Bidder certifies that bidder has had a minimum of five (10) years of successful experience in the type of work specified, and that the project foreman has a minimum of two (5) years of experience in the type of work specified: Yes No XIV. WARRANTY AND/OR GUARANTY: The bidder will state below or will furnish a separate letter attachment, which fully explains the conditions of Warranty and/or Guaranty. If no Warranty and/or Guaranty are applicable, it must be so stated. NOTE: FAILURE TO RESPOND TO THE REQUIREMENTS OF THIS PARAGRAPH MAY RESULT IN THE BID BEING UNCONSIDERED.,. XV. Bidder state what priority will be given do DeKalb County calls for emergency service:. Page 72 of 97

73 GENERAL TERMS AND CONDITIONS XVI. Bidder state below the exact location of plant or facility where bidder s items or services will be available as offered in this bid:,. XVII. Bidder state below names of trained technicians available to provide emergency service:,. XVIII. Provide comments regarding experience of bidder s company, such as number of years in business, number of personnel involved, and any other comments bidder considers pertinent:,,,, XIX. LOANER EQUIPMENT: During emergencies, the County may require use of loaner equipment while the original is being repaired. Loaner equipment will be equal in every respect to the application required. Bidder state ability to furnish Loaner equipment:,,, XX. Vendor state REGULAR working hours. Note that all other hours, will be considered overtime hours. (Note: DeKalb County regular working hours are 7::00 AM to 4:00 PM).. XXI. Vendor list Trade Holidays: (Note: DeKalb County Holidays is listed on page 28)... Page 73 of 97

74 Page 74 of 97 Invitation

75 GENERAL TERMS AND CONDITIONS Invitation XXII. PAYMENT: Invoice charges, if any, are to be accumulated and paid a minimum of once each month. Invoices are to be signed by the Contractor or authorized delegate, and must contain the authorizing DeKalb County Purchase Order Number or Release Number to be processed for payment. Purchase Order Number or Release Number must also be on Delivery Ticket. Invoice must be mailed or sent to: (1) Accounting Services Division DeKalb County Finance Department Maloof Annex 1300 Commerce Drive Decatur, GA (2) with a copy mailed to Department or Division utilizing the Contract, and (3) a COPY of the invoice(s) must be submitted with completed Prime Contractor LSBE (Local Small Business Enterprise) Utilization Report and LSBE Sub-Contractor Report to: Contract Compliance Division 1300 Commerce Drive 2 nd Floor Decatur, GA NOTE: In the event of a change in name and/or address by contractor s company, (whether due to relocation, sale to another company or other causes), payment cannot be made under this contract until DeKalb County is properly notified in writing of such change; with notification sent (1) to the Finance Department Accounting Services Division, (2) to the Purchasing & Contracting Department and (3) to the using Department Director, so that necessary changes can be made to computer records for future mailings. XXIII. TORT IMMUNITY: No officer, employee, or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for injury or damage suffered because of any act, event, or failure to act. XXIV. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications and any supplemental specifications as to any details, or the omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement, with County interpretation to prevail. XXV. OPEN RECORDS ACT: Without regard to any designation made by the person or entity making a submission, DeKalb County considers all information submitted in response to this Invitation to be public record that will be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A et seq., without consulting or contacting the person or entity making the submission, unless a court order is presented with the submission. You may wish to consult an attorney or obtain legal advice prior to making a submission. Page 75 of 97

76 GENERAL TERMS AND CONDITIONS XXVI. REFERENCES -- Bidder supply information about at least three (3) contracts of similar or greater magnitude bidder has performed, listing Customer name and address, person to contact, and telephone number for each reference: (1) CUSTOMER NAME: ADDRESS: PERSON TO CONTACT: TELEPHONE NUMBER: (2) CUSTOMER NAME: ADDRESS: PERSON TO CONTACT: TELEPHONE NUMBER: (3) CUSTOMER NAME: ADDRESS: PERSON TO CONTACT: TELEPHONE NUMBER: XXVII. FOREIGN PRODUCTS: DeKalb County prefers to buy items produced and/or manufactured in the United States of America; however, foreign products may be considered provided it is so stated. Bidder certifies that item(s) offered on this bid is/are manufactured produced in the United States. If No, state other location Yes No XXVIII. CONDITION, WORKMANSHIP AND INSPECTION: All equipment and/or materials furnished by successful bidder will be new, equivalent to original manufacturer s standards, in first class condition, including containers suitable for shipping and storage, unless otherwise directed by the County in writing. Verbal agreements with the County will not be recognized. All work done under this contract will be performed in a skillful and competent manner. The County may require in writing that the successful bidder remove any of their own employees, agents, or subcontractors, whom the County deems incompetent or careless, from performing work on County equipment. The County reserves the right to inspect any work performed under this contract both at the job site and at successful bidder s facilities. Any inspection by the County does not relieve the successful bidder from any responsibility regarding defects or other failures to meet the contract requirements. XXIX. OPTION TO AUDIT: Successful bidder will be required to maintain complete records during the life of the contract and for a period of one year after completion of the contract. Such records are to be made available to the County if officially requested, to be audited by a designated County auditing staff. If such audits reveal overcharges and/or undercharges, such will be adjusted and compensation made by either party to correct charges. Page 76 of 97

77 GENERAL TERMS AND CONDITIONS XXX. CORRECTION OF WORK: The successful bidder will promptly correct all work rejected by the County as faulty, defective, or failing to conform to the Minimum Specifications and/or to consensus standards adopted by both government and industry governing the repairs, whether observed before or after substantial completion of the work, and whether or not fabricated, installed, or completed. The successful bidder will bear all costs of correcting such rejected work. XXXI. FAILURE TO PERFORM: If the contract terms and conditions are not met, the County reserves the right to purchase commodities or services covered by this contract elsewhere if available from an alternate source. Should the successful bidder fail to make repairs when ordered, in accordance with the General Terms and Conditions, the Minimum Specifications, and any other requirements contained herein; the County will have the right to procure services on the open market. XXXII. USUAL & CUSTOMARY RATES FOR SERVICE & REPAIR CONTRACTS: In Indefinite Quantity Contracts for maintenance, repair, and services where some items total costs are not fixed, but are based upon time and materials only; then, DeKalb County reserves the right to verify that the Successful Bidder s prices are not in excess of usual and customary rates typically charged in the industry for the work requested. Should the County discover that the Successful Bidder is charging in excess of the usual and customary rates, then the County reserves the right to award such work outside the contract. In al such cases, Successful Bidder shall furnish the County with a not-to-exceed cost and completion time before beginning any work. At no time will Successful Bidder begin any work without prior approval from the Department or Division using the contract. XXXIII. ESCALATION CLAUSE: During the life of the contract, the successful bidder shall furnish price lists to the County for his/her increases and those of his/her supplier (e.g. factory) increases, as and if prices are changed. Furnish also a list of his/her supplier s (e.g. factory) prices that had been in effect during bidder s earlier prices; so that County can see the difference. Price change will be in effect only after receipt and approval of one copy of these price lists, (or catalogs), by the Dekalb County Purchasing and Contracting Department, (except as provided for reductions in Purchasing and Contracting Form #4). Price lists and changes thereto are to be furnished under the contract and without charge to the County. Catalogue(s) or Price List(s) are to be submitted to Purchasing and Contracting Department Director, Maloof Administration Building, 2 nd Floor, 1300 Commerce Drive, Decatur, Georgia XXXIV. FAMILIARITY WITH THE WORK: Bidder acknowledges, by signing the bid documents, full understanding of the extent and nature of the work required and the conditions surrounding the performance. XXXV. In the performance of the contract, Contractor must comply with all relevant Federal, State, City, and County regulations and ordinances and must obtain all applicable Licenses and/or Permits. XXXVI. WORK AUTHORIZATION FORM(S): See P & C Agreement/Affidavits Form # 33, following this section. XXXVII. Colin Decker, DeKalb Watershed Management and George Smith, Facilities Management, or his delegated representative, is the designated and authorized agent for performing the supervision, acceptance of work detail, and other operational features for DeKalb County. Page 77 of 97

78 GENERAL TERMS AND CONDITIONS XXXVIII. LITERATURE: Bidder is required to furnish, with this bid, literature describing the item(s) being offered. Failure to furnish this literature may result in the bid being unconsidered. XXXIX. XXXX. BUSINESS LICENSE: Bidders shall submit with bid, a copy of their valid company business license. If the Bidder is a Georgia corporation, Bidder shall submit a valid county or city business license. If the Bidder is not a Georgia corporation, Bidder shall submit a certificate of authority to transact business in the state of Georgia and a copy of their valid business license issued by their home jurisdiction. If Bidder holds a professional certification which is licensed by the state of Georgia, then Bidder shall submit a copy of their valid professional license. Any license submitted in response to this requirement shall be maintained by the Bidder for the duration of the contract. FIRST SOURCE JOBS ORDINANCE: The DeKalb County First Source Ordinance requires contractors or entities employing 15 or more employees entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction, professional or consultant services, which is funded in whole or part with County funds or Countyadministered funds in which the contractor is to receive $50, or more in County expenditures or committed expenditures to make a good faith effort to hire DeKalb County residents for at least 50% of entry level jobs using the First Source Registry. For more information on this Ordinance requirement, please contact DeKalb Workforce Development at XXXXI. PREFERRED EMPLOYEES: Contractors, subcontractors, and independent contractors bidding on this contract will be encouraged by DeKalb County to have 25% or more of their labor forces for this project consist of Preferred Employees selected from the First Source Registry. The First Source Registry has Preferred Employees trained by U.S. Department of Labor registered apprenticeship programs and other partners. XXXXII. Bidder is cautioned to make his bid complete and to furnish all information and detail required by these specifications. Failure to comply may result in the bid being unconsidered due to incompleteness. XXXXIII. This Invitation to Bid consists of 94 pages: FAILURE TO RETURN ALL PAGES IN CORRECT NUMERICAL ORDER MAY RESULT IN BID BEING DECLARED INVALID. End General Terms and Conditions. Page 78 of 97

79 PREFERRED EMPLOYEE TRACKING FORM Name of Bidder Address Phone Number Fax Number Do you anticipate hiring from the Workforce Development Preferred Employee Candidate Registry: Yes or No (Circle which applies) If so, approximate number of employees you anticipate hiring: Type of Employee(s) or Position(s) you anticipate hiring: The # you anticipate hiring: Page 79 of 97

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts Request For Bids Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts is requesting bid proposals for the Solid Waste Refuse Hauling and Disposal for the Midas Solid Waste

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: FUEL SITE REPAIRS, MAINTENANCE, TESTING AND TANK MONITORING UPGRADES

COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: FUEL SITE REPAIRS, MAINTENANCE, TESTING AND TANK MONITORING UPGRADES COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 992-5390 FUEL SITE REPAIRS, MAINTENANCE, TESTING AND TANK MONITORING UPGRADES Issue Date: IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION

More information

CONTRA COSTA COMMUNITY COLLEGE DISTRICT

CONTRA COSTA COMMUNITY COLLEGE DISTRICT ADDENDUM #1 CONTRA COSTA COMMUNITY COLLEGE DISTRICT Date: 11/15/2018 D 4014 Warehouse Demolition Project Diablo Valley College 321 Golf Club Road, Pleasant Hill, CA 94523 NOTICE TO ALL CONTRACTORS: You

More information

Utilization, Capacity, and 2010 Enrollment

Utilization, Capacity, and 2010 Enrollment Super Cluster 1 Ashford Park ES 486 437-49 111% Austin ES 697 588-109 119% Cary Reynolds ES 832 802-30 104% Chesnut ES [Charter] 534 487-47 110% Dresden ES 836 705-131 119% Dunwoody ES 738 1,136 398 65%

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Sludge Hauling and Disposal November 8, 2016 through November 7, 2017 with 2 one-year options, Extended through

More information

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT Golf Car Lease/Purchase Coyote Run Golf Course Flossmoor, IL 60422 BID OPENING ON: Thursday, October 25, 2018 TIME:

More information

2018 Golf Cart Lease Sunset Valley Golf Club

2018 Golf Cart Lease Sunset Valley Golf Club Invitation for Bid Sunset Valley Golf Club February 5, 2018 Sunset Valley Golf Club Bid Opening: Friday, February 16, 2018 at 1:00 PM at West Ridge Center, 636 Ridge Road, Highland Park, IL 60035 Ryan

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of one (1) Four Wheel Drive, All Purpose Tractor with Front End Loader Attachment for use by the Ware

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1 Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida 33620 (813) 974-2481 Invitation to Bid No.: 18-12-YH Entitled: Opening Date: Bulk Fuel Delivery (PATS) November 14, 2017 at 3:00 p.m.

More information

Source: Dekalb County Board of Registration and Elections. Compilation by Bruce Dixon,

Source: Dekalb County Board of Registration and Elections. Compilation by Bruce Dixon, Precinct By Precinct Results for Dekalb County GA August 20, 2002 Democratic Primary Election for Congress in the GA 4th Congressional District, with Voter Demographic Data by Precinct. precinct name COVINGTON

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 ryped by: DATE 08/14/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

VEHICLE MAINTENANCE PROGRAM

VEHICLE MAINTENANCE PROGRAM VEHICLE MAINTENANCE PROGRAM Prepared by: SCOTT PARTRIDGE Transportation Manager Version: 5.05.14 Effective Date: 5 MAY 2014 The undersigned has read, understands and agrees to comply with the information

More information

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES The City of Abbeville, South Carolina is soliciting sealed proposals for Fire Hydrant Maintenance Services. All proposals must be in writing and

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-SPB-2019 Self- Propelled Broom front mounted Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706)

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. Availability

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. Availability ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY MANUFACTURING SERVICE RATE--SCHEDULE MSD Availability This rate shall apply to the firm electric power requirements

More information

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. LARGE MANUFACTURING SERVICE RATE SCHEDULES (November 2018)

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. LARGE MANUFACTURING SERVICE RATE SCHEDULES (November 2018) ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY LARGE MANUFACTURING SERVICE RATE SCHEDULES () Availability These rates shall apply to the firm electric power requirements

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638 CONTRACT AWARD AB2018-03 REMOVAL AND DISPOSAL OF SOLID WASTE AND RECYCLABLES FROM VARIOUS LOCATIONS IN MERCER BID OPENING DATE: APRIL 10,2018 CONTRACT TERM: MAY 30, 2018 RES. NO. 2018-280 THROUGH APRIL

More information

NOTICE OF SALE. The City of Sioux Falls, SD, requests formal bids for the sale of Surplus Crown Victoria Sedans.

NOTICE OF SALE. The City of Sioux Falls, SD, requests formal bids for the sale of Surplus Crown Victoria Sedans. PUBLISH: November 27 and December 4, 2009 NOTICE OF SALE The City of Sioux Falls, SD, requests formal bids for the sale of Surplus Crown Victoria Sedans. Sealed bids shall be received by Purchasing, 3rd

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1 Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District Request for Bids Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District is requesting bid proposals for the Solid Waste Refuse Hauling and Disposal for the Salmon Falls

More information

INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS

INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS DATE OF LETTING: March 04, 2015 TIME OF LETTING: 10:00 AM EASTERN STD DESIGN BUILD CONTRACTS Sealed proposals for certain highway

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 ADDENDUM NO. 1 For BID NO. 17/18-36 GENERATOR MAINTENANCE, REPAIR AND EMERGENCY SERVICES 1.

More information

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

More information

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016 FORD C-MAX SEL ENERGI-BASE MODEL

More information

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY IFB NO: 2018-FP-08 Date Issued: August 6, 2018 INSTRUCTIONS:

More information

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope. BL098-17 October 9, 2017 INSPECTION, MAINTENANCE AND REPAIR OF HOISTS AND CRANES ON AN ANNUAL CONTRACT ADDENDUM #1 BL098-17 The following should be added to the above-referenced bid. The attached pre-qualification

More information

FLORENCE ELECTRICITY DEPARTMENT. MANUFACTURING SERVICE RATE--SCHEDULE TDMSA (October 2015) Availability

FLORENCE ELECTRICITY DEPARTMENT. MANUFACTURING SERVICE RATE--SCHEDULE TDMSA (October 2015) Availability FLORENCE ELECTRICITY DEPARTMENT MANUFACTURING SERVICE RATE--SCHEDULE TDMSA () Availability This rate shall apply to the firm electric power requirements where (a) a customer s currently effective onpeak

More information

STANDBY SERVICE. Transmission Service Primary Service Secondary Service

STANDBY SERVICE. Transmission Service Primary Service Secondary Service a division of Otter Tail Corporation Rate Designation C-10M, Page 1 of 6 STANDBY SERVICE OPTION A: FIRM OPTION B: NON-FIRM On-Peak Off-Peak On-Peak Off-Peak Transmission Service 927 928 937 938 Primary

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER INSPECTION SERVICES ITB NO.: DMS-13/14-035

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER INSPECTION SERVICES ITB NO.: DMS-13/14-035 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER

More information

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L04-54474 MAY, 2018 TOWN OF MIDLAND TENDER VEHICLE TOWING AND POUND SERVICES SEALED TENDERS will be received until

More information

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. Availability

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. Availability ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY GENERAL POWER RATE--SCHEDULE GSB Availability This rate shall apply to the firm electric power requirements where a

More information

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

More information

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is

More information

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document. June 22, 2017 ADDENDUM #1 BL061-17 Purchase of Gasoline and Diesel Fuel on an Annual Contract Please see questions, answers, and clarifications to the abovementioned bid. Q1. Are bonds required? A1. No

More information

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270) Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of

More information

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR MOTOR OIL and LUBRICANTS BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

Permit Holder. Permitted Equipment

Permit Holder. Permitted Equipment Air Quality Registration Stationary Compression Ignition Internal Combustion Engine (Less than 400 Brake Horsepower) Permit No. Project No. Description Date Testing No Plant Number: Under the Direction

More information

CHARLES RIVER POLLUTION CONTROL DISTRICT. Requirements for Septage Receiving

CHARLES RIVER POLLUTION CONTROL DISTRICT. Requirements for Septage Receiving Revised 11/8/16 CHARLES RIVER POLLUTION CONTROL DISTRICT Requirements for Septage Receiving Serving the towns of Franklin, Medway, Millis, Bellingham, Norfolk, Sherborn, Dover, Wrentham, Weston, Holliston,

More information

Resolution 12- introduced and read the following resolution

Resolution 12- introduced and read the following resolution Resolution 12- Councilmember and moved its adoption. introduced and read the following resolution WHEREAS, Section 50.03 of Title V of the Code of Ordinances of the City of Albemarle, North Carolina, provides

More information

District of Columbia

District of Columbia Oversize/ Overweight Permit Manual District of Columbia Foreword The Specialized Carriers & Rigging Association is pleased to publish this Oversize/ Overweight Permit Manual. Each state analysis includes

More information

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District

More information

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS

COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS General instructions, information and rules governing the issuance of special permits for the movement of oversize

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016, 5,000 LB. CAPACITY LPG PNEUMATIC

More information

JANUARY 2018 MON TUE WED THU FRI SAT SUN

JANUARY 2018 MON TUE WED THU FRI SAT SUN WHO IS EDGAR AGENTS? Edgar Agents LLC is a full service SEC filing agency providing regulatory filing, news distribution and financial printing services for public companies, private equity firms, attorneys

More information

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H OUSTON COUNTY BOARD OF COM M I SSI ONERS H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T September 17, 2018 Dear

More information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

FLORENCE ELECTRICITY DEPARTMENT. GENERAL POWER RATE--SCHEDULE GSC (October 2015) Availability

FLORENCE ELECTRICITY DEPARTMENT. GENERAL POWER RATE--SCHEDULE GSC (October 2015) Availability FLORENCE ELECTRICITY DEPARTMENT GENERAL POWER RATE--SCHEDULE GSC () Availability This rate shall apply to the firm electric power requirements where a customer s currently effective onpeak or offpeak contract

More information

Environmental Health Department

Environmental Health Department Environmental Health Department Enclosed is the 2018 Food Truck License application. Attached are the following documents that need to be returned prior to issuing your food license: Application for Food

More information

ADDENDUM NO. 1 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301)

ADDENDUM NO. 1 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301) April 17, 2013 TO: All Potential Proposers SUBJECT: RFP #14-B City Generator Maintenance Service RE: Addendum#1- Meeting Minutes, RFI s Received and City Response, Model/Serial # Listing This addendum

More information

Dinwiddie County Administration Office

Dinwiddie County Administration Office Dinwiddie County Administration Office 14016 Boydton Plank Road Phone: (804) 469-4500 Fax: (804) 469-4503 E-Mail: hcasey@dinwiddieva.us ADDENDUM #1 Date: August 21, 2017 Invitation For Bids # 17-081017

More information

Monroe County Municipal Waste Hauler Permit Application CALENDAR YEAR 2019

Monroe County Municipal Waste Hauler Permit Application CALENDAR YEAR 2019 Monroe County Municipal Waste Management Authority 183 Commercial Blvd., Blakeslee, PA 18610 Telephone: (570) 643-6100 Fax: (570) 643-6112 www.thewasteauthority.com Monroe County Municipal Waste Hauler

More information

HAZLETON POLICE DEPARTMENT TOWING SERVICE REQUIREMENTS

HAZLETON POLICE DEPARTMENT TOWING SERVICE REQUIREMENTS HAZLETON POLICE DEPARTMENT TOWING SERVICE REQUIREMENTS 1.01 PURPOSE The purpose of this regulation is to establish policy and procedures governing the provision of assistance to individuals on the roadway,

More information

HOUGHTON COUNTY ROAD COMMISSION GUIDELINES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS

HOUGHTON COUNTY ROAD COMMISSION GUIDELINES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS HOUGHTON COUNTY ROAD COMMISSION GUIDELINES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS General instructions, information and procedure governing the issuance of special permits for the

More information

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in You are herewith notified that it is the intent of the Nampa & Meridian Irrigation District

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-478-6206 Kelly A. Laubach, Purchasing Manager NOTICE TO BIDDERS Amendment

More information

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT HEAVY-DUTY ENGINE PROGRAM AGRICULTURAL PUMP ENGINE COMPONENT ELECTRIC MOTOR NEW PURCHASE OPTION ELIGIBILITY CRITERIA AND APPLICATION GUIDELINES The San

More information

University of Peradeniya INVITATION FOR BIDS

University of Peradeniya INVITATION FOR BIDS University of Peradeniya INVITATION FOR BIDS 1) The Chairman of University Procurement Committee, invites sealed bids from authorized local lessors to procure following vehicles through operational lease

More information

SERVICE CLASSIFICATION NO. 7 LARGE GENERAL TIME-OF-DAY SERVICE

SERVICE CLASSIFICATION NO. 7 LARGE GENERAL TIME-OF-DAY SERVICE 5th Revised Leaf No. 122 Superseding 4th Revised Leaf No. 122 LARGE GENERAL TIME-OF-DAY SERVICE APPLICABLE TO USE OF SERVICE FOR Sales and delivery of electric power supply provided by the Company or delivery

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

More information

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT HEAVY-DUTY ENGINE PROGRAM AGRICULTURAL PUMP ENGINE COMPONENT ELECTRIC MOTOR NEW PURCHASE OPTION ELIGIBILITY CRITERIA AND APPLICATION GUIDELINES The San

More information

Otsego County Road Commission

Otsego County Road Commission Otsego County Road Commission William T. Holewinski, Jr., Commissioner Troy W. Huff, Commissioner David C. Matelski, Commissioner Jason T. Melancon, Manager Thomas A. Deans, Engineer Rebecca L. Jerry,

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR ALUMINUM SULFATE, LIQUID CAUSTIC SODA, LIQUID CHLORINE ACTIVATED CARBON, POWDERED Minimum 800 Iodine Number ACTIVATED CARBON, POWDERED Minimum

More information

(ADDENDUM COVER SHEET)

(ADDENDUM COVER SHEET) (ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 DUMP TRUCK (NON-SHELTERED

More information

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24,712.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards

More information

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

DIESEL TO DIESEL ENGINE REPOWER OPTION

DIESEL TO DIESEL ENGINE REPOWER OPTION SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT Off-Road Engine Component AG PUMP ENGINE REPOWER PROGRAM DIESEL TO DIESEL ENGINE REPOWER OPTION ELIGIBILITY CRITERIA AND APPLICATION GUIDELINES The San

More information

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT HEAVY-DUTY ENGINE PROGRAM AGRICULTURAL PUMP ENGINE COMPONENT DIESEL TO DIESEL ENGINE REPOWER OPTION ELIGIBILITY CRITERIA AND APPLICATION GUIDELINES The

More information

INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS

INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS In order for San Jose police officers or reserve officers to be eligible work

More information

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,

More information

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Whatcom County Invitation to Bid Bid #17-09

Whatcom County Invitation to Bid Bid #17-09 Invitation to Bid NOTICE IS HEREBY GIVEN that sealed bids will be received by Purchasing at their fice in the Whatcom County Administrative Services Finance Office in Whatcom County Courthouse, 311 Grand

More information

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO: REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID #09-003 RETURN TO: DR. PAM BEST, INTERIM SUPERINTENDENT LOUISBURG UNIFIED SCHOOL DISTRICT

More information

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

PETROLEUM TRADERS CORPORATION RIGGINS, INC. BID RESULTS CK09MERCER2015-10 DIESEL FUEL AND WINTER MIX FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE MEMBERS BID OPENING DATE: JUNE 30, 2015 AWARD FOR A PERIOD OF TWO (2) YEARS; BASED UPON

More information

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17,836.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards

More information

Part 70 Operating Permit Amendment

Part 70 Operating Permit Amendment Part 70 Operating Permit Amendment Effective Date: February 18, 2016 Facility Name: Scherer Steam-Electric Generating Plant Facility Address 10986 Highway 87 Juliette, Georgia 31046, Monroe County Mailing

More information

Instructions for Submittal of a Request to Close a Public Street for Community Purposes (Not for Construction Projects)

Instructions for Submittal of a Request to Close a Public Street for Community Purposes (Not for Construction Projects) Instructions for Submittal of a Request to Close a Public Street (Not for Construction Projects) Complete the top part of the attached form Request to close a Public Street. If Temporary No Parking signs

More information

NORTHEAST NEBRASKA PUBLIC POWER DISTRICT RATE SCHEDULE LP-2 Large Power Service. Effective: For bills rendered on and after February 1, 2019.

NORTHEAST NEBRASKA PUBLIC POWER DISTRICT RATE SCHEDULE LP-2 Large Power Service. Effective: For bills rendered on and after February 1, 2019. NORTHEAST NEBRASKA PUBLIC POWER DISTRICT RATE SCHEDULE LP-2 Large Power Service Effective: For bills rendered on and after February 1, 2019. SEDC:60/7/8/9 SECTION 1. AVAILABILITY AND APPLICABILITY 1.1

More information

The Premcor Refining Group, Inc. Delaware City Refinery 4550 Wrangle Hill Rd. EXHIBIT A Delaware City, DE 19706

The Premcor Refining Group, Inc. Delaware City Refinery 4550 Wrangle Hill Rd. EXHIBIT A Delaware City, DE 19706 DRAFT Permit: APC-2004/0721-CONSTRUCTION (NSPS) Two Package Boilers The Premcor Refining Group, Inc. Delaware City Refinery 4550 Wrangle Hill Rd. EXHIBIT A Delaware City, DE 19706 ATTENTION: Andrew Kenner

More information

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax: OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President

More information

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

More information

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES MICHIGAN DEPARTMENT OF TRANSPORTATION GRAND REGION Marl Lake Roadside Park P511 Sheridan Roadside Park P514 Greenville Roadside Park P516

More information

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 1. PURPOSE MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818 SQ # 10209 - FLEET VEHICLE MAINTENANCE/SERVICE CONTRACT JULY 1, 2015 THROUGH JUNE 30, 2016 SPECIFICATIONS

More information