General Project Requirements Sample Clauses
General Project Requirements. The Load Customer will:
(a) enter into a Connection Agreement with GLPL at least 14 days prior to the first Connection;
(b) ensure that project data is made available or provided to GLPL as required by GLPL;
(c) ensure that the work performed by the Load Customer and others required for successful installation, testing and commissioning of protective and metering equipment is completed as required to enable GLPL witnessing and testing to confirm satisfactory performance of such systems;
(d) install metering facilities in accordance with the
(e) provide a dedicated communication circuit for remote access to the metering equipment in accordance with the Market Rules;
(f) provide a dedicated telephone for direct communication between GLPL System Control Centre operators and the Load Customer Control Room Operator on a 24 hour / 7 days a week basis;
(g) provide any hardware required to connect to GLPL’s transmission System;
(h) provide coordination of protections; and
(i) any other requirements specific to the Connection Part 2: Line tap Part 3: Teleprotection at the New Facility Part 4: SCADA RTU Part 5: Telecommunications Part 6: Revenue Metering Part 7: Documentation
General Project Requirements. Any failure of HMRC to fulfil the requirements as agreed in the project proposal/scope or any deviation in the agreed timelines will potentially incur extra days. If extra days are required to complete a project as a result of the above, this will be calculated and agreed with HMRC at the time of the issue arising. (Extra day rates will be invoiced at the standard day rate) Access to buildings, resources and the required systems must be provided in order to carry out the necessary work. HMRC will carry out all building & infrastructure works as required – the supplier will advise & make recommendations & work with HMRC and /or HMRCs 3rd parties as required. Other non-fixed infrastructure such as furniture will be supplied via HMRC unless separately agreed otherwise. All lab components will be procured via HMRC procurement channels – HMRC will be provided with a component list of required items for each project – Refer to the specific project proposal/scope & components list documentation. HMRC will be invoiced separately for purchase of minor ad-hoc peripheral components which may be required throughout the lab build if such peripherals are necessary to complete the project. Expenses are payable where travel and accommodation is required for locations outside of London. Where an overnight stay is required HMRC will pay for actual bed and breakfast costs within the current maximum limits of the HMRC expenses policy. Any other subsistence or incidental expenses are not payable. Receipts must be provided. The contractor shall not incur such expenses without the prior approval of the HMRC work manager.
General Project Requirements. The above scope of work shall be performed in a neat and orderly manner following all applicable building, mechanical, electrical and seismic codes. It is the intent for CTS to have a complete turnkey installation. All necessary material including but not limited to the equipment required by the scope, sheet metal, piping, piping accessories, valves, hangers, flexible ductwork, duct and pipe insulation, conduit, wire mold, device boxes, circuit panels, motor starters, disconnects, and wire shall be included. Cutting and patching as required to perform the work in this scope is included and affected areas shall be restored to their original condition upon completion of the work. All penetrations shall be sealed with appropriate fire, weather and thermal stops. Construction debris will be disposed of in a legally acceptable manor. All equipment shall be installed per the manufacturers’ installation recommendations. CTS and contractors will perform required equipment and system start-up, as well as, all air and water system testing and balancing. Roof penetrations, curb setting and roof patching shall be included. Supports for gas piping shall be large enough to allow the electrical contractor to run his conduit alongside of the gas piping. Two sets of filters are to be provided for all HVAC equipment. When construction is complete a new set of filters shall be installed by the mechanical contractor. Field verify electrical supply, duct configurations and dimensions prior to ordering equipment. CTS is responsible for cleanup, disposal and removal of all demolition and discarded material and debris relating to this project. All debris will be disposed of in a legally acceptable manor. Owner training will be provided on systems installed. As-built drawings and O&M manuals shall be provided. A 1-year parts and labor warranty on all equipment they install will be provided. A minimum 5-year compressor warranty and 10-year heat exchanger warranty shall be provided. CTS plans to install the project over the Fall of 2018, with an anticipated substantial completion by November 2018 and project closeout by December 2018. The CTS project manager will submit a detailed schedule to be reviewed on a weekly basis with the City of ▇’▇▇▇▇▇▇. Preliminary schedule is as follows and will be finalized with O’Fallon Staff and CTS Project Manager Contract Approval – May 2018 Order Equipment – June 2018 Mobilization – 9/4/18 Demo Existing Equipment – 9/10/18 RTU/Dectron Rough-In Wor...
General Project Requirements. Work Included: The Work under the Base Bid of the Contract shall include all work indicated or specified within the contract limit lines unless the Work is specifically indicated as "Not in Contract."
General Project Requirements. Below are general PROJECT comments and clarifications in which both NMAAI and the CITY agree will be adhered to for the duration of the PROJECT. Changes to any of these comments and clarifications will be agreed in accordance with the Change Order process defined in the SOW.
1. Scope, effort, price and timeline may change. Any changes will be documented and managed via Change Control Process and require mutual acceptance.
2. NMAAI personnel will be furnished access while being accompanied by authorized city employees.
3. CITY and NMAAI will provide the Services under this SOW during normal business hours, 7:00 AM to 5:00 PM local time Monday through Friday, including travel time. CITY and NMAAI will agree on holiday schedules as part of project planning.
4. ITRON will deliver and provide CITY team members with an electronic copy of a standard set of system documentation which shall include user guides, training materials, troubleshooting, standard operational procedures (SOP) and where applicable, designs for CITY’s use in preparing for and executing the project.
5. NMAAI is expected to effectively collaborate and communicate with the City to provide comprehensive services, as necessary, to achieve specific Tempe program/project goals for its new AMI program. NMAAI is required to have a full-time program manager throughout the duration of the Program. The City intends to implement the full AMI program within three years or less, beginning in 2016. Such services will include, but are not limited to, three specific major annual program phases, as described below: Phase I: Demonstration of Technology on Increment 1 (CY 2016) Phase I is to provide, install, and fully implement all hardware, firmware, and software components for approximately 5000 metered services required for a fully functional AMI program achieving the goals and performance measures established by the City. Opportunities for improved customer service and other benefits shall be identified and evaluated. The following are tasks associated with this project phase: Task 1 – Provide and install all hardware, firmware, and software required for demonstrating achievement of the City’s AMI program goals for approximately 5,000 metered services. Excluding Endpoints. Include IT interfaces for CIS, HES, and MDM as a minimum. Task 2 – Collaborate with the City to develop and monitor the AMI system Expected Performance Measures. Task 3 – Test and evaluate Performance Measures, including IT interfaces (wi...
General Project Requirements. 2.1.1 The ▇▇▇▇, to further the interests of the Owner, will perform the services required by, and in strict accordance with this Contract, to the satisfaction of the Owner, exercising the degree of care, skill and judgment ordinarily used by members of the architectural and engineering professions, as well as members of the construction contractor professions, with expertise in the design and construction of public facilities, practicing under similar conditions in Orange County, California would exercise at the same time as the services performed hereunder. The ▇▇▇▇ will provide these services as applicable from the Design Phase through the end of the project design and construction.
General Project Requirements. The Contractor shall provide comprehensive eligibility services and support for Indiana’s Eligibility Operation, specifically in the DFR Central and Regional Change Centers (CCCs and RCCs. The Eligibility Operation is the central resource in helping Hoosiers apply for and receive benefits, including SNAP, TANF, and Health Coverage and relies on three central parts to continue serving the State - CCC and RCC Eligibility Operations (scope of this Contract), Local Office Staff Augmentation (provided under separate contract), and Training (provided under separate contract). The Contractor shall: • Gather data for all applications, changes, redeterminations, enrollment forms, supporting documentation, benefit recovery claims, and pre-hearing and hearing tasks; • Provide adequate staffing resources to meet the requirements for the number of Eligibility Specialists (also referred to as “ES(s)” herein) operating in the Regional Change Centers, including the minimum staffing requirement and maximum staffing requirement to supply the number of Eligibility Specialists dedicated to the Regional Change Centers, as established by DFR; • Provide adequate staffing resources to meet the CCC eligibility operations requirements, Performance Metrics, and Key Performance Indicators; • Understand and interface with State systems that support the eligibility process, including but not limited to CODY Systems (and/or State fraud tracking and investigations system), IEDSS (Indiana Eligibility Determination Services System), LMS (Learning Management System), COGNOS, and DFR’s telephony and IVR systems (Interactive Voice Response); • Leverage State investments in facilities, equipment, and system infrastructure and automation capabilities by utilizing a solution that uses and improves utilization of resources available to FSSA (Note: The State will provide all facilities, equipment, and systems required for eligibility operations, and the Contractor shall indicate how they will use the current infrastructure and systems within DFR.) • Meet and improve the quality of services for programs and end to end case processing standards as defined by the State-approved Performance Metrics listed in Exhibit 2; • To ensure consistent work output and to drive accountability, all performance expectations will be based on, but not limited to, the State Program Policy Manuals, IEDSS Online Help, written directions received from DFR Management, including emails, and the application of the ‘End to E...
General Project Requirements a. Sensus meters and Smartpoints shall be provided to meet all national standards and be identified by unique serial numbers.
b. All equipment will be supplied to communicate with an AMI system that will enable it to obtain timely, accurate, and automated meter readings.
c. The data Analytics system will be capable of extracting and analyzing water consumption stored in the Meter Data Management System for review, analysis and use by City Staff.
General Project Requirements