Enclosure Clause Samples
POPULAR SAMPLE Copied 2 times
Enclosure. Phase shall be enclosed in weather proof, dust-tight, enclosure of sheet steel fabricated type conforming to degree of protection of IP 55.
Enclosure. The use of rigid, durable construction materials that are mechanically fastened to the substrate to act as a barrier between the LBP and the environment.
Enclosure. III
a. Background of the organization
b. Copies of completion certificate on client letter head for similar projects executed by the bidder in the last seven years. The submitted certificates shall comply with conditions laid in Clause 3 of ITB (Bidder Eligibility Criteria). Such eligible projects shall be supplied in Form 4B of Section IV.
c. Copies of work order / agreement with value and status (% completed till submission) in case of ongoing work shall be submitted separately as proof of on- going assignments as per Form - 4F of Section IV. The Bidder shall also submit, along with Form – 4F, plan / provision to move the existing machinery to the project site when required.
d. General construction experience of the bidder to be submitted as per Form 4N e. Provide list of Litigation History.
Enclosure. The volume of the Enclosure and the above ground portion of its pad as shown in the Site Plan is cubic feet. The location, size, and appearance of the related ground- based equipment (radios, batteries, etc.), enclosures, cabinets, and pedestals shall be as follows:
Enclosure. IV
a. Scanned copies of following keeping in view the scope of work listed in the ToR:
(i) The approach to the work and methodology to be adopted, and
(ii) Detailed work plan
b. Scanned copy of the list of experts/key personnel (Form 4E) with complete signed CV's, adhering to the following requirements:
(i) The Key Personnel must be permanent and full-time employee(s) of the firm.
(ii) The Bidder is to ensure that the time allocated for the key personnel does not conflict with the time allocated for any other assignment. The Employer reserves the right to request a workload projection (including time spent on other projects/clients) for the Key Personnel.
(iii) The composition of the proposed Team and task assignment to individual personnel shall be clearly stated.
(iv) The Key Personnel shall remain available for the period as indicated in the Tender Document
(v) No alternative Bid for any Key Personnel shall be made and only one CV for each position shall be furnished
(vi) Each CV shall bear original signatures of the Key Personnel and the authorized signatory of the Bidder. Scanned signatures on the CV’s shall not be accepted. The employer may seek replacement of any of the CV’s it finds unsuitable/not meeting the criteria stipulated in the tender document.
(vii) A CV shall be summarily rejected if the educational qualification of the Key Personnel proposed does not match with the requirement stipulated in the Tender document.
(viii) The Employer reserves the right to ask for proof of age, qualification and experience at any stage of the project.
(ix) Since the replacement of key personnel affects the marking of technical evaluation of the bids, the bidders shall strictly observe that there shall be no replacement/change in the key personnel proposed by the Consultants at the time of signing of contract from the key personnel proposed by the Consultant at the time of bidding. For any reasons whatsoever if the bidder engages in replacement of key personnel there shall be a deduction of 10% from the total remuneration of the replaced personnel.
(x) During execution of work, the replacement of the key personnel shall only be on health grounds of the individual or if the personnel ceases to work for the Consultant and is no longer an employee of the Consultant. The Consultant shall not replace any of the key personnel without the written prior consent of the Employer. In case Consultant engages in such activity i.e. replacement of key personnel with or with...
Enclosure. The following enclosures are attached hereto: • Transmittal Letter; • Attachment A – Clean Amended SLGIA between Granite and PacifiCorp, to be designated as First Revised PacifiCorp Rate Schedule No. 1110 (Public). • Attachment B – Clean Amended SLGIA between Granite and PacifiCorp, to be designated as First Revised PacifiCorp Rate Schedule No. 1110 (CUI//CEII). • Attachment C – Form of Protective Agreement. • Attachment D – Redline of SLGIA compared to Amended SLGIA between Granite and PacifiCorp.
Enclosure. The programmable load control DCU enclosure shall be made of UV stabilized, high impact strength plastic. The enclosure shall be NEMA 3R rated. All electronics shall be mounted in a removable door for ease of maintenance. The door shall be double hinged and shall have a dual point latching mechanism. Provisions shall be made for securing the cover with 4 screws and a meter seal.
Enclosure. In addition to this Transmittal Letter, the following enclosure is attached hereto: • A clean version of Service Agreement No. 1110.
Enclosure. Unit No. Area Stipulated Area Actually Date of Delivery Commencement in the Contract Utilized of the Area by Date for Payments (Sq.m.) (Sq.m.)
Enclosure. The RPD shall be enclosed in a Lexan EXL polycarbonate. The enclosure shall be classified “f1” outdoor weatherability in accordance with UL 746C. The RPD shall be classified as watertight according to the NEMA 250 Standard. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External Icing (NEMA 250 clause 5.6) • Hose-down (NEMA 250 clause 5.7) • 4X Corrosion Protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The RPD shall be able to withstand a drop of up to 5 feet (1.5 m) without compromising its functional and structural integrity. The RPD enclosure shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connections.
