Equipment to be Provided Sample Clauses

Equipment to be Provided. The University or Faculty Member may elect to furnish Student Volunteer with certain equipment in an effort to facilitate his/her activities on behalf of the University, such as a computer. The equipment to be furnished shall be selected at the discretion of Faculty Member. Said equipment will be used by Student Volunteer solely for University purposes, and will not be used in violation of any law or for any personal purposes.
AutoNDA by SimpleDocs
Equipment to be Provided. Equipment and supplies that Contractor will supply to MSP are:
Equipment to be Provided. The Employer shall provide all equipment required to perform duties and training as determined by the Sheriff (or designee).
Equipment to be Provided. The equipment provided shall be as listed on Attachment 1 of Exhibit A. Equipment Purchase Agreement (Rev. 2017) Page 1 of 1 Exhibit A EXHIBIT B Compensation
Equipment to be Provided. The equipment to be provided correspond to one (1) individual IT project. The required equipment is identified below: Manufacturer Part # Description Group 1 -General Purpose Recap w/FC 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 726995-L21 HP BL460c Gen9 E5-2620v3 FIO Kit 726718-B21 HP 8GB 1Rx4 PC4-2133P-R Kit 785067-B21 HP 300GB 12G SAS 10K 2.5in SC ENT HDD 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 761871-B21 HP Smart Array P244br/1G FIO Controller 651281-B21 HP QMH2572 8Gb FC HBA U7BR5E HPE 5Y FC NBD BL4xxc Gen9 SVC Group 2 -Citrix Recap 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 726992-L21 HP BL460c Gen9 E5-2640v3 FIO Kit 726992-B21 HP BL460c Gen9 E5-2640v3 Kit 726719-B21 HP 16GB 2Rx4 PC4-2133P-R Kit 781518-B21 HP 1.2TB 12G SAS 10K 2.5in SC ENT HDD 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 761871-B21 HP Smart Array P244br/1G FIO Controller U7BR5E HPE 5Y FC NBD BL4xxc Gen9 SVC Group 3 –GIS SQL 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 726992-L21 HP BL460c Gen9 E5-2640v3 FIO Kit 726992-B21 HP BL460c Gen9 E5-2640v3 Kit 726719-B21 HP 16GB 2Rx4 PC4-2133P-R Kit 785067-B21 HP 300GB 12G SAS 10K 2.5in SC ENT HDD 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 761871-B21 HP Smart Array P244br/1G FIO Controller U7BR5E HPE 5Y FC NBD BL4xxc Gen9 SVC Group 4 –GIS APP w/FC 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 726995-L21 HP BL460c Gen9 E5-2620v3 FIO Kit 726995-B21 HP BL460c Gen9 E5-2620v3 Kit 726718-B21 HP 8GB 1Rx4 PC4-2133P-R Kit 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 761871-B21 HP Smart Array P244br/1G FIO Controller 651281-B21 HP QMH2572 8Gb FC HBA U7BR5E HPE 5Y FC NBD BL4xxc Gen9 SVC Group 5 –ESSBASE 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 726987-L21 HP BL460c Gen9 E5-2690v3 FIO Kit 726987-B21 HP BL460c Gen9 E5-2690v3 Kit 726719-B21 HP 16GB 2Rx4 PC4-2133P-R Kit 762263-B21 HP 1.6TB 12G SAS VE 2.5in SC EV SSD 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 761871-B21 HP Smart Array P244br/1G FIO Controller U7BR5E HPE 5Y FC NBD BL4xxc Gen9 SVC Group 6 –vSphere HOST RECAP 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 726988-L21 HP BL460c Gen9 E5-2680v3 FIO Kit 726988-B21 HP BL460c Gen9 E5-2680v3 Kit 726719-B21 HP 16GB 2Rx4 PC4-2133P-R Kit 785067-B21 HP 300GB 12G SAS 10K 2.5in SC ENT HDD 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 761871-B21 HP Smart Array P244br/1G FIO Controller 651281-B21 HP QMH2572 8Gb FC HBA U7BR5E HPE 5Y FC NBD BL4xxc Gen9 SVC Group 7 –General Purpose Recap w/FF ...
Equipment to be Provided. The Contractor shall install, at no cost to the County, vending equipment at the Sites listed on Attachment 1. A list of all equipment installed at these Sites, including the name, type, serial number, counter or meter reading at time of installation and location of each piece of equipment, shall be provided to the County’s Contract Manager upon execution of this Agreement. All vending machines shall be new or in a like new condition and meet Energy Star certification requirements. In the absence of Energy Star designation, the Contractor may propose, with supporting documentation, alternative energy conservation measures to minimize energy consumption and cost associated with vending services. All vending machines provided shall comply with all federal, state or local safety and health regulations. All vending machines provided shall be equipped with coin mechanism, validators that automatically validate and recognize paper currency, and credit/debit card technology. Either the County or the Contractor may initiate a written request for addition or deletion of vending equipment; provided, however, prior to the Contractor deleting any installed vending equipment (a vending machine), Contractor must first provide, in writing, sales data to the County Contract Manager which evidences that the vending equipment is underperforming in relation to other vending equipment that is located at other Sites. With County Contract Manager authorization, the Contractor may then change the existing mix of products provided in the machine and/or prices for at least a thirty (30) day period in order to determine if sales improve to mutually agreeable and acceptable levels. The change in product mix would be performed based on feedback from the County’s Contract Manager and the County’s employees that use the machine in question. If sales do not improve to mutually agreeable and acceptable levels during the said thirty (30) day period, then the Contractor may ask for re-authorization, in writing, to either change the product mix for an additional thirty (30) day period, or contact the County’s Contract Manager, in writing, providing supporting sales data including the most recent data, and request final removal of the vending machine from its then current location. If after the second thirty (30) day period sales have not improved to mutually agreeable and acceptable levels, the Contractor can, in writing, request final removal of the vending machine from its then current lo...
Equipment to be Provided. 3.2.1 Spectrum Analyzer Manufacturer Product No. Description Anritsu MS2720T Spectrum Master Anritsu MS2720T-0709 Frequency Range 9kHz to 9GHz Anritsu MS2720T-0809 9 GHz Tracking Generator Anritsu MS2720T-0025 Interference Analyzer Anritsu MS2720T-0431 Coverage Mapping Anritsu MS2720T-0031 GPS Receiver Anritsu MS2720T-0509 XX.XX/XX Measurements Anritsu MS2720T-0098 Standard Calibration Anritsu 2000-1528-R Magnet Mount GPS Antenna with SMA connector and 4.6m extension cable Anritsu 15NN50-1.5C Test Port Extension Cable, Armored, 1.5 meters, DC to 6 GHz, N(m) – N(m), 50 Ohm Anritsu 760-243-R Transit Case Anritsu MS2720T-0709- ES513 Five year Return-to-Anritsu Repair and Z540 Calibration
AutoNDA by SimpleDocs
Equipment to be Provided. Rain for Rent (RFR) with Tetrasolv Services Inc will provide the following: Delivery, installation, removal, pickup of all quoted materials/equipment. The rental equipment provided will include two (2) 4" diesel pumps (1 low head, 1 high head), three (3) xxxx tanks, three (3) BF1000 Bag Filters, secondary containment (pumps, tanks, and filters), two (2) light towers, three (3) hydronic heaters, 2,000' of 6" HDPE pipe, and the necessary hoses, fittings, and adapters to connect the supplied equipment. System includes: Pump(s): 2 Xxxx Tank(s): 3 Bag Filter(s): 3 Light Tower(s): 2 Heater(s): 3 8’D – 10,000 lb activated carbon adsorbers: (4) 40,000 lbs of Calgon F400 activated carbon delivered and installed in the vessels Forklift will be used to move carbon and equipment onsite System is designed to operate at a flow rate of up to 500 gpm. The water source location will be Basin C and discharging into the diversion stormwater channel. Vehicles will range from F-150, Dodge 3500 Flat Bed Truck, F550 Flatbed Trucks, F-550 Service Truck, Hino 268 flatbed with Hurricane vacuum trailer and full size Tractor/Flatbed Trailer Key Personnel for this project: Xxxxx Xxxxxx / Industrial Sales Representative / Rain for Rent Local representation and available for onsite service 6 years experience in water treatment and equipment rentals Xxxxxx Xxxxxxxxx / Branch Manager / Rain for Rent Local representation and available for onsite service 10 years experience in water treatment and equipment rentals Xxxxx Xxxxxxx / Field Manager / Tetrasolv Services Startup and applications manager for emergency spill response 10 years experience in water filtration and treatments services Xxxx Xxxxxxx / President / Tetrasolv Services Coordinator and Technical support for PFAS treatment 22 years experience in activated carbon and water treatment Customer Responsibilities: DNR with assistance by operators will pull water samples and have analyzed for all relevant parameters to discharge to environment including PFOA and PFOS, GenX Chemicals and PFBS. Project Scheduling & Billing This quote is valid for 30 days. Billing will be provided in the contract from DNR. Estimated schedule durations: Mobilization: 3 days Installation: 4 days Operation: 21 days (2 employees per 12-hours shift Removal: 3 days Demobilization: 3 days System Rental Duration: 28 days onsite Adders or Deductions: If the heating system is not required or limited use, appropriate deductions will be made for the reduction in fuel...
Equipment to be Provided. The equipment provided shall be determined on an as-required basis, based on individual facility needs. Equipment Purchase Agreement (Rev. 2017) Page 1 of 1 Exhibit A EXHIBIT B Compensation

Related to Equipment to be Provided

  • Data to Be Provided In order for the Operator to perform the Services described in the Service Agreement, LEA shall provide the categories of data described in the Schedule of Data, attached as Exhibit B.

  • Student Data to Be Provided In order to perform the Services described in this Article and Exhibit “A”, LEA shall provide the categories of data described in the Schedule of Data, attached hereto as Exhibit “B”.

  • SERVICES TO BE PROVIDED 2.1 The services which we may provide to you are general investment and dealing services in financial and commodity options, futures and contracts for differences traded on an Exchange, together with related research, advice, clearing and settlement facilities and any other services agreed between us.

  • Information to be Provided The Fund shall provide to Service Provider a copy of the current prospectus and SAI. The Fund shall provide Service Provider with written copies of any amendments to, or changes in such documents promptly after such amendments or changes become available.

  • Group Meals to be Provided A. During the Program, the Contractor shall provide specified Group Meals, as requested by the Judicial Council, to be charged to the Master Account. Table 1, below, is provided to reflect anticipated Group Meals only and does not constitute a firm commitment. Prior to the Program, the Judicial Council will provide one (1) or more BEO’s to the Contractor setting forth the final detail on these items. Table 1: Date Anticipated Group Meals Maximum Per Attendee Estimated Attendance Estimated Cost Date3 Breakfast $25.00 118 AM Coffee Service $8.00 118 Lunch $40.00 118 Date4 Breakfast $25.00 118 AM Coffee Service $8.00 118 Total Estimated Charges: $@@@.@@

  • STATEMENT OF SERVICES TO BE PROVIDED The Parties agree to cooperate to provide necessary and authorized services and resources in accordance with the terms of this Contract. Specific services provided are described in Attachment A – Statement of Work.

  • Services Provided Subcontractor agrees to complete the following: _ (“Services”).

  • Meeting and Function Rooms to be Provided A. The Contractor shall provide to the Judicial Council the meeting and function rooms on the Dates and at the times set forth in Table 1, below, including necessary and appropriate set up. Prior to the Program, the Judicial Council will provide one

  • HOME ASSISTANCE TO BE PROVIDED The right of either the Owner or Tenant to receive TBRA Program assistance under this Contract is, at all times, subject to each party’s compliance with this Contract’s terms and requirements.

  • WORK TO BE PERFORMED The Contractor shall do all work and furnish all labor, tools, materials, supplies and equipment for the 2018 Replacement Well 3 Drilling Project (“Work”) in accordance with, and as described in the plans, specifications, drawings, instructions and other documents provided by the City, as amended which are by this reference incorporated herein and made part hereof (the “Contract Documents”). To the extent applicable or reasonably necessary to interpret the Work, the most recent publication of the Standard Specifications for Road, Bridge and Municipal Construction of the Washington State Department of Transportation (see xxxx://xxx.xxxxx.xx.xxx/Publications/Manuals/M41-10.htm) is incorporated into the Contract Documents. All changes in the work shall be performed in accord with the Contract Documents, unless determined otherwise by the City. The Contractor, as set forth in the Contractor’s bid proposal attached hereto as Exhibit A (the "Bid Proposal"), shall assume and be responsible for the cost and expense of all Work provided in the and Contract Documents, except those items agreed in writing to be furnished by the City of Xxxxxx. The Mayor or designee shall administer and be the primary contact for Contractor. Prior to commencement of work, Contractor shall contact the Mayor or designee to review the Work, schedule, and time of completion. Contractor shall receive written authorization from the City to proceed with the Work. Upon notice from the Mayor or designee, Contractor shall promptly commence Work, complete the same in a timely manner, and cure any failure in performance under this Agreement. All Work shall be performed in conformance with the Contract Documents, City and State standards and Bid Proposal. Contractor acknowledges review of the Contract Documents and accepts the same. In the event of a conflict between the Contract Documents, City and State standards or Bid Proposal, they shall be interpreted and given precedence in the order listed herein.

Time is Money Join Law Insider Premium to draft better contracts faster.