Hot Water Heater Replacement RFP

expired opportunity(Expired)
From: Harnett County(County)

Basic Details

started - 25 Aug, 2022 (19 months ago)

Start Date

25 Aug, 2022 (19 months ago)
due - 09 Sep, 2022 (18 months ago)

Due Date

09 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Harnett County

Customer / Agency

Harnett County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 HARNETT COUNTY FACILITIES MAINTENANCE REQUEST FOR PROPOSAL FOR THE REMOVAL AND REPLACEMENT OF (2) TWO HOT WATER HEATERS DUE DATE: NO LATER THAN 2:00 PM, SEPTEMBER 9TH, 2022 OPENING AT: HARNETT COUNTY RESOURCE CENTER AND LIBRARY AT 455 MCKINNEY PARKWAY, LILLINGTON, NC 27546 AT 2:00 PM FAXES PR E-MAILS ARE NOT ACCEPTED FOR THIS PROPOSAL Sealed proposals subject to the conditions made a part of hereof will be received until 2:00 p.m., SEPTEMBER 9TH, 2022 for furnishing all labor, materials, equipment, and services incidental and implied, for completion of the project described herein. PRE-BID CONFERENCE: A pre-bid conference shall be held in the front of the Harnett County Detention Center, 175 Bain St., Lillington, NC 27546 at 9:30 a.m., Friday September 2nd, 2022. SEND ALL PROPOSALS VIA UPS, FEDEX OR HAND DELIVER TO: Harnett County Resource Center and Library Attn: Renea Warren-Ford, Purchasing Specialist 455 McKinney Parkway Lillington, NC 27546 NOTE: Indicate company name and RFP
No. FM-09092022 on the front of each sealed envelope or package. Direct inquiries concerning this RFP to: Renea Warren-Ford, Purchasing Specialist, email: purchasing.support@harnett.org. THE PROCURMENT PROCESS The following is a general description of the process by which a firm will be selected to provide services. 1. Request for Proposals (RFP) is issued to prospective vendors. mailto:purchasing.support@harnett.org 2 2. A pre-proposal conference and/or deadline for written questions is five days prior to due date. 3. Oral Explanations: The County will not be bound by oral explanations or instructions given at any time during the proposal process or after a project is awarded. 4. A proposal will be received from each Contractor in a sealed envelope or package. Each original shall be signed and dated by an official authorized to bind the vendor. Unsigned proposals will not be considered. 5. All proposals must be received by the issuing agency no later than the date and time specified on the cover sheet of this RFP. 6. Completeness: All information required by Request for Proposal must be complete and submitted to constitute a responsible bid. Attachments must be filled out in its entirety and a copy of all licenses and certifications required must be attached. 7. At the date and time the proposals from each corresponding vendor will be opened. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and therefore may not be an exact indicator of a Contractor’s pricing position. 8. At their option, the evaluators may request oral presentations or discussion with any or all Contractors for clarification or to amplify the materials presented in any part of the proposal. However, Contractors are cautioned that the evaluators are not required to request clarification; therefore all proposals should be complete and reflect the most favorable terms available from the Contractor. 9. Proposals will be evaluated for completeness, content, and experience with similar projects, ability of the Contractor and its staff, and cost. Award of a contract to one Contractor does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed most advantageous to the County. 10. Contractors are cautioned that this is a request for Contractors, not a request to contract and that Harnett County reserves the right to reject any and all proposals. The award may be made to the responsible bidder (also sometimes referred to as “Contractor”) that best meets the needs and interests of Harnett County, taking into consideration quality and performance. Harnett County reserves the right to bid any other products, equipment, or services not listed herein and/or award same to successful vendor. No contracts with any selected proposer shall be binding until a contract is signed and executed by the County and the successful proposer. All items in this Request for Proposals must be included in the proposed contract. The County reserves the right to enter into a contract with another 3 proposer in the event that the originally selected proposer fails to execute a contract with the County or defaults on its contract. 4 PROPOSAL FORM Replace two (2) hot water heaters at Harnett County Detention Center RFP No. FM-09092022 By submitting this proposal, the potential contractor certifies the following: This proposal is signed by an authorized representative of the vendor. It can obtain and submit to the Owner insurance certificates as required within 5 calendar days after notice of award. The cost and availability of all equipment, materials and supplies associated with performing the services described herein have been determined and included in the proposed cost. All labor costs, direct and indirect, have been determined and included and included in the proposed cost. All taxes have been determined and included in the proposed cost. The Contractor has attended the conference (if applicable) or conducted a site visit and is aware of prevailing conditions associated with performing these services. The Contractor has read and understands the conditions set forth in this RFP and agrees to them with no exceptions. Therefore, in compliance with this Request for Proposal and subject to all conditions herein, the undersigned offers and agrees, if this proposal is accepted within 60 days (normally less) from the date of the opening, to furnish the subject services for a cost not to exceed: 5 (NOTE: THIS PAGE MUST BE FULLY EXECUTED AND RETURNED FOR CONSIDERATION OF PROPOSAL) Base Bid: Remove existing water heater and tank and install (2) PVI 250 gallon 1 MBTU NG hot water heaters. Standard features to include: Stainless Steel vertical firetube heat exchanger with welded construction. $_____________________________________________________dollars and_ /100 ($ ). Alternate#1: 4-year extended warranty on parts and labor. $_____________________________________________________dollars and_ /100 ($ ). OFFEROR: ___________________________________________________________________ ADDRESS: ___________________________________________________________________ CITY, STATE, ZIP:___________________________________________________________ TELEPHONE NUMBER: ___________________FAX:______________________________ FED ID NO.: _____________________________TYPE & LICENSE NO.:_______________ E-MAIL: ________________________________ MBE STATUS:______________________ Principal Place of Business if different from above (See General Information on Submitting Proposals, Item 18.): ___________________________________________________________ BY: (Signature) __________________________________TITLE:_______________________ DATE: _______________ (Typed or printed name) ___________________________________ NOTE: A BID BOND WILL BE REQUIRED IF THE POTENTIAL AWARD IS $100,000.00 OR MORE. SAME APPLIES TO THE AWARDED VENDOR AS TO PAYMENT AND PERFORMANCE BONDS. Bonds are included with bid package and bidder are required to use these forms. AIA Forms are not acceptable. Replace Hot Water Heater at the Harnett County Detention Center 6 Pre-Bid Conference: A pre-bid conference shall be held at the front of the Harnett County Detention Center at 9:30 a.m., Friday September 2nd, 2022 at 175 Bain St., Lillington, NC 27546. PROJECT: Furnish all labor, materials, equipment and services, incidental and implied, for the removal of the old water heater and installation of (2) new hot water heaters. Harnett County reserves the right to reject any or all bids or any or no reason and to waive informalities. SCOPE OF WORK: Work shall consist of furnishing all labor, taxes, materials, equipment services, permits and startup incidental and implied, to install a complete work system as designed per the attached specifications. 1. Remove the existing water heater and tank, all unused piping, electrical components and wiring not needed for the operation of the new water heaters. Onsite dumpsters shall not be used. 2. Install two (2) PVI 250 gallon 1 MBTU NG water heaters. 3. Install both water heaters, make all connections (water lines, gas, vent piping). 4. Supply all miscellaneous part. 5. Have trained staff to perform the start up. a. The water heater will be listed ETL listed to UL 795 “Commercial-Industrial Gas Heating Equipment.” b. ASME Compliance: Water heater shall bear the ASME HLW stamp and be National Board listed c. The water heater operate at 81% thermal efficiency per testing to the ANSI Z21.10.3 standard. d. The water heater will comply with current ASHRAE 90.1 requirements. e. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum twenty years’ experience. f. Water heater manufacturer certified to the ISO 9001 International Quality System. WARRANTY: a. Storage tank and heating surfaces will have a 15-year warranty covering manufacturing or material defects, leaks, and/or the production of rusty water. b. Tank and heating surfaces will have a three-year warranty against failure due to scale buildup. c. The heater shall have a first year service policy, which shall cover labor and freight cost under certain conditions for warranty covered services. 7 (OPTIONAL) The heater shall have a long-life service policy, which shall cover labor and freight costs under certain conditions for warranty covered services. d. Burner and all heater parts: 1 year MANUFACTURERS: a. Available Manufacturers: Manufacturer shall be a company specializing in manufacturing the products specified in this section with minimum twenty years’ experience. The water heaters shall be manufactured by a company that has achieved certification to the ISO 9001 Quality Management System. b. The water heaters shall be ETL listed as a complete unit. The heater shall satisfy current Federal Energy Policy Act standards for both thermal efficiency and stand- by heat losses as established for gas fired water heaters incorporating storage tanks. c. Service Access: All gas train components must be accessible and able to adjust without the removal of cabinet components. d. Manufacturers: PVI is the basis of design. Acceptable manufacturers shall be subject to compliance with the requirements. CONSTRUCTION: a. The water heater will be a vertical fire tube design that is constructed and stamped in accordance with Section IV, Part HLW of the ASME code. Water heater will be National Board Registered for a working pressure of 150 psi and will be pressure tested at 1 1⁄2 times working pressure. b. All tank connections/fittings will be non-ferrous. c. The storage tank and fire tube heating surfaces shall be unlined and constructed from phase-balanced austenitic and ferritic duplex steel with a chemical structure containing a minimum of 21% chromium to prevent corrosion and mill certified per ASTM A 923Methods A to ensure that the product is free of detrimental chemical precipitation that affects corrosion resistance. The material selected shall be tested and certified to pass stress chloride cracking test protocols as defined in ISO 3651-2and ASTM G123- 00(2005) “Standard Test Method for Evaluating Stress-Corrosion Cracking of Stainless Alloys with Different Nickel Content in Boiling Acidified Sodium Chloride Solution. d. Waterside surfaces shall be welded internally utilizing joint designs to minimize volume of weld deposit and heat input. All heat affected zone (HAZ) shall be processed after welding to ensure the HAZ corrosion resistance is consistent with the mill condition base metal chemical composition. Weld procedures (amperage, volts, welding speed, filler metals and shielding gases) utilized shall result in a narrow range of austenite-ferrite microstructure content consistent with phase balanced objectives for welds, HAZ and the base metal. 8 e. To attain the highest level of corrosion resistance to potable water and condensation, all internal and external surfaces shall undergo full immersion passivation and pickling processing to meet critical temperature, duration and chemical concentration controls required to complete corrosion resistance restoration of pressure vessel surfaces. Other passivation and pickling methods are not accepted. Immersion passivation and pickling certification documents are required and shall be provided with each product. f. Materials shall meet ASME Section II material requirements and be accepted by NSF 61 for municipal potable water systems. Storage tank materials shall contain more than 80% post-consumer recycled materials and be 100% recyclable. g. Water contacting tank surfaces will be non-porous and exhibit 0% water absorption. h. Finished vessel will not require sacrificial anode rods and none will be used. Water heaters that employ anode rods will not be acceptable. i. Combustion will be provided by a fan-assisted burner with a gas train meeting UL and FM requirements for the input specified. (OPTIONAL) Combustion will be provided by a fan-assisted burner with a gas train meeting CSD-1/GE-GAP/MASS requirements for the input specified. Vendor’s Responsibility: The vendor shall be responsible for the construction site during the performance of the work. The Vendor shall be responsible for all damages to persons and property during the performance of the work and shall further provide all necessary safety measures and shall fully comply with all federal, state and local laws, building rules, and regulations to prevent accidents or injury to persons or property on or about the location of the work site. This is to include OSHA 1910, General Construction, or those regulations mandated by these specifications. Special attention shall be made to proper barricading of the work area. Safety Regulations: The Vendor shall adhere to the rules, regulations and interpretations of the North Department of Labor relating to Occupational Safety and Health Standards for the Construction Industry (Title 29, Code of Federal Regulations, Part 1926, published in Volume 39, Number 122, Part II, June 24, 1974 Federal Register) which is hereby incorporated in these specifications. Codes: All work shall be performed in accordance with the specifications and shall comply with North Carolina Building Code, National Electrical Code Underwriters’ Rules and Regulations and Federal, State and Local Regulations covering work of this nature. Whenever specifications are more than such laws, codes and regulations, the specifications shall hold. All equipment shall have U.L. labels attached. Permits: The vendor shall hold the appropriate license for work to be performed and shall secure all permits required for the job completion, obtain and deliver to Owner, all 9 certification of inspection issued by the Authorities Having Jurisdiction. All final certificates must be delivered to owner prior to request for final payment. Scheduling: The Vendor must submit a precise time schedule as to when specific work will occur in specific areas within the building. This will be used to coordinate the work with the occupants of the building. The Facilities manager may alter the schedule at any time to maintain the work process within the facility. Work must be scheduled during hours that are acceptable to the Facilities Department Harnett County shall not incur any additional cost due to scheduling. All permits and inspections will be the responsibility of the vendor, and copies of permits and final inspection will be submitted to Harnett County for final payment. Workers on Job: All employees of the Vendor shall while on Harnett County property act in a professional and courteous manner. All workers shall be expected to wear long pants and shirts while on Harnett County property. Any employee of the Vendor may be told to leave the property by the Facilities manager or supervisor, if they do not follow the above procedure. The employee shall be placed with another at no additional cost to Harnett County. Smoking or use of Tobacco products is prohibited on Harnett County property. Equipment and Tools: The Vendor shall not use equipment or tools that are owned by Harnett County. Also, employees of the Harnett County shall not be utilized by the Vendor except for opening locked doors and giving directions. Materials: All materials stored on site must be stored on site must be stored in a safe and secure manner that does not interfere with the school’s daily operation. Harnett County is not responsible for any materials, equipment or tools lost or stolen from the site. Clean Up: The area of work shall be clean daily so that Harnett County shall not incur any additional costs to make the area suitable for the work process. Also, the Contractor shall utilize no trash receptacles or dumpsters owned by Harnett County. All trash and removed materials shall be properly disposed of off the property. Onsite dumpsters shall not be used. Changes during project: Changes during the project shall only be made by written direction signed by the owner. No additional cost to the contract shall be allowed unless accepted in writing by the owner before work has begun. Submittal: Within one week of acceptance of contract, performance data installation manuals, operation manuals (3 copies) and time schedule must be submitted to the owner for approval. Send to Harnett County Resource Center and Library, 455 McKinney Parkway, Lillington, NC 27546, Attn: Renea Warren-Ford 10 Payment: One block payment shall be made when all work is completed. Performance of Work: All work shall be performed at the highest level of quality. The Owner shall be responsible for determining the quality of work, and may notify the Contractor of same: ANY WORK COMPLETED THAT IS NOT SUITABLE TO THE OWNER SHALL BE REPEATED BY THE VENDOR AT NO COST TO THE OWNER. Any damage to existing area or utilities will be the responsibility of the Vendor. NO EXCEPTIONS. Warranty: All labor, materials and equipment shall be unconditionally warranted for one (1) year from issuance of inspection “green tag”. Final documents required: 1. Letter from Vendor which states all work is completed and payment is desired. 2. Delivery to owner, all certifications of inspection issued by the authorities having jurisdiction. 3. Three copies of each of Owner’s manual and Manufacturer’s start-up documents. 11 TERMS AND CONDITIONS 1. Compliance with Laws: The Contractor shall obtain and maintain all licenses, permits, liability insurance, worker’s compensation insurance and comply with any and all other standards or regulations required by Federal, State, or County statute, ordinances and rules during the performance of any contract between the bidder/contractor and the County. Any such requirement specifically set forth in any contract document between the bidder and the County shall be supplementary to this section and not in substitution thereof. 2. Acceptance of Service: In the event that the service supplied to the County does not conform to specifications, the County reserves the right to cancel the service upon 30-day written notice to the Contractor at the Contractor’s expense. 3. Guarantee: Unless otherwise specified by the County, the Contractor will unconditionally guarantee the service and workmanship on all services. If within the guarantee period, any defects occur which are due to faulty services, the Contractor, at his/her expense, shall repair, adjust the condition, or replace the services to the complete satisfaction of the County. These repairs, replacements, or adjustments shall be made only at such time designated by the County to be the least detrimental to the operation of County business. 4. Transfer or Assignment: The covenants and agreements contained within the awarded bid are specifically binding and the County will not allow the awarded bid to be transferred or assigned to any other party or parties without the express written consent from the County, which shall not be unreasonably withheld. 5. Indemnity & Insurance: The Contractor will indemnify and hold harmless the County, its officers, agents, and employees from and against all loss, cost, damages, expense and liability caused by accident or other occurrence resulting in bodily injury, including death and disease to any person, or damage or destruction to property, real or personal, arising directly or indirectly from operations, products, or services rendered or purchased under the contract. Where Contractors are required to enter or to go onto County property to deliver materials or perform work, the contractor, at his/her sole expense, will purchase and maintain the insurance listed below as A, B, & C. Where Contractors will not be required to enter or go onto County property and will only provide supplies, materials, or equipment, the Contractor, at his sole expense, will purchase and maintain insurance coverage designated below as B. A. Automobile – Automobile bodily injury and property damage liability insurance when the services to be performed require the use of motor vehicles. 12 B. Commercial General Liability-Bodily injury and property damage liability as will protect the contractor from claims of bodily injury or property damages which arise from operations of this contract. The amounts of such insurance shall not be less than $1,000,000.00 bodily injury and property damage – combined single limit each occurrence/aggregate. This insurance shall include coverage for products/completed operations, personal injury liability and contractual liability. C. Workers’ Compensation and employers’ liability meeting the statutory requirements of the State of North Carolina. The successful proposer shall provide the County with a certificate of such insurance and shall contain the provision that the County will be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring company. However, a ten (10) day notice is sufficient for cancellation due to non-payment of premium. County shall be named additional insured on insurance described in A and B above. 6. Default Provision: Failure to satisfactorily perform the services required by the contract for the project will be grounds for Harnett County to declare the successful bidder in default. Unless otherwise provided herein, the Contract may be canceled or annulled with a 30-day notice by Harnett County in whole or in part by written notice of default to the bidder upon nonperformance or violation of contract terms. An award may be made to another bidder for services specified, or they may be purchased on the open market and the defaulting Contractor shall be liable to Harnett County for costs to the County in excess of the defaulted contract prices. The bidder shall continue the performance of this contract to the extent that any part is not terminated under the provisions of this clause. 7. Expenses: The County shall not be liable to Contractor for any expenses paid or incurred by Contractor unless otherwise agreed in writing. 8. Dispute Resolution: The parties agree that it is in their mutual interest to resolve disputes informally. The parties shall negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under the Contract. If a dispute cannot be resolved between the Parties within thirty (30) days after delivery of notice, either Party may elect to exercise any other remedies available under the Contract, or at law. This term shall not constitute an agreement by either party to mediate or arbitrate any dispute. 9. Governing Law and Venue: The Contract shall be governed by and in accordance with the laws of the State of North Carolina. All actions relating in any way to this contract shall be filed and heard in the Superior Court of Harnett County. All actions relating in any way to the contract shall be filed and heard in the Superior Court of Harnett County. 13 10. Certification of Independent Price Determination: By submission of this bid, the bidder certifies and, in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: A. The price in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; B. Unless otherwise required by law, the prices which have been quoted in this bid have not and will not be knowingly disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competition; and C. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. 11. Qualified Vendor: A “Qualified Vendor” is defined for this purpose as one who meets, or by the date of bid acceptance can meet, all requirements for licensing, insurance, and service contained within these specifications. 12. List Five References For Whom You Are Providing Services: The County requires a minimum of ten (10) years’ experience. Prospective Contractor must supply at least five (5) references from government agencies and/or private firms for which it has done similar or related work during the past three years. 1. Agency or Firm Name: Business Address: Contact Person: Telephone Number: 2. Agency or Firm Name: Business Address: Contact Person: Telephone Number: 3. Agency or Firm Name: Business Address: Contact Person: Telephone Number: 14 4. Agency or Firm Name: Business Address: Contact Person: Telephone Number: 5. Agency or Firm Name: Business Address: Contact Person: Telephone Number: 13. N.C.G.S. Sect. 143, Articles 3 and 3C. : Pursuant to Article 3 and 3C, Chapter 143 of the North Carolina General Statutes, the State invites and encourages participation in this procurement by businesses owned by small contractors, minorities, women, and the disabled. Place an X by the appropriate response below if you choose to be identified as a qualified business as referenced above. _____ I American Indian _____A Asian American _____B Black, African American _____D Disabled _____F Female _____H Hispanic _____S Small Contractors 14. E-Verify: Contractor understands that E-Verify is the federal program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with §64-25(5) of the North Carolina General Statutes. Provided that Contractor is a person, business entity, or other organization that transacts business in this State and that employs 25 or more employees in this State, then Contractor understands and certifies that they shall verify the work authorization of the employee through E-Verify in accordance with §64-26(a) of the North Carolina General Statutes. Contractor further certifies that their subcontractors comply with E-Verify pursuant to federal law, and Contractor will ensure compliance with E-Verify by any subcontractors subsequently hired by Contractor. 15. Equal Opportunity Employer: Harnett County is an equal employment opportunity employer. The County is a federal contractor, and therefore the 15 provisions and affirmative action obligations of 41 CFR § 601.4(a), 41 CFR 60-741.5(a), and CFR 60-250.4 are incorporated herein by reference, where applicable. 16. Business License: Harnett County requires a valid Business License. Place an X by the appropriate response below. _____Yes _____No 16 EXECUTION OF PROPOSAL PAGE Harnett County Hot Water Heater Removal and Replacement Date: By submitting this proposal, the Contractor certifies the following: An authorized representative of the firm has signed this proposal. It can obtain insurance certificates required within 10 calendar days after notice of award. The Contractor has determined the cost and availability of all equipment, materials and supplies associated with performing the services outlined herein. All labor costs, direct and indirect, have been determined and included in the proposed cost. The Contractor is aware of the prevailing conditions associated with performing this contract. The Contractor agrees to complete the scope of work for this project with no exceptions. Therefore, in compliance with the foregoing Request for Proposal, and subject to all terms and conditions thereof, the undersigned offers and agrees, if this proposal is accepted within (60) days from the date of the opening, to furnish the services for the prices quoted. Contractor: Mailing Address: City, State, Zip Code: Telephone Number: Principal Place of Business if different from above By Title: (Type or Print Name) (Signature) STATE OF NORTH CAROLINA 17 AFFIDAVIT COUNTY OF HARNETT ************************** I, ___________________(the individual attesting below), being duly authorized by and on behalf of ________________________________ ("Employer") after first being duly sworn hereby swears or affirms as follows: 1. Employer understands that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS §64-25(5). 2. Employer is a person, business entity, or other organization that transacts business in this State and that employs 25 or more employees in this State. (mark Yes or No) a. YES _____, or b. NO _____ 3. Employer understands that Employers Must Use E-Verify. Each employer, after hiring an employee to work in the United States, shall verify the work authorization of the employee through E-Verify in accordance with NCGS§64-26(a). 4. Employer's subcontractors comply with E-Verify pursuant to federal law, and Employer will ensure compliance with E-Verify by any subcontractors subsequently hired by Employer. This ____ day of _______________, 202__. Signature of Affiant Print or Type Name: _________________________ State of North Carolina County of ____________________ Signed and sworn to (or affirmed) before me, this the _____ day of ________________, 202__. My Commission Expires: Notary Public (A ffix O fficial/N o tarial S eal)

PO Box 760 Lillington, NC 27546Location

Address: PO Box 760 Lillington, NC 27546

Country : United StatesState : North Carolina

You may also like

FOR DOMESTIC HOT WATER TANK REPLACEMENT

Due: 09 Apr, 2024 (in 12 days)Agency: PUBLIC BUILDINGS SERVICE

HOT WATER HEATER TANK

Due: 01 Oct, 2024 (in 6 months)Agency: U.S. COAST GUARD

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.