TEXAS DEPARTMENT OF TRANSPORTATION ENVIRONMENTAL TEST CHAMBER MAINTENANCE AND REPAIR SERVICES

Size: px
Start display at page:

Download "TEXAS DEPARTMENT OF TRANSPORTATION ENVIRONMENTAL TEST CHAMBER MAINTENANCE AND REPAIR SERVICES"

Transcription

1 TEXAS DEPARTMENT OF TRANSPORTATION ENVIRONMENTAL TEST CHAMBER MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume nor accept any liability when this specification is used in the procurement process by any other entity. 1. SCOPE: This solicitation is to provide services for the maintenance and repair of the environmental test chambers used to perform accelerated corrosion testing on traffic signal equipment in various corrosive environments. Components of the system include, but are not limited to; air and heating systems, video cameras for observing test operations from the control center, humidifiers, dehumidifiers and various electrical components. The chambers are located at 9500 Lake Creek Parkway, Building 51, Austin, Texas. 2. DEFINITIONS OF TERMS AND ACRONYMS 2.1. CCTV Closed Circuit Television 2.2. CLASS A LICENSE Entitles the license holder to engage in each type of air conditioning and refrigeration contracting that is endorsed on the license in relation to a system, product or equipment of any size and capacity CFR Code of Federal Regulation 2.4. EPA Environmental Protection Agency 2.5. HVAC Heating, Ventilating and Air Conditioning 2.6. NFPA National Fire Protection Association 2.7. POC Vendor s Point of Contact 2.8. TAC Texas Administrative Code 2.9. TDLR Texas Department of Licensing and Regulation UPS Uninterruptible Power Supply 3. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all federal, state and local applicable laws, standards and regulations necessary to perform the services, including, but not limited to: 3.1. Code of Federal Regulations (CFR 40) Protection of Environment, Chapter I: Subchapters D, I and N TAC, Chapter 75, Air Conditioning and Refrigeration, latest edition 3.3. Section 608, Clean Air Act, EPA, Ozone Layer Protection, Regulatory Programs 3.4. NFPA 70 National Electrical Code latest edition 3.5. Title 40, CFR - Protection of Environment, Chapter 1, Subchapter C, Part 82, Subpart F Recycling and Emissions Reduction 3.6. Occupations Code, Title 8, Regulation of Environmental and Industrial Trades, Chapter Electricians Occupations Code, Chapter Federal Communications Commission Rules, Part

2 4. CURRENT ENVIRONMENT: TxDOT purchased the environmental test chambers in The equipment frequently breaks down and needs repair. TxDOT needs to establish a purchase order for services to inspect, repair and perform preventative maintenance in accordance with manufacturer guidelines. 5. RESPONDENT QUALIFICATIONS: The respondent shall: 5.1. Be a company or an individual engaged, or whose partners or participants or both are engaged in the business of providing equipment maintenance and repair of the various components listed in the specification for a minimum of three years within the last five years. Recent start-up businesses do not meet the requirements of this solicitation. NOTE: A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise. Two companies are affiliated if the two companies have a common parent company or if one is the parent or subsidiary of the other Be in good financial standing and current in payment of all taxes and fees such as state franchise fees. TxDOT reserves the right to request a copy of the respondent s audited or un-audited financial statement. TxDOT may request a statement from the president, owner or financial officer on company letterhead certifying that the company is in good financial standing and current in payment of all taxes and fees. When financial statements are requested, TxDOT will review the respondent's audited or un-audited financial statement in accordance with Texas Government Code, Title 10, Subtitle D, Section , to evaluate the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service required in the solicitation. TxDOT will be the sole judge in determining the sufficiency of the respondent's financial resources and ability to provide the service. Factors to be reviewed include: Balance sheets Net working capital Current asset ratio Liquidity ratio Auditor(s) notes Any notes to the financial statements 6. RESPONDENT REFERENCES: The respondent should submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed for three years within the last five years. References shall illustrate respondent s ability to provide the services outlined in the specification. References shall include name, point of contact, telephone number and dates services were performed. The response may be disqualified if TxDOT is unable to verify qualification and experience requirements from the respondent s references. The response may be disqualified if TxDOT receives negative responses. TxDOT will be the sole judge of references (Ref. Respondent References). 7. RESPONDENT PERSONNEL QUALIFICATIONS: The respondent shall provide the following personnel: 7.1. HVAC TECHNICIANS: The HVAC technicians shall: Have and maintain a Class A license throughout the term of the purchase order. 2-12

3 Be an individual or company who holds and maintains a universal certification (refrigerant handling) in accordance with Section 608 of the Clean Air Act, EPA and 16 TAC, Chapter 75, Air Conditioning and Refrigeration Rules Have the appropriate combined endorsement of C, which includes Environmental Air Conditioning (E) and Commercial Refrigeration and Process Cooling or Heating (R) ELECTRICIANS: The electricians shall: Be, at a minimum, a Journeyman Electrician licensed with the TDLR with a minimum of 8,000 hours of on-the-job training under the supervision of a master electrician or maintenance electrician Have experience in the inspection, calibration, troubleshooting and repair of high voltage testing equipment VIDEO TECHNICIANS: The video technicians shall have a minimum of three years in the last five years of experience in the installation and repair of CCTV systems All personnel who will be driving to and from TxDOT work locations shall: Possess a valid Driver License acceptable in the state of Texas Have no Driving under Influence (DUI) or Driving While Intoxicated (DWI) incidents on driving record within the past three years Have no more than two moving violations on driving record within the past three years. 8. VENDOR REQUIREMENTS: The vendor shall: 8.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation Provide a primary point of contact Provide a telephone number to contact for service between the hours of 8:00 a.m. and 5:00 p.m. CT, Monday through Friday Respond to a request for service within one business day of receipt of the request Provide vendor personnel available to perform the services of the specification, as needed (Ref. Para. 7.) Keep current all licenses, certifications, registrations and endorsements for all vendor personnel assigned to the purchase order throughout the term of the purchase order. TxDOT may request copies at any time during the term of the purchase order. 9. VENDOR PERSONNEL REQUIREMENTS 9.1. The primary point of contact shall be responsible for the day-to-day operation of the service in accordance with the requirements of the purchase order The POC shall be a permanent staff employee and shall serve as a constant primary point of contact for TxDOT Be fluent in English with the ability to receive, give and understand written and oral instructions. 10. SERVICE REQUIREMENTS: The vendor shall: Begin work within seven business days of the award of the purchase order or on the agreed upon date between TxDOT and the vendor. 3-12

4 10.2. Provide all labor, parts, materials, lubricants, and equipment in accordance with OEM specifications necessary to meet the requirements to provide the specified services throughout the term of the purchase order. (Ref. Attachment A and B.) Any parts not available from the manufacturer due to obsolescence remain the vendor s responsibility to replace from another source Notify TxDOT in writing for approval when other than OEM replacement parts are used and prior to providing the part Meet with the designated TxDOT representative to discuss use of the equipment, including testing requirements and any other pertinent items regarding the operation and maintenance of the equipment. During this initial meeting the vendor shall: Develop a schedule of preventative maintenance service using information provided by the TxDOT representative based on current operating environment Review performance and identify any mechanical failures that are impacting the system's ability to perform properly Inspect functionality and proper operation of doors, viewports, light fixtures, floor panels, heaters, cooling system, humidifiers, compressors, light panels, fans, video equipment, etc Review and modify current programming as necessary to maintain operational service Provide a detailed cost estimate in writing via to the designated TxDOT representative within 48 hours of the meeting. Cost estimate shall include, but not be limited to, estimated number of hours and number of technicians needed to complete the job, estimated cost of materials known to be needed at the time of the estimate and the estimated completion date. The estimate and proposed completion date shall be approved by the TxDOT representative prior to work beginning Complete all work on or before the proposed completion date determined in paragraph If additional time is necessary to complete repairs, written notification shall be sent to and approved by the designated TxDOT representative Remove from the area and dispose of all defective materials removed in the performance of the service and in strict accordance with all applicable rules, regulations, codes, laws, ordinances, and statutes Clean all areas of scrap materials, dirt, dust, and debris generated in performance of the service at the time the service is provided and leave the work area clean and free of materials, debris, and vendor equipment to the satisfaction of the designated TxDOT representative Clean, repair, or replace any damage caused by the vendor or vendor s subcontractor(s) during the performance of the service to the satisfaction of the designated TxDOT representative, and at no additional cost to TxDOT Not make any alteration or additions to the equipment without prior written approval from the designated TxDOT representative Repair items damaged by the vendor at no cost to TxDOT. 4-12

5 11. SEMI-ANNUAL PREVENTIVE MAINTENANCE REQUIREMENTS: The vendor shall: Ensure equipment performance is maintained at a pre-determined schedule for maintenance, repair, adjustment or testing to provide the optimum level of consistent operation. (Ref. Para ) Clean or replace all filters, strainers, float chambers. Repair or replace all defective components. Replace frayed or dry rotten gaskets and pipe insulation. Drain and recharge fluids, refrigerants, and other consumables Replace all view windows and seals as needed Test for leaks using electronic leak detector INSULATED DOOR PANELS Inspect all door seals for wear and tear Inspect proper operation of hinges, handles, viewport, nonskid strips, and heater wire COOLING SYSTEM: Inspect condensing units, evaporator, compressors, and humidifiers for proper function. Clean and rinse condenser coils and condensing units in accordance with manufacturer recommended practices HEATING SYSTEM: Inspect proper functionality of all heaters, blowers and fans HUMIDIFIERS AND DEHUMIDIFIERS: Inspect proper functionality of evaporator, condenser, steam generator, fans Check drain pans and steam piping for leaks Clean or replace steam generator and electrodes Inspect low duct points for signs of poor humidity distribution AIR COMPRESSORS Change oil and replace air filters Check belt tightness and safety valve operation Drain tank Blow dirt from inside motor Dry Air Purge: Clean and service piggyback filter and regulator bowl in both chambers HOT GAS DEFROST: Inspect for proper operation and ensure that the defrost circuit can be deactivated manually LIGHTING: Inspect light fixtures, wiring and switches for the test chamber, control room, mechanical room, and interior room. Replace non-operational light bulbs UPS SYSTEM Inspect for damage to the case, inside and out Check UPS battery power Cycle select switch through all four switch positions and observe battery voltage is at least 27.3 Volts DC (VDC). Tolerance is plus or minus 0.3 VDC. 5-12

6 EJS LIMITED, INC. MODEL CCTHD100MP4 MICROPROCESSOR CONTROL PANEL: Perform service checks to verify manual control, alarms and chamber monitoring operations function properly. Ensure failsafe and limit controls operate properly to protect equipment and chamber from uncontrolled temperature excursions. NOTE: The Microprocessor should turn on the dry purge system to prevent condensation on equipment and chamber FRESH AIR INDUCTION SYSTEM: Inspect for proper operation of the centrifugal blower and switch TEST CHAMBERS: Test and Inspect for proper functionality for each chamber Temperature uniformity shall not exceed plus or minus one degree Humidity shall not exceed 95% RH at any temperature between 40 degrees and 110 degrees Fahrenheit. Humidity shall be controlled at a constant 109 degrees Wetbulb VIDEO CONSOLE NOTE: The Microprocessor should make the necessary calculations for %RH during the ramp up operation. (Ref. Para ) Test functionality of data logging system, video monitor, and video switching equipment and recording equipment Clean and service the cameras in accordance with the manufacturer s instructions. 12. INSPECTION: All work performed under the purchase order is subject to inspection by the designated TxDOT representative at any time to ensure compliance with all service requirements of the purchase order. The vendor shall: Perform a joint inspection with designated TxDOT representative on equipment every six months Provide a record of discrepancies and complete all corrections within 10 working days of the inspection at no cost to TxDOT Maintain an accurate log of all work, including preventive maintenance performed, repairs, adjustments, and details of call back service. 13. PARTS PRICING: If listed as a line item on the solicitation, vendor shall provide all parts necessary to complete the work as allowed under the service requirements (Ref. Para.10.). Vendor shall provide a cost estimate to the designated TxDOT representative prior to purchasing parts. Parts will be paid at actual cost plus the percentage mark-up listed on the Schedule 1 Pricing as approved by the designated TxDOT representative. 14. WARRANTY REQUIREMENTS PERFORMANCE WARRANTY: Work performed under the purchase order shall meet all applicable standards and codes. The vendor shall guarantee all work included in the purchase order against any defects in workmanship; and shall satisfactorily correct, at no cost to TxDOT, any such defect that may become apparent within a period of one year after completion of work. The warranty period shall commence upon date of acceptance by TxDOT. 6-12

7 14.2. MATERIAL WARRANTY: Materials provided under the purchase order shall be in current production, as offered to commercial trade, and shall be of quality material. Used, shopworn, demonstrator, prototype, reconditioned or discontinued materials are not acceptable. Materials shall be warranted against material defects and defects in workmanship for a period of not less than 12 months and shall cover 100% parts and labor. The warranty period shall commence upon date of acceptance by TxDOT. If the manufacturer s standard warranty period exceeds 12 months, then the standard warranty period shall be in effect. The vendor shall be ultimately responsible for the warranty. The vendor shall provide the designated TxDOT representative with all manufacturers warranty documents upon completion of service prior to leaving the job site. 15. VENDOR PERFORMANCE: Vendor performance will be monitored on a regular basis by TxDOT An unsatisfactory performance determination includes, but is not limited to: One service call back to correct the same problem within 30 calendar days One instance within one year of vendor personnel assigned to an authorized service call not having the state license and certification required to diagnose the problem and perform the repair Two instances within one year of response time, as defined in this specification, to an authorized service call exceeding the one day limit. (Ref. Para 8.4.) NOTE: Unsatisfactory performance may result in a negative vendor performance report, or cancellation of the purchase order or both An exceptional performance determination includes, but is not limited to: Vendor commended for exceptional customer service, exceptional service provided Provided technical assistance when not required. 16. FACILITY RESTRICTIONS PARKING: The vendor shall make arrangements with the designated TxDOT representative prior to off-loading tools and equipment at the job site. The vendor shall park only in locations assigned by the designated TxDOT representative RESTROOMS: Restrooms shall not be used for washing of tools and equipment SECURITY: The vendor shall provide an updated list of all vendor personnel or subcontractors at each job site and comply with all security measures required by TxDOT ACCESS: The vendor shall make prior arrangements with the designated TxDOT representative for access to the building(s) for performance of the service. 17. PERSONNEL CONTINUITY AND REPLACEMENT TxDOT recognizes that events beyond the control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of employment of the primary point of contact will require the vendor propose a replacement. In the event such a replacement is necessary, vendor agrees that personnel shall not begin work on the project without prior written approval from TxDOT The primary point of contact shall remain available for the entire term of the purchase order as long as that individual is employed by the vendor If TxDOT determines the primary point of contact is unable to perform in accordance with the service requirements or to communicate effectively; the vendor shall immediately remove that person. 7-12

8 17.4. Proposed replacement personnel shall meet minimum qualifications and have experience comparable to the person(s) being replaced. Replacement personnel shall be provided at no additional cost to TxDOT. Resume(s) and reference(s) may be requested for the proposed replacement(s). TxDOT may reject any replacement if references or past working performance is questionable or unfavorable. TxDOT will be the sole judge of the qualifications of the proposed replacement personnel. 18. VENDOR PERSONNEL SAFETY: The vendor shall provide all required safety equipment and instruct personnel to observe all safety policies, rules and requirements at all times, including, but not limited to, wearing hard hats, safety shoes, goggles, etc. 19. WORK HOURS Regular work hours for performance of the service are defined in the TxDOT Terms and Conditions, latest revision Off-shift hours are defined as hours worked in the performance of this service in excess of 40 hours per week or performed beginning at 5:01 p.m. through 7:59 a.m. local time, Monday through Friday and 5:01 p.m. Friday through 7:59 a.m. local time Monday. 20. SUBCONTRACTING Subcontractors providing service under the purchase order shall meet the same service requirements and provide the same quality of service required of the primary vendor No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services The vendor shall be the only contact for TxDOT and subcontractor(s) The vendor shall manage all quality and performance, project management, and schedules for subcontractors. The vendor shall be held solely responsible and accountable for the completion of all work for which the vendor has subcontracted TxDOT retains the right to check subcontractor s background and make a determination to approve or reject the use of submitted subcontractor(s). Any negative responses may result in disqualification of the subcontractor TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT Subcontracting shall be at the vendor s expense During the term of the purchase order, if the vendor determines a need for a subcontractor change, TxDOT shall be notified in writing by the vendor within 30 calendar days of any proposed change. The vendor shall be required to provide references and work history for any proposed subcontractor to TxDOT. No change will be allowed without written authorization by TxDOT SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. If TxDOT has determined that subcontracting opportunities are probable, the class and items in which HUBs may be registered will be noted in the solicitation along with the required forms and instructions. Responses that do not include a completed HUB Subcontracting Plan as indicated on the solicitation shall be rejected pursuant to Texas Government Code (B). 21. TRAVEL: All travel and per diem shall be included in the unit price. 22. CONFLICT OF INTEREST: The vendor, vendor s personnel and vendor s subcontractor(s) shall affirm not to have, nor acquire any interest during the term of the purchase order that would conflict in any manner with the performance of the vendor s obligations in regards to services authorized. 23. INVOICING INSTRUCTIONS: The vendor shall provide: 8-12

9 23.1. ORIGINAL INVOICE: A comprehensive and detailed invoice with reference to the line item on the Schedule 1 - Pricing for each item charged. The original invoice shall be ed to the address indicated on the purchase order to ensure timely payment and shall include the following: Complete purchase order number Vendor Federal Employer Identification Number (EIN) Date and time of service Technician s name with hours totaled Labor hours and rates broken down in detail for inspection, parts repaired or installation of replacement parts An itemized list of parts replaced NOTE: Invoices requiring correction shall be re-submitted with a new invoice date COPY OF INVOICE AND SUPPORTING DOCUMENTATION: A copy of the invoice and original documentation that validates the invoice charges shall be ed to the designated TxDOT representative to include but not be limited to: Copies of invoices from subcontractors or other entities to which vendor has made payment and requires reimbursement from TxDOT as agreed to in the purchase order Receipts for repair and replacement parts and components. 24. PAYMENT REQUIREMENTS: Payment will be based on the following: An itemized list of hours worked by the technician shall accompany each invoice. Hours will be approved daily by the designated TxDOT representative The technician s hourly rate is based on the actual hours worked. The amount of payment shall be calculated by multiplying the regular hourly rate by the number of hours actually worked up to 40 hours per week. Payment for hours in excess of 40 hours per week shall be calculated by multiplying the off-shift hourly rate by the number of off-shift hours actually worked Travel time from the vendor s location or vendor employee s home to and from the work location is not reimbursable under the purchase order Partial hours will be paid by rounding to the nearest half-hour as shown below: Less than 15 minutes round to zero hours minutes to 45 minutes (inclusive) round to 1/2 hour Greater than 45 minutes round to 1 hour No payment will be made for official state holidays (unless otherwise approved by the designated TxDOT representative), lunch hour, illness or any time when work is not actually performed. No payment will be made for time associated with technician s late arrival to or early departure from the designated work location. 25. TxDOT RESPONSIBILITIES: TxDOT will: Provide a point of contact Participate in the joint inspection of equipment Provide access to appropriate data systems and information. 9-12

10 26. RESPONSE SUBMISSION GENERAL FORMAT: The respondent shall submit one signed and dated original (marked Original) and should submit one original on a flash drive and one copy of the information listed in Para on a separate flash drive. The submission shall be in a loose leaf binder on one sided 8-1/2 X 11 inch paper and shall be tab-indexed corresponding to the sections listed below. Plastic spine-bound or wire-bound submittals, as well as the use of document protectors, are highly discouraged. Include only the information specified for each section ORIGINAL RESPONSE: Failure by the respondent to submit the documentation listed below will disqualify the respondent from further consideration. The response submission shall be submitted in the following format: Section 1 Original, signed and dated Request for Proposal (RFP) Section 2 Schedule 1 Pricing: If addendums are generated as part of this solicitation, include the original signed and dated addendum(s) in Section Section 3 Schedule 2 Respondent Qualifications and Experience: Complete and return detailing respondent qualifications and experience Section 4 Schedule 3 Respondent Personnel Qualifications and References: Complete and return for each proposed key or respondent personnel position Section 5 Demonstration of Capability: The respondent s approach and ability to meet the service requirements as specified in the solicitation shall be demonstrated. The response should be specific and address all requirements described in the solicitation in the order presented in Paras. 10. and Section 6 Texas Family Code Section 7 - HUB Subcontracting Plan Section 8 Certifications, Licenses and Permits The following should be submitted with the response. Failure by the respondent to submit the documentation listed below may disqualify the respondent from further consideration Section 9 Financial Standing: Statement from the president, owner or financial officer on company letterhead certifying that the company is in good financial standing, current in payment of all taxes and fees (Ref. Para. 5.2.) Section 10 Respondent References Copies: The flash drive (marked Copy) shall include only the following tab-indexed sections: Section 3 Respondent Qualifications and Experience Section 4 Respondent Personnel Qualifications Section 5 Demonstration of Capability 27. RESPONSE EVALUATION: Only a complete response with the listed required submittal documents and meeting minimum qualifications will be considered. Failure to meet the minimum qualifications and submit the required documents will result in a response being declared nonresponsive STEP 1 REVIEW OF RESPONSES BY PURCHASING: Only a complete response with the listed required submittal documents and meeting minimum qualifications will be considered. Failure to meet the minimum qualifications and submit the required documents will result in a response being declared non-responsive

11 27.2. STEP 2 INITIAL EVALUATION: A TxDOT evaluation committee will evaluate and score each response based on established criteria. Respondents shall not contact members of the evaluation team. Responses will be evaluated according to the respondent s ability to best satisfy TxDOT requirements. Respondent s submission is evaluated and scored on a weighted system to determine the best value as follows: Respondent qualifications and experience will comprise 60% of the evaluation total Pricing submitted for the solicitation requirements will be 40% of the evaluation total STEP 3 DISCUSSIONS: TxDOT may request that selected respondents, including respondent personnel, participate in discussions The respondent and TxDOT may discuss and clarify various requirements of the solicitation, vendor response, discuss any negotiable points, further confirm proposed personnel qualifications and determine the respondent s capability to perform the service. A TxDOT evaluation committee may evaluate and score each discussion The initial selection of respondents qualifying to proceed to this step will maintain the pricing weight at 40%. The initial evaluation score of the qualifications and submission information will be replaced with the discussion meeting score at 60% TxDOT will advise each respondent in writing of the location, date and time of the scheduled discussion meeting. A minimum of two weeks notice will be given to the respondent(s) selected for the discussion phase. Attendance at the oral presentation is mandatory. Failure to attend the oral presentation at the designated location, date and time designated by TxDOT will disqualify the response submitted by the respondent. NOTE: Attendance in person is required. However, TxDOT, at its sole discretion, may allow meetings via WebEx TxDOT may provide the respondent with a list of proposed respondent personnel required to attend and participate in the meeting Respondent and proposed respondent personnel should be prepared to address any questions that may be asked by TxDOT evaluators TxDOT reserves the right to continue discussions with selected respondent(s) NEGOTIATIONS: Upon completion of discussions evaluation scoring, TxDOT reserves the right to enter into negotiations with one or more selected respondents STEP 4 BEST AND FINAL OFFER (BAFO): TxDOT reserves the right to request a BAFO from selected respondent(s) The respondent(s) shall submit a final price and any added value. If more than one respondent reaches this level, the negotiated terms, references, BAFO and added values will be the considered in the award. TxDOT will make the final determination on the best value TxDOT may award the purchase order for the service without requesting a BAFO. 28. AWARD: TxDOT reserves the right to award a purchase order to the company that provides the best value to TxDOT in performance of this service. TxDOT may award to a single vendor, multiple vendors, or use any combination that best serves the interest of TxDOT BEST VALUE: TxDOT will be the sole judge of best value. Best value criteria may include, but are not limited to: 11-12

12 Best meets the goals and objectives of the solicitation as stated in the Service Requirements Best meets the quality and reliability of the proposed goods and services Experience in successfully providing services in the solicitation TYPES OF AWARD Single Award: One purchase order awarded to a single vendor Multiple Awards: A multiple award is the award of multiple purchase orders for the same line item(s) from a single solicitation to two or more vendors to provide the same or similar goods or services. 29. POST AWARD MEETING: Vendors may be requested to attend a post award meeting in person in Austin, Texas, or via WebEx with TxDOT within seven calendar days after the award of the purchase order. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding the purchase order. 30. CONTRACT ADMINISTRATION: Administration of the purchase order is a joint responsibility of the TxDOT Contract Administrator and TxDOT Purchasing. TxDOT Purchasing staff will be responsible for administering the contractual business relationship with the vendor Any proposed changes to work to be performed, whether initiated by TxDOT or the vendor, must receive final written approval in the form of a Purchase Order Change Notice signed by the authorized TxDOT purchasing agent Upon issuance of purchase order, TxDOT will designate an individual to serve as the Contract Manager and POC between the agency and the vendor. The Contract Manager does not have any express or implied authority to vary the terms of the purchase order, amend the purchase order in any way or waive strict performance of the terms or conditions of the purchase order. This individual s contract management and contract administration responsibilities include, but are not limited to: Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements Managing the financial aspects of the contract including approval of payments Meeting with the vendor as needed to review progress, discuss problems and consider necessary action Identifying a breach of contract by assessing the difference between contract performance and non-performance Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas

More information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * REVISED: May 2016 TRASH REMOVAL AND DISPOSAL PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

TEXAS DEPARTMENT OF TRANSPORTATION SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS

TEXAS DEPARTMENT OF TRANSPORTATION SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS PUBLICATION This specification is a product of the Texas Department of Transportation

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION ON-SITE MOBILE MAINTENANCE AND REPAIR SERVICE PUBLICATION * This specification is a product of the Texas Department of Transportation (TxDOT).

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * PRINTING CERTIFICATE OF TITLE ENVELOPE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * REMOVAL OF RECYCLABLE MATERIALS SCRAP PAPER, ALUMINUM CANS, AND PLASTIC BOTTLES PUBLICATION This specification is a product

More information

TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. JANITORIAL SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support

More information

TEXAS DEPARTMENT OF TRANSPORTATION COMMERCIAL PEST CONTROL SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION COMMERCIAL PEST CONTROL SERVICES TEXAS DEPARTMENT OF TRANSPORTATION * COMMERCIAL PEST CONTROL SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not be sold for

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INSTALLATION OF COMMERCIAL DATA AND VOICE TELECOMMUNICATION CABLING SYSTEMS

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INSTALLATION OF COMMERCIAL DATA AND VOICE TELECOMMUNICATION CABLING SYSTEMS TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 962-18-15 INSTALLATION OF COMMERCIAL DATA AND VOICE TELECOMMUNICATION CABLING SYSTEMS PUBLICATION This specification

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * PRINT ON DEMAND AND LETTERPRESS SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS TRAVEL LITERATURE FULFILLMENT AND TEXAS TRAVEL LEADS SYSTEM

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS TRAVEL LITERATURE FULFILLMENT AND TEXAS TRAVEL LEADS SYSTEM TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * TEXAS TRAVEL LITERATURE FULFILLMENT AND TEXAS TRAVEL LEADS SYSTEM PUBLICATION This specification is a product of the Texas Department of Transportation

More information

SPECIFICATION NO. TxDOT * REVISED: NOVEMBER 2016 COMMERCIAL PEST CONTROL SERVICES

SPECIFICATION NO. TxDOT * REVISED: NOVEMBER 2016 COMMERCIAL PEST CONTROL SERVICES SPECIFICATION NO. TxDOT 910-59-60 * REVISED: NOVEMBER 2016 COMMERCIAL PEST CONTROL SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

SPECIFICATION NO. TxDOT * REVISED: JULY 2016 Workplace and Special Generator Travel Survey Services

SPECIFICATION NO. TxDOT * REVISED: JULY 2016 Workplace and Special Generator Travel Survey Services SPECIFICATION NO. TxDOT 968-85-69* REVISED: JULY 2016 Workplace and Special Generator Travel Survey Services PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

TEXAS DEPARTMENT OF TRANSPORTATION TRAFFIC CONTROL SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION TRAFFIC CONTROL SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. TRAFFIC CONTROL SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not be

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MAINTENANCE OF SECURITY SYSTEM(S) AND ASSOCIATED EQUIPMENT PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MAINTENANCE OF SECURITY SYSTEM(S) AND ASSOCIATED EQUIPMENT PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * REVISED: JUNE 2012 MAINTENANCE OF SECURITY SYSTEM(S) AND ASSOCIATED EQUIPMENT PUBLICATION This specification is a product

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

SPECIFICATION NO. TxDOT DATED: JUNE 2005

SPECIFICATION NO. TxDOT DATED: JUNE 2005 TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION CABINET, CORROSION TESTING PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice

More information

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION RECYCLING OF ASPHALT MILLINGS BY THE COLD CENTRAL PLANT PROCESS PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION RECYCLING OF ASPHALT MILLINGS BY THE COLD CENTRAL PLANT PROCESS PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION SPECIFICATION NO. RECYCLING OF ASPHALT MILLINGS BY THE COLD CENTRAL PLANT PROCESS PUBLICATION This specification is a product of the Texas Department

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION PREPARED BY: KAREN LEWIS, CPPO, C.P.M., CTPM SPECIFICATION FAX NO.: (512) 374-5480 NO: 958-77-20 E-MAIL: klewis@dot.state.tx.us DATE: FEBRUARY

More information

REMANUFACTURED AND ORIGINAL EQUIPMENT MANUFACTURER S (OEM) COMPATIBLE TONER CARTRIDGES PUBLICATION

REMANUFACTURED AND ORIGINAL EQUIPMENT MANUFACTURER S (OEM) COMPATIBLE TONER CARTRIDGES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TXDOT No. 207-79-83* REMANUFACTURED AND ORIGINAL EQUIPMENT MANUFACTURER S (OEM) COMPATIBLE TONER CARTRIDGES PUBLICATION This

More information

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION DATA ENTRY, VALIDATION AND CORRECTION SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION DATA ENTRY, VALIDATION AND CORRECTION SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION SPECIFICATION NO. DATA ENTRY, VALIDATION AND CORRECTION SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation

More information

RFP for Elevator Maintenance

RFP for Elevator Maintenance Housing Authority of the City of Shreveport Request for Proposals for Elevator Maintenance and Repair Services for the HACS Administrative Office at 2500 Line Avenue, Shreveport, LA 71104 Proposals due:

More information

DIRECT GEOEXCHANGE HEAT PUMPS CERTIFICATION PROGRAM

DIRECT GEOEXCHANGE HEAT PUMPS CERTIFICATION PROGRAM DIRECT GEOEXCHANGE HEAT PUMPS CERTIFICATION PROGRAM AHRI DGX OM JANUARY 2018 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800 Sponsored and administered by: PREFACE The following manual

More information

SPECIFICATION NO. TxDOT DATE: JULY 2016 STATEWIDE STRATEGIC MARKETING, ADVERTISING AND PUBLIC RELATIONS SERVICE

SPECIFICATION NO. TxDOT DATE: JULY 2016 STATEWIDE STRATEGIC MARKETING, ADVERTISING AND PUBLIC RELATIONS SERVICE SPECIFICATION NO. TxDOT 915-03-40 DATE: JULY 2016 STATEWIDE STRATEGIC MARKETING, ADVERTISING AND PUBLIC RELATIONS SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT 4 HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0

More information

SPECIFICATION NO. TxDOT * REVISED: OCTOBER 2016 TITLE: SERVICES TO PRINT AND MAIL DIRECT MAIL PIECES FOR TEXAS HIGHWAYS MAGAZINE

SPECIFICATION NO. TxDOT * REVISED: OCTOBER 2016 TITLE: SERVICES TO PRINT AND MAIL DIRECT MAIL PIECES FOR TEXAS HIGHWAYS MAGAZINE SPECIFICATION NO. TxDOT 966-61-35 * REVISED: OCTOBER 2016 TITLE: SERVICES TO PRINT AND MAIL DIRECT MAIL PIECES FOR TEXAS HIGHWAYS MAGAZINE PUBLICATION This specification is a product of the Texas Department

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS

EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS EXHIBIT A SCOPE OF SERVICES DISTRICT FOUR HEADQUARTERS BUILDING ROOF TOP AIR CONDITIONING CONDENSER COIL REPLACEMENTS TABLE OF CONTENTS 1.0 Purpose 2.0 Definitions 3.0 Vendors Qualifications/Certifications

More information

3.0 PERFORMANCE SPECIFICATIONS

3.0 PERFORMANCE SPECIFICATIONS 3.0 PERFORMANCE SPECIFICATIONS 3.1 Scope of work: Work includes, but is not limited to, providing all labor, tools, equipment, test equipment, and services required to perform program management, preventative

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. SPECIFICATION NO. TxDOT DATED: JUNE 2007 MES Class Code:

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. SPECIFICATION NO. TxDOT DATED: JUNE 2007 MES Class Code: TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. MES Class Code: 050000 THERMAL PROPERTY ANALYZER PUBLICATION This specification is a product of the Texas Department of Transportation

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MES Class Code No. 335000 STAND-ALONE EIGHT-PAGE BUCKLE FOLDER WITH DOCUMENT FEEDER PUBLICATION This specification is a product of the Texas

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * INSPECTION AND TESTING SERVICES OF CRANES PUBLICATION This specification is a product of the Texas Department of Transportation

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS

EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS DISTRICT VII, HEADQUARTERS FACILITY AND TAMPA BAY SUNGUIDE REGIONAL TRAFFIC MANAGEMENT CENTER I. PURPOSE: DISTRICT VII, HEADQUARTERS FACILITY

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

HEAT PUMP POOL HEATERS CERTIFICATION PROGRAM

HEAT PUMP POOL HEATERS CERTIFICATION PROGRAM HEAT PUMP POOL HEATERS CERTIFICATION PROGRAM AHRI HPPH OM JANUARY 2017 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800 Sponsored and administered by: PREFACE The following manual outlines

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS SCOPE OF WORK It is intent of JEA to to obtain a qualified Contractor to perform the scheduled and emergency repair and maintenance of over 506 generators throughout the JEA service territory in the following

More information

Capital Projects Group Mechanical Work Commissioning Specification

Capital Projects Group Mechanical Work Commissioning Specification Capital Projects Group Mechanical Work Commissioning Specification Specification 20 05 40 Revision 0 Date: August 2018 Mechanical Work Commissioning Specification Specification 20 05 40 Publication Date:

More information

PACKAGED TERMINAL AIR CONDITIONERS AND PACKAGED TERMINAL HEAT PUMPS CERTIFICATION PROGRAM

PACKAGED TERMINAL AIR CONDITIONERS AND PACKAGED TERMINAL HEAT PUMPS CERTIFICATION PROGRAM PACKAGED TERMINAL AIR CONDITIONERS AND PACKAGED TERMINAL HEAT PUMPS CERTIFICATION PROGRAM AHRI PTAC AND PTHP OM JANUARY 2018 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800 Sponsored

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

SINGLE PACKAGED VERTICAL AIR-CONDITIONERS AND HEAT PUMPS CERTIFICATION PROGRAM

SINGLE PACKAGED VERTICAL AIR-CONDITIONERS AND HEAT PUMPS CERTIFICATION PROGRAM SINGLE PACKAGED VERTICAL AIR-CONDITIONERS AND HEAT PUMPS CERTIFICATION PROGRAM AHRI SPVA AND SPVH OM JANUARY 2018 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800 Sponsored and administered

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

Request for Bids Capital Region Airport Authority

Request for Bids Capital Region Airport Authority Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required

More information

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION PREPARED BY: VICKIE GRAFF, CTPM, CPPB FAX: (512) 374-5480 E-MAIL: vgraff@dot.state.tx.us WASTEWATER TREATMENT PLANT OPERATIONS, TESTING, AND

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

Final Audit Follow-Up As of April 30, 2016

Final Audit Follow-Up As of April 30, 2016 Final Audit Follow-Up As of April 30, 2016 T. Bert Fletcher, CPA, CGMA City Auditor Inquiry into Potential Conflicts of Interests Regarding City Energy Auditors and Their Secondary Employment (Report #1601

More information

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION PRESS, GYRATORY, ASPHALT, PORTABLE PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION PRESS, GYRATORY, ASPHALT, PORTABLE PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION PRESS, GYRATORY, ASPHALT, PORTABLE PUBLICATION SPECIFICATION NO. TxDOT 845-63-58 * REVISED: AUGUST 2014 This specification is a product of the Texas

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

More information

DUKE UNIVERSITY CONSTRUCTION STANDARDS

DUKE UNIVERSITY CONSTRUCTION STANDARDS 1 23 08 00 Commissioning of HVAC Systems 1. GENERAL A. GENERAL PROVISIONS 1. Drawings and general provisions of the Contract, including General Conditions and Division - 1 Specifications Sections, apply

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

Building Inspections Under the Uniform Dwelling Code

Building Inspections Under the Uniform Dwelling Code 3-8-01 Authority Building Inspections Under the Uniform Dwelling Code Building and Mechanical Code (Revised 5-2013) These regulations are adopted under the statutory authority granted pursuant to Section

More information

Special Inquiry into Potential Conflicts of Interests Regarding City Energy Auditors and Their Secondary Employment HIGHLIGHTS

Special Inquiry into Potential Conflicts of Interests Regarding City Energy Auditors and Their Secondary Employment HIGHLIGHTS T. Bert Fletcher, CPA, CGMA City Auditor HIGHLIGHTS Highlights of City Auditor Report #1601, a report to the City Commission and City management WHY THIS AUDIT WAS DONE In early August 2015, the Independent

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. MES NO.: AMENDED: NOVEMBER 2004 * LIFT, 4-POST, TRUCK, ELECTRIC/HYDRAULIC, 30,000 POUND LIFT CAPACITY PUBLICATION This specification

More information

Capital Projects Group Testing, Adjusting and Balancing Specification

Capital Projects Group Testing, Adjusting and Balancing Specification Capital Projects Group Testing, Adjusting and Balancing Specification Specification 20 05 50 Revision 0 Date: August 2018 Testing, Adjusting and Balancing Specification Specification 20 05 50 Publication

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

CITY OF CHICAGO DEPARTMENT OF BUILDINGS CITY OF CHICAGO DEPARTMENT OF BUILDINGS GUIDELINES FOR THE PREPARATION OF REQUESTS FOR QUALIFICATIONS FOR THE SELECTION OF CONSULTING FIRMS TO PERFORM LIFE SAFETY EVALUATIONS The Chicago Department of

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

SPECIFICATION NO. TxDOT * REVISED: DECEMBER 2016 Statewide Employee Assistance Program Services

SPECIFICATION NO. TxDOT * REVISED: DECEMBER 2016 Statewide Employee Assistance Program Services SPECIFICATION NO. TxDOT 952-38-40 * REVISED: DECEMBER 2016 Statewide Employee Assistance Program Services PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

SPECIAL SPECIFICATION 1184 Testing, Training, Documentation, Final Acceptance, and Warranty

SPECIAL SPECIFICATION 1184 Testing, Training, Documentation, Final Acceptance, and Warranty 1993 Specifications CSJ 0074-05-086, etc. SPECIAL SPECIFICATION 1184 Testing, Training, Documentation, Final Acceptance, and Warranty 1. Description. Perform or furnish testing, training, documentation,

More information

NHCAC North Hudson Community Action Corporation

NHCAC North Hudson Community Action Corporation NHCAC North Hudson Community Action Corporation RFP Auditing Services October 1, 2018 INQUIRIES SHOULD BE DIRECTED TO: Name: Title: Entity: Address: Michael Shababb Chief Financial Officer North Hudson

More information

ATTACHMENT H Scope of Work

ATTACHMENT H Scope of Work ATTACHMENT H Scope of Work Elevator RFP Scope of Work: The elevators covered by this contract shall be maintained in a satisfactory and safe operating condition, in accordance with the requirements of

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS 13VAC5-91-10. Definitions. The following words and terms when used in this chapter shall have the following meanings unless the context clearly indicates otherwise. Administrator means the Director of

More information

Agilent Life Sciences and Chemical Analysis Support Services: X-Ray Diffraction (XRD) Service Plans. Exhibit 22G

Agilent Life Sciences and Chemical Analysis Support Services: X-Ray Diffraction (XRD) Service Plans. Exhibit 22G Agilent Life Sciences and Chemical Analysis Support Services: X-Ray Diffraction (XRD) Service Plans Exhibit 22G Agilent Technologies Life Sciences and Chemical Analysis Research Products Service Plans

More information

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No.

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No. The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge RFQ No. 743-15-110315SC RFQ Deadline Date: November 25, 2015 1.1. OBJECTIVE AND OVERVIEW SECTION

More information

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) Fleetwood Community Pool Feasibility Study ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP) The chair of Parks and Recreation of the Fleetwood Borough in Berks County, Pennsylvania, is accepting proposals for

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

ADMINISTRATION CHAPTER 1

ADMINISTRATION CHAPTER 1 CHAPTER 1 ADMINISTRATION PART 1 SCOPE AND APPLICATION SECTION 101 SCOPE AND GENERAL REQUIREMENTS 101.1 Title. This code shall be known as the Florida Building Code, Energy Conservation, and shall be cited

More information

NON-CONDENSABLE GAS PURGE EQUIPMENT FOR USE WITH LOW PRESSURE CENTRIFUGAL LIQUID CHILLERS CERTIFICATION PROGRAM

NON-CONDENSABLE GAS PURGE EQUIPMENT FOR USE WITH LOW PRESSURE CENTRIFUGAL LIQUID CHILLERS CERTIFICATION PROGRAM NON-CONDENSABLE GAS PURGE EQUIPMENT FOR USE WITH LOW PRESSURE CENTRIFUGAL LIQUID CHILLERS CERTIFICATION PROGRAM AHRI PRGE OM JANUARY 2018 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

REFRIGERANT RECOVERY/RECYCLING EQUIPMENT CERTIFICATION PROGRAM

REFRIGERANT RECOVERY/RECYCLING EQUIPMENT CERTIFICATION PROGRAM REFRIGERANT RECOVERY/RECYCLING EQUIPMENT CERTIFICATION PROGRAM AHRI RRRE OM JANUARY 2018 2111 Wilson Blvd, Suite 500 Arlington, Virginia 22201 (703) 524-8800 Sponsored and administered by: PREFACE The

More information

December 15, 2016 REQUEST FOR PROPOSALS (RFP) FOR AUDIT SERVICES

December 15, 2016 REQUEST FOR PROPOSALS (RFP) FOR AUDIT SERVICES December 15, 2016 REQUEST FOR PROPOSALS (RFP) FOR AUDIT SERVICES Dubuque Community School District will receive proposals for audit services relating to the audit for the three (3) year(s) ending June

More information