TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES

Size: px
Start display at page:

Download "TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES"

Transcription

1 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 other entities by making this specification available through the National Institute of Governmental Purchasing (NIGP). 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 Janitorial Services in accordance with Attachment A Service Requirements at TxDOT locations identified on the solicitation. 2. DEFINITIONS AND ACRONYMS 2.1. CIMS Clean Industry Management Standard 2.2. GB Green Building 2.3. ISSA International Sanitary Supply Association 3. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all applicable federal, state and local laws, standards and regulations necessary to perform the services, including, but not limited to: Code of Federal Regulations (29-CFR), Subtitle B, Chapter Xvii, Part 1910, Subpart G, I, and P Code of Federal Regulations (29-CFR), Subtitle B, Chapter Xvii, Part 1910, Subpart Z Section EPA rules and regulations Green Seal GS-37 Green Seal Environmental Standard for Industrial and Institutional Cleaners Texas Health & Safety Code Section General Labeling and Packaging Requirements. This supersedes TxDOT Specification , Dated March

2 4. RESPONDENT QUALIFICATIONS: The respondent shall: 4.1. Be a company or an individual engaged or whose partners or participants or both are engaged in the business of providing janitorial services for a minimum of two years within the last four 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 Have successfully provided janitorial services for a minimum of three businesses with a similar number and size of buildings as those shown on the solicitation 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 to this solicitation 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 perform the contract or 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. 5. REFERENCES: The respondent should submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed for two years within the last four 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). 2 12

3 6. RESPONDENT PERSONNEL QUALIFICATIONS: The respondent shall provide the following respondent personnel: 6.1. ON-SITE SUPERVISOR: The on-site supervisor shall: Have a minimum of three years experience within the last five years in providing janitorial services Have a minimum of two years experience supervising janitorial services within the past three years JANITORS: Janitors shall have a minimum of six months experience within the last two years performing janitorial services. 7. VENDOR REQUIREMENTS: The vendor shall: 7.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation Provide a primary point of contact Have a minimum for one on-site supervisor and three or more Janitorial staff to meet the requirements of this specification Provide a telephone number that is monitored 24 hours a day, seven days a week Be familiar with the service requirements in the specification and inform all personnel of the service requirements Maintain a copy of the Safety Data Sheets (SDS) for all cleaning agents, disinfectants, floor stripping products, wax and other chemicals used to perform the services in a three-ring binder, on-site. The SDS binder shall be stored in the TxDOT designated storage area Provide all labor, equipment, cleaning agents, disinfectants, floor stripping products, wax, and other chemicals required to perform the services. Use equipment, cleaning agents, disinfectants, floor stripping products, wax and other chemicals as recommended by the manufacturer. Store all equipment and other items in the TxDOT designated storage area when not in use Be knowledgeable in the use of all equipment, cleaning agents, disinfectants, floor stripping products, wax and any other chemicals used to perform the service and ensure that all personnel assigned to perform services of the solicitation are knowledgeable in the use of these items. 3 12

4 7.9. BACKGROUND CHECK: Conduct background checks on all vendor s permanent and temporary personnel scheduled to work on TxDOT projects prior to beginning service start-up. Upon award, supporting documentation confirming the completion of these comprehensive background checks may be subject to review upon request by TxDOT or the TxDOT designee, or both, prior to beginning the service. Failure to produce the requested documentation may be cause for cancellation of the purchase order. The background checks shall include, but not be limited to, the following: Social Security Number verification Statewide criminal and sex offender records for all Texas counties and out-ofstate counties based on the current and previous addresses of the applicant for the last seven years Personnel with Class A, B, or C misdemeanor offenses or any felony conviction within the last ten years shall not be allowed to work at TxDOT locations. 8. RESPONDENT PERSONNEL REQUIREMENTS: 8.1. The On-Site Supervisor s primary responsibility shall be the day-to-day operation of the service in accordance with the requirements of the purchase order. The on-site supervisor shall: Be a permanent staff employee and shall serve as the primary point of contact for TxDOT Be on-site at all times while services are being performed Perform janitorial services, as needed Monitor the performance of the services, complete and sign the TxDOT provided checklist for each service interval (Ref. Attachment B Janitorial Services Checklist and Paras. 8.2., and 16.4.) All respondent personnel shall: Have the knowledge, skill and experience to operate the equipment required to perform the services in this specification Be able to lift a minimum of 30 pounds Be fluent in English with the ability to receive, give, and understand written and oral instructions in English Wear an identifying name badge with the company logo or a uniform with the personnel s name and company name or logo clearly marked on the uniform Not use TxDOT telephones and other equipment for personal use. 4 12

5 Not use profanity, be excessively loud, or use personal multi-media or communication devices while performing services on TxDOT property. 9. SERVICE REQUIREMENTS: The vendor shall: 9.1. Begin services within 30 calendar days after the award of the purchase order or on the date agreed upon by the designated TxDOT representative and the vendor Perform all services at the service intervals identified on Attachment A Service Requirements to accomplish the following results: Dusting: A dusted surface shall be free of all dirt, dust, dust streaks, lint, cobwebs, and fingerprints Sweeping or Dust Mopping: A swept or dust mopped floor shall be free of all loose dirt, grit, lint and debris, including along walls, in corners and behind doors Vacuuming: A vacuumed carpet or floor shall be free of all loose dirt, dust, grit, lint and other debris, including along walls, in corners and behind doors Wet Mopping: A wet mopped floor shall be free of all embedded dirt, dust, grit, marks and debris, including along walls, in corners and behind doors Glass Cleaning: Cleaned glass or mirror surfaces shall be free of streaks, film, deposits, debris, stains and fingerprints and shall have a uniformly bright appearance. Glass in windows, doors and walls shall be cleaned on both sides Floor Waxing and Buffing: A waxed or buffed floor shall be free of dirt, dust, grit, marks, streaks, debris and built-up wax without leaving any standing water. Floors shall have a uniformly bright, lustrous appearance, including along walls, in corners and behind doors Sinks: A cleaned and disinfected sink, including all hardware and adjacent counters, shall be free of all deposits, stains, streaks, film, debris, fingerprints and germs and shall be dry polished to a uniformly bright appearance Water Fountains: A cleaned and disinfected water fountain including fixtures and all hardware shall be free of all deposits, stains, streaks, film, debris, fingerprints and germs and shall be dry polished to a uniformly bright appearance Plumbing Fixtures: Cleaned and disinfected surfaces shall be free of all deposits, stains, streaks, film, odor, debris, fingerprints and germs Restroom Toilets, Stalls, Walls, and Floor: Cleaned and disinfected surfaces shall be free of all deposits, stains, streaks, film, odor, debris, fingerprints and germs. 5 12

6 Wastebaskets: Cleaned wastebaskets shall be emptied of all refuse with a clean liner inserted on an as-needed basis, washed and disinfected Make arrangements with the designated TxDOT representative and perform scheduled services the day before or after TxDOT holidays that fall on a day services are to be performed Perform services in areas occupied by TxDOT personnel working after 5:30 p.m. without disturbing TxDOT personnel, unless TxDOT personnel requests the vendor s personnel return at a later time. Vendor s personnel shall return to previously occupied areas where services could not be performed and perform the services prior to leaving the building. The on-site supervisor shall make a note on Attachment B Janitorial Service Checklist if the services for that area cannot be performed Have the janitor(s) report any facility damage observed while performing services to the vendor s On-Site Supervisor. The vendor s On-Site Supervisor shall report facility damage to the designated TxDOT representative in writing, within 24 hours after receiving a report from the janitor(s). NOTE: Any damage to TxDOT property caused by the vendor s personnel shall be repaired or replaced by the vendor at no additional cost to TxDOT Meet with the designated TxDOT representative upon request, as needed Keep the TxDOT designated storage area clean and in an orderly condition at all times. All chemicals and storage containers shall be properly labeled, sealed and stored (Ref. Para. 7.5, 7.6., and 7.7.) Be responsible for all keys and TxDOT security access cards provided for the performance of the service and report lost, stolen or misplaced keys or TxDOT security access cards immediately to the designated TxDOT representative. The vendor shall be responsible for reimbursing TxDOT for the cost to replace stolen, misplaced or lost keys or TxDOT security access cards or to have locks re-keyed or replaced. Upon receiving a written request from the vendor, TxDOT will provide a copy of the receipt showing the cost for replacing keys or rekeying or replacing locks Immediately notify the designated TxDOT representative by telephone and follow up within 8 business hours in writing documenting the circumstances concerning the personnel removed from performing services at a TxDOT location Notify the designated TxDOT representative within 24 business hours of any replacement or new personnel being assigned to provide services at a TxDOT location (Ref. Para ). 6 12

7 9.11. ADDITIONAL ROUTINE AND EMERGENCY SERVICES: Provide additional routine and emergency services on a temporary basis, if listed as a line item on the solicitation. These are services requested by the designated TxDOT representative in addition to the service intervals specified on Attachment A Service Requirements or for emergency services that may or may not be specified on Attachment A Service Requirements. Additional routine and emergency services shall cover only services requested by the designated TxDOT representative by telephone and followed up in writing. TxDOT reserves the right to obtain services under a separate purchase order should it best serve the interest of TxDOT. Services provided under this item shall not exceed $5,000 per job. Services with an estimated cost over $5,000 per job shall not be performed under the purchase order Additional Routine Services Verbally respond to calls for additional routine services from TxDOT, received by 4:00 p.m., within two-hours after service call is received. Calls for additional routine services received after 4:00 p.m. Monday through Thursday shall be verbally responded to by 9:00 a.m. the following work day. Calls for additional routine services received after 4:00 p.m. on Friday shall be verbally responded to by 9:00 a.m. on the following Monday Submit a written cost estimate to the designated TxDOT representative to be approved or disapproved in writing prior to services being performed Perform additional routine services on the date and time requested by the designated TxDOT representative Emergency Services Verbally respond to requests for emergency services within one hour from the time the call is placed, regardless of the time or day the call is placed, unless specified otherwise by the designated TxDOT representative Provide a verbal cost estimate to the designated TxDOT representative for approval and follow up in writing within two hours, unless otherwise approved by the designated TxDOT representative. 10. LOCATION(S): Location(s) of facilities are specified on the solicitation Pricing and includes the approximate square footage of the facility, number of restrooms and break rooms. TxDOT reserves the right to add or delete facilities serviced under the purchase order. TxDOT will provide ten working days written notice to the vendor for any facilities that need to be deleted. Additional facilities requiring service, within the same area or region will be added upon written agreement from the vendor. 11. VENDOR PERFORMANCE: Vendor performance will be monitored on a regular basis by TxDOT An unsatisfactory performance determination includes, but is not limited to: 7 12

8 One instance of falsifying documents (Ref. Para and Attachment B Janitorial Services Checklist) In excess of three instances in a 12 month period of failing to perform requested or required services as listed on Attachment A Service Requirements One instance within a 12 month period of vendor s personnel not having the knowledge and skill to operate the equipment required to perform the service (Ref. Paras and ) One instance within a 12 month period of vendor s personnel not having the equipment required to perform the service. NOTE: Unsatisfactory performance may result in a negative performance report or cancelation 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 additional cleaning cycles due to inclement weather. 12. BUILDING 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 spaces assigned by the designated TxDOT representative RESTROOMS: Restrooms shall not be used for washing of tools, equipment or disposing of cleaning agents or disinfectants 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. NOTE: The vendor shall submit an updated list immediately when janitorial personnel are removed from a TxDOT location for any reason and prior to any replacement or new janitorial personnel being allowed access to a TxDOT location. (Ref. Para and 13.) ACCESS: The vendor shall make prior arrangements with the TxDOT Building Manager for access to the building(s) for performance of the service. 13. 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 vendor s on-site supervisor 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. 8 12

9 13.2. The vendor agrees that the On-Site Supervisor assigned to the project shall remain available for the entirety of the project throughout the term of the purchase order as long as that individual is employed by the vendor If TxDOT determines that any respondent personnel are unable to perform in accordance with the service requirements or to communicate effectively, the vendor shall immediately remove that person Proposed replacement personnel shall meet minimum qualifications and have experience comparable to the person(s) being replaced. A background check shall be performed on all replacement personnel prior to being allowed on TxDOT property (Ref. Para. 7.8.). Replacement personnel shall be provided at no additional cost to TxDOT. Resume(s) and reference(s) will 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. 14. 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. 15. WORK HOURS: The vendor shall: Perform services specified as daily, weekly, monthly and quarterly between the hours of 5:30 p.m. and 1:00 a.m., Monday through Friday except on federal and state holidays (Ref. Attachment A Service Requirements). Services performed at any other time shall be approved in writing by the designated TxDOT representative Buff, strip, wax floors or shampoo carpets between the hours of 5:30 p.m. Friday through 11:59 p.m. Saturday. Services performed at any other time shall be approved in writing by the designated TxDOT representative. 16. SUBCONTRACTING Subcontractors providing service under the purchase order shall meet the same qualifications and service requirements and provide the same quality of service required of the 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. 9 12

10 16.6. 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 10 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). 17. TRAVEL: All travel per diem shall be included in the unit price. NOTE: Actual travel time from the vendor s location or vendor s employees home to and from the work location is not reimbursable under the purchase order. 18. 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. 19. INVOICING INSTRUCTIONS: The vendor shall provide: 19.1 ORIGINAL INVOICE: A comprehensive and detailed invoice with reference to the line item on the purchase order 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) Dates and time service was performed Location of service Vendor personnel s name that performed services, including the vendor s On-Site Supervisor A copy of the completed Attachment B Janitorial Services Checklist for the dates services were performed (Ref. Para ). NOTE: An invoice requiring correction shall be re-submitted with a new invoice date

11 19.1 COPY OF INVOICE AND SUPPORTING DOCUMENTATION: A copy of the invoice and original supporting 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. 20. TxDOT RESPONSIBILITIES: TxDOT will: Provide a contract manager Provide a point of contact for each location Provide trash receptacle liners, sanitary napkin receptacle liners, paper towels, toilet tissue, disposable seat covers, liquid soap, paper napkins and deodorizers, both air and urinal Designate a storage area to be used by the vendor for vendor s supplies, equipment and SDS binder (Ref. Paras. 7.5., 7.6., and 9.7.) Meet with the vendor s on-site supervisor, as needed (Ref. Para. 9.6.) Provide the location of trash and recycling dumpsters on the TxDOT complex for each location specified on the solicitation. 21. RESPONSE SUBMISSION 21.1 The following shall be submitted with the response. Failure by the respondent to submit the documentation listed below will disqualify the respondent from further consideration Original, signed, dated, and completed IFB Schedule 1 Respondent Qualifications and Experience Schedule 2 Key Personnel Qualifications and References HUB Subcontracting Plan (This requirement is stated on the IFB if applicable) 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: Respondent References 22. AWARD TxDOT reserves the right to award a single purchase order to the most responsive, responsible respondent meeting the specification. TxDOT may award to a single vendor or multiple vendors, or use any combination that best serves the interest of TxDOT

12 22.2. TYPES OF AWARD Single Award: One purchase order awarded to a single vendor Multiple Award: 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. 23. POST AWARD MEETING: Vendor(s) may be requested to attend a post award meeting in person OR via teleconference with TxDOT within 14 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. 24. CONTRACT ADMINISTRATION Administration of the purchase order is the responsibility of TxDOT. TxDOT Purchasing Section 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 point of contact between TxDOT 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

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

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

INVITATION FOR BIDS. Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS. For. Janitorial Services Port Arthur Workforce Center of Southeast Texas

INVITATION FOR BIDS. Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS. For. Janitorial Services Port Arthur Workforce Center of Southeast Texas INVITATION FOR BIDS Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS For Janitorial Services Port Arthur Workforce Center of Southeast Texas BID RELEASE #WDB 2016-002 Bid Package Availability Bid packages

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

INVITATION FOR BID Charter Township of Shelby

INVITATION FOR BID Charter Township of Shelby INVITATION FOR BID Charter Township of Shelby Shelby Township Municipal Offices 52700 Van Dyke Avenue Shelby Township, MI 48316 (586) 731-5100 Bid Title: Township Cleaning Services Date of Mandatory Pre-Bid

More information

University of Toronto Cleaning Specifications

University of Toronto Cleaning Specifications Revised/Updated February 1-2013 University of Toronto Cleaning Specifications AREA TYPE Task To Be Completed Frequency Main Entrance 1 Clean both sides of door glass including side lights. Daily & 2 Clean

More information

Tender Specifications. Office Cleaning Services - Ref. DELSGPS

Tender Specifications. Office Cleaning Services - Ref. DELSGPS Tender Specifications Office Cleaning Services - Ref. DELSGPS-02-2014 1. Introduction A call for tender for office cleaning services is open to companies specialized in cleaning services. The Delegation

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

Opening: Facilities Technician Department: Maintenance

Opening: Facilities Technician Department: Maintenance Opening: Facilities Technician Department: Maintenance Trempealeau County Human Resource Department 36245 Main St., PO Box 67, Whitehall, WI 54773 715-538-2311 ext 224 personnel@tremplocounty.com The Trempealeau

More information

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION The City of Zion is requesting bids for cleaning and maintenance services to be performed at: Zion City Hall, 2828 Sheridan Road,

More information

Request for Proposals. Commercial Cleaning Services

Request for Proposals. Commercial Cleaning Services Request for Proposals Commercial Cleaning Services Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222 www.hcwd.com November, 2015 REQUEST FOR PROPOSALS

More information

SECTION CLOSEOUT PROCEDURES

SECTION CLOSEOUT PROCEDURES SECTION 017700 - PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final Completion

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Trophy Club Municipal Utility District No.1 100 Municipal Dr. Trophy Club, Texas 76262 682-831-4600 REQUEST FOR PROPOSAL for PROFESSIONAL JANITORIAL SERVICES MARCH 11, 2013 1 NOTICE TO BIDDERS Competitive

More information

University of Colorado at Boulder Department of Housing & Dining Services Revised: June 20, 2014

University of Colorado at Boulder Department of Housing & Dining Services Revised: June 20, 2014 University of Colorado at Boulder Department of Housing & Dining Services Revised: June 20, 2014 Special Contract Conditions For Construction Projects in Occupied Student Housing Purpose These Special

More information

COMMERCIAL CLEANING SERVICES. Buyer s Guide: Small Business

COMMERCIAL CLEANING SERVICES. Buyer s Guide: Small Business COMMERCIAL CLEANING SERVICES Buyer s Guide: Small Business GOT YOUR INFO THANK YOU! We receied the details about your business and are ready to speed up the pricing process. Based on your selections it

More information

INVITATION TO TENDER TENDER NO FOR JANITORIAL SERVICES THE WIL SKILL CENTRE

INVITATION TO TENDER TENDER NO FOR JANITORIAL SERVICES THE WIL SKILL CENTRE INVITATION TO TENDER TENDER NO. 2014-03 FOR JANITORIAL SERVICES THE WIL SKILL CENTRE 141 DUNDAS STREET, 4 TH FLOOR (Voice) 519-663-0551 (Fax) 519-663-5377 141 Dundas Street; 4 th Floor; London, Ontario;

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

Special Requirements: Must possess a valid state driver s license prior to hire date.

Special Requirements: Must possess a valid state driver s license prior to hire date. EMPLOYMENT OPPORTUNITY FACILITIES WORKER Hourly Rate: $10.00 Closes: October 25, 2017 @ 5:00 PM This recruitment is to fill a Temporary, Part-Time position in the Public Works Department. Employees must

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 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

ORANGE COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT JOB POSTING

ORANGE COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT JOB POSTING ORANGE COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT JOB POSTING JOB TITLE: Financial Officer DEPARTMENT: Community Supervision and Corrections Department FLSA STATUS: Non Exempt STATUS: Full-Time

More information

CITY OF CORPUS CHRISTI

CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI CITY AUDITOR S OFFICE Audit of Purchasing Program Project No. AU12-004 September 20, 2012 City Auditor Celia Gaona, CIA CISA CFE Auditor Nora Lozano, CIA CISA Executive Summary In

More information

SECTION CONSTRUCTION OPERATIONS AND SITE UTILIZATION PLAN

SECTION CONSTRUCTION OPERATIONS AND SITE UTILIZATION PLAN SECTION 01 14 11 CONSTRUCTION OPERATIONS PART 1 - GENERAL 1.1 SUMMARY A. The Construction Operations Plan provides a coordinated construction environment to ensure an orderly, secure and safe operation

More information

DAIMLER GROUP NORTH AMERICAN COMPANIES

DAIMLER GROUP NORTH AMERICAN COMPANIES DAIMLER GROUP NORTH AMERICAN COMPANIES General Purchasing Conditions for IT Part G Lease of Standard Software 1 Subject Matter / Scope of Performance 1.1 General The terms and conditions of this Part G

More information

PLYMOUTH BOARD OF EDUCATION

PLYMOUTH BOARD OF EDUCATION PLYMOUTH BOARD OF EDUCATION PURPOSE: Green cleaning products have increased in importance, as health studies have documented what adverse effects most commercial chemical cleaning products have, not only

More information

Attachment 3 Statement of Work Statement PROJECT NUMBER MA DIRECTORATE OF PUBLIC WORKS FORT BRAGG, NORTH CAROLINA

Attachment 3 Statement of Work Statement PROJECT NUMBER MA DIRECTORATE OF PUBLIC WORKS FORT BRAGG, NORTH CAROLINA Request for Task Order Proposal Number: Attachment 3 Statement of Work Statement PROJECT NUMBER MA-00006-15 DIRECTORATE OF PUBLIC WORKS FORT BRAGG, NORTH CAROLINA PROJECT TITLE: Restore one Men s and one

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

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

OCI Mitigation Plan SAMPLE for IDIQ contract

OCI Mitigation Plan SAMPLE for IDIQ contract OCI Mitigation Plan SAMPLE for IDIQ contract Company (Authorized Signatory) Company Vice President (or equivalent level) i TABLE OF CONTENTS Section Description Page I. Organizational Conflict of Interest

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

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

Non-Locally Funded Programs Section D - Page 1 of 1

Non-Locally Funded Programs Section D - Page 1 of 1 SECTION D: Fiscal Management DA Management of Funds DB DG DGC DGD DI DIA DJ DJA DJB DJF DJF-R DJG DK DL DL-R DLB DLC DM DN DN-R Annual Budget Custody and Disbursement of School Funds School Activity Funds

More information

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m. Request for Proposals Temporary Staffing Services North St. Louis Soil and Water Conservation District 307 First St S Ste 114 Virginia MN 55792 I. Introduction The North St. Louis Soil and Water Conservation

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

University of Kansas Procurement Services

University of Kansas Procurement Services University of Kansas Procurement Services PURCHASING PROCEDURES MANUAL 1 Contents 1.0 DEPARTMENTAL PURCHASING AUTHORITY... 4 1.1 Introduction... 4 1.2 Use of Mandatory Contracts and Preferred Agreements...

More information

A certification guidebook for GS-42. Green Seal s Environmental Standard for. Commercial Cleaning Services

A certification guidebook for GS-42. Green Seal s Environmental Standard for. Commercial Cleaning Services A certification guidebook for GS-42 Green Seal s Environmental Standard for Commercial Cleaning Services GS-42 Standard, Edition 2.0, October 2016 Reproduction of material in this guidebook without express

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

Mail or Hand Deliver To: City of Berkeley Finance Department/General Services Division 2180 Milvia Street, 3rd Floor Berkeley, CA 94704

Mail or Hand Deliver To: City of Berkeley Finance Department/General Services Division 2180 Milvia Street, 3rd Floor Berkeley, CA 94704 Finance Department General Services Division REQUEST FOR PROPOSALS (RFP) Specification No. 13-10738-C FOR CITYWIDE JANITORIAL SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY Dear Proposer: The

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

INVITATION TO NEGOTIATE FLORIDA STATE UNIVERSITY

INVITATION TO NEGOTIATE FLORIDA STATE UNIVERSITY INVITATION TO NEGOTIATE FLORIDA STATE UNIVERSITY OPERATION OF VENDOR-OWNED MRO STORE ON FSU CAMPUS & PARTICIPATING SUPPLIER IN FSU E-MARKET ON-LINE CATALOG Overview: In 2000, Florida State University issued

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

MWR Accommodations Contract

MWR Accommodations Contract Fort McCoy MWR Accommodations is managed by the Directorate of Family and Morale, Welfare, and Recreation (DFMWR), Outdoor Recreation Branch. Fort McCoy MWR Accommodations Office can be contacted at (608)

More information

Photographic Processing Facility Sector Control Policy

Photographic Processing Facility Sector Control Policy Photographic Processing Facility Sector Control Policy Persigo Wastewater Treatment Plant Industrial Pretreatment Division 2145 River Road Grand Junction, CO 81505 970-256-4180 I. INTRODUCTION The United

More information

Jefferson Patterson Park and Museum Maryland Archaeological Conservation Laboratory Meeting Room Usage Policy

Jefferson Patterson Park and Museum Maryland Archaeological Conservation Laboratory Meeting Room Usage Policy Jefferson Patterson Park and Museum Maryland Archaeological Conservation Laboratory Meeting Room Usage Policy Thank you for your interest in using the Meeting Room at the Maryland Archaeological Conservation

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

POSITION POSTING INTERMITTENT VEHICLE OPERATOR AIDE. 7:00 a.m. to 9:00 a.m. and 2:30 p.m. to 4:30 p.m., Monday through Friday, as required

POSITION POSTING INTERMITTENT VEHICLE OPERATOR AIDE. 7:00 a.m. to 9:00 a.m. and 2:30 p.m. to 4:30 p.m., Monday through Friday, as required POSITION POSTING INTERMITTENT VEHICLE OPERATOR AIDE REGULAR HOURS OF WORK: IMMEDIATE SUPERVISOR: 7:00 a.m. to 9:00 a.m. and 2:30 p.m. to 4:30 p.m., Monday through Friday, as required Transportation Supervisor

More information

Master Services Attachment for ServiceElite

Master Services Attachment for ServiceElite Master Services Attachment for ServiceElite 1. Scope of Services IBM will provide you Services as described in this Attachment and, if applicable, its Statements of Work and Change Authorizations to support

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Our Customer Service Hours are Monday Friday, 9 am 4 pm. For more information, please call or visit:

Our Customer Service Hours are Monday Friday, 9 am 4 pm. For more information, please call or visit: Philadelphia Department of Public Health Environmental Health Services 321 University Avenue, 2 nd Floor Philadelphia, PA 19104 215-685-7495 DPH.EHS.SpecialEvent@phila.gov Welcome! The City of Philadelphia

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

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MARINE DRY DOCKING, PAINTING AND REPAIRING FERRYBOATS PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MARINE DRY DOCKING, PAINTING AND REPAIRING FERRYBOATS PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * MARINE DRY DOCKING, PAINTING AND REPAIRING FERRYBOATS PUBLICATION This specification is a product of the Texas Department

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

The university shall pay employees on a scheduled basis for work performed as

The university shall pay employees on a scheduled basis for work performed as Name of Policy: Payroll Policy Number: 3364-40-09 Approving Officer: Executive Vice President of Finance and Administration / CFO Responsible Agent: Controller Scope: All University of Toledo Campuses

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

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

MANUAL QUALITY CONTROL & QUALITY ASSURANCE

MANUAL QUALITY CONTROL & QUALITY ASSURANCE MANUAL QUALITY CONTROL & QUALITY ASSURANCE METROTEC ENGINEERING LLC P.O. BOX: 26045, DUBAI U.A.E TEL : 043889771 FAX:043889772 E Mail: metrotecengg@yahoo.com info@metrotec.ae Web: www.metrotec.ae 2 TABLE

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

Bulk Metals Qualified Suppliers List for Distributors (QSLD) Criteria and Provisions

Bulk Metals Qualified Suppliers List for Distributors (QSLD) Criteria and Provisions Bulk Metals Qualified Suppliers List for Distributors (QSLD) Criteria and Provisions PREFACE The DLA Troop Support Construction and Equipment Supply Chain (C & E) has instituted a Qualified Suppliers List

More information

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY 7703 NW Barry Road Kansas City, MO 64153 REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY Detailed Proposal Information is Available on District Website: http://www.parkhill.k12.mo.us Bid Closing

More information

UNC Chapel Hill Informal Contracting Guidelines

UNC Chapel Hill Informal Contracting Guidelines UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed

More information

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016 Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56 HeForShe Textile-Based Visibility Items 2016 10 March 2016 Dear Supplier, Subject: Request for Quotation (RFQ) for the provision of HeForShe

More information

REQUEST FOR BIDDER QUALIFICATIONS

REQUEST FOR BIDDER QUALIFICATIONS CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.

More information

SERVICE CONTRACT SPECIFICATIONS INTEGRATED PEST MANAGEMENT AND WINDOW CLEANING. Terminal and Multi Modal Transportation Facility (MMTF)

SERVICE CONTRACT SPECIFICATIONS INTEGRATED PEST MANAGEMENT AND WINDOW CLEANING. Terminal and Multi Modal Transportation Facility (MMTF) ATTACHMENT #001 SERVICE CONTRACT SPECIFICATIONS INTEGRATED PEST MANAGEMENT AND WINDOW CLEANING Terminal and Multi Modal Transportation Facility (MMTF) Susquehanna Area Regional Airport Authority (SARAA)

More information

SECTION 6.2: CONTRACT MANAGER

SECTION 6.2: CONTRACT MANAGER : Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and

More information

FESTIVAL OVERVIEW. Food Vendors:

FESTIVAL OVERVIEW. Food Vendors: FESTIVAL OVERVIEW The Victoria International Buskers Festival is inviting interested vendors to make application for rights for our second annual event, from July 20-29 th 2012. We expect to attract over

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

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

NO , Chapter 2 TALLAHASSEE, February 8, Human Resources EMPLOYEE SECURITY BACKGROUND SCREENING

NO , Chapter 2 TALLAHASSEE, February 8, Human Resources EMPLOYEE SECURITY BACKGROUND SCREENING CFOP 60-25, Chapter 2 STATE OF FLORIDA DEPARTMENT OF CF OPERATING PROCEDURE CHILDREN AND FAMILIES NO. 60-25, Chapter 2 TALLAHASSEE, February 8, 2018 Human Resources EMPLOYEE SECURITY BACKGROUND SCREENING

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

Department of Defense Dependents Schools (DoDDS) Okinawa Custodial Services Performance Work Statement (PWS) 31 January 2013

Department of Defense Dependents Schools (DoDDS) Okinawa Custodial Services Performance Work Statement (PWS) 31 January 2013 Department of Defense Dependents Schools (DoDDS) Okinawa Custodial Services Performance Work Statement (PWS) 31 January 2013 1. INTRODUCTION. Custodial services are required to maintain a safe, healthy,

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax

BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT 05101 802-376-6789 I fax 802-463-9415 Request for Qualifications Design and Build Services for Nature Observation Platforms

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

DOCUMENT REVISION HISTORY PAGE. 90A0104 H 2 of 15. Revision History Of Document

DOCUMENT REVISION HISTORY PAGE. 90A0104 H 2 of 15. Revision History Of Document DOCUMENT REVISION HISTORY PAGE Document Number: Rev: Page: Title: 90A0104 H 2 of 15 ENVIRONMENTAL CONTROLS Revision History Of Document Rev CO Number Description of Change Author Effective Date FI ----

More information

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC. REQUEST FOR PROPOSALS For Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide Organizational Development Services relating

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No. 17-1141 WorkNet Pinellas, Inc. dba CareerSource Pinellas is accepting proposals from qualified CPA firms to provide services

More information

(RFQ) Request for Quotation

(RFQ) Request for Quotation (RFQ) Request for Quotation Issuance Date: 20 December 2017 Deadline for Offers: 5 January 2018 Description: Provision of dry fruits for AMBIL main office, Kabul Afghanistan. Contract No: Prime contract

More information

MANSFIELD DISTRICT COUNCIL Creating a District where People can Succeed SINGLE STATUS AND JOB EVALUATION - INFORMATION FOR JOB APPLICANTS

MANSFIELD DISTRICT COUNCIL Creating a District where People can Succeed SINGLE STATUS AND JOB EVALUATION - INFORMATION FOR JOB APPLICANTS MANSFIELD DISTRICT COUNCIL Creating a District where People can Succeed SINGLE STATUS AND JOB EVALUATION - INFORMATION FOR JOB APPLICANTS This information is designed to inform you about two key issues

More information

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor. 11/1/2016 Request for Proposal: Make Ready Services McKinney Housing Authority (MHA) requests proposals for vendors to perform make ready services on vacant units within the authority. All bidders must

More information

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System City of Fountain, Colorado Request for Information (RFI) # 042915 For an Integrated Governmental Accounting Software System Issue Date: April 29, 2015 Issued By: Inquiries: City of Fountain, Colorado 116

More information

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Statement of Work Tree Planting Services 202 Parkway, Montgomery County Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend

More information

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services 10/12/2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for Animation Motion graphics Services

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY CUSTODIAL SERVICES AT THE DULLES TOLL ROAD STATEMENT OF WORK

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY CUSTODIAL SERVICES AT THE DULLES TOLL ROAD STATEMENT OF WORK METROPOLITAN WASHINGTON AIRPORTS AUTHORITY CUSTODIAL SERVICES AT THE DULLES TOLL ROAD STATEMENT OF WORK NOVEMBER 2010 SECTION I - TABLE OF CONTENTS SECTION I - TABLE OF CONTENTS SECTION II - DEFINITIONS

More information