STATEMENT OF WORK FOR ELEVATOR, ESCALATOR AND MOVING WALK A-17 SAFETY CODE INSPECTION AND TECHNICAL CONSULTING SERVICES

Size: px
Start display at page:

Download "STATEMENT OF WORK FOR ELEVATOR, ESCALATOR AND MOVING WALK A-17 SAFETY CODE INSPECTION AND TECHNICAL CONSULTING SERVICES"

Transcription

1 STATEMENT OF WORK FOR ELEVATOR, ESCALATOR AND MOVING WALK A-17 SAFETY CODE INSPECTION AND TECHNICAL CONSULTING SERVICES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority Ronald Reagan Washington National Airport Engineering and Maintenance Department (MA-120) Maintenance Engineering Division (MA-126) December 9, 2009

2 SECTION I - TABLE OF CONTENTS SECTION I - TABLE OF CONTENTS I-1 SECTION II - INTRODUCTION AND SUMMARY OF WORK II-1 01 INTRODUCTION II-1 02 SUMMARY OF WORK II-1 SECTION III - DEFINITIONS SECTION IV - BASE SERVICES III-1 IV-1 01 DESCRIPTION OF SERVICES IV-1 02 INSPECTION PROGRAM IV-1 03 INSPECTION SCHEDULE IV-1 04 PRE-INSPECTION MEETING IV-2 05 INSPECTION PROCEDURES (Authority Maintained Units) IV-2 06 INSPECTION PROCEDURES (Tennant Maintained Units) IV-2 SECTION V - SUPPLEMENTAL SERVICES V-1 01 DESCRIPTION OF SERVICES V-1 02 CONTRACT SERVICES CALL ORDER V-1 03 INSPECTIONS AND TESTS V-1 04 TECHNICAL CONSULTING SERVICES V-2 SECTION VI - CONTRACT START UP VI-1 01 KEY CONTRACTOR PERSONNEL VI-1 02 AIRPORT SECURITY REQUIREMENTS VI-1 SECTION VII - GENERAL REQUIREMENTS VII-1 01 CONTRACT MANAGER VII-1 02 INSPECTORS QUALIFICATIONS VII-1 03 CONTRACTOR PERSONNEL CONDUCT VII-1 04 QUALITY CONTROL PROGRAM VII-2 Statement of Work - Section I-1

3 05 RESPONSE TIMES VII-2 06 CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE VII-2 07 COMMUNICATION AND COORDINATION VII-2 08 ACCIDENTS VII-2 09 DELIVERY OF SUPPLIES VII-3 10 SECURITY PROCEDURES VII-3 11 SAFETY VII-4 12 FIRE PREVENTION AND PROTECTION VII-5 13 SMOKE FREE ENVIRONMENT VII-5 14 LOST AND FOUND PROPERTY VII-5 SECTION VIII - DOCUMENTATION AND REPORTING VIII-1 01 INSPECTION CHECK LIST FORM VIII-1 02 REINSPECTION CHECK LIST FORM VIII-1 03 SAFETY CODE COMPLIANCE LETTER VIII-1 04 SAFETY INSPECTION DATABASE VIII-1 05 MACHINE ROOM/SPACE CHECK CHARTS VIII-2 06 EQUIPMENT DEFICIENCY CHECK LIST FORM VIII-3 SECTION IX - SPECIAL REQUIREMENTS IX-1 01 REGULATION REQUIREMENTS IX-1 02 ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT IX-1 SECTION X - DELIVERABLES X-1 01 FIFTEEN (15) DAYS PRIOR TO CONTRACT START DATE X-1 02 THIRTY (30) DAYS AFTER CONTRACT AWARD DATE X-1 03 AS REQUIRED X-1 SECTION XI - CONTRACTOR FURNISHED RESOURCES XI-1 01 GENERAL XI-1 02 DIGITAL CAMERA XI-1 Statement of Work - Section I-2

4 03 SAFETY EQUIPMENT XI-1 SECTION XII - AUTHORITY FURNISHED RESOURCES XII-1 01 INSPECTION SUPPORT XII-1 02 AUTHORITY CONTACT INFORMATION XII-1 SECTION XIII - METHOD OF PAYMENT XIII-1 01 BASE SERVICES XIII-1 02 SUPPLEMENTAL SERVICES XIII-1 SECTION XIV - CONTRACT PHASE OUT XIV-1 01 SECURITY DEVICES XIV-1 02 RECORDS AND DOCUMENTATION XIV-1 SECTION XV - APPENDICES XV-1 A. SITE PLANS B. EQUIPMENT INVENTORY LISTINGS C. CONTRACT SERVICES CALL ORDERS Statement of Work - Section I-3

5 01 INTRODUCTION SECTION II - INTRODUCTION AND SUMMARY OF WORK The Metropolitan Washington Airports Authority (the Authority) is responsible for the operation, maintenance and repair of Ronald Reagan Washington National Airport (DCA). The elevator, escalator, moving walk, accessibility lift and material lift systems (EEMWS) (Appendix B) covered under this contract are located throughout the Airport and are owned and operated by the Authority and by private tenants (Airlines and Concessionaires). Ronald Reagan Washington National Airport served 18,000,000 passengers in Terminal B/C elevators, escalators and moving walks became operational in July The Terminal A Pedestrian Tunnel elevators, escalators and moving walks became operational in September Units located in the out buildings were installed prior to SUMMARY OF WORK The contract that will be awarded by this solicitation shall provide for recurring and as needed ASME A17 safety code inspections and tests, technical consulting, equipment condition surveys, preventive maintenance performance evaluations and equipment data trend analysis for the EEMWS at DCA. The contractor shall furnish all labor, supervision, materials, equipment, tools, transportation and incidentals necessary to effectively and efficiently fulfill all the requirements of this contract. The elevators, escalators, and moving walks included in this contract vary by manufacturer, model, age, size, and performance characteristics and are subject to intense use in operating times and passenger loads which most properties and equipment do not experience. Consequently, the elevators, escalators, moving walks, and associated systems and equipment included in this contract require a significantly higher degree of preventative maintenance, service, repair, inspection, and testing than typical commercial installations. The term of this requirement is intended to consist of a one (1) year base period with two (2) one (1) year options. Statement of Work - Section II-1

6 SECTION III - DEFINITIONS ACCEPTANCE INSPECTION AND TEST - Inspections and tests required by ASME A17 when accepting the installation of new or renovated equipment. AIRPORT Shall refer to Ronald Reagan Washington National Airport, aka, DCA as described in the SOW. AOA - Aircraft Operation Area - The portion of the Airport used or intended to be used for landing, takeoff or surface maneuvering of aircraft. This is a security area requiring security badging. Workers in this area are required to obtain and display an AOA photo ID credential. Drivers in this area are required to obtain an Aerodrome Vehicle Operator's Permit. ASME A17- American National Standards Institute/American Society of Mechanical Engineers Safety Codes (ANSI/ASME) A17.1, A17.2.1, A17.2.2, A17.2.3, and A17.3 ATCT Air Traffic Control Tower. AUTHORITY BUSINESS OFFICE HOURS - 6:00 A.M. through 4:30 P.M. EST/DST, Monday through Friday, excluding weekends and holidays. CALL ORDER Document which contains a detailed description of the services, cost estimate, and schedule required for the authorization of any work performed under Supplemental Services. CDP - The Authority s Capitol Development Program at DCA. CLEAN The absence of dirt, litter, debris, dust, surface marks, fingerprints, spills, oils, gum, grime, film, stains, streaks, spots, blemishes, chemical residue, and/or any other foreign matter or chemical residue that cannot be removed without permanently damaging the underlying surface. CMMS - Computerized Maintenance Management System used to schedule and generate work orders for all maintenance and repair activities performed on the EEMWS covered under this contract. CORRECTION - The elimination of a violation or deficiency. COTR Contracting Officers Technical Representative. DCA - Ronald Reagan Washington National Airport DEFICIENCY Any condition that exists in the appearance, function or condition which does not meet the requirements of the OEM operating/maintenance guidelines or industry standards. EEMWS Elevator, Escalator, and Moving Walk Systems. The EEMWS are limited to the elevators, escalators, moving walkways, and material and accessibility lifts systems located at DCA. FEDERAL AVIATION ADMINISTRATION (FAA) - The federal branch of the government responsible for the regulations and procedures related to air transportation. HCS - Hazardous Communication Standard also known as HAZCON. INSPECTION AND TEST CHECKLIST FORM - ASME A17 checklist forms, which shall be used by the contractor to document the safety code inspection and re-inspection of elevators, escalator moving walks and accessibility and material lifts. (A050C7, A134C1 or A141C1) Statement of Work - Section III-1

7 JOB SITE - The area within the Airport property lines or portions of such area, which are defined within the SOW (Appendix A). LITTER - Debris, waste paper, rags, dust, dirt, beverage containers, trash etc. MA DCA, Engineering and Maintenance Department, Maintenance Engineering Division METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (the Authority) - The public body responsible for the operation and management of both Ronald Reagan Washington National Airport (DCA) and Washington Dulles International Airport (IAD). OEM Original Equipment Manufacturer OSHA - U. S. Occupational Safety and Health Administration. The Federal Government agency responsible for providing the rules and regulations on safety and health requirements in the work place. PRIMARY TERMINAL OPERATING HOURS Airport terminals are open to the public 24 hours a day. The hours of operation are 6:00 AM through 11:00 PM EST/DST, daily 365 days a year (includes weekend and holidays). QUALITY CONTROL PROGRAM - A method used by the contractor to assure that quality services are provided to satisfy the contract requirements. QUALITY ASSURANCE - A means by which the Authority is able to confirm that the quantity and quality of services received conformed to contract requirements. These methods/procedures are not intended to aid the contractor in the performance of the contract requirements and shall not be a substitute for contract quality control. ROUTINE AND PERIODIC INSPECTIONS Inspections and/or tests scheduled in intervals of six months and twelve months as required by ASME A17. STATE - The Commonwealth of Virginia SUPERVISOR - Supervises individuals and/or groups/teams of employees/subcontractors. SOW Statement of work VIOLATION Any condition that exists which does not comply with the requirements of applicable American National Standards Institute/American Society of Mechanical Engineers Safety Codes (ANSI/ASME) A17.1, A17.2.1, A17.2.2, A17.2.3, and A17.3 VANDALISM/ABUSE - Willful or malicious abuse and/or destruction of property. WORK ORDER DESK - Unit responsible for receiving, dispatching and tracking service requests and where the contractor shall check-in and check-out when arriving or departing the job site. (703) Statement of Work - Section III-2

8 01 DESCRIPTION OF SERVICES SECTION IV - BASE SERVICES The contractor shall furnish all labor, supervision, materials, equipment, tools, transportation and incidentals necessary to perform and document ASME A17 safety code inspections as described herein on all of the EEMWS listed in Appendix B. 02 INSPECTION PROGRAM A. The contractor shall be responsible for compliance with inspection scheduling, executing, tracking and documenting the American Society of Mechanical Engineers Safety Code (ASME A17) inspection program for all EEMWS listed in Appendix B. B. The contractor shall implement an inspection program that shall cover the applicable required inspections and tests (routine, periodic and 5 year) as listed and described in ASME A17 for all of the EEMWS listed in Appendix B. C. The contractor shall execute a quality control program to ensure all of the measures and elements of an inspection and/or test are performed in accordance with the requirements of the applicable ASME A17 code for elevators, escalators and moving walks. D. Unless otherwise arranged with the COTR, all fire detection devices shall be inspected and tested during the periodic safety code inspection. E. The contractor shall document all A17 code inspections using the latest version of inspection and reinspection ASME checklist forms. F. During the A17 code inspections, the contractor shall also identify and document on a separate form (Equipment Deficiency Checklist) any deficiencies related to maintenance or equipment conditions to include but not limited to; parts, assemblies, items or adjustments which are approaching the end of their useful service life, evidence of improper or lack of maintenance, abnormal wear due to maladjustments, and general condition of the equipment. G. The COTR shall be notified in writing immediately of any code violation or discrepancy, requiring a unit to be placed out of service or which may cause damage or personal injury. 03 INSPECTION SCHEDULE A. Routine and Periodic Code Inspections are defined as follows. Routine Code Inspection ASME inspection and test to be performed at intervals not longer than six (6) months. Periodic Code Inspection ASME inspection and test to be performed at intervals not longer than one (1) year (includes routine inspection and test as well as additional items required for periodic inspection and test). Periodic (Annual) Code Inspections: Elevators March Escalators, Moving walks - April Routine (Semi-Annual) Code Inspections October 5 Year - Code Inspections April 2011 Statement of Work - Section IV-1

9 B. The units listed are considered high impact and shall be inspected during the times listed. ATCT Elevator Units 43 and 44 All inspections shall be performed outside of primary terminal operating hours. Garage A Elevator Units 29, 30, 31, 32 Periodic inspections shall be performed outside of primary terminal operating hours. Garage B Elevator Units 46, 47 and 48 Periodic inspections shall be performed outside of primary terminal operating hours. Garage C Elevator Units 49, 50 and 51 Periodic inspections shall be performed outside of primary terminal operating hours. Terminal B/C Elevator Units 80, 81 and 82 Periodic inspections shall be performed outside of primary terminal operating hours. Terminal C Escalator Units 62 and 63 Periodic inspections shall be performed outside of primary terminal operating hours. Terminal C Elevator 58 Periodic inspections shall be performed after 2:30 PM. Terminal B Elevator 99 Periodic inspections shall be performed after 2:30 PM. 04 PRE-INSPECTION MEETING Prior to the start of the scheduled A17 safety code inspections, the contractor shall attend and participate in an on-site meeting at the Airport with the COTR and the assigned support personnel. The purpose of this meeting is to coordinate and plan the upcoming inspection process, to facilitate egress within the accessibility routes of the Airports and to schedule with the Authority s EEMWS maintenance contractor and Authority maintenance sections. 05 INSPECTION PROCEDURES (Authority Maintained Units) A. The contractor shall, when authorized by the COTR, coordinate and schedule the inspections with the Authority s EEMWS on-site maintenance contractor in accordance with the inspection schedule or as directed by the COTR. B. The contractor shall comply with the Check-In/Check-Out procedures as described in Section VII of this SOW. C. The contractor s inspector shall meet with the COTR at the end of each day while on site performing inspections. The estimated duration of these meetings is fifteen (15) minutes. The purpose of these meetings it to provide the COTR with the completed inspection check lists for inspections performed that day, progress of the inspections, discuss any issues concerning the inspection program, staff, equipment or other relevant issues. 06 INSPECTION PROCEDURES (Tennant Maintained Units) A. The contractor shall, when instructed by the COTR, coordinate and schedule inspections directly with the owner of the equipment and notify the Authority at least ten (10) working days prior to each scheduled inspection. When scheduling periodic or five-year inspections the contractor shall, when instructed by the COTR coordinate directly with the owner) to ensure that the owner s maintenance contractor provides mechanic/technician support. Five (5) year inspections shall be scheduled in writing at least sixty (60) days in advance. B. The contractor s inspector shall in addition to completing the appropriate ASME inspection checklist prepare and submit within two (2) days of the inspection and test an exception report simultaneously Statement of Work - Section IV-2

10 with the checklist, detailing code violations or deficiencies noted during the inspection plus a notation on which violations will require the unit to be placed out of service or re-inspection by the Inspector. C. The COTR shall provide the contractor with information on corrections of violations/discrepancies as received from the owners" and/or service contractor., at the Authority's request, the contractor shall reinspect certain units to verify the correction of identified violations/deficiencies, provide inspection reports and repeat code violation notification letters following procedures described above. D. The contractor s inspector shall meet with the COTR, at the end of each day while on site performing inspections. The estimated duration of these meetings is fifteen (15) minutes. The purpose of these meetings it to provide the COTR with the inspection checklists, progress of the inspections, discuss any issues concerning the inspection program, staff, equipment or other relevant issues. Statement of Work - Section IV-3

11 01 DESCRIPTION OF SERVICES SECTION V - SUPPLEMENTAL SERVICES The Authority may, during the term of this contract, request that the contractor perform supplemental services which are outside the requirements of the base services portion of the contract, i.e., provide post accident/injury inspections and tests (Type I), technical on-site consulting/inspections to the Authority on projects (Type II) such as additions to equipment, rehabilitation/refinishing or repair work required to bring equipment up to standards with the provisions of current applicable laws (Federal, state local, NFPA, ASME/ANSI, BOCA etc. including Americans with Disabilities Act (ADA), OSHA, and ASME A17 Safety Code) and provide data analysis and trending presentations. 02 CONTRACT SERVICES CALL ORDER A. The COTR shall provide the contractor with a Contract Services Call Order (Appendix C) which includes a description of the work that is required. The contractor shall provide the COTR a detailed cost and time estimate which includes an itemized breakdown for labor, parts and materials as well as a schedule with critical milestones for completing the requested supplemental service. The COTR will authorize the contractor to proceed by signing the Call Order. The Call Order becomes binding when the contractor signs the Call Order. B. Labor rates included on the cost schedule for the contract shall be used in preparing supplemental services estimates. The contractor shall not proceed with any of the work described in such call orders until written authorization has been received from the COTR. C. The contractor will be reimbursed for the labor and materials to complete such tasks in accordance with the provision of Section XIII of this SOW entitled "Method of Payment". D. The Authority shall incur no obligation for out of scope work that is not authorized in advance, in writing with the exception of Type I inspections on post accident/injury inspections that may be directed verbally to initiate the emergency service. Call orders for Type I inspections will be issued the following business day. 03 INSPECTIONS AND TESTS A. Type I Inspection and Test - The Authority may require that the contractor respond/perform and deliver services on specific units for various reasons including but not limited to, maintenance concerns, post accident/ injury inspections or equipment failure evaluations and analyses. The contractor shall respond on site within 2 hours, perform the services and provide the COTR with all inspection checklists and/or reports immediately after the conclusion of the inspection and prior to the contractor s departure from the site. B. Type II Inspection and Test - The Authority may require that the contractor respond/perform and deliver inspections, tests and evaluations on specific EEMWS units for various reasons including but not limited to; maintenance concerns, equipment improvements, unique equipment operational problems, upgrades or modifications and equipment failure analyses. The contractor shall respond on site within 24 hours, perform the services and provide the COTR with all inspection checklists, recommendations and/or reports within 2 days from date of inspection. C. Acceptance Inspection and Test - The Authority may require that the contractor monitor and/or perform acceptance inspection of new, repaired and/or rehabilitated equipment. Perform on-site Statement of Work - Section V-1

12 inspection to ensure compliance with construction documents, manufacturer specifications, industry standards, and/or warranty requirements. 04 TECHNICAL CONSULTING SERVICES The contractor may be requested to perform technical consulting services such as: A. Review and analyze data contained in the Authority s CMMS databases to provide written reports from the equipment s history and events that will provide the COTR an assessment identifying deficiencies and/or recommended action for improvement. B. Develop and perform equipment analysis and trending evaluation presentations to upper level Authority management. The contractor shall make comparisons and discuss trends on safety resets, equipment down/up time and/or response time, and provide recommendations to improve the performance of the Authority s EEMWS and/or maintenance program. The contractor shall prepare and provide all visual aids necessary to support the presentations. These visual aids shall include handouts, overhead transparencies, and Power Point presentations. C. Attend and participate in meetings associated with the design and/or construction of new equipment, as well as maintenance, repair and/or upgrade of existing equipment. D. Review and analyze equipment related maintenance and repair history to assess the current condition of the equipment and to determine if the specified practice by the repair and maintenance service contractor has provided the Authority with the reliable, high quality, safe and cost effective conveyance equipment, and is in compliance with all applicable safety code and regulatory requirements. E. Develop plan, specifications and cost estimates for new equipment and/or equipment to be repaired or rehabilitated. Statement of Work - Section V-2

13 01 KEY CONTRACTOR PERSONNEL SECTION VI - CONTRACT START UP A. The contractor shall identify and provide the Contracting Officer and COTR with a list of names and telephone numbers of its key personnel who shall be responsible for fulfilling the requirements of this SOW including responding to emergency callbacks. Failure to be able to contact any of the persons on the list or their refusal to respond in an emergency situation shall constitute a failure to perform and shall be subject to deductions for damages caused and costs incurred by the Authority to obtain alternative response and remedy to the emergency. B. Resumes and certifications for the contractor s key personnel shall be provided to the Contracting Officer and COTR prior to the start of the contract and shall be updated whenever approved changes are made. 02 AIRPORT SECURITY REQUIREMENTS A. All contractor employees performing work at the Airports shall have in their possession a valid Airport security badge. The contractor shall provide a list of key personnel who shall be applying for security badges 15 days prior to the contract start date. All contractors employees working at the jobsite shall have completed the process to obtain a security badge no later than thirty (30) days from the award of the contract. B. The contractor shall be responsible for, at its own expense, obtaining the proper security clearance, fingerprinting, training and badges required to access the restricted areas of the airport including the Air Operations Area (AOA), Security Identification Display Area (SIDA). Identification badges issued by the Authority must be visibly worn at all times while in the SIDA. C. The contractor shall be responsible for, at its own expense, compliance with the requirements and procedures to obtain approval of any motor vehicle to operate in the Air Operations Area (AOA). D. The contractor shall complete and submit a TSA Work Eligibility Verification Form for all contractor employees performing work at the Airports. Statement of Work - Section VI-1

14 01 CONTRACT MANAGER SECTION VII - GENERAL REQUIREMENTS A. The contractor shall provide a Contract Manager with a minimum of three (3) years experience in successfully managing contracts of the size and scope described in this SOW. The Contract Manager shall have full authority to act on behalf of the contractor s firm at all times to carry out all the provisions of the contract. B. The name of a Contract Manager alternate who shall assume the Contract Managers duties when the primary Contract Manager is absent shall be identified in the Key Contractor Personnel list. C. The Contract Manager and/or alternate shall be available for calls 24 hours a day, seven (7) days a week. The Contract Manager shall meet as promptly as possible with the COTR at the COTR s request to discuss the performance of the work or other provisions of the contract. D. The Contract Manager shall possess sufficient computer software skills (Microsoft Office) to perform trending, queries and analysis of the CMMS databases for the purpose of creating reports and developing presentations using the resulting data. E. The Contract Manager shall possess the skills and expertise required to develop and perform equipment data analysis, comparison and trending presentations to upper level Authority management. 02 INSPECTORS QUALIFICATIONS A. All Inspections, tests and services covered by this contract shall be performed by Certified Elevator Inspectors (CEI) certified by the National Association of Elevator Safety Authorities (NAESA). Inspectors performing work on this contract shall also be certified by the Commonwealth of Virginia as an Elevator Inspector General through the Virginia Department of Housing and Community Development. Inspectors shall have a minimum of 3 years of experience as a certified elevator inspector. Inspectors' resume and certifications shall be provided to the Authority within fifteen (15) days prior to the contract start date. B. In the event the contractor hires new employees to perform inspections at the Airports, a copy of the inspectors' resume and certifications shall be provided to the Authority within five (5) days prior to the employee s intended start date. 03 CONTRACTOR PERSONNEL CONDUCT A. The contractor s employees shall at all times while on the job site, whether on or off duty, shall conduct themselves in a professional, orderly and safe manner. Rudeness, fighting, being under the influence of alcohol and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling, soliciting, stealing, taking pictures or bringing cameras or other photographic devices anywhere on Authority property (unless fulfilling the requirements of this contract), and any immoral or otherwise undesirable conduct will not be permitted on the job site and shall result in immediate and permanent removal from the job site of any employee engaging in such conduct from work. B. The contractor agrees to transfer promptly from the Airports any employee or employees that the Authority advises are not satisfactory, and to replace such personnel with employees satisfactory to the Authority; but in no event will the Authority be responsible for monitoring or assessing the suitability of any employee or agent of the contractor. Statement of Work - Section VII-1

15 04 QUALITY CONTROL PROGRAM A. The contractor shall implement an effective quality control program. This program shall insure the contractor fulfills all the requirements of this SOW and shall include but not be limited to including all elements of the quality control program described in the Technical Proposal that the contractor submitted in response to the Authority's solicitation for this contract. The contractor shall, within fifteen (15) days of the contract award date submit its quality control program to the COTR for review on compliance to the following conditions. B. The quality control program shall specifically describe how inspections scheduled and unscheduled are conducted ensuring that the elements of their services and documentation are being provided in accordance with the contract documents. C. At all times during the contract term the contractor shall provide no less than the level of quality described in this SOW. 05 RESPONSE TIMES A. The contractor shall be available, when requested by the Authority, to respond to EEMWS emergencies as necessary at the Airports 24 hours, 365 days a year for the term of the contract. The contractor shall take necessary action as directed by the COTR after receiving verbal or written notification of any elevator, escalator, chair lift or moving walkway problems at the Airports. The contractor shall respond to Type I requests within 2 hours and Type II requests within 24 hours. B. Response time is defined as from the time the contractor receives the call from the Authority to the time the contractor arrives at the equipment involved in the request for service. 06 CONTRACTOR CHECK-IN/CHECK-OUT PROCEDURE The contractor shall immediately upon arriving to the job site check-in with the Authority s Work Order Desk ( ) and immediately prior to their departure from the job site shall check-out with the Authority s Work Order Desk. During callbacks the check-in by the contractor shall inform the Work Order Desk as to the purpose of the visit and on check-out the contractor shall apprise the Work Order Desk of the status of the unit(s) of which they responded. Check-in and check-out is defined as reporting in person or by utilizing an on-site Authority owned non-cellular phone to the Work Order Desk. There will be no exceptions to this requirement. 07 COMMUNICATION AND COORDINATION The contractor shall maintain an effective communication and coordination policy with the Authority utilizing , telephones, scanners, faxes, pagers, etc. to ensure the Authority is kept abreast of current equipment status, outages, post incident inspections, inspection and test documentation etc. for the term of the contract. 08 ACCIDENTS The contractor shall be responsible for promptly notifying the COTR and Airport Police of any accidents arising from the performance of this contract involving bodily injury to workers, building occupants, visitors, or other persons. The COTR will provide information necessary concerning whom to contact and the specific form of the follow-up written notice. Statement of Work - Section VII-2

16 09 DELIVERY OF SUPPLIES The contractor shall schedule its own supply deliveries and the supply deliveries of its vendors and subcontractors to coincide with the loading dock operating hours. 10 SECURITY PROCEDURES A. All contractor employees performing work at the Airport shall have in their position a valid Airport security badge. The contractor shall ensure the security badges are visibly displayed by the employees at all times while performing work at the Airport The contractor shall safeguard all security badges issued to its employees and subcontractors by the Authority to fulfill the requirements of this SOW. B. The contractor shall secure and safeguard all keys, key cards, and any other security devices and codes provided by the Authority. The contractor shall maintain a record of the key numbers issued to its employees. These prohibitions and requirements shall also be applicable to all individuals with regard to access, removal, and/or possession of any information, confidential data, materials, supplies, or equipment. The contractor shall not duplicate and shall not allow any such issued items to be duplicated or removed from the job site. C. The contractor shall not permit any employee(s) to have keys for access to locked rooms until it has been determined that permitting such employee(s) to have such access shall not be contrary to the Authority s interest, and that the employee(s) is authorized to be admitted in accordance with applicable security orders, rules, regulations and instructions as determined by Authority. D. The contractor shall immediately report to the Authority all keys issued to it by the Authority that are lost or stolen. The contractor shall be responsible for all loss, damages and expenses that the Authority incurs as a result of the contractor s loss of Authority keys. These costs include the expense of changing all locks to which the lost keys provided access. The cost of changing locks or keys to the building rooms or areas accessible by the lost or stolen keys shall be deducted from the contractor s invoice to the Authority for the services performed under the contract. E. The contractor shall ensure that, under no circumstances any of its employees shall enter an area not authorized for access by the COTR for the contractor. F. The Authority will not issue keys for sensitive security areas. Instead, the Authority will require the contractor s employees to be escorted at all times in this area by either Authority employees or the contractor s own employees who have authorized access to the area. G. All Airport security devices (keys, key cards, security badges etc.) issued to the contractor shall be surrendered to the Authority issuing office upon expiration/termination of the contract or discontinuance of employment of any of contractor personnel working at the Airport. It shall be the responsibility of the contractor to ensure all security devices are returned to the Authority. H. The contractor, its subcontractors, and all its employees shall be subject to, and shall at all times, conform with any and all rules, regulations, policies, and procedure pertaining to security at the airport. Any violations of the rules, regulations, policies, and procedures may be cause for immediate termination. Statement of Work - Section VII-3

17 11 SAFETY A. The contractor and each of its employees shall comply with all applicable OSHA and Authority rules and practices, including directives issued by the Airport Manager, Airport Operations, MWAA Police and Fire Departments, Federal Aviation Administration, and Authority Divisions while on the job site. B. The contractor shall provide and ensure that all personnel at the work site wear the safety devices/apparel described below when in areas designated by the Authority. Approved back support and protective devices Eye protection in compliance with ANSIZ Approved Hearing Protection Approved hand protection Other safety devices/apparel when conditions warrant C. The contractor shall furnish documentation as directed by the COTR of the completion of the approved safety training of equipment operators and other personnel. The safety training shall comply with all OSHA standards and a sample program shall be submitted to the COTR. D. The Authority reserves the right to inspect all areas for safety violations at its discretion, direct the contractor to make immediate improvement of necessary conditions and/or procedures, and/or stop the work if other hazards are deemed to exist. E. In the event that the Authority should elect to stop work because of any type of existing safety hazards after the contractor has been notified and provided ample time to correct, the contractor shall bear all costs for eliminating the hazard(s) and will not be granted compensation for the work stoppage. The contractor shall pay all additional expenses. F. The operation of the contractor s vehicles or private vehicles by the contractor s employees on or about the property shall conform to posted regulations and safe driving practices. Aisles, passageways, alleyways, entrances or exits to fire protection equipment must be kept unobstructed at all times. G. The contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the contract. The contractor shall take all necessary precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to persons, properties, equipment and vehicles. H. Damage caused by the contractor to any properties shall be repaired or replace to the satisfaction of the Authority at the expense of the contractor. The Authority, at its sole direction, may elect to repair or replace the damaged property, and deduct such costs from monies due the contractor. I. The contractor shall, within fifteen (15) days of the contract award date, submit its own detailed safety and protection plan/program that shall comply with all safety, environmental protection, property protection and health provisions of the contract. J. Prior to use of any products or materials, the contractor shall provide the following submittals for review and approval by the COTR. Contractor shall furnish three copies of each submittal. 1. Manufacturer s product data and literature 2. Manufacturer s installation recommendations 3. Material Safety Data Sheets (MSDS) Statement of Work - Section VII-4

18 12 FIRE PREVENTION AND PROTECTION A. Fire prevention and protection at Authority facilities property is essential. The Authority will provide limited fire prevention equipment within the facilities. The availability of fire protection equipment provided by the Authority shall not limit the contractor s responsibility or liability for maintaining a reliable fire prevention and protection program for its employees and the property serviced. B. The contractor shall be knowledgeable of and provide adequate and appropriate training for all employees in the proper method of reporting a fire. All pertinent information regarding fire-reporting procedures may be obtained from the COTR. 13 SMOKE FREE ENVIRONMENT The Authority s facilities are smoke free. The contractor and its employees shall adhere to the rules and regulations in regard to this facilities maintenance of a smoke free environment. 14 LOST AND FOUND PROPERTY The contractor shall turn in to the Authority Police Department all property found on the property of Ronald Reagan Washington National Airport immediately, any violations or disregard of the rules, regulations and/or policies may be cause for immediate termination. Statement of Work - Section VII-5

19 01 INSPECTION CHECK LIST FORM SECTION VIII - DOCUMENTATION AND REPORTING A. The contractor shall complete the appropriate ASME inspection checklist form (latest version) for each unit inspected, combining units on a single inspection checklist form shall not be accepted. Inspectors shall provide in the comments section, a detailed description of all code violations noted during the inspection plus a notation on which violations will require the unit to be placed out of service or require re-inspection. All comments written on the inspection checklist form shall be legible; checklists containing illegible writing shall be rejected. B. Completed inspection checklists shall have the words Passed or Re-inspection Required boldly printed or stamped on the inspection checklist after the inspection or re-inspection has been completed. C. The contractor shall document on the inspection checklist form before and after values/settings of any devices or equipment that require adjustments to be in compliance with ASME A17 Safety Code for Elevators, Escalators and Moving Walks. D. The contractor shall provide one original (COTR) and one copy (Authority s maintenance provider) of the completed inspection checklist by close of business on the day the inspection or re-inspection is performed. Electronic scanned copies of inspection reports will be accepted provided the reports are scanned separately; combining inspection reports in a single electronic document will not be accepted. E. The COTR shall be notified in writing immediately of any safety code violation, requiring a unit to be placed out of service or which may cause damage or personal injury. 02 REINSPECTION CHECK LIST FORM The contractor shall complete the appropriate ASME inspection checklist form (latest version) for each unit s re-inspection, combining units on a single re-inspection checklist form will not be accepted. The contractor shall attach a copy of the original inspection checklist form to the re-inspection checklist form and submit to the COTR by close of business on the day the re-inspection is completed. Electronic scanned copies of reinspection reports will be accepted provided the reports are scanned separately; combining inspection reports in a single electronic document will not be accepted. 03 SAFETY CODE COMPLIANCE LETTER The contractor shall provide the COTR with a Safety Code Compliance Letter no later than 5 business days following the completion of an inspection cycle (Routine, Periodic and 5 year) certifying to the Authority that all units cover under this contract were inspected and are or not in compliance with the appropriate ASME A17 inspection or tests requirements. The letter shall be on contractor s company letterhead and shall identify, at a minimum; the type of inspection, the code that the unit was inspected by, the date the inspection was performed, the unit number, type and location. 04 SAFETY INSPECTION DATABASE A. The contractor shall maintain and update for the term of the contract an automated informational database of the execution of their work on all the EEMWS listed in Appendix B. The computer software that shall be used to maintain this database shall be Microsoft Office Professional (latest version). The database formatting and contents shall be submitted to the COTR for approval of compliance with paragraph B within fifteen (15) days of the contract start date. Statement of Work - Section VIII-1

20 B. The database column contents shall include the following information. The contractor may suggest additional information to be included as well and submit it to the COTR for approval prior to adding it to the database. The database shall at a minimum record the following data: 1. Unit number 2. Unit type 3. Location 4. Date of recent inspection 5. Type of recent inspection 6. Inspection status, i.e., issue certificate, re-inspection required 7. Number identification from inspection form or ASME 17 of code violation 8. Re-inspection date 9. Re-inspection status, i.e., issue certificate, re-inspection required 10. Current certificate expiration date 11. Next scheduled inspection date 12. Next scheduled inspection type C. The Authority will provide the contractor with additional or updated information to be added in the database; such as new equipment, dates of projected renovations, scheduled major maintenance and/or other related items. D. The contractor shall provide the Authority with an updated copy of the database in electronic, printed and computer storage media form (CD ROM) Microsoft Office Professional (latest version) compatible whenever information is added/deleted or updated. E. The contractor shall provide and submit to the COTR a yearly electronic file copy by and CD of the Safety Inspection Database. 05 MACHINE ROOM/SPACE CHECK CHARTS The contractor shall review, make entries and sign the Machine Room/Space Check Chart each time the inspector enters the machine room for inspection. The check charts currently document all inspections, preventive maintenance and corrective repair activities completed on the systems and equipment. The inspector shall note on the equipment deficiency checklist form any discrepancies or abnormalities relating to the machine room check chart entries. The charts are configured to include at a minimum the following information: 1. System, equipment, assembly and part identification. 2. Description of work activity (i.e. weekly PM, monthly PM, annual PM, repair, routine/periodic inspection etc. etc.) 3. Time when system/equipment was removed from service and restored to operation. 4. Comment space for recommendations, follow-up activities and other commentary related to maintenance, service, and warranty. 5. Oil usage log 6. Service personnel name, date and signature Statement of Work - Section VIII-2

21 06 EQUIPMENT DEFICIENCY CHECK LIST FORM All maintenance and/or equipment deficiencies not related to the safety code inspection that are identified during the safety code inspection shall be noted on a separate check list form. The contractor shall document all deficiencies found, provide digital photos to verify each deficiency and provide recommended corrective action. Typical examples would be dirty handrails, excessive lubrication, missing parts, items which are approaching the end of their useful service life, evidence of improper or lack of maintenance, abnormal wear due to maladjustments, and general condition of the equipment. Statement of Work - Section VIII-3

22 01 REGULATION REQUIREMENTS SECTION IX - SPECIAL REQUIREMENTS A. The contractor shall comply with all applicable Federal, State, local, Authority and the Airports regulatory, code and procedural requirements including: 1. The Authority s: Construction Safety Manual Orders and Instructions Bulletins Design Manual 2. The Airport s: Advisories Orders and Instructions Security, Traffic and Parking Requirements Safety Procedures including Lockout/Tagout, Confined Space Entry, Hazardous Materials, Material Safety Data Sheets etc. B. The contractor shall report all incidents and accidents immediately to the Authority in accordance with Federal and State laws and regulations and Authority Orders and Regulations. 02 ASBESTOS CONTAINING MATERIALS/LEAD BASED PAINT A. Most facilities at the Airport except for current CDP construction were constructed prior to Therefore, these facilities should be presumed to have both Asbestos Containing Materials (ACM) and paint containing lead in their construction. B. Prior to undertaking any activities that could disturb these materials the contractor shall obtain prior written approval from the Authority to proceed with such activities. Statement of Work - Section IX-1

23 SECTION X - DELIVERABLES The Contractor shall be required to submit the following records to the COTR: 01 FIFTEEN (15) DAYS PRIOR TO CONTRACT START DATE A. INSPECTORS CERTIFICATIONS Section VII, 01 B. LIST AND RESUMES OF ALL KEY PERSONNEL Section VI, 01 C. LIST OF PERSONNEL REQUESTING SECURITY BADGES Section VI, 02, A D. SAFETY INSPECTION DATABASE Section VIII, 04, A 02 THIRTY (30) DAYS AFTER CONTRACT AWARD DATE A. SECURITY BADGES Section VI, AS REQUIRED A. SAFETY INSPECTION DATABASE Section VIII, 04, E B. SAFETY CODE COMPLIANCE LETTER Section VIII, 03 C. RESUMES OF ALL NEW KEY PERSONNEL Section VI, 01, B Statement of Work - Section X-1

24 SECTION XI - CONTRACTOR FURNISHED RESOURCES 01 GENERAL The contractor shall furnish all resources (i.e. labor, materials, equipment and supervision, transportation and incidentals) necessary to fulfill all the requirements and satisfactorily perform all the services described in this SOW in a safe, orderly, timely, efficient and workmanlike manner 02 DIGITAL CAMERA The contractor shall provide a digital camera at all times while on the Airport to document safety violations and equipment conditions. 03 SAFETY EQUIPMENT The contractor shall provide all safety equipment/devices, personal protective equipment and clothing as required for its inspectors. Statement of Work - Section XI-1

25 01 INSPECTION SUPPORT SECTION XII - AUTHORITY FURNISHED RESOURCES The Authority will provide an inspection support team for all safety code inspections, Type I and II inspections and acceptance inspections through its current EEMWS maintenance contractor. The maintenance contractor will provide free and clear access to all equipment and perform inspection tests and adjustments for the inspector to witness. The Authority s Electronic Tech Section will provide fire detection device testing support. The Authority s maintenance personnel and/or the Authority s maintenance contractor will not provide security escort services to un-badged inspectors. 02 AUTHORITY CONTACT INFORMATION The Authority will provide phone numbers, and mailing addresses for the Contracting Officer, COTR and other Authority key personnel as are warranted. Statement of Work - Section XII-1

26 SECTION XIII - METHOD OF PAYMENT The contractor shall submit one (1) invoice on a monthly basis for all services completed to the satisfaction of the respective COTR at the end of the month in which the services were performed. The Authority shall incur no obligation for out of scope work that is not authorized in advance, in writing. These monthly invoices shall be itemized to provide a breakdown of cost for all contract base services work according to the following: 01 BASE SERVICES A. The contractor shall invoice the Authority for inspection services at the end of each calendar month in which the work was performed and completed in accordance with the SOW, and shall be paid for actual services performed. B. The Authority reserves the right to withhold a portion of the monthly payment to the extent the contractor has not fulfilled the requirements of the SOW for the month in which the services were performed 02 SUPPLEMENTAL SERVICES The contractor will be reimbursed for the labor required to complete supplemental service tasks in accordance with the fully loaded labor rates specified in the cost Schedule. The contractor will be reimbursed for the materials used in the performance of supplemental services at invoice plus 10 percent. The contractor shall not invoice the Authority for any work unless a call order signed by the COTR has been received or for any work described in a Call Order until after all the work described in the call order has been completed to the satisfaction of the COTR. Statement of Work - Section XIII-1

27 SECTION XIV - CONTRACT PHASE OUT 01 SECURITY DEVICES Upon expiration/termination of the contract or discontinuance of employment of any of contractor personnel working in the Airport, all airport keys, key cards, security badging and all other Authority security devices shall be surrendered to the Authority issuing office. 02 RECORDS AND DOCUMENTATION Upon contract termination or the end of the contract period all records and documentation, including, but not limited to, Databases, Drawings, O&M Manuals, Equipment History Data, etc. shall remain the sole property of the Authority. Statement of Work - Section XIV-1

STATEMENT OF WORK FOR FULL MAINTENANCE AND REPAIR SERVICES OF THE AUTOMATIC PEDESTRIAN DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

STATEMENT OF WORK FOR FULL MAINTENANCE AND REPAIR SERVICES OF THE AUTOMATIC PEDESTRIAN DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT STATEMENT OF WORK FOR FULL MAINTENANCE AND REPAIR SERVICES OF THE AUTOMATIC PEDESTRIAN DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority

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

Metropolitan Washington Airports Authority (MWAA)

Metropolitan Washington Airports Authority (MWAA) 1-13-C127 STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF INBOUND AND OUTBOUND BAGGAGE HANDLING SYSTEMS AND PASSENGER LOADING BRIDGES AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY:

More information

STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF THE VERTICAL LIFTING OVERHEAD DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF THE VERTICAL LIFTING OVERHEAD DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF THE VERTICAL LIFTING OVERHEAD DOOR SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority

More information

STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF BAGGAGE HANDLING SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT

STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF BAGGAGE HANDLING SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT STATEMENT OF WORK FOR MAINTENANCE AND REPAIR SERVICES OF BAGGAGE HANDLING SYSTEMS AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT PREPARED BY: Metropolitan Washington Airports Authority (MWAA) Ronald Reagan

More information

STATEMENT OF WORK FOR PEST CONTROL SERVICES DULLES TOLL ROAD

STATEMENT OF WORK FOR PEST CONTROL SERVICES DULLES TOLL ROAD STATEMENT OF WORK FOR PEST CONTROL SERVICES AT DULLES TOLL ROAD JANUARY 2013 DTR Statement of Work SECTION I - TABLE OF CONTENTS SECTION I - TABLE OF CONTENTS SECTION II - BASE SERVICES I-1 II-1 01 DESCRIPTION

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services Request for Qualifications Information Architectural / Engineering Task Contract Design Services At Ronald Reagan Washington National Airport Washington Dulles International Airport Dulles Toll Road System

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT EXHIBIT A SCOPE OF SERVICES I. PURPOSE: MAINTENANCE PERSONNEL SUPPORT The Department is requesting Personnel Support Services to augment the Department s Maintenance personnel in the administration of

More information

Environmental, Health and Safety Policy for Contractors

Environmental, Health and Safety Policy for Contractors Environmental, Health and Safety Policy for Contractors The attached policy is a tool to help contractors understand and comply with RBC's Environmental, Health and Safety rules. The information that follows

More information

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional

More information

2018 Employment Agreement for New Enrollment Coordinators. I. Terms of Employment. II. Performance Standards

2018 Employment Agreement for New Enrollment Coordinators. I. Terms of Employment. II. Performance Standards 2018 Employment Agreement for New Enrollment Coordinators I. Terms of Employment The Institute of Reading Development is an at-will employer, as described in the Employee Manual. We can terminate your

More information

ACCIDENT PREVENTION PLAN!

ACCIDENT PREVENTION PLAN! Sample Written Program For Your Company For ACCIDENT PREVENTION PLAN Provided By: P.O. Box 2136 Slidell, LA 70458 Phone: 985-781-1444 Fax: 985-718-4957 Email: info@se-safety.com Accident Prevention Plan

More information

2017 Employment Agreement for New Enrollment Coordinators in California. I. Terms of Employment. II. Performance Standards

2017 Employment Agreement for New Enrollment Coordinators in California. I. Terms of Employment. II. Performance Standards 2017 Employment Agreement for New Enrollment Coordinators in California I. Terms of Employment The Institute of Reading Development is an at-will employer, as described in the Employee Manual. We can terminate

More information

SIMMONS COLLEGE MOBILE DEVICE AND SUBSIDY POLICY

SIMMONS COLLEGE MOBILE DEVICE AND SUBSIDY POLICY SIMMONS COLLEGE MOBILE DEVICE AND SUBSIDY POLICY APPROVED AUGUST 2013 UPDATED OCTOBER 1, 2016 Today, most individuals carry a mobile phone for personal use. Occasionally, Simmons employees may use their

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Metropolitan Washington Airports Authority 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED Procurement and Contracts Dept., MA-29 November 13,

More information

Adelaide Airport Limited

Adelaide Airport Limited Induction Pack for Contractors Site Rules and Conditions for Contractors Revision: 7 November 2015 Site Rules and Conditions-Adelaide:Legal 42723757_1 1. GENERAL 1 2. BUILDING CONSENT AND APPROVAL 1 3.

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

ACS ANNUAL SERVICES EXHIBIT ORACLE FUNCTIONAL HELP DESK SERVICES

ACS ANNUAL SERVICES EXHIBIT ORACLE FUNCTIONAL HELP DESK SERVICES ACS ANNUAL SERVICES EXHIBIT ORACLE FUNCTIONAL HELP DESK SERVICES This ACS Annual Services Oracle Functional Help Desk Services Exhibit incorporates by reference the terms of Your order. A. Definitions.

More information

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant RFP FY2017-BFD-01 Release Date: May 8 th, 2017 Applications Due: June 23 rd, 2017 1. PROGRAM SUMMARY

More information

INJURY AND ILLNESS PREVENTION PROGRAM. Adopted June 25, 1991 by Board Resolution 91-95

INJURY AND ILLNESS PREVENTION PROGRAM. Adopted June 25, 1991 by Board Resolution 91-95 INJURY AND ILLNESS PREVENTION PROGRAM Adopted June 25, 1991 by Board Resolution 91-95 Latest Annual Review/Revision December, 2012 TABLE OF CONTENTS 1.0 Introduction... 1 2.0 Definitions... 1 3.0 Policy...

More information

Part 148. CAA Consolidation. 10 March Aircraft Manufacturing Organisations - Certification

Part 148. CAA Consolidation. 10 March Aircraft Manufacturing Organisations - Certification Part 148 CAA Consolidation 10 March 2017 Aircraft Manufacturing Organisations - Certification Published by the Civil Aviation Authority of New Zealand DESCRIPTION Part 148 prescribes rules governing the

More information

Notice of Examination

Notice of Examination Notice of Examination Promotion to Dispatcher (Rapid Transit Operations) Exam # 7701 Application Deadline September 27, 2016 Application Fee: $85 Type of Test: Multiple-Choice Test Date: (subject to change)

More information

Manual for Service Providers

Manual for Service Providers Manual for Service Providers MEET OUR CUSTOMER: U.S. Cellular United States Cellular Corporation, d.b.a. U.S. Cellular owns and operates the sixth largest wireless telecommunications network in the United

More information

COMMON PROPERTY USAGE AGREEMENT AND CONTRACT

COMMON PROPERTY USAGE AGREEMENT AND CONTRACT COMMON PROPERTY USAGE AGREEMENT AND CONTRACT Cumberland Cove POA is pleased to offer the Welcome Center facility, to include parking lot and grounds, for Cumberland Cove Property Owners temporary use and

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

VFA SAMPLE RFP (DETAILED FACILITY CONDITION ASSESSMENT)

VFA SAMPLE RFP (DETAILED FACILITY CONDITION ASSESSMENT) VFA SAMPLE RFP (DETAILED FACILITY CONDITION ASSESSMENT) I. Purpose As part of a strategic planning directive, the has decided to undertake a comprehensive condition audit and plant capital renewal

More information

OPTUS SUPPLIER WORK HEALTH & SAFETY POLICY

OPTUS SUPPLIER WORK HEALTH & SAFETY POLICY OPTUS SUPPLIER WORK HEALTH & SAFETY POLICY 1. Introduction 1.1 SCOPE & PURPOSE This policy (which includes this document and the work health and safety standards, policies, procedures and safety control

More information

COLUMBUS REGIONAL AIRPORT AUTHORITY 4600 INTERNATIONAL GATEWAY COLUMBUS, OHIO LOADING DOCK PERMIT APPLICATION

COLUMBUS REGIONAL AIRPORT AUTHORITY 4600 INTERNATIONAL GATEWAY COLUMBUS, OHIO LOADING DOCK PERMIT APPLICATION COLUMBUS REGIONAL AIRPORT AUTHORITY 4600 INTERNATIONAL GATEWAY COLUMBUS, OHIO 43219 2018 LOADING DOCK PERMIT APPLICATION The Columbus Regional Airport Authority requires certain users of the loading dock

More information

MetroLink Operations 700 South Ewing Street Saint Louis, Missouri

MetroLink Operations 700 South Ewing Street Saint Louis, Missouri Operating Procedure SOP # Date: Page 1 of 10 Classifications: OCC Rail Dispatchers Maintenance of Way - Contractors Other Departments: Real Estate Operation Safety - Risk Management - Engineering & New

More information

Volunteer Policy Guide POLICIES & PROCEDURES

Volunteer Policy Guide POLICIES & PROCEDURES Volunteer Policy Guide POLICIES & PROCEDURES 1.1 The Volunteer Program The mission of the Urban League of Broward County is advance by the active participation of citizens of the community. To this end,

More information

Manual for Service Providers

Manual for Service Providers Manual for Service Providers MEET OUR CUSTOMER: FedEx Office FedEx Office provides access points to printing and shipping expertise with reliable service when and where it s needed. The Dallas-based company

More information

SARASOTA MANATEE AIRPORT AUTHORITY JOB OPPORTUNITY ANNOUNCEMENT

SARASOTA MANATEE AIRPORT AUTHORITY JOB OPPORTUNITY ANNOUNCEMENT SARASOTA MANATEE AIRPORT AUTHORITY JOB OPPORTUNITY ANNOUNCEMENT OPERATIONS SECURITY COORDINATOR OPERATIONS Full Time, Non-Exempt Starting Salary Range: $34,547 - $39,729 Posting Date: 3-5-18 Salary Grade

More information

SUBORDINATE CONTRACT MA WITH ANI ACQUISITION SUB INC / SUBSIDIARY OF DOCULYNX INC FOR SCANNING, INDEXING AND IMAGING SERVICES

SUBORDINATE CONTRACT MA WITH ANI ACQUISITION SUB INC / SUBSIDIARY OF DOCULYNX INC FOR SCANNING, INDEXING AND IMAGING SERVICES WITH ANI ACQUISITION SUB INC / SUBSIDIARY OF DOCULYNX INC FOR SCANNING, INDEXING AND IMAGING SERVICES This Subordinate Contract (hereinafter referred to as Contract ) is made and entered into upon execution

More information

FACILITIES MANAGEMENT ZONE 7 ON-CALL POLICY/PROCEDURES

FACILITIES MANAGEMENT ZONE 7 ON-CALL POLICY/PROCEDURES FACILITIES MANAGEMENT ZONE 7 ON-CALL POLICY/PROCEDURES I. PURPOSE: To provide guidance to Facilities Management Zone 7 in administration of the policy for On-call employees. II. DEFINITION: Though a majority

More information

Design-Builder Peformance Evaluation (DBPE)

Design-Builder Peformance Evaluation (DBPE) Design-Builder Peformance Evaluation (DBPE) There are five (5) major components of the DBPE document. Each component has multiple categories to facilitate performance evaluation for the Design-Builder,

More information

CASUAL EMPLOYEE TERMS & CONDITIONS OF EMPLOYMENT

CASUAL EMPLOYEE TERMS & CONDITIONS OF EMPLOYMENT CASUAL EMPLOYEE TERMS & CONDITIONS OF EMPLOYMENT Belljax Pty Ltd as Trustee for Jeden Trust T/A Midwest Labour Pool 1. The Terms and Conditions in this document form the basis for casual employment with

More information

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID: DISTRICT TWO

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID: DISTRICT TWO EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID: 430959-1-22-01 DISTRICT TWO Stage I Scope A-1 August 2, 2017 SCOPE OF SERVICES DISTRICTWIDE ENVIRONMENTAL SERVICES FLORIDA DEPARTMENT OF TRANSPORTATION

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

OVERVIEW OF THE AMENDMENTS TO PART II OF THE CANADA LABOUR CODE

OVERVIEW OF THE AMENDMENTS TO PART II OF THE CANADA LABOUR CODE OVERVIEW OF THE AMENDMENTS TO PART II OF THE CANADA LABOUR CODE 1. Definitions (subsection 122.(1)) Many definitions were created or redefined because of new terminology or new concepts adopted in the

More information

POSITION DESCRIPTION September 2017

POSITION DESCRIPTION September 2017 POSITION DESCRIPTION September 2017 Classification: Team / Section: Bureau / Division: Position Number: CONSTRUCTION REPRESENTATIVE - JOURNEY Construction Quality Control / Construction Oversight Architecture

More information

MONTACHUSETT REGIONAL TRANSIT AUTHORITY (MART) BROKERAGE DEPARTMENT QUALITY ASSURANCE AND INTEGRITY PLAN FY2015

MONTACHUSETT REGIONAL TRANSIT AUTHORITY (MART) BROKERAGE DEPARTMENT QUALITY ASSURANCE AND INTEGRITY PLAN FY2015 MONTACHUSETT REGIONAL TRANSIT AUTHORITY (MART) BROKERAGE DEPARTMENT QUALITY ASSURANCE AND INTEGRITY PLAN FY2015 Page 1 of 9 MONTACHUSETT REGIONAL TRANSIT AUTHORITY (MART) BROKERAGE DEPARTMENT QUALITY ASSURANCE

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

TERMS OF AGREEMENT AND TERMINATION. This agreement is made between and MILO TRANSPORTATION INC (MTI) on day of, 20.

TERMS OF AGREEMENT AND TERMINATION. This agreement is made between and MILO TRANSPORTATION INC (MTI) on day of, 20. MILO TRANSPORTATION INC. 525 S. Colfax Suite B. Griffith, IN 46319 PHONE# (888)881-6690 FAX# (219) 207-5635 TERMS OF AGREEMENT AND TERMINATION This agreement is made between and MILO TRANSPORTATION INC

More information

POSITION DESCRIPTION

POSITION DESCRIPTION POSITION DESCRIPTION COMPANY: NEWPORT UTILITIES DATE PREPARED: 5/2015 JOB TITLE: OCCUPATIONAL HEALTH, SAFETY, AND SECURITY MANAGER REPORTS TO: GENERAL MANAGER I. PURPOSE OF THE JOB (WHY IS THE JOB PERFORMED?):

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

Security Procedure - Participation / Certification in Foreign Customs Administrations Supply Chain Security Programs

Security Procedure - Participation / Certification in Foreign Customs Administrations Supply Chain Security Programs Customs-Trade Partnership Against Terrorism (C-TPAT) Minimum-Security Criteria Importers Importers must conduct a comprehensive assessment of their international supply chains, based upon the following

More information

Container Transport Operator Access Terms & Conditions

Container Transport Operator Access Terms & Conditions Updated 15 August 2017 Container Transport Operator Access Terms & Conditions Address: Telephone: 465-467 Somerville Road Brooklyn Vic 3012 +61 3 9314 5589 After Hours: 0417 261 544 Fax: 9314 1412 Email:

More information

There is an inspection report prepared after the Digester cleaning was carried out.

There is an inspection report prepared after the Digester cleaning was carried out. TERMS OF REFERENCE FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE REPAIRS AND GASPROOFING OF DIGESTER NO.2 AT THE GUELPH WASTEWATER TREATMENT PLANT BACKGROUND The work generally consists of Repairs

More information

New Construction Lighting Application. Application Process. Details & Instructions

New Construction Lighting Application. Application Process. Details & Instructions New Construction Lighting Application Details & Instructions PSO provides technical assistance and rebates to assist businesses in making energy saving upgrades. Review details and requirements* at PowerForwardWithPSO.com.

More information

SIKORSKY AIRCRAFT TOOLING BULLETIN SA7303 December 15, 2015

SIKORSKY AIRCRAFT TOOLING BULLETIN SA7303 December 15, 2015 Sikorsky Aircraft Tooling Bulletin Page 1 of 9 1.0 INTRODUCTION: Most Special Tooling (ST) used by Sikorsky suppliers is provided by Sikorsky or through Government funding. This document establishes supplier

More information

JULY 10, 2013 INTRODUCTION

JULY 10, 2013 INTRODUCTION Guidelines to Establish the Chief Engineer s Responsibility N.J.A.C. 12:90 Boiler, Pressure Vessel and Refrigeration Rules Specifically N.J.A.C. 12:90-3.9 (a) NOTE: PROPER USE OF THIS DOCUMENT WILL ASSURE

More information

Xerox Supplier Security Requirements

Xerox Supplier Security Requirements Xerox Supplier Security Requirements Suppliers who are involved in the manufacture, storage, and transportation of Xerox products ( Suppliers ) for Xerox Corporation and / or its subsidiaries under Xerox

More information

Anguilla Electricity Company Limited. Request for Proposal. Battery System. Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla

Anguilla Electricity Company Limited. Request for Proposal. Battery System. Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla Anguilla Electricity Company Limited Request for Proposal Battery System Anguilla Electricity Company Limited P.O. Box 400 The Valley Anguilla Request for Proposal Schedule Release Date: June 20, 2017

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

1. Introduction. 2. Background. 3. Guidelines. CICA-Endorsed ENGINEER S COMPETENCIES

1. Introduction. 2. Background. 3. Guidelines. CICA-Endorsed ENGINEER S COMPETENCIES CICA-Endorsed ENGINEER S COMPETENCIES 1. Introduction This document states the eligibility criteria for applicants seeking CICA recognition in the specific area of practice of Crane Major Inspection Certification,

More information

The Bank of Elk River: Digital Wallet Terms and Conditions

The Bank of Elk River: Digital Wallet Terms and Conditions The Bank of Elk River: Digital Wallet Terms and Conditions These Terms of Use ("Terms") govern your use of any eligible debit card issued by The Bank of Elk River (a "Payment Card") when you add, attempt

More information

Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014

Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014 Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014 A. GENERAL DESCRIPTION The Consultant, acting as an independent contractor will serve to supplement the Authority

More information

Subpart C_Roadway Worker Protection

Subpart C_Roadway Worker Protection [Code of Federal Regulations] [Title 49, Volume 4] [Revised as of October 1, 2007] From the U.S. Government Printing Office via GPO Access [CITE: 49CFR214] [Page 168-177] TITLE 49--TRANSPORTATION CHAPTER

More information

FACILITIES MANAGEMENT CONTRACTOR SAFETY PROGRAM

FACILITIES MANAGEMENT CONTRACTOR SAFETY PROGRAM FACILITIES MANAGEMENT CONTRACTOR SAFETY PROGRAM Document History Version Date Comments 0.1 Sept 1, 2015 Initial Draft 0.2 Sept 30, 2015 Internal Review 0.3 Jan 25, 2016 External Review 0.4 March 21, 2016

More information

Asbestos Management Plan. Program originated: 02/2000 Last updated: 6/2015. Wendel Reece University Safety Manager

Asbestos Management Plan. Program originated: 02/2000 Last updated: 6/2015. Wendel Reece University Safety Manager Asbestos Management Plan Program originated: 02/2000 Last updated: 6/2015 Wendel Reece University Safety Manager TABLE OF CONTENTS I. Introduction II. Purpose III. Operations and Maintenance Asbestos Related

More information

WAREHOUSE SUPERVISOR

WAREHOUSE SUPERVISOR PERSONNEL COMMISSION Class Code: 0300 Salary Range: 29 (S1) WAREHOUSE SUPERVISOR JOB SUMMARY Under general direction, plan, organize, oversee and participate in the operations and activities of the District

More information

NORFOLK AIRPORT AUTHORITY 2200 Norview Avenue Norfolk, VA 23518

NORFOLK AIRPORT AUTHORITY 2200 Norview Avenue Norfolk, VA 23518 Begin a challenging career with the Norfolk Airport Authority, a political subdivision of the Commonwealth of Virginia. Our mission is to manage the operation, maintenance, development and marketing of

More information

BUILDING INSPECTOR II

BUILDING INSPECTOR II Page 1 of 7 CITY OF TURLOCK invites applications for the position of: BUILDING INSPECTOR II An Equal Opportunity Employer SALARY OPENING DATE: 06/30/17 Monthly $5,031.00 - $6,115.00 CLOSING DATE: 07/21/17

More information

FAIRCHILD APPLICATION FOR EMPLOYMENT

FAIRCHILD APPLICATION FOR EMPLOYMENT APPLICATION FOR EMPLOYMENT Driver Requirements A driver must meet the following requirements: Be in good health and physically able to perform all duties of a driver. Be at least 21 years of age. Speak

More information

AutoGyro Platinum Extra Guarantee

AutoGyro Platinum Extra Guarantee AutoGyro Platinum Extra Guarantee AutoGyro Extra Guarantee for Gyroplanes As of January 1st, 2016 AutoGyro GmbH ( AutoGyro ) will be providing as standard and included in the aircraft price, our very own

More information

XYX Company. Safety Program. XYZ Company 100 Main Street Somewhere, NH Implementation Date: August 12, 1901 Revision Date: September 31, 1955

XYX Company. Safety Program. XYZ Company 100 Main Street Somewhere, NH Implementation Date: August 12, 1901 Revision Date: September 31, 1955 XYX Company Safety Program XYZ Company 100 Main Street Somewhere, NH 03000 Implementation Date: August 12, 1901 Revision Date: September 31, 1955 1 Table of Contents 1. Introduction... 3 2. Objectives...

More information

QUALITY ASSURANCE MANUAL

QUALITY ASSURANCE MANUAL QUALITY ASSURANCE MANUAL REVISION 1.0 JANUARY 12, 2014 DYESS AVIATION, INC. 2000 W. BEND DR. GEORGETOWN, TX 78626 Dyess Aviation, Inc. Quality Assurance Manual Policy & Procedures Quality Management Introduction:

More information

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System Issued by the City of Montpelier, Vermont Department of Planning and Community Development Responses Due: August 12, 2011,

More information

PUBLIC WIFI FROM EE SOLUTION TERMS

PUBLIC WIFI FROM EE SOLUTION TERMS 1. Interpretation 1.1 The Public WiFi from EE Solution (referred to in these Solution Terms as "Public WiFi" or the "Solution") is provided in accordance with the Customer s Agreement with EE. 1.2 Solution

More information

Villanova University Background Screening Policy

Villanova University Background Screening Policy A. Pre-employment Background Checks Villanova University Background Screening Policy Villanova University is committed to protecting the security and safety of students, faculty, staff and visitors, and

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

More information

Notice of Examination

Notice of Examination Notice of Examination Promotion to Line Supervisor (Surface), Exam No. 8205 Application Deadline: February 27, 2018 Types of Tests: Multiple-Choice and Structured Interview Application Fee: $88.00 JOB

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified

More information

Importers: C-TPAT Minimum Security Requirements

Importers: C-TPAT Minimum Security Requirements Customs and Border Protection, U.S. Department of Homeland Security C-TPAT Minimum Security Requirements Importers Released March, 2005 Restatement and Document Preparation by Prep4Audit, LLC 1 of 16 Suggested

More information

PRE-PROPOSAL CONFERENCE

PRE-PROPOSAL CONFERENCE PRE-PROPOSAL CONFERENCE RFP 1-16-C027 Baggage Handling System (BHS) Operation and Maintenance Services Washington Dulles International Airport March 15, 2016 Disclaimer The information contained in this

More information

Service from the Start Bronze with Comprehensive Coverage

Service from the Start Bronze with Comprehensive Coverage Service from the Start Bronze with Comprehensive Coverage Part Number: SSB- Service from the Start Bronze with Comprehensive Coverage is a unique prepaid program that includes normal wear and tear, as

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

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

RAPID INCIDENT SCENE CLEARANCE (RISC)

RAPID INCIDENT SCENE CLEARANCE (RISC) Approved: Effective: September 18, 2008 Traffic Engineering and Operations Topic No. 750-030-020-a RAPID INCIDENT SCENE CLEARANCE (RISC) PURPOSE: Rapid Incident Scene Clearance (RISC) is a highly innovative

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

MaBSTOA. Notice of Examination

MaBSTOA. Notice of Examination MaBSTOA Manhattan and Bronx Surface Transit Operating Authority Notice of Examination Promotion to Line Supervisor (Plant & Equipment), Exam # 7201 Application Deadline August 23, 2016 Type of Test: Multiple-Choice

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

C-TPAT Security Guidelines for Air Freight Consolidators, Ocean Transportation Intermediaries and Non-Vessel Operating Common Carriers (NVOCC)

C-TPAT Security Guidelines for Air Freight Consolidators, Ocean Transportation Intermediaries and Non-Vessel Operating Common Carriers (NVOCC) C-TPAT Security Guidelines for Air Freight Consolidators, Ocean Transportation Intermediaries and Non-Vessel Operating Common Carriers (NVOCC) (04/24/2006) C-TPAT Qualifications for Air Freight Consolidators,

More information

PMA Quality Assurance Manual Rev. 2 Date 12 Feb 2016

PMA Quality Assurance Manual Rev. 2 Date 12 Feb 2016 PMA Quality Assurance Manual Date Aviation Technical Services, Inc. 3121 109 th Street SW Everett, WA 98204 425-423-3371 2600 West Casino Road Everett, WA 98204 10315 Airport Road Everett, WA 98204 www.atsmro.com

More information

AMERICAN AIRLINES. ATTENDANCE and PERFORMANCE GUIDELINES. FOR PASSENGER SERVICE EMPLOYEES Represented by the CWA-IBT Association

AMERICAN AIRLINES. ATTENDANCE and PERFORMANCE GUIDELINES. FOR PASSENGER SERVICE EMPLOYEES Represented by the CWA-IBT Association AMERICAN AIRLINES ATTENDANCE and PERFORMANCE GUIDELINES FOR PASSENGER SERVICE EMPLOYEES Represented by the CWA-IBT Association Effective September 12, 2016 I. INTRODUCTION When we think about one of the

More information

Low-Level Design Validation and Testing

Low-Level Design Validation and Testing Low-Level Design Validation and Testing Service Description Document November 2009 Contents 1. Introduction... 2 2. Eligibility and Prerequisites... 2 3. Service Features and Deliverables... 2 4. Customer

More information

Single Per Event Support Americas

Single Per Event Support Americas Service Details service overview Single Per Event Support Americas HP Services, Solution Center offers a comprehensive menu of per event services, packaged consulting, and customized consulting. Please

More information

Request For Information

Request For Information Washington Metropolitan Area Transit Authority Request For Information RFI No. 012617 Uniform Design, Manufacturing, Sales and Distributions of Uniforms RFI Issue Date: January 26, 2017 Response Due Date:

More information

SQAR-1. SUPPLIER QUALITY ASSURANCE REQUIREMENTS for DESIGN AND PROCUREMENT SERVICES Revision Date: 2/1/2018

SQAR-1. SUPPLIER QUALITY ASSURANCE REQUIREMENTS for DESIGN AND PROCUREMENT SERVICES Revision Date: 2/1/2018 SUPPLIER QUALITY ASSURANCE REQUIREMENTS for DESIGN AND PROCUREMENT SERVICES Revision Date: 2/1/2018 1.0 SCOPE This document establishes the quality program requirements for an organization providing engineering

More information

Foreign Manufacturer Eligibility Requirements

Foreign Manufacturer Eligibility Requirements Foreign Manufacturer Eligibility Requirements (04/07/2008) To be eligible for C-TPAT, the Foreign Manufacturer must meet the following eligibility requirements: 1. Be an active Manufacturer incorporated

More information

Pre-Construction Meeting Minutes

Pre-Construction Meeting Minutes Project Name Project # Project Address Tel: Fax: Gilbane Building Company Pre-Construction Meeting Date Start End Next Meeting Next Time Prepared By Company Purpose Location Next Location General Notes

More information

Nothing in this job description restricts management's right to assign or reassign duties and responsibilities to this job at any time.

Nothing in this job description restricts management's right to assign or reassign duties and responsibilities to this job at any time. S94100A, page 1 Nothing in this job description restricts management's right to assign or reassign duties and responsibilities to this job at any time. DUTIES Serves as the principal secretary for the

More information

County of Henrico Verification Originator Revised Issued Human Resources Initials Risk

County of Henrico Verification Originator Revised Issued Human Resources Initials Risk Human Resources Initials Area of Application: Document Location: Henrico County General Government & Schools http://employees.henrico.us/info/safety-manual/ Revisions Rev. No. Date Description 001 002

More information

WheelTime Exchange Standard Terms and Conditions. ZF Services North America, LLC (ZFSNA) 9/1/2015 ZF SACHS Heavy Duty Clutch and Shocks

WheelTime Exchange Standard Terms and Conditions. ZF Services North America, LLC (ZFSNA) 9/1/2015 ZF SACHS Heavy Duty Clutch and Shocks WheelTime Exchange Standard Terms and Conditions Vendor Name: Date: Program Description: ZF Services North America, LLC (ZFSNA) 9/1/2015 ZF SACHS Heavy Duty Clutch and Shocks Initial Order Set-up Orders

More information