BOISE STATE UNIVERSITY

Size: px
Start display at page:

Download "BOISE STATE UNIVERSITY"

Transcription

1 BOISE STATE UNIVERSITY REQUEST FOR QUOTATION RFQ #MC Boise State University Health Services Issue Date: May 3, 2016 Mandatory Walk-through May 12, 2016 Closing Date May 24, 2016 Mike Carr, Senior Buyer Page 1 of 15

2 1. SCOPE 1.1 Boise State University is seeking quotes for janitorial services for the University Health Services. The successful contractor will have a history of providing janitorial services for medical, surgical and rehabilitative facilities. Service will include daily, weekly and monthly cleaning, also included is emergency cleaning in the event of biohazard contamination. The University Health Services is a full service medical facility located on the Boise State University Campus.. 2. Mandatory Walk Through There will be a mandatory walk through to familiarize all potential respondents with the facilities. The walk through will begin at 2:00 PM on May 12, There is limited space in the facility and it would be appreciated if representation could be limited to two staff members. The University Health Services is located at 1529 Belmont Street. Please park in the Lincoln Garage. This will be the only opportunity to tour the facility. 3. TERMS OF PROCUREMENT PROCESS 3.1 Timeline: RFQ Closing Date: May 24, 2016, 5 pm, Mountain Time. Late quotes will not be accepted. 3.2 Signature Page and Cost Sheet Quotes must be submitted with the attached University supplied Signature Page (Attachment 1) and Cost Sheet (Attachment 2). 3.3 State of Idaho Standard Contract Terms and Conditions The State of Idaho Standard Contract Terms and Conditions and Instructions to Vendors are incorporated by reference into and shall apply to this solicitation and any contract resulting from this solicitation. Vendors are encouraged to review these documents at the following website. Responses received qualifying the offer based upon the University accepting terms and conditions of the Vendor shall be found non-responsive, and no consideration of the Response given. 3.4 Contract The RFQ, any and all attachments and amendments, the successful Vendor s response, any negotiated changes to the same, and the purchase order, will become the contract. The contract, in its incorporated composite form, represents the entire agreement between the Contractor and University and supersedes all prior negotiations, representations, understandings or agreements, either written or oral. 3.5 Vendor Agreements and Assumptions Where Vendor agreements and assumptions, specified in the Vendor s response, differ from the State of Idaho Standard Contract Terms and Conditions, or the terms and conditions of this Solicitation, the State s Terms and Conditions and the terms and conditions of this Solicitation shall apply. Where Vendor agreements and assumptions supplement the State of Idaho Standard Contract Terms and Conditions and Related Services (if specifically identified as

3 applicable to this solicitation), or the terms of this Solicitation, the supplemental terms and conditions shall apply only if specifically accepted by the University in writing. Where unsolicited supplemental documents including unsolicited pricing quote sheets are submitted, the University reserves the right to deem the quote non-responsive if the supplemental documents conflict with the specifications of this solicitation. Supplemental documents shall be considered as reference materials only, and nothing contained within a supplemental document shall be deemed as accepted by the University, unless accepted by the University in writing. Vendors are cautioned against the use of supplemental documents. Conflicting supplemental documents may lead to the response being deemed non-responsive, and no consideration of the response given. It is recommended that Vendors review the State s Solicitation Instructions to Vendors, Clause 20 at the following website Award It is the intent of the University to issue a purchase order on or before June 1, Quotes must remain valid for 30 days after closing. 3.7 Payment Payment terms shall be NET 30 following the month the service is completed. 3.8 Contract Schedule Initial contract will be for one (1) year with one (1) optional one year renewal. Initial contract shall begin on June 1, 2016 and continue through May 30, Optional renewal will be by mutual agreement of all parties. 3.9 Insurance Within five (5) business days of the effective date of the Agreement, the Vendor shall provide certificates of insurance to the Boise State University Purchasing Department, Attn: Mike Carr, naming Boise State University and the State of Idaho as an additional insured. Contractor will maintain the insurance during the life of the Agreement. There are no provisions for exceptions to this requirement. Failure to provide the certificates of insurance within the 5 business day period may be cause for the termination of the Agreement without any liability on the part of the University. If the property purchased by the University requires the Vendor to perform services where the use of a vehicle is required, or is performed on Boise State University properties, Contractor shall also carry automobile liability insurance. Insurance requirements: Contact with University Personnel

4 From the date of release of this solicitation until Intent to Award Letter is issued, all contact and requests for information shall be directed to the University s Buyer, only. Regarding this solicitation, all contact with other personnel employed by or under contract with the University is restricted. During the same period, no prospective vendor shall approach personnel employed by, or under contract to the University, on any other related matters. An exception to this restriction will be made for vendors who, in the normal course of work under a current and valid contract with the University, may need to discuss legitimate business matters concerning their work with the contracting agency. Violation of these conditions may be considered sufficient cause by the University to reject a vendor s quote, irrespective of any other consideration. 4. GENERAL TERMS AND CONDITIONS 4.1 OWNERSHIP OF RESPONSES All responses become the property of the University. 5.1 SUBMISSION 5. QUOTE SUBMISSION, REQUIREMENTS, & FORMAT All QUOTE materials must be shipped in a single, sealed envelope or shipping container. To insure that your QUOTE is handled properly, the following information must be placed in the lower left corner of your quote package: BIDDER S COMPANY NAME RFQ NUMBER & TITLE CLOSING DATE ATTN: Mike Carr Mail your bid package to (When sending packages by FedEx, UPS, or other Couriers) Attn: Mike Carr Boise State University Purchasing Department 1910 University Drive Boise, ID QUOTES are to be hand-delivered, US mailed, or carrier shipped. QUOTES must be received at the offices of the Purchasing Department and time stamped using the Department s time stamp, no later the than the date and time set forth for the closing of the Request for Quotation. 5.2 QUOTE FORMAT The following format is to be followed BOISE STATE SIGNATURE PAGE A completed Boise State Signature Page is to be submitted. attached. The signature page is

5 ANY ALTERATION, INCLUDING STRIKE-TROUGHS, OF THE BOISE STATE SIGNATURE PAGE, WILL IMMEDIATELY RENDER THE QUOTE NONRESPONSIVE QUALIFICATIONS AND EXPERIENCE Describe in detail the company s experience and qualifications performing the scope of work described in this solicitation. Special consideration should be given to recent experience performing janitorial services for medical facilities in the Boise metropolitan area. 6.1 CONTRACT REQUIREMENTS 6. TECHNICAL SPECIFICATIONS 6.1 Scope of Work Boise State University seeks a contractor to provide Janitorial Services at the University Health Services. The contractor will furnish all labor, uniforms, nametags, supplies, materials, equipment, transportation, supervision, and management required to provide Janitorial Services in accordance with all terms and conditions of this RFQ. University Health Services reserves the right to delete or add service(s) as required by operational needs. Costs will be agreed upon by the contractor and the University at the time of adding or deleting service(s) and will be based upon cost of services for similar facilities. The contractor shall provide continuous on-site supervision and appropriate training to assure completed performance of the work. The contractor will be notified of deficiencies in writing. After written notification, the contractor will contact University Health Services by 8:00 A.M. the following day to correct any deficiencies in work. Deficiency corrections will not be performed by day time personnel, unless deemed an emergency. The premises shall be maintained with the highest standards at no less than the quality and performance standards set forth herein. The frequencies indicated herein are Suggested Guidelines for the purposes of identifying overall maintenance frequencies. The contractor is required to adjust frequencies in order to meet the QUALITY AND PERFORMANCE STANDARDS identified in this RFQ. The specific site evaluation frequencies using the QUALITY AND PERFORMANCE STANDARDS shall govern. In the event of any conflict or inconsistency in the interpretation thereof, the Purchasing Department shall resolve said conflict/inconsistency 6.2 PERFORMANCE STANDARDS The premises shall be maintained with a clean appearance and all work shall be performed in a professional, workman-like manner using quality equipment and materials. 6.3 EMPLOYEE STAFFING, HIRING, SECURITY CHECKS, IDENTIFICATION and ACCESS CARDS: In the performance of this contract, the contractor agrees he will abide by all employment laws, codes, rules and regulations set forth by all appropriate authorities having jurisdiction in the location where the work is to be performed. Any and all employees performing work under this contract shall be satisfactory to the University.

6 The contractor will provide an adequate number of trained cleaning personnel each day to ensure that all cleaning services herein specified are accomplished. It is the contractors responsibility to determine and furnish the total staff-hours. The contractor shall provide continuous onsite supervision. The contractor will ensure that all employees working within the campus can read and understand signs and labels that are written in English. The contractor must have adequate pre-approved back up personnel to cover any sick, absent, vacant or vacationing personnel for both the day and night crews. All contract personnel when working on the campus shall wear an approved uniform to identify that person as a contract worker. At a minimum the uniform will consist of a shirt with the contractors company logo, and the employee s name. The contractor will supply all uniforms as specified and assure that they are well fitted, continuously laundered and maintained. The uniform cost will be borne by the contractor. The contractor shall provide adequate on site supervision to assure competent performance of the work during the scheduled hours. The site supervisor will make daily routine inspections to ensure that the work is performed as required by this contract. The contractor's supervisor must be literate and fluent in the English language, because of the necessity to read and understand chemical labels, job instructions and signs, as well as the need for conversing with management personnel. The contractor s on site supervisor must also be literate and fluent in the primary language of the custodial staff. The supervisor shall have an intimate knowledge of the various cleaning tasks, equipment and materials so as to be able to maintain and control effective cleaning, inspection and follow-up programs. Hiring The contractor shall hire and provide employees experienced and qualified to perform the specified tasks. The contractor and University Health Services will jointly agree upon those employees who are to perform services under this agreement. University Health Services shall be the sole judge of satisfactory employee performance. If, for any reason, University Health Services deems any contract employee s behavior unsatisfactory, the contractor shall upon written or verbal request by University Health Services, immediately remove such employee. The contractor shall replace such employee with an approved employee within twenty-four (24) hours of notification unless a different time frame is agreed upon. Failure to provide experienced and qualified employees acceptable to University Health Services will be cause for immediate termination of the contract. The contractor shall not voluntarily or involuntarily enter into any subcontracts for any work described herein without obtaining prior written approval from the Purchasing Department. Any persons employed by the contractor in order to meet the requirements of this contract will be considered the sole responsibility of the contractor; no additional compensation will be paid for any other firm or person. The contractor shall not hire any individuals who have been convicted of any felony or a sex related crime to perform any of the work identified in this RFQ. Security Idaho's Governor has issued an Executive Order that requires contracts for services performed in the State of Idaho are with businesses that employ individuals who are eligible

7 under Federal and State law to work in the United States. For the purpose of security, the contractor will insure that all contract personnel prior to working at the University have undergone an eligibility and background check. The cost of eligibility and background checks will be the responsibility of the contractor. The background checks shall check for outstanding warrants (both local and national), verification of U.S. citizenship or appropriate work visa, and known ties to terrorist groups and sex related offenses. Vendor shall provide the UNIVERSITY HEALTH SERVICES a signed written list of all personnel whose background is clear of the listed items. The contractor shall use an independent security firm (specialist) to perform background checks on all employees, and back-up staff requiring regular and full access to the site. All contract personnel working the night shift must park personal vehicles only in approved areas, and use ONLY those building entrances approved by University Health Services. The Janitorial contractor shall work with the Campus Security to insure that security on campus is not compromised. 6.4 CONTRACT ADMINISTRATION AND MANAGEMENT The Contractor shall provide one (1) onsite supervisor. The onsite supervisor will be present until nightly work is completed. The contractor will provide back-up personnel for the supervisor person for vacations, sick leave and emergencies. The primary role of the site supervisor is to insure through quality checks that the conditions and performance standards of the contract are met. After contract award and during the term of the contract, the Contractor may not change the site staff without the prior approval of University Health Services. University Health Services will have final approval for the persons employed. RFQ responders must submit the personal resume for the supervisor they intend to place in this position. CONTRACT SUPERVISOR (MINIMUM QUALIFICATIONS): A minimum of five (5) years experience in a position of supervising employees English Speaking Excellent knowledge, five (5) years of methods, materials and equipment used in medical facilities janitorial activities. 6.5 QUALITY AND PERFORMANCE STANDARDS The Contractor will ensure that facilities listed herein, and all work requested under this contract, shall meet all quality and performance standards under this contract. The outcome of

8 all cleaning is to present an overall appearance of cleanliness. The Contractor shall provide all resources, equipment, training, supplies, materials, and oversight to ensure all standards are successfully achieved. The following standards describe the outcome or results of cleaning tasks that have been completed to meet the standards. The Contractor will develop strategies and make changes, as necessary, to ensure that the most efficient and effective method of cleaning is being used to optimize results of the cleaning. Clean is defined as removing visible dirt and cleaning residue and any other extraneous matter from all surfaces or objects. In addition to appearance steps must be taken to remove any bacteria or biohazards associated with a medical facility. PERFORMANCE STANDARDS: To evaluate Contractor s work performance, the quality and performance standards listed below shall be used in conjunction with the provided Inspection Form to monitor and insure the standards are being met. The results/outcome of the all work efforts by the Contractor will be that all surfaces present a complete and thorough overall appearance of cleanliness when the work/task is completed. Meeting the standards will be based on the outcome of the work effort on this contract, not the frequency or method of performance. Restrooms surfaces and fixtures will be disinfected and maintain a high level of luster. Floors will be disinfected and free of dirt buildup, debris, or germs. Partitions and walls will be free of obvious dirt, graffiti, dust, splashes or any other extraneous matter. Restroom supplies shall be replenished as needed to maintain an adequate supply at all times. Trash and sanitary napkins shall be collected and properly disposed. NOTE: Due to health implications and requirements for restrooms to be disinfected, restroom cleaning and sanitizing to be at a minimum, a daily task. Glass, clear partitions, mirror surfaces and coverings will be clean and free of obvious dirt, dust streaks and smudges. Furniture and surfaces (less than 70 inches high) will be free of obvious dust and dirt. Resilient flooring shall be maintained at a high level of luster, free of all types of marks and shall be maintained in accordance with the manufacturer s specifications. All other flooring shall be free of dirt, debris and foreign material and maintained to meet the manufacturer s specifications. All trash shall be collected and removed daily from work areas to a designated location. Trash and recycling containers shall be kept clean and free of odor. Metal & wood surfaces will be free of obvious dirt and streaks. Surfaces will have a uniform

9 luster. Windows and all glass (includes all interior/exterior buildings windows, interior building relights, glass partition glass) shall be clean, free of obvious dirt, grime, streaks, cloudiness and watermarks. Surrounding areas should be free of standing water, drips or watermarks. Window blinds or coverings will be free of obvious dust, dirt, grime and water spots. High cleaning surfaces above 70 inches shall be free of obvious dust, cobwebs, or any other extraneous matter. Carpet spot cleaning of stains or spills will be accomplished as they occur and at a frequency necessary to ensure that they will not become permanent or cause permanent damage to the carpet. Carpet spotting should reasonably blend with surrounding carpet. All carpets will be maintained free of dirt, debris and spots. 6.6 JANITORIAL/HOUSEKEEPING SERVICES The janitorial/housekeeping services shall consist of daily services, weekly services, monthly services and the miscellaneous scheduled services as described in the specifications. All services in the specifications shall include all areas in the buildings, unless specifically noted otherwise. All general cleaning will be performed by a Night Time Janitorial Crew and after normal University Health Services business hours, unless the Contractor and University Health Services mutually agree upon other hours for certain tasks. University Health Services observes the following Seven (7) holidays. January 1 st 3rd Monday in February Last Monday in May July 4 th 1st Monday in September 4th Thursday in November December 25 th New Years Day Presidents Day Memorial Day Independence Day Labor Day Thanksgiving Christmas 6.7 MATERIALS, EQUIPMENT AND SUPPLIES The Contractor shall furnish all materials, chemicals, equipment and supplies needed to complete all of the required services. University Health Services shall provide the Contractor with dedicated storage space(s) for supplies and equipment. It shall be the Contractor's responsibility to maintain the storage/janitorial rooms in a high state of order and cleanliness as prescribed by University Health Services.

10 The Contractor shall be responsible for inventory control, storage, and distribution of all janitorial supplies. In addition, the Contractor will utilize Green or low VOC cleaning chemicals and compounds in their cleaning practices in order to reduce the amount of volatile organic compounds being introduced to work spaces occupied by UNIVERSITY HEALTH SERVICES employees. In addition these chemicals and compounds must comply with and be certified by the USGBC Green Seal GS37 or Environmental Choices CCD147. All chemicals and cleaning products shall be maintained in clearly labeled product containers and shall be stored and used in a safe manner as describe in each product Material Safety Data Sheet (MSDS). The Contractor shall maintain on file at the Varsity Center, material safety data sheets (MSDS) for ALL cleaning supplies and chemicals. The MSDS record keeping must comply with OSHA regulations. The Contractor shall service and maintain, coin operated feminine hygiene product dispensers in women's rest rooms where required. The cost of supplies/products for dispensers shall be the responsibility of the Contractor. The Contractor shall collect moneys from the dispensers coin boxes to be used as off-set for cost of supplies/products. All equipment used in conjunction with this contract shall be of industrial/commercial grade equipment and Contractor shall maintain all equipment in a clean, safe and good operational condition at all times. In addition all vacuum cleaners either beater bar style or back-pack style associated with this contract will meet the CRI (Carpet and Rug Institute) Seal of Approval Green Label Certification for soil removal, dust containment and carpet fiber retention. Lastly, the contractor shall employ the use of reusable Micro-fiber cleaning cloths whenever and wherever possible for general cleaning, dusting and polishing. 6.8 GENERAL CLEANING The cleaning frequencies listed are considered to be General Cleaning Guidelines, and the absolute minimum. The contractor is required to meet the QUALITY AND PERFORMANCE STANDARDS (See Section 6.5) of this contract, and will insure those standards are consistently met. The contractor will be required to provide a RESTROOM cleaning log to be posted on the backside of each restroom entry door. The log will identify the cleaning task(s) performed, time of cleaning, and initials of the person who performed the cleaning. 6.9 SERVICE FREQUENCIES See Schedule 1 for service frequencies ADDITIONAL SERVICES Provide additional cleaning/janitorial services as directed by and coordinated with University Health Services. These services shall be above the cost of contract services, as bid, and may consist of washing walls, cleaning air ducts, and other similar services on a per hour basis CARPET CLEANING

11 The Contractor will provide all equipment, materials and labor required to properly clean all carpets in all facilities covered under this agreement. The cost for carpet cleaning shall be included in the Full Service cleaning cost for each building. (See Appendix A - RFQ schedule) The contractor will not over wet carpets, creating brown spots. Power and water will be provided. It is the Contractors responsibility to furnish adequate cords and hoses as may be needed to accomplish the carpet cleaning requirement. The Contractor will be responsible for moving and replacement of all furnishings (chairs, tables, etc.) except for desks, file cabinets and bookcases, which will not be moved. An extra effort will be taken to clean all carpeted areas. The contractor will adhere to medical industry standard practices with respect to equipment, methods and carpet cleaning products. All carpets shall be cleaned one (1) time each year. High traffic areas, lobbies, hallways will be cleaned semi-annually. The Contractor will notify Facilities Services and the agencies affected as to the exact time of cleaning. Carpet cleaning will be performed weekdays after 6:00 PM or on weekends. Additional carpet cleaning will be done on an as requested basis as determined and requested by UNIVERSITY HEALTH SERVICES. The additional carpet cleaning services shall be above the cost of contract services, and bid on a per square foot basis. The Contractor will schedule in advance and notify UNIVERSITY HEALTH SERVICES as to the exact time of additional carpet cleaning. The Contractor will not use Spin-Bonnet, or Rotary Friction methods to clean carpet or to treat stains, as this method has been identified as voiding all carpet manufacturers written and implied warranties, only hot water extraction carpet cleaning methods are to be used. In addition, only CRI (carpet and Rug Institute) approved methods for cleaning and deep-cleaning of carpets will be used, please refer to CRI publication CRI Carpet Maintenance Guidelines for Commercial Applications. (See RFQ pricing sheet to bid for Additional Carpet Cleaning Services.) 6.12 WINDOW WASHING The Contractor will provide all window washing materials, supplies and equipment to perform the work. The Contractor will utilize Green or low VOC cleaning chemicals approved by the USGBC GS37 Green Seal of Approval or Environmental Choices CCD147 approved chemicals or compounds in order to reduce the amount of volatile organic compounds being introduced to work spaces occupied by State employees and Contractor s employees. When cleaned, windows shall be free of dirt, water spots, streaks, smudges and foreign matter. When cleaning the exterior windows, the exterior windowsills will also be cleaned REFERENCES

12 The vendor must provide three (3) reference names and point of contact information from three (3) separate customers who used your services for medical facility cleaning in the past. All references must be current and have had a working relationship with your company within the last three (3) years. References from veterinary medical facilities will not be accepted. The University may contact other known customers for references. Include the following information for each reference: Client name and address; Reference name, title, and phone number; Brief overview of services delivered; Dates work was performed for the reference; 6.13 RFQ EVALUATION This FULL SERVICE JANITORIAL CONTRACT will be awarded on a point method with a total of 1000 points being available. 350 points will be awarded for total cost of contract cleaning, plus 650 points for all other factors as requested in the Bid Schedule. The following maximum points will be awarded to each sub-category: A total of 350 points will be awarded for cost to the RFQ responder with the lowest total contract cost as described above. Higher RFQ responders will be awarded less points proportionately, base on the percentage difference between the lowest cost and the cost under consideration. Calculator: The low cost RFQ point award will be 350. Divide the low RFQ total contract cost by another RFQs cost, then multiply by 350 to get that other RFQs point award. Example: A low RFQ of $9, would receive 350 points. The next RFQ of $12, would be calculated as ($9, divided by $12, =.8 X 350 = 280), and therefore receive 280 points. Category Available Points Cost of Cleaning 350 Company Experience 200 Crew Experience 150 References 300 Total Points 1000

13 8. SUBMISSIONS CHECKLIST Responses may be mailed to: Mike Carr, Senior Buyer Boise State University - Purchasing Department 1910 University Drive Boise, Idaho The following items must be submitted with your quote, by the closing date. Failure to submit any of the following items or late submission of any of the following items, may result in disqualification of your quote. Signature page (Attachment 1) Cost Sheet (Attachment 2) including any supporting documents References (Section 6.12) Experience and Qualificatioins naritive (Section & Section 6)

14 ATTACHMENT 1 SIGNATURE PAGE THIS SHEET MUST BE FILLED OUT, SIGNED IN BLUE INK AND RETURNED. THE UNDERSIGNED HEREBY OFFERS TO SELL TO BOISE STATE UNIVERSITY THE SPECIFIED PROPERTY AND/OR SERVICES, IF THIS QUOTE IS ACCEPTED WITHIN A REASONABLE TIME FROM DATE OF CLOSING, AT THE PRICE SHOWN IN OUR QUOTE AND UNDER ALL THE TERMS AND CONDITIONS CONTAINED IN, OR INCORPORATED BY REFERENCE, INTO THE BOISE STATE UNIVERSITY S SOLICITATION. SUBMISSION OF A QUOTE TO BOISE STATE UNIVERSITY CONSTITUTES AND SHALL BE DEEMED AN OFFER TO SELL TO BOISE STATE UNIVERSITY THE SPECIFIED PROPERTY AND/OR SERVICES AT THE PRICE SHOWN IN THE QUOTE AND UNDER THE STATE OF IDAHO S TERMS AND CONDITIONS. AS THE UNDERSIGNED, I ALSO CERTIFY I AM AUTHORIZED TO SIGN THIS QUOTE FOR THE VENDOR AND THE QUOTE IS MADE WITHOUT CONNECTION TO ANY PERSON, FIRM, OR CORPORATION MAKING A QUOTE FOR THE SAME GOODS AND/OR SERVICES AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD. NO LIABILITY WILL BE ASSUMED BY BOISE STATE UNIVERSITY FOR A VENDOR S FAILURE TO OBTAIN THE TERMS AND CONDITIONS IN A TIMELY MANNER FOR USE IN THE VENDOR S RESPONSE TO THIS SOLICITATION OR ANY OTHER FAILURE BY THE VENDOR TO CONSIDER THE TERMS AND CONDITIONS IN THE VENDOR S RESPONSE TO THE SOLICITATION. Please complete the following information: VENDOR (Company Name) ADDRESS CITY STATE ZIP CODE TOLL-FREE # PHONE # FAX # FEDERAL TAX ID / SSN # SIGNATURE PAGE MUST BE SIGNED & RETURNED FOR RESPONSE TO BE CONSIDERED. Signature Please type or print name Date Title

15 Attachment 2 Pricing Sheet Item Description Qty Unit Job Cost Annual Cleaning Cost Monthly cleaning 1 month Day Porter 1 weekly Misc. hourly rate 1 Hr ~~~~~~~~ *Carpet Cleaning 1 Sf ~~~~~~~~ *Hourly rate per person/rate per square foot for carpet cleaning. (Provide hourly rate for additional personnel to perform other tasks such as special cleaning, or emergency clean-up.) Items marked * shall not be considered as part of the overall evaluation, but may be used with the eventual awarded contractor.

REQUEST FOR QUOTATION RFQ #MC15-006. Boise State Football Recruiting Internet Marketing

REQUEST FOR QUOTATION RFQ #MC15-006. Boise State Football Recruiting Internet Marketing REQUEST FOR QUOTATION RFQ #MC15-006 Boise State Football Recruiting Internet Marketing Issue Date: August 8, 2014 Closing Date August 22, 2014 Mike Carr, Senior Buyer mikecarr@boisestate.edu 1. SCOPE 1.1

More information

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES Solicitation Addendum One (1) RFQ 09-07 6829 North 58th Drive, Suite 202 Glendale, Arizona 85301-2599 A signed copy of this Addendum must be received by on or before the Offer Due Date and time. This solicitation

More information

How To Clean School Property For A School

How To Clean School Property For A School REQUEST FOR PROPOSAL FOR CLEANING SERVICES CESAR CHAVEZ ACADEMY DENVER Request for Proposal No. CCAD2014-04 Date of Issue: January 21, 2014 RETURN TO: CESAR CHAVEZ ACADEMY DENVER Kamini Patel, Executive

More information

Janitorial Service. Scope of Work

Janitorial Service. Scope of Work Janitorial Service Scope of Work Reviewed By: Approved By: Version 3.0 Date 08-08-07 Author Deleted: 2/21/04 1 Table of Contents Background...3 Scope of WorK...4 The Housekeeping services to be provided

More information

CLEANING CONTRACT BID SPECIFICATIONS

CLEANING CONTRACT BID SPECIFICATIONS CLEANING CONTRACT BID SPECIFICATIONS A. General Qualifications for contract recipient 1. A detailed, written statement is required of all bidders setting forth commercial cleaning experience, past and

More information

The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested.

The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested. Campus Custodial Service Standards The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested. Shifts Cleaning Hours 1 st 6:00 am 2:30 pm 2 nd 2:30

More information

Campus Operations Service Level Agreement

Campus Operations Service Level Agreement Campus Operations Service Level Agreement Campus Environmental Services And Research Program Fiscal Year 1 Scope This document serves as a guideline for the agreement of services to be provided to Research

More information

University of Victoria Facilities Management Green Cleaning Policy. Green Cleaning Policy. Purpose:

University of Victoria Facilities Management Green Cleaning Policy. Green Cleaning Policy. Purpose: Green Cleaning Policy Green Cleaning Policy Purpose: In support of the University of Victoria Sustainability Action Plan, the Green Cleaning Policy formalizes, Janitorial Services commitment to Green Cleaning.

More information

Commercial Maintenance Services www.cmsclean.com

Commercial Maintenance Services www.cmsclean.com Commercial Maintenance Services www.cmsclean.com Commercial Maintenance Services was founded in 1986 with the highest expectations and quality cleaning standards for customers like you. CMS is now known

More information

Customer Service Center: One Floor (7391 College Pkwy in Ft. Myers, FL)

Customer Service Center: One Floor (7391 College Pkwy in Ft. Myers, FL) LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR UTILITIES CUSTOMER SERVICE & MAINTENANCE FACILITIES. Vendors: Lee County is requesting quotes for janitorial services for the

More information

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

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 AFTER HOURS ANSWERING SERVICES MARCH 11, 2013 1 NOTICE TO BIDDERS Competitive

More information

GENERAL TERMS & CONDITIONS OF QUOTE

GENERAL TERMS & CONDITIONS OF QUOTE Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this

More information

Invitation to Bid (ITB) ITB15000677

Invitation to Bid (ITB) ITB15000677 Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS

More information

SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE)

SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE) SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE) INTENT Mercer County requests bids for Janitorial Services for the buildings stated

More information

2.1 The total area of floor space to be cleaned is approximately 9120 m2 which includes:

2.1 The total area of floor space to be cleaned is approximately 9120 m2 which includes: TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR CLEANING SERVICES, FOOD SERVICE AID, PEST CONTROL AND HYGIENE SERVICES FOR DEPARTMENT OF ENERGY HEAD OFFICES AT TREVENNA CAMPUS IN SUNNYSIDE

More information

Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB.

Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. November 6, 2015 Re: 15ITB99898A-CJC, Medical Clinical Cleaning Services Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided herein,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

CONTRACTOR GUIDELINES

CONTRACTOR GUIDELINES CONTRACTOR GUIDELINES WORKING IN NEIGHBORHOODS (WIN) HOUSING DIVISION 175 East Second Street, Suite 580 Tulsa, OK 74103 Telephone 918.576.5552 Fax 918.699.3239 Website www.cityoftulsa.org/housing Email

More information

To receive consideration, proposals must be submitted in accordance with the following instructions:

To receive consideration, proposals must be submitted in accordance with the following instructions: NOTICE The City of Bandon is accepting Proposals for Janitorial Services for: City Hall, 555 Hwy 101, Bandon, OR Community Center, 1200 11th St SW, Bandon, OR Police Department, 555 Hwy 101, Bandon, OR

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

BANK OF BARODA USHAKIRAN GUEST HOUSE PEDDAR ROAD, MUMBAI TENDER FOR PREMISES AND FACILITY MANAGEMENT

BANK OF BARODA USHAKIRAN GUEST HOUSE PEDDAR ROAD, MUMBAI TENDER FOR PREMISES AND FACILITY MANAGEMENT BANK OF BARODA USHAKIRAN GUEST HOUSE PEDDAR ROAD, MUMBAI TENDER FOR PREMISES AND FACILITY MANAGEMENT ISSUED TO -1- PART I (TECHNICAL BID) TENDER FOR MANNING AND MAINTAINING VARIOUS SERVICES IN OUR USHAKIRAN

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

A&A Professional Cleaning Service, Inc.

A&A Professional Cleaning Service, Inc. A&A Professional Cleaning Service, Inc. GENERAL PURPOSE: Janitorial Sales and Account Representative Job Description Representative will perform customer service and give customer support to accounts serviced

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

BOARD of TRUSTEES, Warwick Public Library, Warwick RI BIDS REQUESTED FOR. Bid #2015L-02 Security Services

BOARD of TRUSTEES, Warwick Public Library, Warwick RI BIDS REQUESTED FOR. Bid #2015L-02 Security Services BOARD of TRUSTEES, Warwick Public Library, Warwick RI BIDS REQUESTED FOR Bid #2015L-02 Security Services Specifications are available in the Administrative Office, Warwick Public Library, 600 Sandy Lane,

More information

SCHOOL DISTRICT 70 - ALBERNI JOB DESCRIPTION

SCHOOL DISTRICT 70 - ALBERNI JOB DESCRIPTION TITLE: Custodian - Regular SECTION: Custodial REPORTS TO: Operations Manager DATE: June 2008 SUMMARY SCHOOL DISTRICT 70 - ALBERNI JOB DESCRIPTION Reporting to the Operations Manager and working under the

More information

UBC Building Operations Custodial Green Cleaning Program September 2012. Contents

UBC Building Operations Custodial Green Cleaning Program September 2012. Contents Contents 1.0 Introduction... 1 2.0 Program statement... 1 3.0 Implementation... 1 3.1 Staffing Plan... 1 3.2 Training... 3 3.3 Cleaning Systems... 5 3.3.1 Chemical Dilution Systems... 5 3.3.2 Low Environmental

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) LAWN MOWING SERVICES

CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) LAWN MOWING SERVICES CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) I. Introduction: The City of Alliance is seeking a contractor(s) for lawn mowing services, and hereby requests sealed written quotes from contractors to perform

More information

Service Level Agreement

Service Level Agreement Service Level Agreement Housekeeping Department Non Residential Description of Service The Housekeeping Department provides cleaning services to all areas of campus, our aim is to provide, efficient and

More information

Integrated Pest Management Program Contract Guide Specification - 1999 Revision -

Integrated Pest Management Program Contract Guide Specification - 1999 Revision - Integrated Pest Management Program Contract Guide Specification - 1999 Revision - This Document is Intended for General Guidance Only And Does Not Pertain to Any Actual Contract 1. GENERAL A. Description

More information

Metropolitan Builders Association s Parade of Homes: 2014 Builder Participation Contract

Metropolitan Builders Association s Parade of Homes: 2014 Builder Participation Contract Metropolitan Builders Association s Parade of Homes: 2014 Builder Participation Contract We hereby make application to enter a model in the 2014 Metropolitan Builders Association s Parade of Homes ( Parade

More information

Data Center Cleaning Services Rev. 0 Bid #47297114. Scope of Work

Data Center Cleaning Services Rev. 0 Bid #47297114. Scope of Work Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications IV. Terms and Conditions - Special V. Appendices to Scope of Work VI. Bidding Schedule I. SCOPE OF

More information

LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA

LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER Request for Proposal LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA For the period beginning January

More information

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 ADDENDUM # 2

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 ADDENDUM # 2 PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 1/26/2015 ADDENDUM # 2 To prospective Proposer(s) on RFP # 41008 for ONE-YEAR PORT AUTHORITY OF NEW YORK & NEW JERSEY COMMERCIAL

More information

Kennesaw State University. Health Sciences Building. Green Cleaning Manual

Kennesaw State University. Health Sciences Building. Green Cleaning Manual Kennesaw State University Health Sciences Building Green Cleaning Manual 2010 TABLE OF CONTENTS PURPOSE 1 CLEANING POLICIES 1 Dusting and Dust Mopping 1 Carpet Care General Maintenance.. 1 Carpet Care

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 CITY OF WARWICK BIDS REQUESTED FOR

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 CITY OF WARWICK BIDS REQUESTED FOR CITY OF WARWICK PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND 02886 TEL. (401) 738-2000, ext. 6240 FAX (401) 737-2364 SCOTT AVEDISIAN MAYOR PATRICIA A. PESHKA PURCHASING AGENT The following

More information

Western Virginia Water Authority. Roanoke, Virginia

Western Virginia Water Authority. Roanoke, Virginia Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

Integrated Pest Management Program Contract Guide Specification - 2005 Revision -

Integrated Pest Management Program Contract Guide Specification - 2005 Revision - Public Buildings Service National Capital Region Integrated Pest Management Program Contract Guide Specification - 2005 Revision - (This Document is Intended for General Guidance Only And Does Not Pertain

More information

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 441-6185 Requests for Proposals will be received

More information

Subject: FO-HK Restroom Cleaning

Subject: FO-HK Restroom Cleaning FO SOP-H05 Page: 1 of 5 PROCEDURE: FO-HK Restroom Cleaning INTENDED AUDIENCE: All Facilities Operations Housekeeping Personnel PURPOSE: The purpose of this S.O.P. is to illustrate how to properly and thoroughly

More information

STCC Contractor/Vendor Rules and Regulations

STCC Contractor/Vendor Rules and Regulations STCC Contractor/Vendor Rules and Regulations STCC maintains specific rules and regulations that apply to all contractors and vendors who perform work or provide services. It is the responsibility of the

More information

DEPARTMENT OF AIRPORT OPERATIONS CLEANING SCHEDULE FOR CONTRACT 2014

DEPARTMENT OF AIRPORT OPERATIONS CLEANING SCHEDULE FOR CONTRACT 2014 FOR CONTRACT 2014 AIRSIDE LANDSIDE Arrival/Departure Gate/ Windows cleaned in & out 104 Walkway Concourse swept 365 Trash collected 730 Floors washed twice a week 104 Baggage Make up area Sweep 730 Empty

More information

Chief Peguis Investments Request For Proposal (RFP) Green Cleaning Procurement For: The Chief Peguis Business Center 1075 Portage Avenue Winnipeg MB.

Chief Peguis Investments Request For Proposal (RFP) Green Cleaning Procurement For: The Chief Peguis Business Center 1075 Portage Avenue Winnipeg MB. Chief Peguis Investments Request For Proposal (RFP) Green Cleaning Procurement For: The Chief Peguis Business Center 1075 Portage Avenue Winnipeg MB. To: Prospective Bidders Subject: Request for Proposals

More information

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT Luzerne County 9-1-1 Communications Center LUZERNE COUNTY, PENNSYLVANIA DUE DATE: 2:00 P.M., Friday, MARCH 25th, 2011

More information

COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to:

COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to: COLLEGE OF WESTERN IDAHO Request for Proposal WEBSITE REDESIGN SERVICES Due: November 8, 2010 At 5:00 p.m. Deliver to: College of Western Idaho Attn: Jennifer Couch RFP-Website Redesign Services 6056 Birch

More information

State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)

State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) Guidance Document Department of Administrative Services, Office of Procurement Services 6/4/2015 Contents Purpose... 2 Background...

More information

SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT

SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT INTENT Mercer County requests bids for janitorial services for the Dempster Training Center and

More information

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

GREENFIELD MIDDLE SCHOOL ROOF PROJECT CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.

More information

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION QUOTATION PROFESSIONAL SERVICES SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division

More information

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

SEALED BID SOLICITATION QUOTATION BLANKET ORDER Page 1 SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Buyer: Joan Daniels Oakland County

More information

Core & Shell Construction. Rules and Regulations

Core & Shell Construction. Rules and Regulations Core & Shell Construction Rules and Regulations 1. Protection: During the construction Contractor shall endeavor to protect all areas of work from damage caused by workers, weather or equipment. 2. Permits

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

The Kelowna Wedgewood KAS 756

The Kelowna Wedgewood KAS 756 WEDGEWOOD STRATA COUNCIL K756 (WSC K756) REQUEST FOR PROPOSAL OPERATION OF THE WEDGEWOOD DINING ROOM AND THE POSSIBLE USE OF THE WEDGEWOOD COOKING FACILITY FOR A CATERING BUSINESS Date: Monday, July 6,

More information

RULES AND REGULATIONS CONTRACTOR WORK

RULES AND REGULATIONS CONTRACTOR WORK RULES AND REGULATIONS CONTRACTOR WORK CARILLON 227 West Trade Street Suite 330 Charlotte, NC 28202 The following Rules and Regulations shall govern the operation of contractor work in the Building. For

More information

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS

More information

SCRANTON, PA 18503 (570) 963-6800

SCRANTON, PA 18503 (570) 963-6800 REQUEST FOR PROPOSALS FOR GRANT WRITING SERVICES FOR ENVIRONMENTAL ASSESSMENTS OF BROWNFIELD SITES PROPOSAL FORMAT AND SCOPE OF SERVICES PROPOSALS TO BE SUBMITTED BY 10:00 AM, MONDAY, SEPTEMBER 29, 2014

More information

Chesapeake Redevelopment & Housing Authority. Addendum to the Emergency Work Write-Up For Dr. Vivian Anderson 1812 Gannet Ct Chesapeake, VA 23320

Chesapeake Redevelopment & Housing Authority. Addendum to the Emergency Work Write-Up For Dr. Vivian Anderson 1812 Gannet Ct Chesapeake, VA 23320 Chesapeake Redevelopment & Housing Authority Addendum to the Emergency Work Write-Up For Dr. Vivian Anderson 1812 Gannet Ct Chesapeake, VA 23320 November 30, 2012 General Notes: 1) All work must be performed

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

PROPOSAL SPECIFICATIONS. for Integrated Pest Management (IPM) Pest Control Service Contract

PROPOSAL SPECIFICATIONS. for Integrated Pest Management (IPM) Pest Control Service Contract PROPOSAL SPECIFICATIONS for Integrated Pest Management (IPM) Pest Control Service Contract 1. Service to be provided. The Metropolitan Knoxville Airport Authority (MKAA) is seeking a pest control contractor

More information

REQUEST FOR QUOTATION **THIS IS NOT AN ORDER**

REQUEST FOR QUOTATION **THIS IS NOT AN ORDER** REQUEST FOR QUOTATION **THIS IS NOT AN ORDER** Form P BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY PURCHASING DEPARTMENT 50 S. MILITARY TRAIL, SUITE 110, WEST PALM BEACH, FL 33415-3199 PHONE (561)

More information

REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT

REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT QUOTE NUMBER: 14-0118-3 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE Due on or before 11:00 A.M. ON FRIDAY, MARCH 7, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable

REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable U.S. District Court, U.S. Probation Services, and U.S. Bankruptcy Court of the Western District of Washington RFQ Number: WAWD.14.03

More information

Invitation for Bid. For. Bank Courier Services

Invitation for Bid. For. Bank Courier Services Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE QUOTATIONS FOR SMALL PURCHASES (QSP) FOR Cabinet and Vanity Installation Prepared by: Department of Procurement Of The Housing Authority of DeKalb County 750 Commerce Drive, Suite 201 Decatur, GA 30030

More information

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS Return responses no later than Friday, January 15, 2016 by 2:00 PM (EST) to the attention: Jacksonville

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

Colocation Master Services Vol.1.0

Colocation Master Services Vol.1.0 Colocation Master Services Vol.1.0 THIS COLOCATION MASTER SERVICE AGREEMENT ( Colo MSA or Colocation MSA ) shall apply to Service Orders or Agreements ( agreement(s), service order(s), or contract(s) )

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

REQUEST FOR PROPOSALS (RFP) For: Water Damage Repairs 1495 N. Tucker Ridge Rd. Okeechobee, FL 34974

REQUEST FOR PROPOSALS (RFP) For: Water Damage Repairs 1495 N. Tucker Ridge Rd. Okeechobee, FL 34974 REQUEST FOR PROPOSALS (RFP) For: Water Damage Repairs 1495 N. Tucker Ridge Rd. Okeechobee, FL 34974 RFP # STOFBR111715-1 Proposal Deadline Tuesday 11/30/2015 REQUEST FOR PROPOSALS PRE-BID Thursday 11/19/2015

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

STOKER OILFIELD SERVICE EMPLOYMENT APPLICATION

STOKER OILFIELD SERVICE EMPLOYMENT APPLICATION STOKER OILFIELD SERVICE EMPLOYMENT APPLICATION Applicant Full Name Home Phone Cell Phone Email Address Current Address: Number and street City State & Zip How were you referred to Company?: Employment

More information

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached). ISSUE DATE: March 31, 2016 Entertainment Venue Construction Project INVITATION TO BID BIDS DUE: INSTRUCTIONS: CONTACT INFO: 2:00 P.M. on May 6, 2016 (the Submission Deadline ) Submit one completed Bid

More information

Rats & mice, roaches (all types), mites, silverfish, spiders, and other pests, airborne or otherwise (excluding termites).

Rats & mice, roaches (all types), mites, silverfish, spiders, and other pests, airborne or otherwise (excluding termites). STATE OF LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT SPECIFICATIONS FOR FURNISHING PEST CONTROL TREATMENT FOR THE VARIOUS DISTRICT 04 MAINTENANCE UNITS CONTRACT Contract to provide PEST CONTROL

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Security Guard Services Provider Listing for Public and/or Private Special Events at Brentwood Senior Activity Center and Brentwood Community Center Brentwood, CA February 2016 City

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES Reference # 11162012RFP1ITD Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 PM, Wednesday,

More information