TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION OFFICE RELOCATION SERVICES PUBLICATION
|
|
|
- Emerald Mitchell
- 10 years ago
- Views:
Transcription
1 TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * OFFICE RELOCATION SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support other entities by making this specification available through the National Institute of Governmental Purchasing (NIGP). This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume nor accept any liability when this specification is used in the procurement process by any other entity. 1. SCOPE: This solicitation is an Invitation for Bid (IFB) for services to provide coordination and performance of all activities required to move and relocate office furniture, automation equipment, records management file systems, libraries, other equipment, boxes, crates, and general office effects of TxDOT employees statewide Services shall include but not be limited to: 1) coordinate pre-move activities; 2) pack, load, move, unload, and place all office furniture, automation equipment and general office effects; 3) move surplus furniture and equipment to a local storage facility or onto a storage trailer with walk board for future unloading and delivery This service is for relocation services only and does not include design, assembly, disassembly, or reassembly of modular furniture systems. 2. DEFINITION OF TERMS AND ACRONYMS 2.1. BOXES Corrugated cardboard cartons including packing material provided by the vendor. Boxes shall be a minimum 25% and a maximum of 33% recycled material CRATES Heavy-duty plastic containers with attached locking lid, skid resistant bottoms which are stackable. Dimensions: Interior inches L X inches H X inches W, Exterior inches L X inches H X 13.5 inches W, Capacity: 2.7 cubic feet. EXAMPLE: New Haven E-Crate or TxDOT approved equal 2.3. CRATE DOLLIES Heavy-duty crate dollies which enable movement of stacked crates described in Para DELIVERY DESTINATION Final destination at the new location (TxDOT district, area office, division, or section, building name and number, floor number, and office or cubicle numbers). * This Specification Supersedes Specification No., Revised March
2 2.5. MPM TxDOT Move Project Manager OFFICE A district, area office, division, special office or section to be relocated OFFICE FURNITURE AND EQUIPMENT Any furniture, equipment, or general office effects utilized within the total office area. This includes, but is not limited to: chairs, desks, bookcases, conference and other types of tables, file cabinets, plan files, facsimile machines, automation equipment, etc. NOTE: Copy machines are excluded from the service and will not be moved under the purchase order VENDOR PERSONNEL Vendor personnel shall include a vendor relocation manager (VRM), move supervisors, move personnel, temporary move personnel, subcontractors, and truck operators necessary to complete the service VRM Vendor Relocation Manger 3. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all federal, state and local applicable laws, standards and regulations necessary to perform the services, including, but not limited to: 3.1. Code of Federal Regulations, Title 29, Part 1910, Occupational Health and Safety Standards Texas Administrative Code, Title 43, Part 1, Chapter 18, RESPONDENT QUALIFICATIONS: The respondent shall: 4.1. Be a company engaged in the business of providing office relocation services for a minimum of four years within the last six years. Recent start-up businesses do not meet the requirements of this solicitation. A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise Have four years experience within the last six years in performing phased moves, preferably in association with construction or renovation deadlines, dependent upon completion of punch lists, and the movement of a minimum of 100 to 1500 or more employees to multiple locations Be an intrastate motor carrier, registered in the state of Texas (Ref. Paras and ) Have the necessary equipment to provide complex and large moves as described above (Ref. Para. 4.2.). 2-14
3 4.5. Be in good financial standing, current in payment of all taxes and fees such as state franchise fees. TxDOT reserves the right to request a copy of the respondent s audited or un-audited financial statement. When financial statements are requested, TxDOT will review the respondent's audited or un-audited financial statement to this solicitation in accordance with Texas Government Code, Title 10, Subtitle D, Section to evaluate the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service required in the solicitation. TxDOT will be the sole judge in determining the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service. Factors to be reviewed include: Balance sheets Net working capital Current asset ratio Liquidity ratio Auditor(s) notes Any notes to the financial statements. 5. RESPONDENT PERSONNEL QUALIFICATIONS: The respondent shall provide the following respondent personnel: 5.1. VENDOR RELOCATION MANAGER (VRM): The VRM shall: Have a minimum of three years experience within the last five years managing and planning office relocations Have been a permanent staff member for a minimum of three years within the last five years MOVE SUPERVISOR: The move supervisor shall have a minimum of two years experience within the last three years in supervising office relocations, managing and directing move personnel MOVE PERSONNEL: The vendor s move personnel shall have a minimum of 60 days experience within the last year in office relocation services. Move personnel shall read and understand labels written in English and use moving equipment including a four-wheel dolly TRUCK OPERATORS: Truck operators shall have a minimum of one year experience within the last two years in office relocation services or similar type of moving or hauling services, or both. Operators shall: Hold a current Commercial Driver License acceptable in the state of Texas if operating trucks rated at or above 26,000 pounds Gross Vehicle Weight Rating Have no Driving Under Influence (DUI) or Driving While Intoxicated (DWI) incidents on driving record within the past three years. 3-14
4 Have no more than two moving violations on driving record within the past three years TEMPORARY MOVE PERSONNEL: Temporary move personnel shall have a minimum of 30 days experience within the last year in office relocation services. Temporary move personnel shall read and understand labels written in English and use moving equipment including a four-wheel dolly. 6. VENDOR REQUIREMENTS: The vendor shall: 6.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation Provide all labor, materials and equipment necessary to meet requirements of the specified services throughout the term of the purchase order Provide a primary point of contact Ensure all personnel employed by the vendor, or subcontractors, or both, are clearly identified as such by wearing shirts or hats with company logo and name tags in order to be easily identified Provide relocation services in multiple locations simultaneously, if required. 7. RESPONDENT PERSONNEL REQUIREMENTS 7.1. VRM The VRM s primary responsibility shall be the day-to-day operation of the service in accordance with the requirements of the purchase order VRM shall determine the length of time required to move each office, and coordinate with TxDOT. However, no office move shall exceed the number of days agreed upon by TxDOT The VRM shall serve as a constant primary point of contact for TxDOT MOVE SUPERVISOR: Supervisor shall: Function as a liaison between TxDOT and the vendor s crew at the worksite and shall be responsible for site supervision of the vendor s crew at all times Be on site for all moves and ensure adherence to all the requirements of the specification. 8. SERVICE REQUIREMENTS: The vendor shall: 8.1. Attend a pre-move survey with TxDOT for each scheduled move to determine equipment need, number of people needed, and answer any questions concerning the move. TxDOT will specify a time and date for the pre-move survey dependent upon the size of the move. 4-14
5 8.2. Make a written plan, hereafter known as the move schedule, each time a move is scheduled. This move schedule will outline how the vendor will accomplish the activities necessary for relocation with a minimum of disruption to agency operation and public service. The move schedule must be pre-approved by TxDOT before the move, and shall include strategy for the movement of, but not be limited to the following: Office furniture Records management (file systems) Automation equipment Other equipment Packed boxes and crates 8.3. Provide number of personnel needed to move the office in the agreed-to time frame. If adequate vendor personnel are not available locally, personnel shall be supplied from the vendor s location closest to the move location Maintain an up-to-date log of all daily activities including completed tasks, work in progress and projected start and completion dates of future tasks. Status meetings shall be held between the VRM and TxDOT as requested by TxDOT Maintain frequent communication with TxDOT, confirming completed tasks and updating task start and finish times as changes occur to the move schedule Provide radio phones compatible with Nextel for VRM and move supervisor(s). If vendor supplied radio phones are not Nextel compatible, vendor shall provide six additional radio phones for use by TxDOT personnel for the duration of each move Provide packing services as requested by TxDOT Complete each office relocation within the time frame agreed to, between the vendor and TxDOT. Complete is defined as all furniture, boxes and equipment delivered to the new location and appropriately placed to allow for normal business operation SCHEDULE OF WORK: The vendor shall: Meet with TxDOT to discuss each upcoming move and the move schedule, prior to the move, at a time specified by TxDOT. The VRM shall work with TxDOT to set priorities for each specific move Provide TxDOT with the move schedule (Ref. Para. 8.2) containing written information listing an estimated time, amount and type of equipment the vendor will supply for each move. The estimate shall include the type and number of personnel assigned to work the move Proceed with the assigned move upon approval from TxDOT Furnish a bill of lading, showing type and number of boxes, crates, carts, equipment, etc. moved. 5-14
6 Provide a commercial time sheet showing the name(s) and job functions of all participating move personnel including a key to codes for job functions, jobsite arrival and departure times, time taken for lunch, and total hours worked upon completion of each move GENERAL MOVE REQUIREMENTS: The vendor shall: Accomplish moves in phases by office Be flexible in regard to move dates. Move schedules are contingent upon actual construction or renovation completion dates Ensure work delayed due to the weather or other unforeseen circumstances, is rescheduled between the VRM and TxDOT Prepare site for move by utilizing coverings to protect building floors, walls, door facings, columns, all vertical surfaces and elevator walls and door frames Be responsible for any damages (scratches, punctures, dents, tape residue, stains, etc.) sustained to the elevators, including, but not limited to; door frames, doors and interior compartments. Vendor shall not exceed the recommended load limits for the elevators MATERIALS AND EQUIPMENT: The vendor shall provide: All materials required for the move; i.e., boxes, tape, labels, zip ties, heavy-duty large zip top plastic bags for the packing of computer peripherals, bubble wrap, flat monitor covers, dollies, protective coverings and wrapping, electronic equipment carts, library carts, crates, crate dollies, and crate rods (hanging file rods by the pair). All materials required by TxDOT for packing prior to the move shall be provided by the vendor during the pre-move delivery and removed by the vendor during the post-move pickup. Materials shall be delivered prior to the scheduled move, according to the move schedule Enclosed trucks with air cushioned suspension. If used, bob-tail trucks shall have functioning hydraulic tail lifts Storage trailers, if required, feet in length, fully enclosed, lockable, and weather-proof, including a metal walk-board with anti-skid surface, sized appropriately to the length and size of the trailer Labels For Boxes, Equipment, And Crates TxDOT employees will be responsible for labeling all boxes, crates, and equipment packed by TxDOT personnel Vendor shall label all boxes, crates and equipment packed by vendor personnel. Regardless of who packed the items, the vendor shall ensure that all items to be moved are properly labeled (Ref. Paras and through ) prior to removal from the current office space. 6-14
7 The labels shall contain as a minimum: new location (building number, floor number, office or cubicle number) from nomenclature on floor plans provided by TxDOT or color-coded labels based on the information above (color of labels shall be easily differentiated) The vendor shall also provide TxDOT with red "surplus property labels for items identified by TxDOT personnel as surplus OFFICE FURNITURE AND EQUIPMENT: The vendor shall: Provide and utilize sufficient blankets or other protective covering and wrapping to protect all furniture and equipment. Desks and tables shall not be stacked without providing protection between units to prevent damage to surface tops Provide and utilize wheeled carts or other similar devices designed to move electronic equipment such as computers, printers and facsimile machines. Equipment shall be protected from contact with other equipment to prevent physical damage during the move. This equipment shall not be stacked Provide wheeled carts with shelves for contents from open file bookcases and other items in open storage type units. Vendor shall also provide the means necessary to secure the items in the carts. Carts used for moving contents of individual office bookcases and other open storage areas shall be provided to TxDOT for loading by TxDOT personnel, a minimum of four working days prior to each scheduled move. The bookcase carts will be unloaded by TxDOT personnel and made available for pick up by the vendor as soon as possible Move all vertical office file cabinets with contents inside. Plan files and lateral file cabinets shall be moved empty. Vendor shall include in the move schedule vendor s method for moving the plan files. Lateral file cabinets and plan files will be emptied by TxDOT personnel. The vendor shall secure drawers of all file cabinets prior to moving. Straps or shrink-wrapping may be used by the vendor to secure the drawers Provide and utilize appropriate covers or wrapping for all furniture, files, equipment and floors in the event of inclement weather Not combine office effects destined for more than one office or cubicle into the same carton, box or crate BOXES AND CRATES: Vendor shall move all boxes and crates to the delivery destination RECORDS, LIBRARIES AND FILE SYSTEMS: If required, the vendor shall ensure the contents of all special files, libraries, and file systems are packed to ensure file order is retained. The files, records or libraries shall arrive at the delivery destination in the same condition in which those items left TxDOT and are replaced into the systems in the same order in which the items were removed AUTOMATION EQUIPMENT: TxDOT will de-install and re-install all automation equipment as the first step in the move of each respective office. Automation equipment shall be moved with the first load truck. The vendor shall: 7-14
8 Provide and utilize packing insulation and crates of sizes and strength suitable to provide for all equipment items to be containerized for the move and for reasonable protection against damage during the move. Peripheral items such as wires, cables, speakers, keyboards, telephones, mouse, and mouse pad shall be placed in large zip top plastic bags and kept with the respective piece of automation equipment. A properly constructed electronics cart may be substituted for individual cartons. Items in carts shall be wrapped, labeled and secured in the carts Not combine automation equipment and accessories from one office with another office in the same truck CLEAN UP: Vendor shall be responsible for daily collection, removal, and proper disposal of all packing materials from the move site (i.e., empty boxes and cartons). Immediately upon final completion of an office relocation, the vendor shall remove all debris associated with the move at the relocation site. Vendor shall not use building owner refuse containers on site at the facilities. NOTE: Empty boxes and crates will be available for pickup by the vendor within four working days after completion of each office move SURPLUS PROPERTY: Vendor shall: Move all items labeled as surplus property from the existing locations and deliver to the designated storage facility. TxDOT will notify the VRM of the exact location of the facility prior to each move. However, TxDOT may require surplus equipment to be left in place for future sale on-site Move surplus property as directed by TxDOT and as indicated on the move schedule, unless otherwise approved by TxDOT. 9. RESTRICTED ACTIVITIES: Vendor shall ensure vendor personnel and subcontractors comply with TxDOT rules and policies in regard to the following restricted activities: 9.1. Use of abusive and offensive language to or in the presence of office occupants shall not be allowed Food and drink is not allowed in the work area Parking may be restricted to one private vehicle (i.e., vendor s transport for move personnel) per building, excluding moving trucks, during weekday (Monday through Friday) moves Breaks, including lunch breaks will be coordinated with TxDOT on site before being taken. 10. PERSONNEL CONTINUITY AND REPLACEMENT TxDOT recognizes that events beyond the control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of employment of the VRM will require the vendor propose a replacement. In the event such a replacement is necessary, vendor agrees that personnel shall not begin work on the project without prior written approval from TxDOT. 8-14
9 10.2. The vendor agrees that the VRM assigned to the project shall remain available for the entirety of the project throughout the term of the purchase order as long as that individual is employed by the vendor If TxDOT determines the respondent personnel are unable to perform in accordance with the service requirements or to communicate effectively, the vendor shall immediately remove that person Proposed replacement personnel shall meet minimum qualifications and have experience comparable to the person(s) being replaced. Replacement personnel shall be provided at no additional cost to TxDOT. Resume(s) and reference(s) may be requested for the proposed replacement(s). TxDOT may reject any replacement if references or past working performance is questionable or unfavorable. TxDOT will be the sole judge of the qualifications of the proposed replacement personnel. 11. VENDOR PERSONNEL SAFETY: The vendor shall provide all required safety equipment and instruct personnel to observe all safety policies, rules and requirements at all times, including, but not limited to, wearing hard hats, safety shoes, goggles, etc. 12. WORK HOURS: Work hours are defined as: REGULAR TIME: Monday through Friday, 8:00 a.m. through 5:00 p.m OFF SHIFT TIME: Monday through Thursday, 5:01 p.m. through 7:59 a.m. the following day Friday, 5:01 p.m. through 7:59 a.m., the following Monday Vendor s employees shall adhere to an agreed upon work schedule. However, vendor s employees shall be available to work on a modified work schedule during special conditions; possibly holidays or weekends. TxDOT will pay for hours worked according to the specific time involved. All off-shift or modified hours shall be approved in writing by TxDOT. 13. SUBCONTRACTING Subcontractors providing service under the purchase order shall meet the same service requirements and provide the same quality of service required of the vendor No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services The vendor shall be the primary contact for TxDOT and subcontractor(s) The vendor shall manage all quality and performance, project management, and schedules for subcontractors. The vendor shall be held solely responsible and accountable for the completion of all work for which the vendor has subcontracted TxDOT retains the right to check subcontractor's background and make a determination to approve or reject the use of submitted subcontractor(s). Any negative responses may result in disqualification of the subcontractor TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT. 9-14
10 13.7. Subcontracting shall be at the vendor s expense During the term of the purchase order, if the vendor determines a need for a subcontractor change, TxDOT shall be notified in writing by the vendor within 7 calendar days of any proposed change. The vendor shall be required to provide references and work history for any proposed subcontractor to TxDOT. No change will be allowed without written authorization by TxDOT SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. It is the respondent s determination if they choose to subcontract any of the work under this purchase order with a Texas Certified Historically Underutilized Business (HUB) or other businesses If TxDOT has determined that subcontracting opportunities are probable, the class and items in which HUBs may be registered will be noted in the solicitation The respondent shall identify all proposed HUB and other subcontractors at the time of response submittal. The required forms with video instructions can be found at the following website: HUB SUBCONTRACTING PLAN (HSP) PRIME CONTRACTOR PROGRESS ASSESSMENT REPORT: After award of the purchase order, the vendor shall report all HUB and non-hub subcontractor information using the HSP Prime Contractor Progress Assessment Report form. The report shall be submitted to the TxDOT contract manager monthly. The report shall be submitted monthly even during the months the vendor is not invoicing TxDOT. All payments made to subcontractors shall be reported. TxDOT may verify the amounts being reported as paid by requesting copies of cancelled checks paid to subcontractors. 14. TRAVEL: All travel and per diem shall be pre-approved in writing by TxDOT and will be reimbursed at current Texas legislated rates. These expenses shall be clearly detailed and receipts attached to the invoice Reimbursable travel expenses include: One way in-state travel time for driver of company transport vehicle, the hourly rate for company transport vehicle, hotel accommodations, and parking and meals for vendor s personnel temporarily transferred from the nearest vendor location to augment vendor s local staff. Travel expenses will not be paid for Temporary Move Personnel (Ref. Para. 5.5.) Reimbursement will be at current legislated rates and comply with the current Texas Mileage Guide and Tex Travel. These guides are located through the Window on State Government located at: Travel time to and from the local work location to the local move origination or destination site is not reimbursable under the purchase order
11 15. CONFLICT OF INTEREST: The vendor, vendor s personnel, and vendor s subcontractor(s) shall affirm not to have, nor acquire any interest during the term of the purchase order that would conflict in any manner with the performance of the vendor s obligations in regards to services authorized. 16. INVOICING INSTRUCTIONS: The vendor shall provide a comprehensive and detailed invoice with reference to the basis for each item charged. Original documentation that validates the charges shall be attached. The original invoice shall be sent to the address shown on the purchase to ensure timely payment and shall include the following: Complete 16-digit purchase order number Vendor Employer Identification Number (EIN) Date and time of service Location of service Hours totaled All receipts for all per diem and a full description of any travel time An invoice requiring correction shall be re-submitted with a new invoice date. 17. PAYMENT REQUIREMENTS: Payment will be based on the following: Hourly rates will start when the vendor arrives at the job site TxDOT will retain up to 10% percent of the invoiced move cost, or a figure based on up to 50% of the amount of any damage claim, whichever is less, until settlement for damage claim(s) is completed by the vendor. TxDOT alone will determine this amount. If there are no written damage claims provided by TxDOT within 10 working days of a move, there will be no retainage. 18. TxDOT RESPONSIBILITIES: TxDOT will: Provide a Move Project Manager (MPM) to serve as a constant primary point of contact on behalf of TxDOT. MPM will work with the VRM to ensure the vendor schedules, and plan, execute, and complete any move for TxDOT Approve the move schedule, listing dates, critical times and activities relative to TxDOT operations to vendor as soon as it becomes available. TxDOT may make changes in the move schedule. TxDOT will provide the VRM notice of changes in the move schedule,as time allows. Schedule changes shall be performed at no additional cost to TxDOT. Any changes proposed by the VRM to the move schedule shall have prior approval from TxDOT Perform the packing of most office space items with the exception of automation equipment, vertical file cabinets, and pictures located in common areas. 19. RESPONSE SUBMISSION: The following shall be submitted with the response. Failure by the respondent to submit the documentation listed below will disqualify the respondent from further consideration
12 19.1. GENERAL FORMAT: The respondent shall submit one signed and dated original (marked Original) and three copies (marked Copy). The submission shall be in separate loose leaf binders on one sided 8-1/2 x 11 inch paper and shall be tab-indexed corresponding to the sections listed below. Plastic spine-bound or wire bound submittals are highly discouraged ORIGINAL RESPONSE: The original response shall include the following: Section 1 Invitation for Bid (IFB): Original signed, dated and completed IFB. NOTE TO RESPONDENT: If addendums are generated as part of this solicitation, include the original signed and dated addendum(s) in Section Section 2 Financial Standing: The respondent shall submit a statement from the president, owner or financial officer on company letterhead certifying that the company is in good financial standing, current in payment of all taxes and fees (Ref. Para. 4.5.) Section 3 Schedule 1 Respondent Qualifications and Experience: The respondent shall demonstrate successful past performance through submission of documentation of relevant qualifications and experience (Ref. Para. 4.): Name, address, phone number, and address of the person TxDOT should contact with any questions regarding the response submission Provide a brief description of related or similar services performed for four years within the last six years Managing related or similar services of comparable size and scope to the services within the solicitation, including phased moves Have materials and equipment sufficient to provide complex and large moves as described in the specification (Ref. Para ) Section 4 Schedule 2 Respondent Personnel Qualifications and References: The respondent shall provide resumes or brief profiles and references for the VRM, and Move Supervisor, listed in Para. 7. References shall substantiate the number of years of required experience of the individuals, including any subcontractors, who will be part of the respondent s personnel providing the service. The profile shall include: Each individual s name and title Percentage of time VRM and Supervisor will be dedicated to each move Description of Licenses or Certifications, if any Description of qualifications and number of years experience for the VRM, and Move Supervisor (Ref. Para. 5.)
13 Section 5 Schedule 3 Respondent References: The respondent shall submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed within the past four years. References shall illustrate respondent s ability to provide the services outlined in the specification. References shall include name, point of contact, telephone number, and dates services were performed. The response may be disqualified if TxDOT is unable to verify qualification and experience requirements from the respondent s references. The response may be disqualified if TxDOT receives negative responses. TxDOT will be the sole judge of references (Ref. Schedule 3 Respondent References) Section 6 HUB Subcontracting Plan (if applicable) Section 7 Proof of Texas Motor Carrier Registration, Licenses (CDL), and any other relevant certifications or licenses the respondent holds (Ref. Para. 4.3.) COPIES: The three reproduced copies (marked Copy) shall include only the following tab-indexed sections: Section 3 Respondent Qualifications and Experience Section 4 Respondent Personnel Qualifications Section 5 Respondent References Section 7 Copies of Texas Motor Carrier Registration, Licenses (CDL), any other relevant certifications or licenses. 20. RESPONSE EVALUATION Only a complete response with the listed required submittal documents (Ref. Paras. 18. through ), and meeting minimum qualifications will be considered. Failure to meet the minimum qualifications and submit the required documents will result in a response being declared non-responsive EVALUATION: A TxDOT evaluation committee will evaluate and score each response based on established criteria Respondents shall not contact members of the evaluation team Responses will be evaluated according to the respondent s ability to best satisfy TxDOT requirements Respondent qualifications and response submission information will comprise 60 percent of the evaluation total Pricing submitted for the solicitation requirements will be 40 percent of the evaluation total. 21. AWARD: TxDOT reserves the right to award a single purchase order to the most responsive, responsible respondent meeting the specification. TxDOT may award to a single vendor or multiple vendors, whichever best serves the interest of TxDOT TYPES OF AWARD 13-14
14 Single Award: One purchase order awarded to a single vendor Multi-Tiered Award: Multi-tiered award sets the priority sequence for use of multiple vendors. Multiple purchase orders are awarded for the same line item(s) from a single solicitation to primary, secondary and tertiary vendors. 22. POST AWARD MEETING: Vendor(s) may be required to attend a post award meeting in the city identified on the solicitation with the TxDOT division, office, or district responsible for the solicitation within seven calendar days after the award of the purchase order. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding the purchase order. Vendor(s) and TxDOT shall identify specific goals, strategies and activities planned for meeting particular program area objectives. 23. CONTRACT ADMINISTRATION: Administration of the purchase order is a joint responsibility of the TxDOT Contract Administrator and TxDOT Purchasing. TxDOT Purchasing staff will be responsible for administering the contractual business relationship with the vendor Any proposed changes to work to be performed, whether initiated by TxDOT or the vendor, must receive final written approval in the form of a Purchase Order Change Notice signed by the authorized TxDOT purchasing agent Upon issuance of purchase order, TxDOT will designate an individual who will serve as the Contract Manager and point of contact between the agency and the vendor. The Contract Manager does not have any express or implied authority to vary the terms of the purchase order, amend the purchase order in any way or waive strict performance of the terms or conditions of the purchase order. This individual s contract management and contract administration responsibilities include, but are not limited to: Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements Managing the financial aspects of the contract including approval of payments Meeting with the vendor as needed to review progress, discuss problems, and consider necessary action Identifying a breach of contract by assessing the difference between contract performance and non-performance Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition
15 MINIMUM RESPONSE SUBMISSION REQUIREMENTS (FOR PURCHASER ONLY) SOLICITATION NO. B SPECIFICATION NO. TxDOT No DATED: NOVEMBER 2009 Respondent: Reviewed Minimum Response Submission Requirements: RESPONSE SUBMISSION REQUIREMENTS YES NO COMMENTS 1. Section 1 Signed and dated Invitation for Bid (IFB). (Ref. Para ) 2. Section 2 The respondent shall submit a statement from the president, owner or financial officer on company letterhead certifying that the company is in good financial standing, current in payment of all taxes and fees. (Ref. Para ) 3. Section 3 Respondent Qualifications and Experience. (Ref. Para ) 4. Section 4 Respondent Personnel Qualifications and References. (Ref. Para ) 5. Section 5 Respondent References. (Ref. Para ) 6. Section 6 HUB Subcontracting Plan, if required. (Ref. Para ) 7. Section 7 Certifications, Permits, and Licenses, i.e., CDL and Motor Carrier Registration (Ref. Para ) 1-1
16 SCHEDULE 1 RESPONDENT QUALIFICATIONS AND EXPERIENCE SOLICITATION NO. B SPECIFICATION NO. TxDOT No DATED: NOVEMBER 2009 Respondent shall use this schedule to clearly show how they meet the requirements set forth in the specification (Ref. Paras. 4. and 8.). Respondent Name: Addresses: Physical: Mailing: Phone Number: Fax Number: Name: Phone Number: address: of person to contact with questions regarding the solicitation. Number of years in business Name and title of person signing the response: DOCUMENTATION OF COMPANY QUALIFICATIONS AND EXPERIENCE: Qualifications and experience in the areas of services to be provided. Respondent should address the following: Be a company engaged in the business of providing office relocation services for a minimum of four years within the last six years. (Ref. Paras through 4.4.) THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. 1-1
17 Respondent Name: SPECIFICATION NO. DATED: NOVEMBER 2009 SCHEDULE 2 RESPONDENT PERSONNEL QUALIFICATIONS AND REFERENCES SOLICITATION NO. B The respondent shall complete one profile not to exceed two pages for each individual VRM (Ref. Para. 5.1.) and Move Supervisor (Ref. Para. 5.2.) to be assigned to this purchase order. TxDOT reserves the right to reject the proposed Respondent Personnel if references or past working performance are questionable or unfavorable. RESPONDENT PERSONNEL INFORMATION FULL NAME: NUMBER OF YEARS EMPLOYED BY RESPONDENT: FUNCTION: RESPONSE RESPONDENT PERSONNEL QUALIFICATIONS # YRS EXP. FRO M TO HOW/WHERE OBTAINED NUMBER OF YEARS EXPERIENCE IN OFFICE RELOCATION: SPECIFIC QUALIFICATIONS, TRAINING, CERTIFICATIONS: Reference: # Name of Organization: BUSINESS ADDRESS: BUSINESS CITY: BUSINESS STATE: ZIP CONTACT PERSON NAME: CONTACT PERSON TITLE: PHONE NUMBER: ADDRESS FAX Project Title: MOVE PROJECT DESCRIPTION AND DOLLAR AMOUNT: ROLES AND RESPONSIBILITIES OF THE PROPOSED STAFF DURING THIS MOVE PROJECT MOVE PROJECT START DATE: CLIENT COMMENTS: 1-1 MOVE PROJECT END DATE This page may be reproduced as needed to document each reference. THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE.
18 SCHEDULE 3 RESPONDENT REFERENCES SOLICITATION NO. B SPECIFICATION NO. TxDOT No DATED: NOVEMBER 2009 RESPONDENT S NAME: Page 1 of Company Name: Address: City: State: Zip Code: Phone Number: Point of Contact: Reference Response (to be filled in by TxDOT): Fax Number: Date Services Performed: Company Name: Address: City: State: Zip Code: Phone Number: Point of Contact: Reference Response: Fax Number: Date Services Performed: Company Name: Address: City: State: Zip Code: Phone Number: Point of Contact: Reference Response: Fax Number: Date Services Performed: THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 1-1
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. ON-SITE HELP DESK SOLUTION, INFORMATION TECHNOLOGY (IT) ASSET MANAGEMENT AND IT SYSTEM ADMINISTRATION SERVICES PUBLICATION
VILLAGE HALL MOVING SERVICES
REQUEST FOR PROPOSALS VILLAGE HALL MOVING SERVICES The Village of Lake Orion is seeking proposals from qualified contractors to provide commercial office moving services. The village administrative offices
Request for Proposal No. 15-01 Moving Services
Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension
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
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. SPECIFICATION NO. TxDOT 952-38-40* REVISED: AUGUST 2010
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * STATEWIDE EMPLOYEE ASSISTANCE PROGRAM SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation
Facilities Planning and Management. Moving Guide. Table of Contents. Advance planning
Facilities Planning and Management Moving Guide Advance planning Move team Information Technology Services Central Stores Environmental Health and Safety Table of Contents Building Issues Signage Keys/building
How To Get A Job Done
CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK
General Brainstorm Checklist for Relocation Preparations
People. Performance. Productivity. General Brainstorm Checklist for Relocation Preparations PLEASE NOTE: This list is not intended to be comprehensive. Each project has its own scale and so the scope of
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
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
Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081
Richardson Independent School District (RISD) is seeking sealed bids for the purchase of PROMOTIONAL PRODUCTS AND DISTRICT APPAREL (NON-UNIFORM) defined as: items to include, but are not limited to; customized
OFFICE MOVING GUIDE CROSS TOWN MOVING CENTERS. Proudly serving Salem area business and government SALEM BRANCH
CROSS TOWN MOVING CENTERS www.crosstownmover.net SALEM BRANCH OFFICE MOVING GUIDE Proudly serving Salem area business and government 503-581-6683 4240 25 TH Ave. NE Salem Oregon 97301 WWW.CROSSTOWNMOVER.NET
Office Relocation Planning Guide. The Department of Administrative Services (DAS) offers these guidelines to help plan office relocations.
The Department of Administrative Services (DAS) offers these guidelines to help plan office relocations. Who from DAS can help you? Consider these DAS groups as resources to help make your relocation as
942 Preakness Dr. email- [email protected] Eagle, ID 83616 Idaho Registered Contractor RCE-23530 208-573-1082
942 Preakness Dr. email- [email protected] Eagle, ID 83616 Idaho Registered Contractor RCE-23530 208-573-1082 TO: SAMPLE CUSTOMER Thank you for inviting us to look at your project. As per your descriptions,
Wisconsin Expo, Inc.
Wisconsin Expo, Inc. N113 W18750 Carnegie Drive Germantown, WI 53022 Phone: 262.670.1300 Fax: 262.670.1360 Email: [email protected] SHOW INFORMATION Dear Exhibitor: MW Food Processors Assoc. Convention
DOMESTIC ROUTING GUIDE AND PACKING INSTRUCTIONS
DOMESTIC ROUTING GUIDE AND PACKING INSTRUCTIONS Distribution Center 488 River Rock Blvd Murfreesboro, TN 37128 Phone: (615) 848 2025 Fax: (615) 848-2024 Hours: Monday Friday Closed for lunch- 11:00-12:00
(A) Provide numbered labels for each document, file, or box: Labels will include a bar code & client name to properly identify each ;
Five Star Records Management & Storage Service Agreement This Storage Service Agreement is made, entered into and effective as of this day of April, 2012 by and between FIVE STAR Shredding Inc, a Georgia
How To Paint A State Police Cruiser
Request for Proposal For: STATE OF NEW HAMPSHIRE DEPARTMENT OF SAFETY DIVISION OF STATE POLICE PAINTING OF STATE POLICE VEHICLES PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract
THE NATIONAL JOB FAIR & TRAINING EXPO Metro Toronto Convention Centre Hall C October 1 2, 2015
THE NATIONAL JOB FAIR & TRAINING EXPO Metro Toronto Convention Centre Hall C October 1 2, 2015 General Information Welcome to Stronco! We are pleased to be appointed Official Service Contractor for THE
Request for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
Dell Service Description
Dell Service Description IT Asset Donation - EMEA Introduction Dell is pleased to provide Asset Resale and Recycling Services (the Service(s) ) in accordance with this service description (the Service
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
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
Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS
Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS General Information: The work includes the construction of a new three story elementary
HUB PROGRAM & VENDOR TIP GUIDE
HUB PROGRAM & VENDOR TIP GUIDE OFFICE OF THE ATTORNEY GENERAL MINDY SUE COHEN HUB COORDINATOR (512) 475-4411 [email protected] The goal of the OAG s HUB program is to increase procurement
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002
Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR BIOHAZARD WASTE REMOVAL ITB # APD 11-002 COMMODITY CODE: 991-100 Bid Opening Date: October 14, 2011 at 1:30 P.M.
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015 The City of Martinsville is seeking proposals from qualified contractors to provide Bill Printing
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
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
Request for Proposal No. 1355. Office Moving Services
Request for Proposal No. 1355 Office Moving Services Issue date: August 3, 2012 Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 City Contact Maurice Mauch Project Manager,
Wisconsin Expo, Inc.
Wisconsin Expo, Inc. Dear Exhibitor: Welcome to Wisconsin Dells and the Fall Conference & Exhibits. Your show will be held October 7-8, 2013 in the Glacier Canyon Lodge at the Wilderness Resort. Wisconsin
Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm
Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE
FREEMAN LABOR JURISDICTIONS
UNION JURISDICTIONS for TAMPA, florida To assist you in planning for your participation in this upcoming exposition, we are certain you will appreciate knowing in advance that union labor may be required
SUMMARY OF INFORMATION FOR SHIPPERS OF HOUSEHOLD GOODS
Rev (6-07) SUMMARY OF INFORMATION FOR SHIPPERS OF HOUSEHOLD GOODS New York State Department of Transportation 50 Wolf Road, POD 53 Albany, NY 12232 Rev (6-07) Dear Fellow New Yorker, As someone about to
Ralls County Emergency Services Request for Proposal & Qualifications Emergency Communications Dispatch Consoles
Ralls County Emergency Services Request for Proposal & Qualifications Emergency Communications Dispatch Consoles RFP Response Deadline July 31, 2015 INDEX 1. Purpose of RFP. 3 2. Project Description. 4
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Part I: Proposal Information A. General Information The Berwick Area School District is soliciting proposals for construction management services
Lyford CISD. Accounts Payable Manual
Lyford CISD Accounts Payable Manual TABLE OF CONTENTS Requisitions.....3 Purchase Orders..5 Open Purchase Orders...7 Emergency Purchases.8 Accounts Payable 8 Check Distribution 10 Double Orders...10 Budget
E-Z Movers Inc. Privacy Policy/Terms & Conditions
E-Z Movers Inc. Privacy Policy/Terms & Conditions Intrastate Moves: This is an estimated cost including labor plus a one time travel time fee. The actual cost may be affected by accessibility, traffic
Service Description: Dell ProManaged Asset Recovery Services IT Asset Recycling
Dell Services Service Description: Dell ProManaged Asset Recovery Services IT Asset Recycling Service Overview Dell is pleased to provide Asset Recovery Services. This service offers an environmentally
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
Purchasing a Business in Utah - RFP Approval Bid Process
REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for
REQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS by The University of Texas Southwestern Medical Center at Dallas for Selection of a Vendor to Provide Engineering Services related to Campus Facilities Projects RFQ No. 729-09-49
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
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
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
CS&T Data Center Hosted Shared Services Policies & Work Rules
CS&T Data Center Hosted Shared Services Policies & Work Rules Last Modified 07-08-2014 1 Personal Accountability Failure to comply with the following procedures is grounds for immediate removal from the
Colocation Center Policies & Procedures
Integra Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Colocation Services and use of our Colocation Centers. The Policies and Procedures are subject to change as
North American Development Bank. Model Prequalification Document: Prequalification of Contractors
North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried
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/
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
REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES
REQUEST FOR PROPOSALS FOR DISASTER MANAGEMENT DEBRIS MONITORING SERVICES PURPOSE: Duplin County is soliciting sealed proposals to provide Disaster Management Debris Monitoring Services. INSTRUCTIONS TO
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
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
REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.
REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
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
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
MOVE-IN/MOVE-OUT PROCEDURES
MOVE-IN/MOVE-OUT PROCEDURES PRIOR TO YOUR MOVE - SCHEDULING TO ENSURE PROPER SCHEDULING AND AVAILABILITY OF THE MOVE-IN/MOVE-OUT ELEVATOR DESIGNATED FOR YOUR MOVE, EACH OWNER MUST SCHEDULE THEIR MOVE AT
6 FAM 1700 SPACE ALLOCATION AND RELATED SERVICES
6 FAM 1700 SPACE ALLOCATION AND RELATED SERVICES 6 FAM 1710 OFFICE SPACE ASSIGNMENT AND UTILIZATION, DESIGN AND CONSTRUCTION (CT:GS-174; 05-29-2013) (Office of Origin: A/OPR/RPM) 6 FAM 1711 GENERAL PROVISIONS:
STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION TOPIC: FIXED ASSETS AND FACILITY USAGE
SECTION: 14.0 PAGE 1 OF 6 FIXED ASSETS The State of Mississippi has stringent controls for the reporting of items designated as fixed assets. The Property Officer in the Fixed Assets Division of the Office
Loaded Up Logistics Terms and Conditions
Loaded Up Logistics Terms and Conditions Loaded Up Logistics (hereinafter referred to as "Company") is a Freight Logistics Company operating as a Freight Broker and is licensed by the Department of Transportation
ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist
ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist Carrier Name: Signed Transportation Agreement between ALL AMERICAN TRUCKING CO. LLC and Carrier Copy of Carrier s PUCO Operating Authority Signed
Customer Guide to the DATAONE Datacenter
Customer Guide to the DATAONE Datacenter User guide for Private Suite or Colocation Customer Version 1.0 July 2012 CONTENTS 1 Welcome... 3 2 Getting started... 4 2.1 CONTACTING US... 4 2.2 OBTAINING SECURITY
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Herscher Community Unit School District #2. PURCHASE ORDER POLICIES and PROCEDURES
Herscher Community Unit School District #2 PURCHASE ORDER POLICIES and PROCEDURES PURCHASING POLICY AND PROCEDURES POLICY STATEMENT Herscher School District 2 supports sustaining and promoting a procurement
REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District
REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District Tunica County School District Technology Department 744 School Street P. O. Box 758 Tunica, MS
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
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
GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES
GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Greenburgh Central School District No. 7 ( The District ) invites proposals to perform construction management
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
RFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
H-0123 Contractor Safety Program
H-0123 Contractor Safety Program SUBJECT: Contractor Safety H-0123 REVISION NO: 4 REFERENCES: 29 CFR190 29CFR1926 CP-04-201 Contract Labor CP-04-215 Contract Services CP-28-111 Badging P&P 40-19 CP-04-107
Solicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
Effective. 10/01/2000 Rev. 01/01/2001. The establishment of guidelines for travel and expense reimbursement.
DELAWARE COUNTY Subject Employee Travel and Expense Reimbursement Effective 10/01/2000 Rev. 01/01/2001 Supersedes 01/01/1996 Rev. 03/30/1998 This Sheet 1 Total 5 1.0 Purpose The establishment of guidelines
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: [email protected] All communications should be addressed
Responsibility Due/Done Relocation Task Comments
RELOCATION TASK LIST This task list and timetable have been developed to help you organize your move and can adapt to any project. -90 DAYS Form a relocation committee. Define any special use licenses,
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
FIXED ASSET AND CAPITAL PURCHASE POLICY
FIXED ASSET AND CAPITAL PURCHASE POLICY Section I: Definition of a Fixed Asset: A Fixed Asset is any tangible asset purchased for use in the day-to-day operations of the College from which an economic
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
NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:
NOTICE TO BIDDERS Request for Proposals Madison County Department of Job and Family Services (MCDJFS) intends to enter into transportation contracts to provide transportation for our clients to medical
EXHIBIT 1 GUIDELINES FOR CAPITAL FUNDING REQUESTS FOR NOT-FOR-PROFIT ORGANIZATIONS
EXHIBIT 1 GUIDELINES FOR CAPITAL FUNDING REQUESTS FOR NOT-FOR-PROFIT ORGANIZATIONS THE CITY OF NEW YORK GUIDELINES FOR CAPITAL FUNDING REQUESTS FOR NOT-FOR-PROFIT ORGANIZATIONS FISCAL YEAR 2016 INTRODUCTION
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
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
