REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL"

Transcription

1 REQUEST FOR PROPOSAL FOR Spokane Tribe of Indians Routine Pest Control Proposal Number: FY2014/044 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA KEY INFORMATION Contact Marnita Parr, CPP, CPPM, BSM Phone (509) Opening Date July 7, 2014 Closing Date July 17, 2014 (9:00 AM) Return Location Delivery Address Purchasing / Property Director 6195 Ford/Wellpinit Road PO Box 100 Wellpinit, WA marnitap@spokanetribe.com

2 2 INTRODUCTION On behalf of the Spokane Tribe of Indians (herein called the Tribe ) we hereby request proposals from reasonable, responsive, responsible, qualified, and vendors possessing the ability to perform the required tasks, for the Spokane Tribes Routine Pest Control needs. This project is funded by Spokane Tribal Dollars; the below specifications will be used to determine all necessary information for interested vendors to use when finalizing proposals. To be considered responsive, responsible, reliable, qualified, and possessing the ability to complete the entire project, your complete proposal must be received by Marnita Parr, CPP, CPPM, BSM, Purchasing/Property Director, Spokane Tribe of Indians, P.O. Box 100, Wellpinit, WA on or before the above closing date and time. The SPOKANE TRIBE OF INDIANS reserves the right to reject any or all submitted proposals. Proposals must be delivered from postal services or hand delivered, no fax s or electronic proposals will be accepted. Vendors are strongly encouraged to carefully read the entire request for proposal. The Spokane Tribe of Indians is a federally recognized Indian Tribe and is eligible for GSA and/or government pricing. There are no expressed or implied obligations for the SPOKANE TRIBE OF INDIANS to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. All pricing must be guaranteed for sixty (60) days; however, obligation of purchase can take place earlier. The work is to be performed within the boundaries of the Spokane Indian Reservation and refers to the WAC codes for non-tax information on Indian Reservations. QUESTIONS Please provide information for the primary contact at your company regarding any questions on the submitted proposal. For any questions regarding this project please refer to the contact person listed below. All technical questions will be forwarded to the proper individual for response and replied back to the questioning vendor. All answers will be forwarded onto all other vendors. CONTACT PERSON Marnita Parr, CPP, CPPM, BSM, Purchasing/Property Director Spokane Tribe of Indians 6195 Ford/Wellpinit Rd PO Box 100 Wellpinit, WA (509) marnitap@spokanetribe.com SCOPE OF WORK The Spokane Tribe is interested in a Pest Management Plan for a safer and more effective method of pest control. Pest Management services shall provide the below; but is not limited to: Customer Education. Removal of sources of food and water, habitat, and breeding areas. Prevent access to structures and facilities.

3 3 Routinely monitor for pests and pest conducive conditions in order to identify problem areas and limit the extent of infestation. Manage the environmental factors, such as humidity, light, temperature, atmosphere, and air circulation, to deter pest infestation and prevent pest reproduction. Pest Management shall be coordinated with other relevant activities and operations that occur in and around the facilities. Pest management considerations shall be incorporated into procedures involving food service and handling, waste management, cleaning, storage, maintenance, design and construction. Provide education and consultation with staff in addition to standard services. Provide outreach activities to educate employees about the behaviors, conditions and practices that may contribute to pest problems through the inadvertent provision of food, water, and habitat, while also presenting solutions that prevent pest infestations by removing those contributing factors and encouraging participation in the pest management process. Physical or mechanical measures that discourage pests, limit access to building structures or otherwise control pest populations directly including, but not limited to, caulking, sealing, physical barriers, traps, vacuuming and steam cleaning. Least toxic pesticide controls entailing low toxicity, low volatility, and least hazardous products applied in order to minimize unanticipated or otherwise unintended exposures to non-target organisms. Least-toxic pesticide controls are those products or methods that pose minimal risk to people, wildlife and the environment. These include, but are not limited to, the following types of products: non-synthetic botanicals (essential oils); nonvolatile insect and rodent baits in tamper resistant containers or baits formulated to be deposited in cracks and crevices or voids; biological controls using predators, parasitoids, or pathogens to control pests; anti-microbial hand sanitizers and soaps; minimum risk pesticides whose active and inert ingredients are exempted from registration by the U.S. Environmental Protection Agency (US EPA) under 40 CFR Products not generally considered least-toxic pesticide controls include, but are not limited to, pesticides: containing active or inert ingredients that are classified by the US EPA as known, likely, probable, or possible carcinogens; containing active or inert ingredients identified by local, state or federal authorities as mutagens, teratogens, reproductive toxins, developmental neurotoxins, or immune system toxins, or; categorized as Toxicity I or Toxicity II under 40 CFR Monitoring and surveillance including, but not limited to, the use of traps, baits and visual inspection in order to determine the type, extent and severity of a pest infestation and to measure the results of ongoing pest control measures and preventative practices. Submitted proposals must include all supervision, labor, materials, and equipment necessary to accomplish monitoring, trapping, pesticide application and pest removal actions. Contractor shall suppress the following pests to the Spokane Tribe s satisfaction. Indoor populations of rodents, insects, arachnids, and other arthropods. Outdoor populations of potentially indoor-infesting species that are within the property boundaries of the specified buildings. Nests of stinging insects within the property boundaries of the specified buildings. Individuals of all excluded pest populations that are incidental invaders inside the buildings specified in this document, including winged termites emerging indoors. Awarded vendor should complete a thorough initial inspection of each building or site to obtain needs and/or requirements for each site prior to submission of proposals. Interested vendors should contact the above Purchasing/Property Director to schedule a time with the current program manager, to do site visits. The purpose of the initial inspections is for the Contractor to evaluate the pest control needs of all locations, identify problem areas, and any equipment, structural features, or management practices contributing to pest infestations. Facilities to be serviced will include the following: Building Name Address Contact 1. Alex Sherwood Memorial Center 6201 Community Center Drive PJ Pascal, Ray Williams

4 4 2. Alfred McCoy Administration 6195A Ford-Wellpinit Rd. Howard Abrahamson 3. Health and Human Services 6228 Old School Rd. Ann Dahl 4. Natural Resources 6290D Ford-Wellpinit Rd. BJ Kieffer 5. Fish Hatchery Shop 5629A Hatchery Rd. Tim Peone 6. Pauline Stearns ELC 6195B Ford-Wellpinit Rd. PJ Pascal, Tara Martin 7. Spokane Tribe Senior Center 6403B Sherwood Addition Rd. Angie Matt 8. Spokane Tribal Head Start 6208 Agency Loop Rd. PJ Pascal 9. Spokane Tribal Longhouse 6386 Sherwood Loop Rd. Howard Abrahamson 10. Spokane Tribal Court 6209 Agency Loop Rd. Sherry Abrahamson 11. Spokane Tribe Language 6212 Agency Loop Rd. Marsha Wynecoop 12. Spokane Tribe Preservation 6187 Agency Loop Rd. John Matt 13. Spokane Tribe Collections 6219 Agency Loop Rd. Lynn Pankonin 14. Enterprise Modular 6204 Community Center Drive PJ Pascal 15. VFW 6218 Agency Loop Lawrence Abrahamson 16. Food Distribution 6208 Ford-Wellpinit Rd. Scott Peone 17. Spokane Tribe Gaming 6195 Agency Loop Rd. Andy Matherly 18. Fish Hatchery Residence 5629D Hatchery Rd. Tim Peone 19. Spokane Tribe Forestry 6290C Ford-Wellpinit Rd. Randy Abrahamson 20. HUD Community Challenge 6201 Ford-Wellpinit Rd. Tua Vang 21. Spokane Tribal College 6232 Old School Rd. Shannon Hubert 22. Spokane Tribe Public Safety 6203 Ford-Wellpinit Rd. Ron Samuels 23. Probation/Legal 6189 Agency Loop Rd. Wes Meyring 24. TANF Office 232 E. Lyons Ave. Spokane Yvette Buckley 25. Clara Knoll House 6211B Ford-Wellpinit Rd. Howard Abrahamson Awarded vendor will be required to submit an IPM Plan for each site, to the Spokane Tribes representative within 30 (30) days from the start of an approved contract. The IPM Plan must be kept covered binders stored at each location in a place accessible to both Contractor and the Spokane Tribe s designated representative. The IPM Plan shall entail the following terms: A. Problem Identification: Contractor shall provide a list, sketch or floor plan identifying ongoing or potential pest infestations. B. Materials and Equipment: Contractor shall provide current labels and Material Safety Data Sheets (MSDS) for all pesticides to be used, and brand names of pesticide application equipment, rodent bait boxes, insect and rodent trapping devices, pest monitoring devices, pest detection equipment, and any other pest control devices or equipment that may be used to provide service. C. Monitoring and Detection: Contractor shall describe methods and procedures to be used for identifying sites of pest harborage and access, and for making objective assessments of pest population levels. D. Service Schedule: Contractor shall provide complete service schedules that include weekly, monthly, bimonthly, or quarterly frequency of Contractor visits, specific day(s) of the week of Contractor visits, and approximate duration of each visit. E. Awarded vendor shall provide the Spokane Tribe copies of its Service Report Form documenting pest management activities performed during each service visit. The Service Report Form must specify the date, location, target pest(s), specific activities undertaken to manage pests, type(s) of pesticide(s) used (if applicable), exact amount used and method of application. This information is in addition to that required by any applicable local, state, and federal laws. F. Awarded vendor shall record all site-specific recommendations for removing potential or actual sources of pest food, water and harborage, as well as any physical or behavioral strategies denying pests access to the building. Awarded vendor shall present recommendations to the Spokane Tribe s designated representative on a regular basis for review, to ensure complete understanding, and

5 5 proper implementation. Both vendor and the Spokane Tribe s designated representative must sign the form indicating that the recommendations have been reviewed and satisfactorily explained. G. Monitoring Logs: Awarded vendor shall provide a form describing the results of ongoing monitoring activities, and provide a separate form that allows the Spokane Tribe s designated representative to communicate pest sightings to contracted vendor. H. Awarded vendor shall obtain approval prior to application of any sealing material or other modification to serviced buildings. All caulks, sealants, and repair products should be low VOC and least harmful to air quality, human health and the environment to the greatest extent possible. I. Awarded vendor will be responsible for adequately suppressing all pests included within the final contract regardless of whether or not the suggested recommendations are implemented. Pesticide Use The awarded vendor will be responsible for application of pesticide according to the label and manufacturers recommendation. All pesticide(s) used by vendor must be registered with the U.S. Environmental Protection Agency (EPA), state and/or local jurisdiction or otherwise explicitly exempted from registration requirements by the same. Final determination as to a product s acceptability as a least-toxic pesticide control is at the Spokane Tribe s sole discretion. In addition, the awarded vendor shall adhere to the following rules for pesticide use: Approved Products: awarded vendor shall not apply any pesticide unless it is included in the IPM Plan or otherwise approved in writing by the Spokane Tribe s designated representative. Only approved pesticides may be used. Pesticide Storage: awarded vendor shall not store any pesticide product in the buildings specified in this contract. Application of pesticides to any interior or exterior space may only occur when inspection or monitoring devices indicate the presence of pests in that specific area and non-chemical controls prove insufficient at reducing pest populations to a reasonably acceptable level. Preventative Pesticide Treatments: Where surveillance and site conditions indicate the potential for a serious insect or rodent infestation, Awarded vendor may request preventative pesticide treatments to specific areas. Requests will be submitted to the Spokane Tribe s designated representative for evaluation and approval on a case-by-case basis. Written approval must be granted by the Spokane Tribe s designated representative prior to any pesticide application. Minimization of Risk: When pesticide use is necessary, awarded vendor shall employ the least-toxic chemical control available, most precise application technique, and minimum quantity necessary to achieve control. Emphasis on non-pesticide methods Contractor shall use non-pesticide methods of control whenever possible. These include, but are not limited to: a) portable vacuums rather than pesticide sprays shall be the standard method for initial cleanouts of cockroach infestations, for swarming (winged) ants and termites, and for control of spiders in webs. b) trapping devices rather than pesticide sprays shall be the standard method for indoor fly control. Application of Insecticides Bait formulations shall be the preferred technology for insect control, with alternate formulations restricted to unique situations where baits are not practical. Awarded vendor shall apply all insecticides as treatments in which the formulated insecticide is not visible to a bystander during or after the application process. Application of insecticides to exposed surfaces or as space sprays ( fogging ) shall be restricted to exceptional circumstances where no alternative measures are practical. Awarded vendor shall obtain written approval from the Spokane Tribe s designated representative prior to any application of insecticide to an

6 6 exposed surface of any space spray treatment. No surface application or space spray shall be made while tenant personnel are present. Awarded vendor shall take all necessary precautions to ensure tenant and employee safety and all necessary steps to ensure the containment of the pesticide to the site of application. Indoor Trapping Rodent control inside buildings shall be accomplished with trapping devices only. Wherever feasible, these devices shall be concealed from general view and in protected areas so as not to be affected by routine cleaning and other operations. Trapping devices shall be checked on a regular schedule. Awarded vendor shall be responsible for disposing of all trapped rodents and all rodent carcasses in an appropriate manner. Use of Rodenticides In exceptional circumstances, when rodenticides are deemed essential for adequate rodent control inside buildings, awarded vendor shall obtain written approval from the Spokane Tribe s designated representative prior to any interior or exterior rodenticide application. All rodenticides, regardless of packaging, or in EPAapproved tamper-resistant bait boxes. All interior rodenticides must be placed in bait boxes. Exterior rodenticides may consist of direct rodent burrow treatments, where practicable, provided that such applications are likely to result in non-target organism exposure, secondary poisoning of wildlife or other potentially adverse impacts. Awarded vendor will be responsible for ensuring the proper use and application of rodenticides so as to minimize potential injury. Bait Boxes All bait boxes shall be maintained in accordance with EPA regulations, with an emphasis on the safety of non-target organisms. Awarded vendor shall adhere to the following points: A. All bait boxes shall be placed out of the general view, in locations where they will not be disturbed by routine operations. B. The lids of all bait boxes shall be securely locked or fastened shut. C. All bait boxes shall be securely attached or anchored to the floor, ground, wall, or other immovable surface, so that the box cannot be picked up or moved. D. Bait shall always be secured in the feeding chamber of the box and never placed in the runway or entryways of the box. E. All bait boxes shall be labeled on the inside with awarded vendors business name, address and dated by technician at the time of installation and each servicing. Emergency Pesticide Applications An emergency situation exists whenever the immediate health or safety of building occupants is threatened by the presence of a pest that poses an unreasonable public health or safety risk. In the event of an emergency, the Spokane Tribe may request that the awarded vendor perform emergency service(s) beyond routine service requests. The awarded vendor shall respond to these exceptional circumstances and complete the necessary work within twenty-four (24) hours after receipt of the request. Final determination of an emergency situation rests with the Spokane Tribe. Health and Safety Awarded vendor shall observe all safety precautions throughout the performance of an approved and awarded contract. All work shall be in strict accordance with all applicable, Federal, State, and local, and tribal (TOSHA) safety and health requirements. Where there is a conflict between applicable regulations, the most stringent shall apply. The awarded vendor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work.

7 7 PROPOSAL REQUIREMENTS All proposals must be hand-delivered or mailed and be received by the Purchasing/Property Department by the closing date and time. Any proposals received after the closing date and time or submitted to another department will be considered non-responsive. The proposal award will be made to the lowest proposed vendor who is considered responsive, responsible, reliable, qualified, and possesses the ability to complete the entire project, and who s proposal conforms to all requirements. No liability will attach to the Spokane Tribe of Indians for the premature opening of, or the failure to open, any proposals not properly addressed and identified. The purchasing/property director can be reached at the number listed below. The Spokane Tribe of Indians Purchasing/Property Director, Facilities Director, Acting Executive Director, or Tribal Council reserves the right to determine whether or not a vendor is responsive, responsible, reliable, qualified, and possesses the ability to complete the entire project. Those determinations will be based on: a. The skill and experience demonstrated by the bidder in performing agreements of a similar nature. b. The bidder s record for honesty and integrity. c. The bidder s capacity to perform in terms of facilities, personnel and financing. d. The bidders past performance with the Spokane Tribe of Indians. All pricing must be guaranteed for sixty (60) days. The awarded vendor will be required to purchase a Spokane Tribal Business License if one is not currently carried; please contact the TERO office at the number below for more information regarding Spokane Tribal Business License. The Tribe shall not be responsible for any expenses incurred by the vendor in responding to this request for proposal. All costs incurred by the vendor in the preparation, or transmittal, in response to this proposal will be borne solely by the vendor. All submitted proposals and/or information in their entirety will become the property of the Tribe. The Spokane Tribe may or may not, elect to award this project for the listed items from the best-qualified vendor for all specifications listed below and according to the request for proposal. The Tribe may waive any informalities or minor defects or reject any and all proposals. Vendors must satisfy themselves of the accuracy of the estimated quantities or needs of the. After proposals have been submitted, the vendor shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. Preference in the award shall be given to Indian and Alaskan Native organizations in the amount of five percent (5%) of the total bid price. Any contractor claiming Indian Preference must meet and show evidence of the preference according 2 CFR, chapter I, part 200, sec The Spokane Tribe assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents, or employees prior to the execution of a signed contract, unless such understanding or representations are expressly stated in the bidding document. Supplier Diversity Is your company at least 51% owned by a Native American, Minority or Woman (NA, M/WBE)? (Minority group members are United States citizens who are African-American, Asian-Indian American, Asian-Pacific American or Hispanic-American). Ownership means the business is at least 51% owned by such individuals and, management and daily operations are controlled by them as well. Can your firm be classified as a Native American Enterprise? YES NO If yes %. Can your firm be classified as a Minority Owned Business? YES NO If yes %. Can your firm be classified as a Woman Owned Business? YES NO If yes %.

8 8 SELF-CERTIFICATION Have you and/or your business, or any business you have owned, operated, or partnered with ever been debarred by a State, Federal, City, or Tribal Agency? Yes No Signature: Date: SUBCONTRACTING If subcontractors are to be used, that fact, the name of the proposed subcontracting company, and the selfcertification documents must be clearly completed for each and identified in the proposal. Following the award of the contract, no additional subcontracting will be allowed without the express prior written consent of the SPOKANE TRIBE OF INDIANS. Describe any plans to partner with another vendor to meet implementation needs. If your approach includes the use of one or more additional vendors or sub-contractors, please provide a detailed explanation of their role on the project. In addition, if your response to the technical and functional requirements and associated product demonstration is dependent upon a product offered by another vendor partner, please be advised that a single, joint response should be submitted. Additional vendors, subcontractors and/or any assignee or transferee must be able to adhere to the same agreements (e.g., not transmitting tribal data outside of the United States) required of your company. INFORMATION TO INTERESTED VENDORS The Tribe may waive any informalities or minor defects or reject any and all proposals. Any proposal may be withdrawn prior to the above closing date and time. Any proposals received after the time and date specified shall not be considered. No vendor may withdraw a submitted proposal after the closing date and time listed above. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Tribe and the vendor. The awarded vendor shall supply the names and addresses of major material suppliers and subcontractors when requested to do so by the Tribe. The vendor should provide an affirmative statement that it is independent of the SPOKANE TRIBE OF INDIANS. The vendor should also list and describe the (or proposed subcontractor's) professional relationships involving the SPOKANE TRIBE OF INDIANS or any of its units for the past (5) years together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the requested services. In addition, the vendor shall give the SPOKANE TRIBE OF INDIANS written notice of any professional relationships entered into during the period of this agreement. If the vendor is a joint venture or consortium, the qualification of each company comprising the joint venture or consortium should be separately identified and the company that is to serve as the principal should be noted if applicable. The vendor should identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice or provide this type of service in the state of Washington. Assurances must be made to the Spokane Tribe that the staff listed will be the actual staff performing the services to be provided. Any staff changes must be requested and approved by the Spokane Tribe through a written request.

9 9 Any restrictions on the use of data contained in a bid must be clearly stated in the proposal itself. Proprietary information submitted in response to the Request for Proposal will be handled in accordance with applicable Spokane Tribal procurement regulations. Data contained in the proposal, all documentation provided therein, and innovations developed as a result of these contractual services cannot be copyrighted or patented by vendors. All data, documentation, and innovations become the property of the Tribe. Vendor shall at all times conduct itself in a manner consistent with the Tribe s Code of Conduct. Vendor shall disclose information relating to conflicts or potential conflicts of interest. No modification of submitted proposal will be permitted in any form after the closing date and time. Any proposal may be withdrawn prior to the closing date and time set above. Interested vendors will be required to enter into a contract of no less than 3-years; with an option to extend services for 1 year, with the Spokane Tribe of Indians Awarded vendor must be a licensed pest control business in accordance with Washington State law and have remained in constant operation, for period of, at least (5) years prior to the start of the contract. Contractor shall also have (2) years experience providing professional IPM services to institutional clients of comparable size and scope to the Spokane Tribe Awarded vendor shall have access to a full-time entomologist with demonstrated expertise in structural pest control, especially for rodents, bedbugs and cockroaches, who will be available for routine and emergency consultation. All submitted proposals shall provide detailed site-specific recommendations for structural repair and procedural modifications to aid pest prevention Commercial Pesticide Applicator Certificates or Licenses: Contractor shall provide copies of Stateissued Commercial Pesticide Applicator Certificates or Licenses for every Contractor employee who will be performing on-site service under this contract. Awarded vendor shall maintain all legally required records related to its structural pest control activities in accordance with local, state or federal law. Application by need: All pesticide applications shall be according to need and not by schedule. Awarded vendor shall perform routine pest control services that do not adversely affect tenant health of productivity during the regular hours of operation in buildings. When it is necessary to perform work outside of the regularly scheduled service time set forth in the IPM Plan, vendor shall notify the Spokane Tribe s designated representative at least one (1) day in advance. Awarded vendor shall establish a thorough quality control program to assure the requirements of the contract are provided as specified. Within five (5) working days prior to the starting date of the contract INSURANCE REQUIREMENTS Prior to the final award, final approval, and commencing of work, the awarded contractor shall be responsible and required to provide the following: A. Comprehensive or Commercial Form General Liability Insurance (contractual liability included) with limits as follows: Each Occurrence $1,000, If the above insurance is written on a claims-made form, it shall continue for three years following termination of this agreement. The insurance shall have a retroactive date of placement prior to or coinciding with the effective date of this Agreement. B. Business Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles with a combined single limit not less than $1,000, dollars per occurrence.

10 10 C. Workers' Compensation as required by Washington State law. It is understood that the coverage and limits referred to under a., b., and c. above shall not in any way limit the liability of awarded vendor. The awarded vendor shall furnish the Tribe with certificates of insurance evidencing compliance with all requirements prior to commencing work under a contract resulting from this RFP. The Tribe will be named ADDITIONAL INSURED for all coverage s provided by this policy of insurance and shall be fully and completely protected by this policy from all claims. COVENANTS AGAINST KICKBACKS All conditions regarding covenants against kickbacks under 48CFR shall apply. Failure to abide by the provisions of this section may, without further notice, result in the immediate termination of any contract awarded. RESERVATIONS The Spokane Tribe of Indians Reserves 1. The right to cancel any agreement, if in its opinion there is a failure at any time to perform adequately the stipulations of the Scope of Work, or if there is any attempt to willfully impose upon the Spokane Tribe services which are, in the opinion of the Spokane Tribe, of an unacceptable quality. 2. The right to accept or reject proposals on each item separately or as a whole, to reject any or all proposals without penalty, to waive any informalities or irregularities therein, and to contract as the best interest of the Tribe may require in order to obtain the system which best meets the needs of the Tribe, as expressed in this proposal. 3. The right to negotiate the modification of, terms and conditions with the bidder offering the best value to the Tribe, in conjunction with the award criteria contained herein, prior to the execution of a contract to ensure a satisfactory contract 4. The right, where it may serve the SPOKANE TRIBE OF INDIANS best interest, to request additional information or clarifications from vendors or allow corrections of errors or omissions. 5. The right to retain all proposals submitted and to use any ideas in the proposal, regardless of whether the submitted proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposal. 6. The right to require the awarded vendor to obtain and/or have in place proper Insurance in an amount no-less than the limits of the Spokane Tribe of Indians Coverage The Spokane Tribe of Indians has a TERO ordinance. Please ensure you make contact with the listed individual below in the TERO office for compliance information: Clyde McCoy TERO Department P.O. Box 100 Wellpinit, WA (509) clydem@spokanetribe.com

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

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

Structural Integrated Pest Management Program: Contract Specifications for INSERT YOUR FACILITY NAME HERE

Structural Integrated Pest Management Program: Contract Specifications for INSERT YOUR FACILITY NAME HERE Model IPM Contract Structural Integrated Pest Management Program: Contract Specifications for INSERT YOUR FACILITY NAME HERE Premises covered by this specification: 1. 2. 3. 4. 5. (Attach additional list

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

TEXOMA HOUSING PARTNERS (THP) INTEGRATED PEST MANAGEMENT BID SPECIFICATIONS

TEXOMA HOUSING PARTNERS (THP) INTEGRATED PEST MANAGEMENT BID SPECIFICATIONS TEXOMA HOUSING PARTNERS (THP) INTEGRATED PEST MANAGEMENT BID SPECIFICATIONS CONTRACT FOR COMMERCIAL PEST CONTROL SERVICES General Pest & Rodent Control 1. GENERAL a. Description of Service This contract

More information

A. In-House vs. Contractor: Advantages & Disadvantages

A. In-House vs. Contractor: Advantages & Disadvantages Hiring an Outside Contractor Contents: A. In-House vs. Contractor: Advantages & Disadvantages Page 1 B. Bid Specifications Important Things to Remember Page 3 C. Sample Bid: IPM Plan Contract Guide Specification

More information

How to Develop Bid Invitations for Pest Control Services in Public Schools

How to Develop Bid Invitations for Pest Control Services in Public Schools E&PP Info Note #737 4 February 2005 How to Develop Bid Invitations for Pest Control Services in Public Schools Integrated pest management can be successfully performed by school employees; however, currently

More information

REQUEST FOR PROPOSAL FOR COMPANY INTEGRATED PEST MANAGEMENT PROGRAM RELEASE DATE: DATE RESPONSE DATE AND TIME: DATE AND TIME (TYPICALLY 30 DAYS)

REQUEST FOR PROPOSAL FOR COMPANY INTEGRATED PEST MANAGEMENT PROGRAM RELEASE DATE: DATE RESPONSE DATE AND TIME: DATE AND TIME (TYPICALLY 30 DAYS) Highlighted Items (marked in yellow) need to be modified to reflect the specific situation for the COMPANY. To simplify the process, do a search and replace (Control-H) for Company. REQUEST FOR PROPOSAL

More information

Integrated Pest Management (IPM) Policy

Integrated Pest Management (IPM) Policy Integrated Pest Management (IPM) Policy What is Integrated Pest Management (IPM)? Integrated pest management (IPM) is an approach to pest control that utilizes regular monitoring and record keeping to

More information

Integrated Pest Management

Integrated Pest Management No Ifs, Ants, or Bugs... Guaranteed 2700 Stadium Dr Kalamazoo, MI 49008 888-547-4337 www.griffinpest.com Integrated Pest Management IPM for Excellence: A guide to Principles and IPM Service Philosophy

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR PEST CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option for

More information

IPM Plan for Campus Landscape

IPM Plan for Campus Landscape Created June 2014 IPM Plan for Campus Landscape Statement of Purpose The purpose of this integrated pest management (IPM) plan is to guide the use of environmentally sensitive pest management strategies

More information

Integrated Pest Management Specifications

Integrated Pest Management Specifications Integrated Pest Management Specifications 1. GENERAL Description of Program: This specification is part of a comprehensive Integrated Pest Management (IPM) program for the premises listed herein. IPM is

More information

Sample Integrated Pest Management Plan. General Pest Control. Facility Name Address Telephone Number

Sample Integrated Pest Management Plan. General Pest Control. Facility Name Address Telephone Number Sample Integrated Pest Management Plan General Pest Control Facility Name Address Telephone Number Pests to be Controlled Pest control services which can be performed in the General Pest Control category

More information

School IPM Model Contract

School IPM Model Contract School IPM Model Contract Description of parties involved in this contract School/School District and IPM Coordinator Contractor Definitions: Integrated Pest Management (IPM) IPM is a process through which

More information

333 CMR: PESTICIDE BOARD 333 CMR 14.00: PROTECTION OF CHILDREN AND FAMILIES FROM HARMFUL PESTICIDES Section

333 CMR: PESTICIDE BOARD 333 CMR 14.00: PROTECTION OF CHILDREN AND FAMILIES FROM HARMFUL PESTICIDES Section 333 CMR 14.00: PROTECTION OF CHILDREN AND FAMILIES FROM HARMFUL PESTICIDES Section 14.01: Purpose 14.02: Definitions 14.03: Exemptions 14.04: General Provisions 14.05: Written Components of the Integrated

More information

INTEGRATED PEST MANAGEMENT (IPM) GUIDELINES AND POLICY FOR SCHOOL PEST MANAGEMENT

INTEGRATED PEST MANAGEMENT (IPM) GUIDELINES AND POLICY FOR SCHOOL PEST MANAGEMENT INTEGRATED PEST MANAGEMENT (IPM) GUIDELINES AND POLICY FOR SCHOOL PEST MANAGEMENT OVERVIEW School administrators and other individuals responsible for, maintaining school buildings and grounds need to

More information

Integrated Pest Management Policy

Integrated Pest Management Policy Integrated Pest Management Policy School Policy Statement It is the policy of Rocky Hill School to implement Integrated Pest Management procedures to control structural and landscape pests and minimize

More information

STATEMENT OF WORK INTEGRATED PEST CONTROL SERVICES

STATEMENT OF WORK INTEGRATED PEST CONTROL SERVICES STATEMENT OF WORK INTEGRATED PEST CONTROL SERVICES 1. CONTRACT OVERVIEW: This Contract will cover the requirements for Pest Control Services to include General Pest Control and Termite Control using Integrated

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

Model Integrated Pest Management Plan For Connecticut State Agencies. General Pest Control

Model Integrated Pest Management Plan For Connecticut State Agencies. General Pest Control Model Integrated Pest Management Plan For Connecticut State Agencies General Pest Control State of Connecticut Department of Energy and Environmental Protection Pesticide Management Program 79 Elm Street

More information

Integrated Pest Control Management

Integrated Pest Control Management Integrated Pest Control Management Integrated Pest Management A. Integrated Pest Management is a system of controlling pest in which pests are identified, action thresholds are considered, all possible

More information

How to Contract for Safer Pest Control in Childcare A guide from Toxic Free NC www.toxicfreenc.org

How to Contract for Safer Pest Control in Childcare A guide from Toxic Free NC www.toxicfreenc.org Contents: How to Contract for Safer Pest Control in Childcare A guide from Toxic Free NC www.toxicfreenc.org Pesticides and Integrated Pest Management (IPM).... 2 Questions to ask when hiring an IPM Contractor:....

More information

Model Policy Statement for Integrated Pest Management in Schools and Child Care Facilities

Model Policy Statement for Integrated Pest Management in Schools and Child Care Facilities Model Policy Statement for Integrated Pest Management in Schools and Child Care Facilities School Pest Management Policy Statement Structural and landscape pests can pose significant problems in the urban

More information

Galatia Unit #1. Integrated Pest Management Plan (including lawn care)

Galatia Unit #1. Integrated Pest Management Plan (including lawn care) Galatia Unit #1 Integrated Pest Management Plan (including lawn care) General Description In order to comply with amendments to the Illinois Structural Pest Control Act (105ILCS 5/10-20.49 & 105ILCS 5/34-18.40),

More information

Yale University Request For Proposal (RFP) for Pest Control Operations Yale University Buildings and Properties

Yale University Request For Proposal (RFP) for Pest Control Operations Yale University Buildings and Properties Yale University Request For Proposal (RFP) for Pest Control Operations Yale University Buildings and Properties SECTION 1: Administrative and Contractual Information 1.1 RFP Purpose Yale University (henceforth

More information

Integrated Pest Management Plan General Pest Control. Mitchell Elementary School 14 School Street Woodbury, CT 06798 (203) 263-4314

Integrated Pest Management Plan General Pest Control. Mitchell Elementary School 14 School Street Woodbury, CT 06798 (203) 263-4314 Integrated Pest Management Plan General Pest Control Mitchell Elementary School 14 School Street Woodbury, CT 06798 (203) 263-4314 Pests to be Controlled Pest control services which can be performed in

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

REQUEST FOR PROPOSAL. RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE

REQUEST FOR PROPOSAL. RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE BIDDERS COMPANY NAME REQUEST FOR PROPOSAL RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE Prepared By: Nisqually Health Department Samantha Phillips, Health Director 4820 She-Nah-Num Drive Olympia

More information

POLICY REGARDING PEST MANAGEMENT ON CITY PROPERTY

POLICY REGARDING PEST MANAGEMENT ON CITY PROPERTY POLICY REGARDING PEST MANAGEMENT ON CITY PROPERTY 1. The purpose of this policy is to eliminate or reduce pesticide use to the greatest possible extent. The City of Madison agrees with the US EPA that

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

City of Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

More information

ITEM 634.90030011- RODENT AND VERMIN CONTROL - INITIAL SURVEY. BAITING AND SANITATION ITEM 634

ITEM 634.90030011- RODENT AND VERMIN CONTROL - INITIAL SURVEY. BAITING AND SANITATION ITEM 634 DESCRIPTION A. Under these items the Contractor shall perform and satisfy the rodent and vermin control (extermination) and site sanitation requirements within construction areas as designated by the engineer.

More information

REQUEST FOR PROPOSAL RFP PM13002 Pest Control Contract for 2013

REQUEST FOR PROPOSAL RFP PM13002 Pest Control Contract for 2013 REQUEST FOR PROPOSAL RFP PM13002 Pest Control Contract for 2013 PROJECT LOCATION(s): Alton Court Apartments, 1613 1631 Alton St., Aurora, CO 80010 Boston Street Apartments, 1634 Boston St., Aurora, CO

More information

IPM Case Studies Series: Integrated Pest Management at Washington Columbia II A Management-led Program

IPM Case Studies Series: Integrated Pest Management at Washington Columbia II A Management-led Program IPM Case Studies Series: Integrated Pest Management at Washington Columbia II A Management-led Program Washington Columbia II is a seven-building apartment complex in Boston, MA resting on approximately

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option

More information

SAMPLE INTEGRATED PEST MANAGEMENT (IPM) BID SPECIFICATIONS FOR COMMERCIAL PEST CONTROL SERVICES

SAMPLE INTEGRATED PEST MANAGEMENT (IPM) BID SPECIFICATIONS FOR COMMERCIAL PEST CONTROL SERVICES 1. GENERAL SAMPLE INTEGRATED PEST MANAGEMENT (IPM) BID SPECIFICATIONS FOR COMMERCIAL PEST CONTROL SERVICES Ornamental & Turf & Arborist (Tree Care) Full Service Contract Includes Pesticide Applications

More information

Integrated Pest Management Policy for Research Laboratories

Integrated Pest Management Policy for Research Laboratories Integrated Pest Management Policy for Research Laboratories Environmental Health & Safety I. POLICY The University of South Carolina s Integrated Pest Management Policy is based on the CDC s Biosafety

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

Integrated Pest Management Policy for City-Owned Facilities

Integrated Pest Management Policy for City-Owned Facilities Page 1 of 6 ARTICLE XII Integrated Pest Management Policy for City-Owned Facilities Section 1 Background The City s National Pollutant Discharge Elimination System (NPDES) permit from the California Regional

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

OAK GROVE SCHOOL DISTRICT

OAK GROVE SCHOOL DISTRICT OAK GROVE SCHOOL DISTRICT Integrated Pest Management Program The Integrated Pest Management Program (IPM) is the foundation for determining those procedures and the selection criteria to safeguard the

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

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 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

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

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

More information

MAJOR EQUIPMENT PURCHASE CONTRACT

MAJOR EQUIPMENT PURCHASE CONTRACT MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract

More information

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

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

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

AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS

AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business

More information

Sample Policy Statement Example #1 Taken from Illinois Department of Public Health Integrated Pest Management Guideline for Public Schools and

Sample Policy Statement Example #1 Taken from Illinois Department of Public Health Integrated Pest Management Guideline for Public Schools and Sample Policy Statement Example #1 Taken from Illinois Department of Public Health Integrated Pest Management Guideline for Public Schools and Licensed Day Care Centers Modeled from the Government Services

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

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

Moscha Koronias, CPM CBRE Real Estate Manager. 4100 North Fairfax Drive Suite 720 Arlington, VA 22203 703 907 4100 Tel 703 907 4101 Fax.

Moscha Koronias, CPM CBRE Real Estate Manager. 4100 North Fairfax Drive Suite 720 Arlington, VA 22203 703 907 4100 Tel 703 907 4101 Fax. James Campbell Company Page 1 Goals and Scope of the : James Campbell Company, LLC is committed to providing sustainable, high-performance properties to our tenants. Our policy is to utilize green cleaning

More information

BROOKFIELD LAGRANGE PARK SCHOOL DISTRICT #95 INTEGRATED PEST MANAGEMENT PLAN

BROOKFIELD LAGRANGE PARK SCHOOL DISTRICT #95 INTEGRATED PEST MANAGEMENT PLAN BROOKFIELD LAGRANGE PARK SCHOOL DISTRICT #95 INTEGRATED PEST MANAGEMENT PLAN Established 1/30/12 Revised 4/17/12 Revised 8/20/13 Revised 3/13/14 School District 95 believes the best way to control pest

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. is dedicated to the highest standards of integrity

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

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

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 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

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

INTEGRATED PEST MANAGEMENT

INTEGRATED PEST MANAGEMENT INTEGRATED PEST MANAGEMENT Definitions Biological Controls -- Use of a pest s natural enemies to control pest population. Conservation and augmentation are the biological control strategies most commonly

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

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 PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

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

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

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 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

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s 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

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

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

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL

TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL BID NUMBER: 16-11 BID OPENING: 2:30 P.M. September 22, 2015 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

IPM Handbook Table of Contents

IPM Handbook Table of Contents IPM Handbook Table of Contents IPM and Notification Checklist..2 Summary of State Laws Requiring IPM and Notification. 3 Definition of Integrated Pest Management 4 IPM Policy..5 Forms: Sample IPM Policy.5

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

TOWN OF CENTREVILLE PROPOSAL PACKAGE INSURANCE BROKERAGE FIRM WORKERS COMPENSATION MAY 2016

TOWN OF CENTREVILLE PROPOSAL PACKAGE INSURANCE BROKERAGE FIRM WORKERS COMPENSATION MAY 2016 TOWN OF CENTREVILLE PROPOSAL PACKAGE INSURANCE BROKERAGE FIRM WORKERS COMPENSATION MAY 2016 CONTACT: Krystel Ebaugh, Human Resources Specialist 101 Lawyers Row Centreville, MD 21617 401-758-1180 kebaugh@townofcentreville.org

More information

Request for Proposal

Request for Proposal Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June

More information

Pest Management and Green Building Rating Systems

Pest Management and Green Building Rating Systems Florida Department of Agriculture and Consumer Services Adam Putnam COMMISSIONER Pest Management and Green Building Rating Systems Pest Management Requirements for LEED v4 Credits LEED v4 includes updates

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

School Pest Management Policy Statement

School Pest Management Policy Statement School Pest Management Policy Statement Structural and landscape pests can pose significant hazards to people, property and the environment. Pesticides can also pose hazards to people, property, and the

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

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

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

TOWN OF WOODSIDE RESOLUTION ADOPTING AN UPDATED INTEGRATED PEST MANAGEMENT POLICY

TOWN OF WOODSIDE RESOLUTION ADOPTING AN UPDATED INTEGRATED PEST MANAGEMENT POLICY TOWN OF WOODSIDE Report to Town Council Agenda Item 3 Prepared by: Kevin Bryant, Assistant Town Manager September 27, 2011 Approved by: Susan George, Town Manager SUBJECT: RESOLUTION ADOPTING AN UPDATED

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified

More information