SPECIFICATIONS FOR TENDER # SUPPLY OF SECURITY SERVICES FOR WESTERN HEALTH

Size: px
Start display at page:

Download "SPECIFICATIONS FOR TENDER # SUPPLY OF SECURITY SERVICES FOR WESTERN HEALTH"

Transcription

1 SPECIFICATIONS FOR TENDER # SUPPLY OF SECURITY SERVICES FOR WESTERN HEALTH CLOSING DATE: CLOSING TIME: 29-May-09 11:00 AM (Newfoundland Time)

2 Table of Contents 1. General Provisions Intent Client Background Vendor Response Release of Information Communication During Tendering Tender Acceptance 7 2. General Requirements Static Security Guard Services Call-In Security Guard Services Experience License Staff/Shift Requirements Security Staff Recruitment Duties Minimum Qualifications Security Officers Minimum Qualifications Supervisor of Security Responsibility of the Security Company Responsibility of Western Health Terms and Termination of Contract Information Required Administrative Specifications Local Office Management Representative Back-up Support Standards of Conduct Change of Requirements Scheduling and Assigning Work Lunch Breaks and Rest Periods Consistence of Assignments/Acceptability Turnover Inspection and Enforcement Time on Duty Supervision 15 2

3 4. Ordering Guard Requirement Guard Documentation Security Personnel Qualifications Guard Selection Requirements Health Physical and Psychological Condition Visual Acuity Hearing Speech Sense of Smell Standards of Deportment Training Basic Training On-the-Job Training Double Banking Appearance Licensing/Identification Card Bonding Age Education Citizenship Language Affirmative Action and Discriminating Practices Security Guard Experience and Training Uniform Specifications General Minimum Scale of issue of the Prescribed Uniform Replacement of Clothing Items Accouterments Material Specifications Material Furnished by Western Health Furnished by the Contractor Safeguarding Property Property Accountability Abuse of Telephones Long Distance Charges Use of Hospital Property Contractor Performance Standards Overfill Shortfills Shortfalls Reimbursement for Shortfalls 24 3

4 8.4 Suspension/Rejection Criteria Security Personnel Turnover Duties of Security Personnel Duties Administrative Duties Hourly Rate Adjustment Minimum Wage Hourly Rate Adjustment Requests for Adjustments Insurance Requirements Financial Security Requirement Definitions Custody and Disposal of Financial Security Limit of Financial Security Method of Payment Time Verification Method of Payment Invoices General Conditions Bid Sheet Presentation Product History and Vendor Reputation Financial Considerations Applicable Taxes Tender Checklist 31 4

5 1.0 General Provisions 1.1 Intent Western Health invites interested vendors to provide bids for the provision of Security Services throughout the organization in accordance with the General Requirements as stated hereunder. 1.2 Client Background Western Health was established in 2005 and is responsible for the delivery of Health and Community Services in the Western Region. 1.3 Vendor Response Vendor s tender must contain an Executive Summary which shall contain: a. A brief description of the product being quoted. b. The name, title and address of the Vendor s representative responsible for the preparation of the Tender All prices quoted for goods and services must be specified in Canadian dollars, FOB Western Health Sites. All Tenders will be held to be valid for ninety (90) days following the Tender closing date Tenders must be received in full on or before the exact closing time and date indicated. TENDERS RECEIVED AFTER THAT TIME WILL NOT BE CONSIDERED All costs relating to the work and materials supplied by the Vendor in responding to this Invitation to Tender must be borne by the Vendor. 1.4 Release of Information While Tender is Open: The names of individuals or companies who have picked up the tender documents will not be released At Tender Opening: Only the names of the bidders will be read out. 5

6 1.4.3 After Tender Opening: 1. No further information will be released until after the contract is awarded. 2. After award, only the name and bid price of the successful bidder will be made available. 3. Information will be made available for a 90 day period only. 4. Successful Awards will be posted on Web Site FYI, Statements that are included as part of our Tender calls: While bidders are welcome to attend the public opening, please be advised that it is not our policy to release bid information. Only the names of the bidders will be released. 1.5 Communication During Tendering All communications with Western Health with respect to this invitation to Tender must be directed in writing to the attention of: Mr. John Piercey Regional Director, Materiels Management Western Health P.O. Box 2005 Corner Brook, Newfoundland A2H 6J7 Tel: (709) Fax: (709) johnpiercey@westernhealth.nl.ca Western Health may, during the assessment period, request meetings with the Vendors to clarify points in the Tender. No changes by the Vendor will be permitted after the Tender closing date Faxed Tender responses will be accepted with the condition that the original Tender documents are received at Western Health s Materiels Management Department no later than Five working days following the Tender closing date All bids must be sent in a sealed envelope clearly marked with Tender Name and Number to: Materiels Management Department, Western Health, Western Memorial Regional Hospital, Lower Level, P.O. Box 2005, Corner Brook, NL A2H 6J Bids submitted by electronic transmission ( ) will not be accepted. 6

7 1.5.6 Companies submitting fax Tenders are doing so at their own risk and the fax Tender must be at the public opening as specified in the Tender information. This Authority will not be responsible for inhouse courier services if companies submit quotations by fax machine. The time stated on the fax Tender will become null and void since it is the responsibility of the company placing the Tender to have their Tender at the public opening, therefore, this Authority will not be responsible for any damages or liabilities In order to contribute to waste reduction and promote environmental protection, the Western Health will endeavour to acquire goods and services that support these principles, therefore, product(s) quoted should include: maximum level of post-consumer waste and/or recyclable content minimal packaging minimal environmental hazards maximum energy efficiency potential for recycling disposal costs must not reduce the quality of the product required or affect the intended use of the product must not significantly impact the acquisition cost 1.6 Tender Acceptance Any acquisitions resultant from this invitation to Tender shall be subject to the Public Tendering Act The Tenders shall be opened in the Private Dining Room at The Western Memorial Regional Hospital on the scheduled date and time Any Tender may be accepted in whole or in part. The lowest Tender may not necessarily be accepted and Western Health reserves the right to cancel the Tender call. Western Health shall not be held responsible or liable for the payment of any costs that are incurred by the bidder in preparing a Tender in response to this invitation to Tender.. 7

8 2. GENERAL REQUIREMENTS 2.1 Static Security Guard Services The successful firm shall be responsible for providing static security guard services for the following sites and their ancillary buildings. Western Memorial Regional Hospital, Corner Brook Humberwood Addictions Center, Corner Brook Sir Thomas Roddick Hospital, Stephenville In addition to the above buildings and the ancillary properties the Security Service shall be responsible for patrolling of all facility grounds and associated parking lots for Western Health properties in Corner Brook and Stephenville. All bidders must visit each site and each Physical Infrastructure Support Site Manager to familiarize themselves with all areas covered under this contract. This visit must be completed at least five (5) days prior to tender closing date. 2.2 Call-In Security Guard Services The successful firm will be required to provide timely call in Security Guard Services to various work sites throughout the jurisdiction of Western Health on a when and as needed basis. Periodically, situations arise throughout Western Health that requires the presence of an on site Security Guard Service for limited periods. 2.3 Experience License: Tenders will be considered only from organizations or firms currently engaged in the provision of security services, and with considerable experience in providing service to a health care facility or an organization of similar size and magnitude. Tenders must contain proof of a validated security license along with proof of liability insurance, a letter of good standing from Workers Compensation and Employee Bonding. 8

9 2.4 Staff Requirements Required Shifts SITE GUARDS(S) SUPERVISOR Western Memorial Regional Hospital 2 ( hrs) (Monday to Sunday) 2 ( hrs) (Monday to Sunday) 1 ( hrs) ( Saturday and Sunday) 1 ( ) (Monday to Friday) Sir Thomas Roddick Hospital Humberwood Addictions Center Total Hours 240 Total Hours 40 1 ( hrs) (Monday to Sunday) 1 ( hrs) (Monday to Sunday) 1 ( hrs) (Saturday & Sunday) Total Hours ( hrs) (Monday to Sunday) 1 ( hrs) (Monday to Sunday) 1 ( hrs) (Saturday & Sunday) Total Hours 128 Hours/Week Grand Total Total 520 Total 40 Grand Total Security Staff Recruitment Western Health retains the right to be involved in the selection process of supervisors and security guards. We also reserve the right to request the employment records of all security personnel assigned to our sites. Failure to provide qualified staff to the satisfaction of Western Health will result in termination of the contract. 2.6 Duties: General security of hospital / buildings and grounds Control of traffic and parking Ticketing of illegally parked vehicles Enforcement of Smoking and other pertinent Hospital policies Enforcement of fire and safety regulations 9

10 Discharge responsibilities as outlined in the Facility Emergency Preparedness Plan Response and assistance with Code White emergencies. Other duties when and as required. Standing Orders of Security Services to be agreed upon with successful bidder before acceptance of formal contract. Assisting Clinical Staff with violent or unruly patients/residents/clients. 2.7 Minimum Qualifications Security Officers: Completion of high school Must have a valid driver s license Must be bonded Must possess Agent License as issued by Government of Newfoundland and Labrador, Department of Justice. Must demonstrate ability to communicate effectively with patients, staff and general public. In addition to course and training required to obtain Agent License all Security Personnel must have completed a Certified Security Officer Course, Therapeutic Intervention Course, Fire Emergency Procedures Training, CPR Course and First Aid course provided by the successful bidder. Must have a minimum of 6 months experience or equivalent 2.8 Minimum Qualifications Supervisor of Security: In addition to the above qualifications for a Security Officer the Supervisor of Security should have the proven ability to direct and supervise staff. Security Site Supervisors must be members in good standing of the International Association of Healthcare Security and Safety Professionals and related membership fees will be the cost of the Contractor. In addition the Supervisor is required to complete a Supervisory Course provided by the successful bidder. Must have a minimum of 5 years proven experience in the Security/Policing sector. 2.9 Responsibility of the Security Company: The Security Company will provide Western Health with a monthly labor breakdown which includes names, hours worked, and hourly pay. The Security Supervisor(s) will report on security matters to the applicable Western Health Manager responsible for Security Services. Security Supervisor(s) will provide a monthly report on Security 10

11 Operations and Security Incidents to the applicable Western Health Manager (Security). The Security Company will develop in conjunction with Western Health Regional Director ~ Physical Infrastructure Support and/or delegate to develop a meaningful Quality Assurance Program and Electronic Records Keeping system. The Company must provide stable qualified security staff for Western Health at all times. The Security Company will provide liability insurance for its employees. Western Health will be held harmless for any negligent act of security staff, and the security company will indemnify Western Health for any damage, loss or cost occasioned by any such negligence. The firm must meet with the appropriate Western Health management on a regular basis, to review status of contract (at least every two months). All uniforms for Security Personnel will be provided by the Security Company and approved by Western Health. The Security Company will work with Western Health Regional Security Manager and/or delegate to develop a comprehensive in-service training standard for its employees specifically tailored to the performance of security functions within a healthcare setting. Once such a standard is developed, the Security Company will provide the required training to its employee in accordance with a mandatory training schedule. The Security Company will work with Western Health s Regional Director ~ Physical Infrastructure Support and/or delegate to develop specialized security policies and procedures for Western Health Responsibility of Western Health: Western Health will provide the communication systems necessary for the proper operation of security. Western Health will operate offices at each of the aforementioned facilities for the Security Staff and provide lockers for guards. Western Health will provide telephone services and CCTV hardware and software in consideration of facility infrastructure. Western Health will provide all transportation as required by the Security Guards in the performance of their duties Terms and Termination of Contract: The contract shall commence with the schedule agreed to by Western Health and the successful bidder and continue for a five (5) year period with an option to extend contract of an additional two (2) years if so agreed upon by both parties. The contract may be terminated by Western 11

12 Health giving not less than sixty (60) days written notice of intention to terminate Information Required: The tender must include the names, addresses and contact persons of three companies or facilities where your firm is now or has recently been engaged in providing security services. The tender must include the firm s: a) staff and resources information b) training information c) financial information d) management practices e) financial capabilities f) security agency experience g) security agency performance h) financial security consent Failure to provide information requested in these specifications will result in the rejection of tender. Site visits must be conducted by all interested parties prior to tender submission. Contact Persons: Keith Allen Regional Director, Physical Infrastructure Support (709) Ext 5552 John Piercey Regional Director, Materiels Management (709) Ext ADMINISTRATIVE SPECIFICATIONS 3.1 Local Office: In the absence of a local office in St. John s, Newfoundland, the Contractor is to provide an on-site representative, (e.g. one of the security personnel) for the solution of security problems and for the efficient functioning of the security personnel in general. This representative will also be responsible for the supervision of the security supervisors and personnel. 12

13 3.2 Management Representative: Prior to the start date of the contract, the Contractor will submit in writing to Western Health the name of one (1) management representative and one (1) alternate who is authorized to act for the Contractor in every detail at all times. This person will be made available, at no extra cost to Western Health for impromptu meetings at the Consignee s office during regular office hours and also for regularly scheduled meetings at the call of Western Health. 3.3 Back-Up Support: The Contractor will be responsible for providing properly trained back-up support for illness, holidays or other absences. When back-up support is required, the Contractor shall provide it within two (2) hours. 3.4 Standards Of Conduct: The Contractor will be responsible for maintaining high standards of performance, conduct, competency and integrity in the security personnel assigned to the contract and will pay an hourly rate of pay to the security personnel commensurate with these high standards. 3.5 Change Of Requirements: Within prescribed notice time, Western Health reserves the right to: Increase or decrease the number of hours or timing of requirements at any location. Alter the guard category at any location. Add service at new locations. 3.6 Scheduling And Assigning Work: Within the guard requirements defined by Western Health, it is the Contractor s responsibility to schedule work days and work hours for their employee guards and to assign them to Posts within Western Health premises. It is the responsibility of the security supervisor to consult with the Site Manager responsible for Security and/or delegate to determine precise work requirements and to assign work posts, schedule breaks, lunch, on-the-job training, and accommodate the Western Health orientation training arrangement for security guards. 13

14 3.7 Lunch Breaks And Rest Periods: Western Health agrees to pay for reasonable lunch breaks and rest periods with the understanding that all guards must remain in the building during these periods in the event they may be called back to work to assist in an emergency situation. 3.8 Consistency Of Assignments/Acceptability: With the exception of the Call-In Security Guard requirement, the Contractor will assign the same guards to the same work sites and shifts and restrict the use of their employees exclusively to this contract. This is designed to ensure a work force that is dedicated and familiar with the workplace and to reduce the needs for retraining or reorientation guards to local requirements. If any of the security guards so furnished are subsequently considered by Western Health to be unsuitable, the Contractor shall immediately, upon written notification from Western Health, remove and replace them with security guards acceptable to the Site Manager responsible for Security and/or delegate. Western Health reserves the right to determine the suitability for reassignment of any security personnel removed from a post. 3.9 Turnover: The Contractor will ensure that the hiring practices and selection standards of guards are done in a way to encourage the establishment of a reliable and stable workforce Inspection And Enforcement: In order for Western Health to be able to hold the Contractor accountable for all aspects of services provided, the following inspection and enforcement measures will be periodically carried out: a) work performance inspection on work site. b) appearance inspection on work site c) measurement of guard identification, qualifications, training, turnover rates, shortfills, shortfalls, etc. d) monitoring of the Quality Assurance Process Western Health will carry out the above inspection and reporting function. Western Health reserves the right to periodically conduct on-the-job inspections to determine the overall quality of the Contractor s 14

15 performance, the job knowledge of individual security personnel, the effectiveness of training and to determine the conduct and appearance of the security personnel. In addition, all security personnel may be contacted by telephone by Western Health to ensure their attendance and knowledge of duties. During these inspections, security personnel will identify themselves by: a) name b) rank c) guard license number Security personnel will answer pertinent questions based on Post or Standing Orders and their training experience. Western Health will immediately alert the Contractor of any critical deficiencies found by Western Health Inspectors as a result of the above noted inspection and the Contractor will take immediate remedial action to correct these deficiencies. Failure to do so may be considered grounds for default. Meetings with representatives of the Contractors and Western Health will be held, as required, to discuss the Contractor s performance and proposed remedial action to correct deficiencies Time On Duty: The Contractor shall ensure that security personnel assigned to the contract are not on duty for more than sixteen (16) consecutive hours and they will have a break of eight (8) hours minimum between shifts Supervision: Direct supervision of the security personnel shall be the responsibility of the Contractor. 4. ORDERING GUARD REQUIREMENT: 4.1 Guard Documentation: The Contractor shall submit to Western Health five (5) working days prior to commencement date of the contract, guard documentation (by completing the Guard Documentation Form of Appendix I-1) on the proposed security personnel for approval by Western Health. 15

16 4.1 Guard Documentation: (cont d) The documentation will include: name of guard police clearance certificate (certificate of good conduct) license number social insurance number education language skills rank experience summary length of service certification of training passport size photo (from the waist up) in uniform and without a cap physician medical clearance report 5. SECURITY PERSONNEL QUALIFICATIONS: 5.1 Guard Selection Requirements: The Contractor must agree to carry out a standardized structured interview for each applicant and to conduct a background investigation to confirm the integrity, personal habits, claimed work experienced, training and qualifications of the applicant. Western Health reserves the right to appoint a representative to sit on the structured interview board The Contractor will certify to Western Health that the above criteria have been confirmed in the case of each accepted security guard prior to his/her work assignment. 5.2 Health All security guards must be in a state of health consistent with the ability to perform the required safety and security tasks and derivative capacities. Prior to deployment, all security guards must provide the Contractor with a certificate from a licensed physician attesting to the good health and the absence of physical or mental limiting factors which could interfere with a security guard s performance of duties. 16

17 5.2.1 Physical and Psychological Condition At the request of Western Health, a guard shall obtain a doctor s certificate attesting to general good health, reasonable sound of mind and limb, and absence of physical or psychological limiting factors which might interfere with the discharge of his/her duties. Security personnel shall be free from any communicable diseases. The Contractor will ensure that the appropriate release authorizations are in place that will enable Western Health to review such certificates. Should any disease or condition be under medically acceptable control, the guard will be considered on an individual case basis Visual Acuity Eyesight shall be equal or better than 20/60 in both eyes without glasses/lenses or, equal or better than 20/20 in one eye and 20/20 in the other when using glasses or contact lenses. Individuals with active or progressive ocular disease shall not normally be acceptable for duty as security guards. If accepted, these guards shall be required to show certification at appropriate intervals to attest to meeting the eyesight requirements set out above Hearing Hearing loss in each ear, corrected if necessary to meet the requirement, shall be less than 30db when tested by audiogram for frequencies below 2000 Hz Speech There shall be a clear ability to communicate orally efficiently and effectively Sense of Smell Guards shall have the ability to sense odors. 5.3 Standards of Deportment The Contractor will ensure a high standard of deportment is maintained by the security guards. Examples of conduct considered to be unsuitable are: chewing gum, smoking or eating food on posts except at nonpublic security stations or while on lunch break or in rest rooms 17

18 late for duty evidence of alcohol or drug abuse vacating his/her post without authority on post without prescribed personnel equipment, where applicable, such as radio, keys, notebook, etc. tampering or playing with government property overstaying coffee or lunch breaks idle talk with other security personnel, government staff or visitors indiscreet actions or conduct such as fighting, smoking on public post abusive language or lack of tact such as arguing, swearing not complying with Post Orders, or other written or oral instructions from the authorized Western Health authority The Contractor will be responsible for maintaining high standards of performance, conduct, competency and integrity in the security personnel assigned to the contract. 5.4 Training Basic Training: It is understood that the Contractor will, upon being awarded the contract, have sufficient personnel available who have successfully completed the Security Guard Basic Training Program within 4 months of award of the contract as required by the Licensing Division of the Department of Justice for the Province of Newfoundland. Security guards shall be trained and qualified in Standard First Aid, C.P.R. and Non-Violent Crisis Intervention. Non-Violent Crisis Intervention will be offered to Security Guards at no cost, however, all costs associated with employee wages and benefits shall be the responsibility of the contractor On-the-Job Training The Contractor shall ensure the satisfactory completion of on-thejob training by all security personnel, at his own expense, prior to or within twenty-four (24) hours of assignment to the contract. The nature and length of this training shall be such so as to ensure the security personnel are knowledgeable of their duties Double Banking Whenever it becomes necessary to assign security personnel to the contract for the first time without the guard having first completed 18

19 5.5 Appearance the on-the-job training outlined in paragraph above, the Contractor shall arrange, at his own expense, to have the new personnel double bank with experienced personnel for a minimum of three (3) days, prior to their taking over the post on their own. The Contractor s supervisor shall visit the Post to ensure that the new personnel are knowledgeable of duties. The Contractor will be responsible for ensuring the appearance of all security personnel assigned to the contract is such as to reflect credit on Western Health and the Contractor. a) Uniforms are to be clean, pressed and in good repair. b) Head and facial hair to be neat, clean and well groomed. Exaggerated hair styles that detract from the uniform image will not be acceptable. Beards, mustaches and sideburns must be modest and well groomed. c) Shoes are to be cleaned and polished. d) Only approved uniforms are to be worn. e) Neatness in dress. f) Security guards to be clean and devoid of foul or offensive odors. 5.6 Licensing/Identification Card Security personnel are to be licensed in accordance with Provincial Regulations. The prescribed identification card must be in their possession at all times when on duty shall be produced for inspection at the request of any person. In the event a security guard loses the identification card due to causes beyond his/her control, that guard shall carry in his/her possession: a) a photocopy of their guard license b) a signed statement from the Contractor s delegated representative certifying to: the reasons leading to a failure to have the necessary identification the date of loss or misplacement of the identification card the steps taken to advise the Provincial Government and to obtain a new identification card Notwithstanding the above, if the Contractor fails to obtain a replacement identification card within two (2) weeks of its loss or misplacement, the guard who has lost or misplaced such card shall be replaced. 19

20 In all other cases, the Contractor will replace, upon request from the contracting authority, or any other authorized person, any security guard who fails to produce the necessary prescribed identification. In some cases, security personnel may be required to carry Western Health issued and controlled identification cards or security passes. 5.7 Bonding 5.8 Age All security personnel shall be Fidelity Bonded. All guards must meet the minimum age requirement for guards in the Province of Newfoundland. 5.9 Education All security personnel shall have received formal education which will permit guards to be able to read and comprehend Post and Standing Orders and to write legible reports and entries Citizenship Security guards must be Canadian citizens or permanent residents of Canada for three (3) years with a valid employment authorization document. Each guard shall possess proof of Canadian citizenship when required for certain positions as defined by the Western Health. Non-citizens shall produce proof of landed immigrant status or a valid employment authorization document Language Security guards must be able to speak, read and write in English Affirmative Action and Discriminating Practices In the selection of security guards, the Contractor shall make a determined effort to ensure that women and minority groups be considered and receive a share of assignment opportunities consistent with the selection criteria. It is the Contractor s responsibility to ensure that hiring practices do not constitute discriminating practice, i.e. - by sex, age, language, health, bearing in mind the specification and capacities identified in this contract. 20

21 5.13 Security Guard Experience and Training: All personnel must have a minimum of six (6) months continuous recent experience as a security guard or have had service with the Canadian Armed Forces, R.C.M.P. or a Police Department and this service must be acceptable to Western Health. All personnel must have a valid First Aid, C.P.R. and Therapeutic Crisis Intervention certificate. If certificate is not in place, Contractor has three (3) months to have all staff certified. In addition, refresher courses relating to these particular training sessions will be undertaken by all Security Guards in accordance with normal requirements and will be conducted by the contractor at his cost. 6. UNIFORM SPECIFICATIONS 6.1 General: All uniforms will be provided by the Contractor and the prescribed uniform will be of a design deemed appropriate by Western Health. All uniforms shall be identical in design and color. Uniforms provided by the Contractor shall be worn by all security personnel assigned to the contract at all times while engaged in the performance of the services required. Security personnel may not enter on duty unless they are wearing a complete uniform. Ranked security personnel must wear a badge denoting their rank and this badge must be discernible on the uniform at all times. All guards shall wear, while on duty, a uniform conforming to the following requirements: readily distinguished from public police force; and displays the company logo or name in a prominent position All uniforms must be maintained, clean, neat and must fit properly at all times. Worn, frayed, damaged or patched uniforms will not be accepted. Shoes are to be cleaned and polished. Security guards will be subject to inspection by Western Health. It is agreed and understood that security personnel will be provided with uniforms in a satisfactory condition and subject to the acceptance of the Western Health Care. Failure to provide acceptable uniforms may be considered grounds for the guard s removal from Western Health premises. 6.2 Minimum Scale Of Issue Of The Prescribed Uniform: The Contractor shall issue uniforms at commencement of employment in new or very good condition: 21

22 two (2) jackets two (2) trousers, skirt/slack combination two (2) shirts/blouses one (1) tie/scarf one (1) raincoat (as required for outside post) one (1) parka (Arctic) one (1) pair of gloves one (1) cap one (1) pair of boots/shoes one (1) belt 6.3 Replacement Of Clothing Items All issued uniform items shall be replaced by the Contractor as the need arises so as to ensure that security personnel are well dressed at all times. Following a request by Western Health the Contractor will issue a uniform in new or very good condition to a specific guard. 6.4 Accouterments The uniform must include: a) company logo and Western Health Security Patch b) name plate and a security guard badge or flash above left pocket of tunic/blazer and/or shirt/blouse 7. MATERIAL SPECIFICATIONS 7.1 Material Furnished by Western Health as indicated below: control room communication/cctv equipment telephone necessary for the conduct of official business facilities for security personnel personal belongings necessary punch clocks, discs and punch keys, etc. flashlights, batteries 2-way radios It is understood and agreed that the Contractor shall be responsible for the maintenance of this equipment and will repair and/or replace it in the event of any loss or neglectful damage. The cost of normal maintenance, required as a result of ordinary wear and tear, will be borne by Western Health Furnished by the Contractor as indicated below: uniforms, rank and other badges security personnel time sheets 22

23 provincial licenses for security personnel guard documentation forms It is understood and agreed that the above equipment will remain the property of the Contractor who shall be responsible for all operating costs such as maintenance, batteries, back-up equipment, etc. 7.2 Safeguarding Property The Contractor shall take all reasonable precautions as directed by the consignee to safeguard and protect Western Health property. 7.3 Property Accountability: All property furnished by the consignee under this contract shall remain the property of the Western Health. Upon termination of the contract, the Contractor shall render an accounting of all such property which came into his possession under this contract. The Contractor will reimburse the consignee for any lost, damaged or missing items because of actions by their employees. 7.4 Abuse Of Telephones - Long-Distance Charges: The Contractor will pay for any unauthorized long-distance telephone charges that their employees incur while they are on hospital property. 7.5 Use Of Hospital Property: Western Health property shall only be used for official business in the performance of this contract. 8. CONTRACTOR PERFORMANCE STANDARDS The Contractor agrees with the following terms and conditions: 8.1 Overfill: Overfills occur when the Contractor supplies too many guards, or guards for longer periods than required, or at a higher level than required. The consignee will pay only for the services requested. 8.2 Shortfills: Shortfills occur when the Contractor supplies unqualified guards. The consignee reserves the right to refuse security guards not qualified at the 23

24 level required. If the consignee accepts guard services provided at lower than the level required, billing rates at the level provided will apply. Overtime rates will not be paid by the consignee to allow the Contractor to compensate for shortage of guards at the required level. 8.3 Shortfalls: Shortfalls occur when the required guard services are not supplied at a post or work site. The consignee will pay only for time actually worked. If a security guard arrives late for work, or leaves early for any reason, overtime will not be paid by the consignee when the Contractor fills the vacancies so created. Moreover, the absence of a guard at a post or work site without a replacement constitutes a shortfall for a portion of a shift. The consignee will not accept shortfalls and reserves the right to bring in guards from another company or to use the consignee s employees to replace the guards the Contractor does not supply Reimbursement for Shortfalls The consignee will charge the Contractor any difference in billing rates for contract guards from another company, the difference in the hourly wages paid to the consignee s employees up to a maximum of $30.00 per hour. In these cases, this can include overtime costs. 8.4 Suspension/Rejection Criteria The following conditions will be cause for an immediate request by the consignee for the removal of security guards from work assignments on the consignee s premises: Dependency on or addiction to or inordinate use of illicit drugs or alcohol Emotional instability or mental disorders Conviction for a criminal offense for which a pardon has not been granted Poor eyesight or hearing Pronounced speech impediment Persistent problems of absenteeism Persistent performance problems Persistent appearance Persistent deportment problems Inadequate training or experience Unacceptable licensing or loss of a license/id card. 24

25 The following conditions may also be cause for terminating the Contractor s service: High turnover rate Excessive shortfills or shortfalls Failure to carry out necessary supervisory patrols Unacceptable contract management and guard supervision Failure to comply with the terms and conditions of the contract. 8.5 Security Personnel Turnover: High turnover rate - Turnover is the number of security guards hired to replace those leaving or dropped from the Contractor s work force. The turnover rate will be expressed in percentage as the ratio of those hired replacements to the number of guards declared by the Contractor as the work force necessary to meet the consignee s requirement for permanent posts and is calculated on an annual basis. 9. DUTIES OF SECURITY PERSONNEL 9.1 Duties a) Patrol the public areas, in and around Western Health sites, car park and other public areas, for security and fire prevention purposes. b) Checking parking lots and ticketing vehicles illegally parked. c) Enforce No Smoking regulations. d) Check buildings during evenings, midnights, weekends and holidays for security and fire prevention purposes in accordance with a list of buildings supplied by Western Health. e) Direct auto traffic, if and when required. f) Provide a courteous information service to the public, as required. g) Control pedestrian and vehicular traffic at entrances during Emergency procedures. h) Maintain an Occurrence System in accordance with Western Health policy. i) Maintain order to the general public. j) Lock and unlock doors when required. k) Assists Clinical Staff with violent and unruly patients/residents/clients The above (9.1) only contains common duties to be performed across the majority of sites specified in this document. Detailed standing orders for each site will be established with the successful bidder. 25

26 9.2 Administrative Duties: a) Assist in the administration process of issuing parking permits b) Collect money from parking meters as required c) Complete monthly reports and submit to applicable Manager (Security) Western Health d) Maintain log of each shift activities e) Complete special reports for major incidents f) Maintain control over parking tickets and complete documentation for submittal of same to Provincial Traffic Court g) Maintain records for security punch clock system h) Maintain orderly library of video tapes used in surveillance equipment and cameras Western Health reserves the right to amend or modify the proceeding duties to meet the needs of the client and the Contractor shall respond accordingly to ensure their implementation. 10. HOURLY RATE ADJUSTMENT 10.1 Minimum Wage: The successful bidder shall pay the security supervisor at each site a minimum hourly rate of $16.00 at the commencement of the contract. The successful bidder shall pay the security officers at each site a minimum hourly rate of $12.00 at the commencement of the contract. The tender must include a complete breakdown of the hourly rates of pay both for the Supervisor and Security Officers, as well as their overtime or special duty rates of pay on a Site by Site basis. The successful firm must be able to make available to Western Health on request extra qualified Security Officers for emergency or special duty assignments, at applicable rates of pay. All other costs pertaining to or associated with the provision of this service must be included in your submission Hourly Rate Adjustment The hourly rates stated herein may be subject to review and adjustment by Western Health if: a) A Provincial or Federal legislative change in employer contributions takes effect. Any adjustment will be equal to the increase, or decrease, in employer contributions, expressed in cents per hour. 26

27 The Contractor will submit a written request for Western Health s approval for any adjustment Requests for adjustments are to be addressed to: Keith Allen, Regional Director, Physical Infrastructure Support, Western Health (709) Ext INSURANCE REQUIREMENTS The Contractor shall, at its own expense, provide and maintain during the full term of the contract the following insurances as applicable: a) Comprehensive General Liability The limit of liability shall be for bodily injury and property damage and NOT LESS than $1,000, per accident or occurrence. b) Automobile Liability The limit of liability shall be for bodily injury and property damage and NOT LESS than $2,000, per accident. c) Non-Owned Automobile Liability The limit of liability shall be for bodily injury and property damage and NOT LESS than $1,000,000.per accident. d) Life Insurance: The limit of coverage shall be for bodily injury to the Contractor s employees incurred in carrying out his/her security services duties resulting in the death of the employee. The life insurance policy shall be NOT LESS than $10, per employee. Immediately upon notification of award of contract, the Contractor shall provide the Western Health with a Certificate of Insurance from the Insurer stating: a) That the required insurance is in effect b) That the contractual or assumed liability under the contract is covered c) That Western Health has been named as an additional insured d) That the Cross Liability Clause will apply 27

28 e) That the Professional Services Branch will be given at least fifteen (15) days prior written notice of any policy cancellation or of any change in the limit or type of insurance specified. The foregoing insurance provisions shall not limit the insurance required by Municipal, Provincial or Federal Law. IT SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO DETERMINE WHAT ADDITIONAL INSURANCE COVERAGE, IF ANY, IS NECESSARY AND ADVISABLE FOR ITS OWN PROTECTION AND/OR TO FULFILL ITS OBLIGATIONS UNDER THIS CONTRACT. ANY SUCH ADDITIONAL INSURANCE SHALL BE PROVIDED AND MAINTAINED BY THE CONTRACTOR AT ITS OWN EXPENSE. In lieu of the life insurance policy, written confirmation from the Contractor that $10, will be paid to the employee s beneficiary or estate will be acceptable. 12. FINANCIAL SECURITY 12.1 Requirement Within fourteen (14) days of award of contract, the Contractor shall deposit with the Contracting Authority Financial Security as outlined below Definitions Financial Security Means: Performance Bonds and Labour and Material Payment Bonds each in the amount shown on the page below Custody And Disposal Of Financial Security The financial security shall be held by Western Health as security for the due fulfillment of all of the terms and conditions of the contract. In the event of default or non-performance by the Contractor: If financial security is in the form of a performance bond and labour and material payments bond, Western Health will have recourse to the Bonding Company Limit Of Financial Security 28

29 The Performance Bond and Labour and Materials Bond shall be for the sum of $ 50, to expire at the end of the contract term. 13. METHOD OF PAYMENT 13.1 Time Verification Time charged and the accuracy of the time recording will be verified by the Western Health representatives before or after payment is made to the Contractor under the terms and conditions of this contract Method of Payment: Payment by the Western Health for the work shall be made within fortyfive (45) days following the date on which an invoice and substantiating documentation are received according to the terms of the contract. If Western Health has any objection to the form of the invoice or the substantiating documentation, within fifteen (15) days of its receipt, we shall notify the Contractor of the nature of the objection. Form of the Invoice means an invoice which contains or is accompanied by such substantiating documentation as Western Health requires Invoices The Contractor will send one (1) original and two (2) copies of the invoice to the consignee, on a monthly basis, for services actually rendered. 14. GENERAL CONDITIONS: Please state the amount of H.S.T to be invoiced: $ Please confirm Price Protection Period: Please state delivery time from date of purchase order: Vendor Confirmation (please sign) I confirm that our Tender meets or exceeds the specifications detailed in this invitation to Tender. I also confirm that all specifications are included in the quoted price. Any items that are optional are noted accordingly. Signed 29

30 Title Company Name Address Phone 15. BID SHEET: Please complete the following Bid Sheet indicating the total cost of wages for the 5 year term of the contract, ( Excluding taxes ) to Western Health. Year 1 Year 2 Year 3 Year 4 Year 5 Guard, Regular Guard Overtime Supervisor, Regular Supervisor, Overtime. 16. Presentation A presentation of the Tender and / or a demonstration of the product / system shall be provided, if requested, at the Vendor s expense. 17. Product History and Vendor Reputation The Vendor shall provide a list of three (3) organizations where a similar Unit has been installed. Include a contact person for each organization. 18. Financial Considerations 18.1 All applicable taxes shall be indicated in the Tender. 30

31 TENDER CHECKLIST TENDER # DID YOU INCLUDE HAS TENDER SUBMISSION BEEN SIGNED Yes No COPY OF REQUIRED TENDER DOCUMENTS Yes No COPY OF BROCHURES (IF REQUESTED) Yes No COPY OF WCB LETTER OF GOOD STANDING (IF REQUIRED) Yes No COPY OF PROOF OF INSURANCE (IF REQUIRED) Yes No AMOUNT OF TAX NOTED ON REQUEST FOR QUOTATION FORM Yes No OPTIONAL PRICING FOR TRAINING INCLUDED Yes No NOTE: TENDER RESPONSES MAY BE REJECTED IF YOU ANSWER NO TO ANY OF THE ABOVE QUESTIONS. 31

SPECIFICATIONS FOR TENDER # SUPPLY OF HOSPITAL CRITICAL CARE BED FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF HOSPITAL CRITICAL CARE BED FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER #0171-1203 SUPPLY OF HOSPITAL CRITICAL CARE BED FOR WESTERN HEALTH CLOSING DATE: 3 FEBRUARY 2012 Invitation to Tender for Hospital Critical Care Beds 1.0 General Provisions 1.1

More information

Procurement of Services

Procurement of Services AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Standard Bidding Documents Procurement of Services HIRING OF A SECURITY COMPANY TO SECURE THE PREMISES OF THE AFRICAN UNION CONTINENTAL LOGISTICS

More information

Subject: Request for Proposal for Security Guard Services for the Kaizen Learning Links USAID-Funded project in Gbarnga, Bong County, Liberia

Subject: Request for Proposal for Security Guard Services for the Kaizen Learning Links USAID-Funded project in Gbarnga, Bong County, Liberia Date: June 12, 2018 Ref.: RFP/KZN-LL/18/004 Subject: Request for Proposal for Security Guard Services for the Kaizen Learning Links USAID-Funded project in Gbarnga, Bong County, Liberia The Kaizen Company

More information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS SECURITY GUARD SERVICES FOR THE ERMA BYRD CENTER RFP #18013.

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS SECURITY GUARD SERVICES FOR THE ERMA BYRD CENTER RFP #18013. WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS SECURITY GUARD SERVICES FOR THE ERMA BYRD CENTER RFP #18013 Table of Contents Section 1 Section 2 Section 3 Section 4 Section 5 Section

More information

2012/2013 ST. JOSEPH MERCY OAKLAND Pontiac, Michigan HOUSE OFFICER EMPLOYMENT AGREEMENT

2012/2013 ST. JOSEPH MERCY OAKLAND Pontiac, Michigan HOUSE OFFICER EMPLOYMENT AGREEMENT 2012/2013 ST. JOSEPH MERCY OAKLAND Pontiac, Michigan SAMPLE CONTRACT ONLY HOUSE OFFICER EMPLOYMENT AGREEMENT This Agreement made this 23 rd of January 2012 between St. Joseph Mercy Oakland a member of

More information

General Contractor Services - Small Projects

General Contractor Services - Small Projects Request for Proposals General Contractor Services - Small Projects Issue Date: May 7, 2018 General Contractor Services - Small Projects TABLE OF CONTENTS DEFINITIONS ------------------------------------------------------------------------------------------------------------------

More information

THIS AGREEMENT made effective this day of, 20. BETWEEN: NOVA SCOTIA HEALTH AUTHORITY ("NSHA") AND X. (Hereinafter referred to as the Agency )

THIS AGREEMENT made effective this day of, 20. BETWEEN: NOVA SCOTIA HEALTH AUTHORITY (NSHA) AND X. (Hereinafter referred to as the Agency ) THIS AGREEMENT made effective this day of, 20. BETWEEN: NOVA SCOTIA HEALTH AUTHORITY ("NSHA") AND X (Hereinafter referred to as the Agency ) It is agreed by the parties that NSHA will participate in the

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS

More information

Temporary/Relief Phlebotomy Services

Temporary/Relief Phlebotomy Services Temporary/Relief Phlebotomy Services 1. Introduction/Services a. The Contractor shall provide all labor, materials, staff, transportation, license, permits, and every other item of expense necessary to

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

Grant Seeking Grant Writing And Lobbying Services

Grant Seeking Grant Writing And Lobbying Services REQUEST FOR PROPOSALS Grant Seeking Grant Writing And Lobbying Services FOR CITY OF SANGER, CALIFORNIA January 7, 2011 CITY OF SANGER TABLE OF CONTENTS This solicitation package includes the sections and

More information

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization

More information

terms of business Client Details Client name:... Billing name:... Address:... address:... NZBN/NZCN:... Contact name:... Phone number:...

terms of business Client Details Client name:... Billing name:... Address:...  address:... NZBN/NZCN:... Contact name:... Phone number:... terms of business new zealand This document sets out the terms and conditions ( Terms of Business ) upon which Randstad Limited NZBN 9429037147334 ( Randstad ) will introduce and supply Candidates, Contractors

More information

Request for Proposal. Interpretation/Translation Services

Request for Proposal. Interpretation/Translation Services Request for Proposal Interpretation/Translation Services LUZERNE COUNTY CHILDREN AND YOUTH SERVICES JUVENILE PROBATION SERVICES LUZERNE COUNTY PENNSYLVANIA For the Fiscal Year Beginning 7/1/13 Ending 6/30/14

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

Workplace Safety and Health Management System Administration

Workplace Safety and Health Management System Administration Workplace Safety and Health Management System Administration - River East Transcon... Page 1 of 36 July 19, 2018 No school today Workplace Safety and Health Management System Administration SAFE OPERATING

More information

MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR

MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR REQUEST FOR PROPOSALS MARKET OPPORTUNITY ANALYSIS FOR THE OCEAN TECHNOLOGY SECTOR IN NEWFOUNDLAND AND LABRADOR DEPARTMENT OF INNOVATION, BUSINESS AND RURAL DEVELOPMENT February 1, 2012 TABLE OF CONTENTS

More information

RESOLUTION NUMBER 2877

RESOLUTION NUMBER 2877 RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY

More information

Client name:... Billing name:... Address:... address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):...

Client name:... Billing name:... Address:...  address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):... terms of business australia This document sets out the terms and conditions ( Terms of Business ) upon which Randstad Pty Limited ABN 28 080 275 378 with its registered office at Level 5, 109 Pitt Street,

More information

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12011 Replacement of Traffic Signal Cabinets on the City Square Proposal Release: July 13, 2011 Proposal Questions Deadline: Proposal Due Date: July 22,

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

VERMILLION COUNTY SHERIFF'S OFFICE

VERMILLION COUNTY SHERIFF'S OFFICE VERMILLION COUNTY SHERIFF'S OFFICE Michael R. Phelps - Sheriff 1888 S State Rd 63 - P.O. Box 130 Newport, IN 47966 (765) 492-3737 / 492-3838 (Fax) 492-5011 sheriff@vcsheriff.com Employment applications

More information

Automatic License Plate Recognition System for the Police Department

Automatic License Plate Recognition System for the Police Department City of Dublin Purchasing Department RFP #13 001 Issue Date: May 3, 2013 Automatic License Plate Recognition System for the Police Department Proposals due May 28, 2013 @ 2:00 P.M. EST City of Dublin License

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018 Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System

More information

Health and Safety Qualification Form

Health and Safety Qualification Form Nalcor and its subsidiaries (Owner) are committed to providing and maintaining a safe and healthy workplace for its employees, contractors, and the general public. Nalcor recognizes that a qualification

More information

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk CITY OF GRAND BLANC REQUEST FOR PROPOSAL FOR PRE-DEMOLITION INVESTIGATION AND SURVEY OF ASBESTOS AND HAZARDOUS MATERIALS FOR THE STRUCTURE AT 113 REID ROAD, GRAND BLANC, MICHIGAN 48439 Issued: Thursday,

More information

Request for Proposals

Request for Proposals Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School

More information

THE CORPORATION OF THE UNITED TOWNSHIPS OF HEAD, CLARA & MARIA HEALTH AND SAFETY POLICY APPENDIX A TO BY-LAW

THE CORPORATION OF THE UNITED TOWNSHIPS OF HEAD, CLARA & MARIA HEALTH AND SAFETY POLICY APPENDIX A TO BY-LAW THE CORPORATION OF THE UNITED TOWNSHIPS OF HEAD, CLARA & MARIA HEALTH AND SAFETY POLICY APPENDIX A TO BY-LAW 2008-19 Approved by: Municipal Council Approval date: August 2008 HEALTH AND SAFETY POLICY STATEMENT

More information

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT The City of Mt. Pleasant, Michigan, is seeking a consultant to prepare a Reliability

More information

Client name:... Billing name:... Address:... address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):...

Client name:... Billing name:... Address:...  address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):... terms of business education australia This document sets out the terms and conditions ( Terms of Business ) upon which Randstad Pty Limited ABN 28 080 275 378 with its registered office at Level 5, 109

More information

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY A. INTENT Community colleges must procure commodities and services in accordance with Article 5-A of the New York State General Municipal Law. This law

More information

Request for Proposal. Independent Living

Request for Proposal. Independent Living Request for Proposal Independent Living LUZERNE COUNTY CHILDREN AND YOUTH SERVICES JUVENILE PROBATION SERVICES LUZERNE COUNTY PENNSYLVANIA For the Fiscal Year Beginning 7/1/13 Ending 6/30/14 The term of

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

SECURITY OFFICER, 3181 SENIOR SECURITY OFFICER, 3184 PRINCIPAL SECURITY OFFICER, 3200 CHIEF SECURITY OFFICER, 3187

SECURITY OFFICER, 3181 SENIOR SECURITY OFFICER, 3184 PRINCIPAL SECURITY OFFICER, 3200 CHIEF SECURITY OFFICER, 3187 3-11-83 SECURITY OFFICER, 3181 SENIOR SECURITY OFFICER, 3184 PRINCIPAL SECURITY OFFICER, 3200 CHIEF SECURITY OFFICER, 3187 Summary of Duties : Patrols, stands watch at a fixed post and safeguards City-owned

More information

TABLE OF CONTENTS Roles & Responsibilities

TABLE OF CONTENTS Roles & Responsibilities TABLE OF CONTENTS Roles & Responsibilities 2. ROLES & RESPONSIBILITIES... 2--2 A. PURPOSE... 2 2 B. SCOPE... 2 2 C. RESPONSIBILITIES... 2 3 D. ENFORCEMENT OF HEALTH AND SAFETY RULES.... 2---6 E. PROGRAM

More information

ALLEGAN COUNTY SHERIFF S OFFICE/JAIL WORK RELEASE PROGRAM

ALLEGAN COUNTY SHERIFF S OFFICE/JAIL WORK RELEASE PROGRAM ALLEGAN COUNTY SHERIFF S OFFICE/JAIL WORK RELEASE PROGRAM All applicants will be required to wear a GPS tether at all times while on work release. These tethers will be monitored daily for violations and

More information

PATIENT RIGHTS TO ACCESS PERSONAL MEDICAL RECORDS California Health & Safety Code Section

PATIENT RIGHTS TO ACCESS PERSONAL MEDICAL RECORDS California Health & Safety Code Section PATIENT RIGHTS TO ACCESS PERSONAL MEDICAL RECORDS California Health & Safety Code Section 123100-123149. 123100. The Legislature finds and declares that every person having ultimate responsibility for

More information

Town of Windham Request for Proposals (RFP s) for Animal Control Services

Town of Windham Request for Proposals (RFP s) for Animal Control Services Town of Windham Request for Proposals (RFP s) for Animal Control Services PART A: PURPOSE OF REQUEST The Town of Windham is seeking Proposals from individuals or organizations interested in providing animal

More information

Lompoc Police Department Explorer Post #700

Lompoc Police Department Explorer Post #700 Lompoc Police Department Explorer Post #700 APPPPLIICATIION FOR MEMBERSSHIIPP Print legibly all information required and answer all questions as completely and truthfully as possible. After filling out

More information

telework va A Sample Telework Pilot Program s Guidelines

telework va A Sample Telework Pilot Program s Guidelines A Sample Telework Pilot Program s Guidelines Use the sample below as an outline for your company s telework program and tailor it for your business specific needs. [COMPANY NAME] has established a pilot

More information

Application for Employment. Page 1 07/18

Application for Employment. Page 1 07/18 Application for Employment Page 1 Dear Applicant, Thank you for expressing interest in the Washington State University Cougar Security Program. The following outline should help you understand the program,

More information

Telecommuting Policy

Telecommuting Policy Telecommuting Policy The Telecommuting Policy provides guidelines on the telecommuting program. It defines the parameters of the telecommuting arrangement. The policies must fit the existing university

More information

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting REQUEST FOR PROPOSAL FOR Web Hosting Anniston City Schools FRP Number FY2012 Web Hosting Anniston City School District 4804 McClellan Blvd Anniston, Al 36206 www.annistonschools.com Objective The Anniston

More information

PER DIEM NURSING & PHARMACIST

PER DIEM NURSING & PHARMACIST STATEMENT OF WORK SUPPLEMENTAL INVITATION FOR BID FOR PER DIEM NURSING & PHARMACIST ISSUING OFFICE COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES BUREAU OF PROCUREMENT 555 Walnut Street Forum

More information

Request for Proposal. Parenting Education

Request for Proposal. Parenting Education Request for Proposal Parenting Education LUZERNE COUNTY CHILDREN AND YOUTH SERVICES JUVENILE PROBATION SERVICES LUZERNE COUNTY PENNSYLVANIA For the Fiscal Year Beginning 7/1/13 Ending 6/30/14 The term

More information

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES Request for Proposal PROFESSIONAL AUDIT SERVICES FORENSIC AUDIT OF CITY S FINANCE DEPARTMENT, URA ACCOUNTS AND DEVELOPMENT AUTHORITY ACCOUNTS PROCEDURES CITY OF FOREST PARK TABLE OF CONTENTS I. INTRODUCTION

More information

MONROE COUNTY SHERIFF S OFFICE APPLICANT INFORMATION SUMMARY

MONROE COUNTY SHERIFF S OFFICE APPLICANT INFORMATION SUMMARY Name (print or type): Date Received Position Applied For: by MCSO: MONROE COUNTY SHERIFF S OFFICE APPLICANT INFORMATION SUMMARY INTEGRITY RESPECT SERVICE DIVERSITY HONOR STATEMENT OF EQUAL EMPLOYMENT OPPORTUNITY

More information

EXHIBIT A SCOPE OF WORK

EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF WORK Asbestos Abatement Services for the Florida Department of Transportation FM 227775-1 / State Road 7 (SR-7) from Fillmore Street to South of Stirling Road Hollywood, Broward County,

More information

REQUEST FOR APPLICATIONS

REQUEST FOR APPLICATIONS REQUEST FOR APPLICATIONS Mississippi Community Oriented Policing Services in Schools (MCOPS) Grant Mississippi Department of Education Office of Safe and Orderly Schools Contact: Robert Laird, Phone: 601-359-1028

More information

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES ISSUE DATE: Bedford Township 8100 Jackman Rd. PO Box H Temperance, Michigan 48182 1 TABLE OF CONTENTS PAGE 1) Introduction 3 2) Sequence

More information

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services

More information

NOTICE OF REQUEST FOR PROPOSALS

NOTICE OF REQUEST FOR PROPOSALS NOTICE OF REQUEST FOR PROPOSALS Competitive sealed proposals for professional services will be received by the Contracting Agency, Guadalupe County, New Mexico, for RFP No. 2014-005. The Contracting Agency

More information

Consolato d Italia. Cape Town

Consolato d Italia. Cape Town Consolato d Italia Cape Town SPECIFICATIONS SELECTION PROCEDURE FOR AN EXTERNAL SERVICE PROVIDER TO SUPPORT THE ITALIAN CONSULAR/DIPLOMATIC MISSION IN THE PROCESSING OF VISA APPLICATION DEFINITIONS For

More information

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201 Request for Qualifications for Environmental Consulting Services at: Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201 Request for Qualifications

More information

***DO NOT RETURN THIS SHEET WITH APPLICATION***

***DO NOT RETURN THIS SHEET WITH APPLICATION*** ***DO T RETURN THIS SHEET WITH APPLICATION*** City of Mayfield Heights Experienced Police Officer Entrance Exam Package 2017 Page 1 AD as it appears in Plain Dealer on Sunday April 23, 2017 City of Mayfield

More information

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX The objective of this Request for Proposal is to award a Concession Agreement at Johnston

More information

VAUGHAN PRIMARY SCHOOL HEALTH AND SAFETY POLICY

VAUGHAN PRIMARY SCHOOL HEALTH AND SAFETY POLICY VAUGHAN PRIMARY SCHOOL HEALTH AND SAFETY POLICY Reviewed: Summer 2017 Next Review: Summer 2018 GENERAL The Governing Body notes the provisions of the Health and Safety at Work. etc Act 1974 (s.3(1)), which

More information

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS RFP# CAFTB REQUEST FOR PROPOSALS RFP# CAFTB25092017-01 THE CHILDREN S AID FOUNDATION OF THE DISTRICT OF THUNDER BAY WEBSITE REDESIGN/DEVELOPMENT Issue Date: 25 September 2017 Closing Date: 20 October 2017 Submit

More information

Health & Safety Policy

Health & Safety Policy Health & Safety Policy DATE ISSUED: 1 April 2014 DATE TO BE REVIEWED: 1 April 2014 Health & Safety Policy Page 1 of 11 CONTENTS POLICY OVERVIEW 1 Introduction 2 Purpose 3 Who This Policy Applies To 4 Key

More information

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL TOWNSHIP OF LAKE OF BAYS R.F.P. 2014-12 REQUEST FOR PROPOSAL Consulting Services for Engineering/Environmental Implications/Assessment and Feasibility Study for an Extension to the Dwight Dock Sealed proposals,

More information

Statement of Guidance: Outsourcing Regulated Entities

Statement of Guidance: Outsourcing Regulated Entities Statement of Guidance: Outsourcing Regulated Entities 1. STATEMENT OF OBJECTIVES 1.1 This Statement of Guidance ( Guidance ) is intended to provide guidance to regulated entities on the establishment of

More information

To begin the application process, please complete the enclosed application and bring it with you to one of our weekly meetings.

To begin the application process, please complete the enclosed application and bring it with you to one of our weekly meetings. Dear Explorer Applicant, We are pleased that you have shown interest in the Miramar Police Department Explorer Program. The Explorer program is the best program that young men and women can become involved

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR Proposals must be submitted No later than 4:00 p.m. CDT July 30,

More information

2.3. Any amendment to the present "Terms and Conditions" will only be valid if approved, in writing, by the Agency.

2.3. Any amendment to the present Terms and Conditions will only be valid if approved, in writing, by the Agency. TERMS AND CONDITIONS Nanny Agency Portugal develops its activity based on the conditions set out in this document. In order to protect your interests, read this document carefully. 1. Definitions 1.1.

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice

More information

Township of Lower Salford, Montgomery County 379 Main Street, Harleysville PA 19438

Township of Lower Salford, Montgomery County 379 Main Street, Harleysville PA 19438 Township of Lower Salford, Montgomery County 379 Main Street, Harleysville PA 19438 Application for Employment as a Probationary Police Officer Instructions: Before completing this form, carefully read

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167 REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church 361 Sam Ridley Parkway East Smyrna, Tennessee 37167 Released on February 2, 2018 SECURITY CAMERA INSTALLATION Stones River

More information

HOUSING AUTHORITY OF THE CITY OF HANNIBAL, MISSOURI CONTRACT FOR THE PROVISION OF SUPPMEMENTAL POLICE SERVICES

HOUSING AUTHORITY OF THE CITY OF HANNIBAL, MISSOURI CONTRACT FOR THE PROVISION OF SUPPMEMENTAL POLICE SERVICES HOUSING AUTHORITY OF THE CITY OF HANNIBAL, MISSOURI CONTRACT FOR THE PROVISION OF SUPPMEMENTAL POLICE SERVICES This contract, made and entered into this day of,, by and between the Housing Authority of

More information

The following specific criteria will be evaluated and must be addressed in the proposal:

The following specific criteria will be evaluated and must be addressed in the proposal: 02/12/2018 Cleaning Service/Janitorial Company Address City, State Zip Code Re: Request for Proposal Dear Bidder, Care Resource is seeking proposals from qualified Contractors to provide cleaning/janitorial

More information

Shift Officer / Paramedic Job Description

Shift Officer / Paramedic Job Description Shift Officer / Paramedic Job Description WORK HOURS: As required or as necessary during a 24-day work period FLSA STATUS: Non-Exempt SCHEDULE: 48/96 currently, but may change at any time to accommodate

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Delivery of professional consulting and matchmaking services to enhance the trade and export development activity between Newfoundland and Labrador and Ireland Issued by the

More information

Health and Safety Roles and. Responsibilities SI0317

Health and Safety Roles and. Responsibilities SI0317 SI Identification Number Policy Ownership SI0317 Chief Health and Safety Adviser Issue Date 19/01/2017 Review Date Governing Service Policy Cancellation of Classification Annually Health & Safety SP01/2013

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

STATEMENT OF WORK FOR OIL WATER SEPARATOR CLEANING AT VARIOUS LOCATIONS ON SCOTT AFB (SAFB) 01 OCT SEP 17 GENERAL REQUIREMENTS

STATEMENT OF WORK FOR OIL WATER SEPARATOR CLEANING AT VARIOUS LOCATIONS ON SCOTT AFB (SAFB) 01 OCT SEP 17 GENERAL REQUIREMENTS STATEMENT OF WORK FOR OIL WATER SEPARATOR CLEANING AT VARIOUS LOCATIONS ON SCOTT AFB (SAFB) 01 OCT 16 30 SEP 17 GENERAL REQUIREMENTS 1. DESCRIPTION OF WORK. The contractor shall furnish all labor, transportation,

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

More information

Instruction. Return completed reimbursement application to:

Instruction. Return completed reimbursement application to: 4/4/2018 Instruction 1. Submit one copy per DOE Vendor ID / Tax ID. 2. Please list all OPT Codes on Page 1. 3. Page 5 must be notarized and in original signature. 4. Please mailed out all 19 pages of the

More information

Model terms and conditions of service for a salaried general practitioner employed by a GMS practice ( Practice )

Model terms and conditions of service for a salaried general practitioner employed by a GMS practice ( Practice ) Model terms and conditions of service for a salaried general practitioner employed by a GMS practice ( Practice ) Notes These are model terms and conditions for use by GMS Practices in England and the

More information

Caledonia Park Playground Equipment

Caledonia Park Playground Equipment Request for Proposals Caledonia Park Playground Equipment Issued: Monday, March 12, 2018 Prepared By: City of Cleveland Heights Parks and Recreation Department Cleveland Heights, Ohio Joseph McRae, Parks

More information

New Brunswick Nurses Union Text for all changes proposed in Tentative Agreement January 2013

New Brunswick Nurses Union Text for all changes proposed in Tentative Agreement January 2013 New Brunswick Nurses Union Text for all changes proposed in Tentative Agreement January 2013 Changes are only those that are underlined or crossed out. Article 3 Definitions 3.13 Seniority is a measurement

More information

Greenway Protective Services, Inc.

Greenway Protective Services, Inc. Greenway Protective Services, Inc. COLLECTION CENTER ATTENDANT Greenway Protective Services is the contractor that provides staff for Chatham County s 12 Collection Centers for trash and recycling. We

More information

LOCAL APPENDICES TO THE COLLECTIVE AGREEMENT. TORONTO EAST GENERAL HOSPITAL (hereinafter called the Hospital )

LOCAL APPENDICES TO THE COLLECTIVE AGREEMENT. TORONTO EAST GENERAL HOSPITAL (hereinafter called the Hospital ) LOCAL APPENDICES TO THE COLLECTIVE AGREEMENT Between: TORONTO EAST GENERAL HOSPITAL (hereinafter called the Hospital ) And: ONTARIO NURSES ASSOCIATION (hereinafter called the Union ) FULL-TIME AND PART-TIME

More information

BRISTOL POLICE DEPARTMENT APPLICANT INFORMATION BOOKLET 395 Metacom Ave Bristol, RI (401)

BRISTOL POLICE DEPARTMENT APPLICANT INFORMATION BOOKLET 395 Metacom Ave Bristol, RI (401) BRISTOL POLICE DEPARTMENT APPLICANT INFORMATION BOOKLET 395 Metacom Ave Bristol, RI 02809 (401) 253-6900 Steven Contente Town Administrator Bristol, Rhode Island Josue D. Canario Chief of Police Bristol,

More information

Request for Proposals

Request for Proposals Request for Proposals City of Portsmouth, New Hampshire Annual Services Contract - Comprehensive INSTRUMENTATION and SCADA ANNUAL SERVICES CONTRACT RFP No. 04-08 CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC

More information

GUILFORD COUNTY SCHOOLS RFP # 6024 Request for Proposal to provide Nursing Services (RN, LPN, CNA II)

GUILFORD COUNTY SCHOOLS RFP # 6024 Request for Proposal to provide Nursing Services (RN, LPN, CNA II) GUILFORD COUNTY SCHOOLS RFP # 6024 Request for Proposal to provide Nursing Services (RN, LPN, CNA II) Guilford County Schools (GCS) provides an appropriate education for all students identified as having

More information

Controlling Office: Director of Clinical Services Effective Date: May 1, Applies to CAMTS: n/a Last Review: January 1, 2018

Controlling Office: Director of Clinical Services Effective Date: May 1, Applies to CAMTS: n/a Last Review: January 1, 2018 Statement of Policy Respiratory Program Policy #: SMS-022 Controlling Office: Director of Clinical Services Effective Date: May 1, 2013 Applies to CAMTS: n/a Last Review: January 1, 2018 Policy About 32

More information

Township of Lower Salford, Montgomery County 379 Main Street, Harleysville PA 19438

Township of Lower Salford, Montgomery County 379 Main Street, Harleysville PA 19438 Township of Lower Salford, Montgomery County 379 Main Street, Harleysville PA 19438 Application for Employment as a Probationary Police Officer Instructions: Before completing this form, carefully read

More information

Polk County Sheriff s Office

Polk County Sheriff s Office Polk County Sheriff s Office Explorer Post 900 Application Grady Judd, Sheriff Polk County Sheriff s Office 1891 Jim Keene Blvd Winter Haven, FL 33880 (863) 298-6200 www.polksheriff.org Pride In Service

More information

FACILITIES USE POLICY

FACILITIES USE POLICY FACILITIES USE POLICY I. Introduction The primary purpose for the facilities at Suffolk County Community College is to fulfill the mission and vision of the College. The College is committed to being a

More information

CITY OF FEDERAL WAY REQUEST FOR QUOTE POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING SERVICES

CITY OF FEDERAL WAY REQUEST FOR QUOTE POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING SERVICES CITY OF FEDERAL WAY REQUEST FOR QUOTE POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING SERVICES I. PURPOSE OF REQUEST The City of Federal Way ( City ) is requesting quotes for the purpose of police uniform

More information

Request For Proposal (RFP) for On-Site Security Services

Request For Proposal (RFP) for On-Site Security Services Request For Proposal (RFP) for On-Site Security Services Basic Services The Housing Authority of Kansas City Kansas (KCKHA) is soliciting proposals from firms to provide Security Guard Services for a 24

More information

REQUEST FOR PROPOSAL FOR 24-HOUR UNARMED UNIFORMED SECURITY GUARD SERVICES. Between. Contractor:

REQUEST FOR PROPOSAL FOR 24-HOUR UNARMED UNIFORMED SECURITY GUARD SERVICES. Between. Contractor: REQUEST FOR PROPOSAL FOR 24-HOUR UNARMED UNIFORMED SECURITY GUARD SERVICES Between Contractor: & Kedren Community Health Center, Inc. dba: Kedren Acute Psychiatric Hospital and Community Mental Health

More information

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL RFP No. 2017-02 Request for Proposals for Community Transportation Coordinator Designation under Florida s Transportation Disadvantaged Program in Bradford County, Florida North Central Florida Regional

More information

GLOUCESTER COUNTY JOB TITLE: DEPUTY SHERIFF (CORRECTIONS) - PQ# 1505 SHERIFF'S DEPARTMENT GENERAL STATEMENT OF JOB

GLOUCESTER COUNTY JOB TITLE: DEPUTY SHERIFF (CORRECTIONS) - PQ# 1505 SHERIFF'S DEPARTMENT GENERAL STATEMENT OF JOB GLOUCESTER COUNTY JOB DESCRIPTION JOB TITLE: DEPUTY SHERIFF (CORRECTIONS) - PQ# 1505 SHERIFF'S DEPARTMENT GENERAL STATEMENT OF JOB Acts as sworn Law Enforcement Officer who has the duty and obligation

More information

Albuquerque Police Department Applicant Additional Documents. Name: Page 1 of 9

Albuquerque Police Department Applicant Additional Documents. Name: Page 1 of 9 Albuquerque Police Department Applicant Additional Documents Name: Page 1 of 9 Additional Documents Needed Instructions You will need to locate/gather all of the following documents and bring them with

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

STATE OF WASHINGTON Request for Quotes and Qualifications

STATE OF WASHINGTON Request for Quotes and Qualifications Acquisition Title: Expected Results: Response Due Date: RFQQ Coordinator Information: Bid Submittal: Vendor Eligibility: RFQQ Components: RFQQ #03712 Lean Consultant Services Department of Enterprise Services

More information