Guilford Technical Community College (GTCC) is accepting proposal to identify a Vendor to provide Custodial Temporary Labor, Painters, Grounds and Maintenance t...

expired opportunity(Expired)
From: Guilford Technical Community College(Higher Education)
99-MP21077

Basic Details

started - 06 Jul, 2022 (22 months ago)

Start Date

06 Jul, 2022 (22 months ago)
due - 22 Aug, 2022 (20 months ago)

Due Date

22 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
99-MP21077

Identifier

99-MP21077
Guilford Technical Community College

Customer / Agency

Guilford Technical Community College
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 1 STATE OF NORTH CAROLINA Guilford Technical Community College Request for Proposal #: 99-MP21077 Temporary Labor for Facilities Date of Issue: Wednesday, July 6, 2022 Proposal Opening Date: Monday, July 25, 2022 At 3:00 PM ET Direct all inquiries concerning this RFP to: Michael Perry Assistant Director of Purchasing and Contract Administration Email: mdperry2@gtcc.edu Phone: 336-334-4822 x 50203 Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 2 STATE OF NORTH CAROLINA Request for Proposal # 99-MP21077 ______________________________________________________ For internal State agency processing, including tabulation of proposals, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be
removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your proposal. Failure to do so may subject your proposal to rejection. ___________________________________________________ Vendor Name ______________________________ Vendor eVP# Note: For your proposal to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login Electronic responses ONLY will be accepted for this solicitation. https://vendor.ncgov.com/vendor/login Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 3 Refer ALL Inquiries regarding this RFP to: Michael Perry, Assistant Director of Purchasing and Contract Administration mdperry2@gtcc.edu 336-334-4822 x 50203 Request for Proposal #: 99-MP21077 Proposals will be publicly opened: Monday, July 25, 2022 at 3:00 PM ET via NC BIDS Using Agency: Guilford Technical Community College Commodity No.: 801116 Description: Temporary Labor for Facilities Requisition No.: 136068 & 136069 EXECUTION In compliance with this Request for Proposals (RFP), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this proposal, the undersigned Vendor understands that false certification is a Class I felony and certifies that:  this proposal is submitted competitively and without collusion (G.S. 143-54),  none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and  it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this proposal, the undersigned certifies to the best of Vendor’s knowledge and belief, that:  it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this RFP, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public contracts; or awarding or administering public contracts; or inspecting or supervising delivery of the public contract of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of this response to the RFP, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor is not aware that any such gift has been offered, accepted, or promised by any employees of your organization. By executing this proposal, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS. These documents can be accessed from the ATTACHMENTS page within this document. Failure to execute/sign proposal prior to submittal may render proposal invalid and it MAY BE REJECTED. Late proposals shall not be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #12): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: STATE OF NORTH CAROLINA Guilford Technical Community College mailto:mdperry2@gtcc.edu Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 4 VALIDITY PERIOD Offer shall be valid for at least 60 days from date of bid opening, unless otherwise stated here: ______ days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this RFP. ACCEPTANCE OF PROPOSAL If your proposal is accepted, all provisions of this RFP, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY: Offer accepted and Contract awarded this________ day of __________, 20____, as indicated on The attached certification, by ____________________________________________________________________. (Authorized Representative of Guilford Technical Community College) Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 5 Contents 1.0 PURPOSE AND BACKGROUND ............................................................................................. 7 1.1 CONTRACT TERM .................................................................................................................. 7 2.0 GENERAL INFORMATION ....................................................................................................... 7 2.1 REQUEST FOR PROPOSAL DOCUMENT ............................................................................. 7 2.2 E-PROCUREMENT FEE ......................................................................................................... 7 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS ............................... 7 2.4 RFP SCHEDULE ..................................................................................................................... 8 2.5 PROPOSAL QUESTIONS ....................................................................................................... 8 2.6 PROPOSAL SUBMITTAL ....................................................................................................... 8 2.7 PROPOSAL CONTENTS ........................................................................................................ 9 2.8 ALTERNATE PROPOSALS .................................................................................................... 9 2.10 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................................................ 9 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS ..................................... 10 3.1 METHOD OF AWARD ........................................................................................................... 10 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION....... 10 3.3 PROPOSAL EVALUATION PROCESS ................................................................................. 10 3.4 EVALUATION CRITERIA ...................................................................................................... 11 3.5 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................. 11 3.6 INTERPRETATION OF TERMS AND PHRASES .................................................................. 12 4.0 REQUIREMENTS ................................................................................................................... 12 4.1 PRICING ................................................................................................................................ 12 4.2 INVOICES .............................................................................................................................. 12 4.3 FINANCIAL STABILITY ........................................................................................................ 12 4.4 HUB PARTICIPATION .......................................................................................................... 13 4.5 VENDOR EXPERIENCE ........................................................................................................ 13 4.6 REFERENCES ...................................................................................................................... 13 4.7 BACKGROUND CHECKS ..................................................................................................... 13 4.8 PERSONNEL ......................................................................................................................... 13 4.9 VENDOR’S REPRESENTATIONS ........................................................................................ 14 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION ................................................. 14 5.0 SPECIFICATIONS AND SCOPE OF WORK .......................................................................... 15 5.1 GENERAL ............................................................................................................................. 15 5.2 VENDOR REQUIREMENTS .................................................................................................. 15 Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 6 VENDOR’S RESPONSE ................................................................................................................... 15 5.3 PROJECT ORGANIZATION .................................................................................................. 15 6.0 CONTRACT ADMINISTRATION............................................................................................. 16 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 16 6.2 CONTINUOUS IMPROVEMENT ............................................................................................ 16 6.3 ACCEPTANCE OF WORK .................................................................................................... 16 6.4 TRANSITION ASSISTANCE ................................................................................................. 16 6.5 DISPUTE RESOLUTION ....................................................................................................... 16 6.6 CONTRACT CHANGES ........................................................................................................ 17 7.0 ATTACHMENTS ..................................................................................................................... 18 ATTACHMENT A: PRICING .............................................................................................................. 18 ATTACHMENT B: INSTRUCTIONS TO VENDORS .......................................................................... 19 ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS ................................... 19 ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION .............................................. 19 ATTACHMENT E: CUSTOMER REFERENCE FORM ....................................................................... 19 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR ........................................... 19 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION ................................................... 19 ATTACHMENT H: JOB DESCRIPTIONS .......................................................................................... 20 Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 7 1.0 PURPOSE AND BACKGROUND Guilford Technical Community College (GTCC) is accepting proposal to identify a Vendor to provide Custodial Temporary Labor, Painters, Grounds and Maintenance temporary labor as required by our Custodial and Physical Plant Department. GTCC expects the volume of hours to be approximately 24,000 hours and 12,000 hours respectively during the 2022/2023 fiscal year. This information is provided as a guideline for preparing proposals and should in no way be construed as representing actual quantities or dollar amounts. GTCC will establish an indefinite delivery, indefinite quantity (IDIQ) contract for these services, issued in the form of a blanket purchase order for the service period. The intent of this solicitation is to award an Agency Contract. 1.1 CONTRACT TERM The Contract shall have an initial term of one (1) year, beginning on the “Effective Date”. The Vendor shall begin work under the Contract within five (5) business days of the Effective Date. At the end of the Contract’s current term, the State shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to a total of two (2) additional one-year terms. The State will give the Vendor written notice of its intent to exercise each option no later than 90 days before the end of the Contract’s then-current term. In addition to any optional terms, and with the Vendor’s concurrence, the State reserves the right to extend a contract term after the last active term. Proposals shall be submitted in accordance with the terms and conditions of this RFP and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 REQUEST FOR PROPOSAL DOCUMENT This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: The E-Procurement fee may apply to this solicitation. See the paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component of this RFP, those must be submitted as questions in accordance with the instructions in the PROPOSAL QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an RFP addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question and answer period. Other than through this Q and A process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s proposal or otherwise. This applies to any language appearing in or attached to the document as part of the Vendor’s proposal that purports to vary any terms and conditions or Vendors’ instructions herein or to render the proposal non-binding or subject to further negotiation. Vendor’s proposal shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). http://eprocurement.nc.gov/ Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 8 By execution and delivery of this RFP Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s proposal as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. 2.4 RFP SCHEDULE The table below shows the intended schedule for this RFP. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue RFP State Wednesday, July 6, 2022 Submit Written Questions Vendor Tuesday, July 12, 2022 Provide Response to Questions State Friday, July 15, 2022 Submit Proposals Vendor Monday, July 25, 2022 via NC BIDS Contract Award State TBD Contract Effective Date State TBD 2.5 PROPOSAL QUESTIONS Upon review of the RFP documents, Vendors may have questions to clarify or interpret the RFP in order to submit the best proposal possible. To accommodate the Proposal Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the RFP SCHEDULE Section above, unless modified by Addendum. Written questions shall be emailed to mdperry2@gtcc.edu by the date and time specified above. Vendors should enter “RFP # 99-MP21077: Questions” as the subject for the email. Questions submittals should include a reference to the applicable RFP section and be submitted in a format shown below: Reference Vendor Question RFP Section, Page Number Vendor question ...? Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this RFP. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Vendors shall rely only on written material contained in the RFP and an addendum to this RFP. 2.6 PROPOSAL SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its proposal has been received as described in this RFP by the specified time and date of opening. The time and date of receipt will be marked on each proposal when received. Any proposal or portion thereof received after the proposal deadline will be rejected. NC BIDS If applicable to this RFP and using NC BIDS, all proposal responses shall be submitted electronically via the North Carolina Business Invitation Delivery System (NC BIDS). For additional information, the NC BIDS for Vendors page includes online training videos and a link to NC BIDS FAQs for Vendors. Failure to submit a proposal in strict accordance with these instructions shall constitute sufficient cause to reject a Vendor’s proposal(s). Vendors are strongly encouraged to allow sufficient time to upload proposals. http://www.ips.state.nc.us/ https://ncadmin.nc.gov/nc-bids-vendors https://ncadmin.nc.gov/nc-bids-faqs-vendors Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 9 Critical updated information may be included in Addenda to this RFP. It is important that all Vendors responding to this RFP periodically check the State’s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this RFP and all Addenda thereto. 2.7 PROPOSAL CONTENTS Vendors shall populate all attachments of this RFP that require the Vendor to provide information and include an authorized signature where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s proposal, in the State’s sole discretion. Vendor RFP responses shall include the following items and attachments, which shall be arranged in the following order: a) Cover Letter, must include a statement that confirms that the proposer has read the RFP in its entirety, including all links, and all Addenda released in conjunction with the RFP. b) Title Page: Include the company name, address, phone number and authorized representative along with the Proposal Number. c) Completed and signed version of all EXECUTION PAGES, along with the body of the RFP. d) Signed receipt pages of any addenda released in conjunction with this RFP, if required to be returned. e) Vendor’s Proposal addressing all Specifications of this RFP. f) Completed version of ATTACHMENT A: PRICING g) Completed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION h) Completed version of ATTACHMENT E: CUSTOMER REFERENCE FORM i) Completed version of ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR j) Completed and signed version of ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION 2.8 ALTERNATE PROPOSALS Unless provided otherwise in this RFP, Vendor may submit alternate proposals for comparable Goods, various methods or levels of Service(s), or that propose different options. Alternate proposals must specifically identify the RFP requirements and advantage(s) addressed by the alternate proposal. Any alternate proposal, in addition to the marking described above, must be clearly marked with the legend: “Alternate Proposal #___ [for ‘name of Vendor’]”. Each proposal must be for a specific set of Goods and Services and must include specific pricing. If a Vendor chooses to respond with various offerings, each must be offered with a separate price and be contained in a separate proposal document. Each proposal must be complete and independent of other proposals offered. 2.10 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant definitions for this RFP are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found below which are incorporated herein by this reference. A list of commonly used definitions can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2020.pdf Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 10 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. All qualified proposals will be evaluated, and awards will be made to the Vendor(s) meeting the specific RFP Specifications and achieving the highest and best final evaluation, based on the criteria described below. All qualified proposals will be evaluated, and awards will be made to the Vendor(s) meeting the RFP requirements and achieving the highest and best final evaluation, based on the criteria described is section 3.4 EVALUATION CRITERIA. While the intent of this RFP is to award a Contract(s) to a single Vendor, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award one or more line items or to cancel this RFP in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. The State reserves the right to waive any minor informality or technicality in proposals received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this RFP is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions to Vendors entitled Confidential Information. 3.3 PROPOSAL EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct a One-Step evaluation of Proposals: Proposals will be received according to the method stated in the Proposal Submittal Section above. All proposals must be received by the issuing agency not later than the date and time specified in the RFP SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the RFP SCHEDULE Section above, unless modified by Addendum, the proposal from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their option, the evaluators may request oral presentations or discussions with any or all Vendors for clarification or to amplify the materials presented in any part of the proposal. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all proposals should be complete and reflect the most favorable terms available from the Vendor. Upon completion of the evaluation process, the State will make award(s) based on the evaluation and post the award(s) to IPS under the RFP number for this solicitation. Award of a Contract to one Vendor does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed most advantageous and represented the best value to the State. Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 11 The State reserves the right to negotiate with one or more vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 EVALUATION CRITERIA In addition to the general criteria in G.S. 143-52 which may or may not be relevant to this RFP, all qualified proposals will be evaluated, and award made based on considering the following criteria, to result in an award most advantageous to the State: BEST VALUE: "Best Value" procurement methods are authorized by N.C.G.S. §§143-135.9 and 143B-1350(h). The award decision is made based on multiple factors, including: total cost of ownership, meaning the cost of acquiring, operating, maintaining, and supporting a product or service over its projected lifetime; the evaluated technical merit of the Vendor's offer; the Vendor's past performance; and the evaluated probability of performing the specifications stated in the solicitation on time, with high quality, and in a manner that accomplishes the stated business objectives and maintains industry standards compliance. The intent of "Best Value" procurement is to enable Vendors to offer and the Agency to select the most appropriate solution to meet the business objectives defined in the solicitation and to keep all parties focused on the desired outcome of a procurement. A ranking method of source selection will be utilized in this procurement using evaluation criteria listed in order of importance in the Evaluation Criteria section below to allow the State to award this RFP to the Vendor(s) providing the Best Value and recognizing that Best Value may result in award other than the lowest price or highest technically qualified offer. By using this method, the overall ranking may be adjusted up or down when considered with, or traded-off against, other non-price factors. EVALUTION METHOD: Narrative and by consensus of the evaluating committee, explaining the strengths and weaknesses of each proposal and why the recommended awardee(s) provide the best value to the State. All qualified proposals will be evaluated, and award made based on considering the following criteria listed in order of importance, to result in an award most advantageous to the State: 1. Project Organization (Section 5.3) 2. Vendor Experience/References (Sections 4.5 and 4.6) 3. Vendor Requirements (Section 5.2) 4. Pricing (Attachment A: Pricing Form) 3.5 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this RFP, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 12 3.6 INTERPRETATION OF TERMS AND PHRASES This RFP serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether proposals should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the RFP. Except as specifically stated in the RFP, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a proposal in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this RFP. By submitting a proposal, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements, and terms and conditions stated in this RFP. If a Vendor is unclear about a requirement or specification, or believes a change to a requirement would allow for the State to receive a better proposal, the Vendor is urged to submit these items in the form of a question during the question and answer period in accordance with the Proposal Questions Section above. 4.1 PRICING Proposal price shall constitute the total cost to the State for complete performance in accordance with the requirements and specifications herein, including all applicable charges for handling, transportation, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM and include in Vendor’s proposal. The pricing provided in ATTACHMENT A, or resulting from any negotiations, is incorporated herein and shall become part of any resulting Contract. Vendors should be certain to clearly explain within your proposal the benefits available to your employees and whether those benefits are employer-provided, employee-paid, required, or optional. Pricing rates must be inclusive of all State, Federal, and other legally required coverage, including, but not limited to, liability insurance, worker’s compensation insurance, and taxes. 4.2 INVOICES a) The Vendor must submit one monthly invoice within fifteen (15) calendar days following the end of each month in which work was performed. b) Invoices must be submitted to the following address: accountspayableinvoices@gtcc.edu c) Invoices must bear the correct contract number and purchase order number to ensure prompt payment. The Contractor’s failure to include the correct purchase order number may cause delay in payment. INVOICES MAY NOT BE PAID UNTIL AN INSPECTION HAS OCCURRED AND THE SERVICES ACCEPTED. 4.3 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction. Each Vendor shall certify it is financially stable by completing ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential issues from contracting with a Vendor that is financially unstable. From the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. The Contract Manager may require annual recertification of the Vendor’s financial stability. mailto:accountspayableinvoices@gtcc.edu Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 13 4.4 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this RFP will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.5 VENDOR EXPERIENCE In its Proposal, Vendor shall demonstrate experience with public and/or private sector clients with similar or greater size and complexity to the State. Vendor shall provide information as to the qualifications and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. The Vendor shall submit evidence of at least four (4) years of experience in furnishing temporary employment services. The Vendor shall be a company normally engaged in the temporary employment business. The contractor shall indicate its experience in providing services by job type and category. The contractor shall verify that it is a certified service organization for the types of services offered. 4.6 REFERENCES Vendors shall provide at least three (3) references, using ATTACHMENT F: CUSTOMER REFERENCE FORM, for which your company has provided Services of similar size and scope to that proposed herein. The State may contact these users to determine the Services provided are substantially similar in scope to those proposed herein and Vendor’s performance has been satisfactory. The information obtained may be considered in the evaluation of the proposal. 4.7 BACKGROUND CHECKS Any personnel or agent of Vendor performing Services under any Contract arising from this RFP may be required to undergo a background check at the expense of the Vendor, if so requested by the State. At a minimum, GTCC requires Statewide Criminal, National Criminal, Social Security and Residency background checks and awarded Vendor will be required to provide appropriate documentation upon request. 4.7.1 VENDOR BACKGROUND CHECK AGREEMENT Vendor agrees to conduct a criminal background check per the specifications above in this section on all employees proposed to work under this Contract, at its expense, and provide the required documentation upon request to the GTCC in order to perform Services under this Contract: YES NO 4.8 PERSONNEL Vendor warrants that qualified personnel shall provide Services under this Contract in a professional manner. “Professional manner” means that the personnel performing the Services will possess the skill and competence consistent with the prevailing business standards in the industry. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that may be approved by the State. Names of any third-party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). Should the Vendor’s proposal result in an award, the Vendor shall be required to agree that it will not substitute key personnel assigned to the performance of the Contract without prior written approval by the Contract Lead. Vendor shall further agree that it will notify the Contract Lead of any desired substitution, including the name(s) and references of Vendor’s recommended substitute personnel. The State will approve or disapprove the requested substitution in a timely manner. Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 14 The State may, in its sole discretion, terminate the Services of any person providing Services under this Contract. Upon such termination, the State may request acceptable substitute personnel or terminate the contract Services provided by such personnel. 4.9 VENDOR’S REPRESENTATIONS If Vendor’s Proposal results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such Service, they will be deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☐ Small Purchases ☒ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☐ Contract value in excess of $1,000,000.00 B. The Purchasing Agency has conducted a risk assessment and determined that certain default coverage provisions in the North Carolina General Terms and Conditions, paragraph entitled Insurance, should be increased from the minimums stated. Increased or additional insurance coverage amounts for this Solicitation are as follows. Coverages not changed here remain as stated in the General Terms and Conditions. a) Employer’s Liability Statutory Limits b) Commercial General Liability $1,000,000.00 Combined Single Limit c) Automobile $1,000,000.00 Bodily injury and property damage $1,000,000.00 Uninsured/under insured motorist $1,000,000.00 Medical payment THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 15 5.0 SPECIFICATIONS AND SCOPE OF WORK 5.1 GENERAL Guilford Technical Community College (GTCC) is accepting proposal to identify a Vendor to provide Custodial Temporary Labor, Painters, Grounds and Maintenance temporary labor as required by our Custodial and Physical Plant Department. GTCC expects the volume of hours to be approximately 24,000 hours and 12,000 hours respectively during the 2022/2023 fiscal year. This information is provided as a guideline for preparing proposals and should in no way be construed as representing actual quantities or dollar amounts. Please see ATTACHMENT H: JOB DESCRIPTIONS for a list of positions included under this proposal. 5.2 VENDOR REQUIREMENTS Due to the ongoing staffing and contract administration requirements of this solicitation request, GTCC deems it necessary that the Vendor have an established presence in the local area. It is essential the awarded Vendor is familiar with the area and recruitment base of the local community. VENDOR’S RESPONSE Vendor has an established presence within a 50-mile radius of GTCC’s Jamestown Campus. YES NO For completion by Vendor: Office location is located at: __________________________________________ __________________________________________ __________________________________________ 5.3 PROJECT ORGANIZATION Contractor shall describe the organizational and operational structure it proposes to utilize for the work described in this RFP, and identify the responsibilities to be assigned to each person Vendor proposes to staff the work. The contractor shall describe the service office that will be responsible for the contract. The description shall include: location, operating hours, staff with breakdowns for management and administrative, request response times by category, services provided, and experience. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 16 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes. 6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. 6.2 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement effort consists of various ways to enhance business efficiencies as performance progresses. 6.3 ACCEPTANCE OF WORK Performance of the work and/or delivery of Goods shall be conducted and completed at least in accordance with the Contract requirements and recognized and customarily accepted industry practices. Performance shall be considered complete when the Services or Goods are approved as acceptable by the Contract Administrator. The State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or delivery of a deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation, or testing, as applicable to the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any specifications, acceptance criteria or otherwise fail to conform to the Contract, the State may exercise any and all rights hereunder, including, for Goods deliverables, such rights provided by the Uniform Commercial Code, as adopted in North Carolina. 6.4 TRANSITION ASSISTANCE If a Contract results from this solicitation, and the contract is not renewed at the end of the last active term, or is canceled prior to its expiration, for any reason, Vendor shall be required to agree to provide transition assistance to the State, at the option of the State, up to three (3) months to allow for the expired or canceled portion of the Services to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Services to the State or its designees. If the State exercises this option, the Parties agree that such transition assistance shall be deemed to be governed by the terms and conditions of the Contract (notwithstanding this expiration or cancellation), except for those Contract terms or conditions that do not reasonably apply to such transition assistance. The State shall agree to pay Vendor for any resources utilized in performing such transition assistance at the most current rates provided by the Contract for performance of the Services or other resources utilized. 6.5 DISPUTE RESOLUTION During the performance of the Contract, the parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 17 If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.6 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 18 7.0 ATTACHMENTS ATTACHMENT A: PRICING Position Title Anticipated # of Positions Expected Pay Rate ($ per hr.) Mark-Up % Custodian 35 $10-$11 per hour Grounds Crew Worker 4 $10-$11 per hour Maintenance Technician I 2 $12-$15 per hour Vendors shall also state their policy and list any fees that may be associated in order for GTCC to directly hire an associate if desired. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 19 **IMPORTANT NOTICE** RETURN THE REQUIRED ATTACHMENTS WITH YOUR RESPONSE FOLLOW THE LINKS TO ACCESS EACH ATTACHMENT ATTACHMENT B: INSTRUCTIONS TO VENDORS The Instructions to Vendors, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2021.pdf ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS The North Carolina General Terms and Conditions, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_11.2021.pdf ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION Complete and return the Historically Underutilized Businesses (HUB) Vendor Information form, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2021.pdf ATTACHMENT E: CUSTOMER REFERENCE FORM Complete and return the Customer Reference Form, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer_Reference_Template_09.2021.pdf ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR Complete and return the Location of Workers Utilized by Vendor, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Workers_09.2021.pdf ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION Complete, sign, and return the Certification of Financial Condition, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Certification-of-Financial-Condition_09.2021.pdf *** Failure to Return the Required Attachments May Eliminate Your Response from Further Consideration *** THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_11.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer_Reference_Template_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Workers_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Certification-of-Financial-Condition_09.2021.pdf Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 20 ATTACHMENT H: JOB DESCRIPTIONS Staff Job Description Guilford Technical Community College IDENTIFYING DATA Job Title: Custodian Name of Incumbent: Division/Dept: Facility Services and Safety/Physical Plant Prepared By: Billy Harris Reports To: Custodial Services Manager Date: May 2019 FLSA Status: (completed by HR only) Verified By: Mitchell Johnson Salary Grade: (completed by HR only) Verification Date: May 9, 2019 Position Type: (Check all that apply) Staff : √ Full-time Part-time Professional √ Classified √ Regular Time-limited: ______ (include length of appointment) Faculty: 9 month Summer Extension Full-time Part-time Professional Regular Time-limited: ______ (include length of appointment) JOB DESCRIPTION SUMMARY OF THE JOB: Responsible for cleaning all campus facilities to a standard of excellence which results in a safe, aesthetically pleasing, and environmentally friendly learning center for students, faculty, staff, and visitors. DUTIES/FUNCTIONS: % of time Responsibility Essential? 50% Complete all assigned tasks within the parameters established for the assigned area of responsibility. Those tasks include but are not limited to: emptying waste baskets, sweeping, mopping and/or vacuuming floors and fabric covered furniture, dusting all horizontal surfaces, cleaning entire restroom, refilling soap, towel and tissue dispensers, spot cleaning walls and other surfaces, cleaning windows, cleaning and polishing bright metal, disinfecting telephones, door handles, and other surfaces as needed. ☒ 20% Assist with special event set ups and take downs. ☒ 10% Complete assignments with minimal supervision within time allotted. ☒ 5% Demonstrate and meet expectations in performance attributes designated as critical: customer service, initiative, quality of work and timeliness of work. ☒ 5% Demonstrate and model the College’s employability skills: adaptability, communication, information processing, problem solving, responsibility and teamwork ☒ Serve on college committees as needed. ☐ 5% Perform all duties as assigned by supervisor. ☐ Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 21 DIFFICULT CHALLENGES • Addressing cleaning concerns CONTACTS • Daily: Head Custodian and Supervisor regarding updates • Daily: Administrative Assistants regarding cleaning issues and updates • Daily: Event Scheduler and visitors regarding room arrangements • Daily: faculty, staff, students and visitors regarding cleaning needs QUALIFICATIONS EDUCATIONAL & CERTIFICATION REQUIREMENTS: • High School diploma or GED certificate KNOWLEDGE, SKILLS, ABILITIES, & PROFESSIONAL EXPERIENCE: • 1 year of custodial experience in a commercial environment, preferably an educational facility. • Knowledge of safety procedures (including OSHA) to ensure that safe working conditions are maintained as well as a high degree of attention needed to prevent injury to self and others. • Ability to complete the assigned tasks within time allotted coupled with workmanship which meets or exceeds established quality standards. • Ability to push, pull, stoop, bend, walk, and lift bulky items up to 50 pounds. • Ability to work equally well independently or as a team member with minimal supervision. • Knowledge of basic principles of personal computer use. • Ability to complete assigned tasks as required while concurrently providing the employees and students with a level of customer service which reflects positively upon the college. • Ability and willingness to work any shift and at any campus as assigned. DEPARTMENTAL/JOB SPECIFIC REQUIREMENTS: • Ability to push, pull, stoop, bend, climb, stand and walk as required to perform assigned duties. • Requires kneeling, crawling, bending, turning and reaching. Also requires climbing stairs and ladders, balancing, as well as physical exertion to manually move lift, carry pull and push heavy objects or materials. • Ability to work indoors and outdoors year-round in any weather conditions. • Participation and successful completion of federal, state, or locally required training included but not limited to Blood borne Pathogens, HAZMAT, Chemical Safety, Emergency Action Plans, Asbestos Awareness, Emergency Equipment (fire Ext.), First Aid, PPE, Reporting Practices, Anti- Harassment, Personal Information Protection Training is mandatory. • Due to nature of job, an acceptable nation wide background report is required. • Possession of a valid North Carolina Driver’s License and acceptable driving record is required. WORKING CONDITIONS • Work requires carrying objects or loads that weigh 50 pounds or more. • Some (15% - 30%) exposure to hazardous chemicals, filth, fumes, adverse weather, or personal health and safety risks. **All GTCC job descriptions reflect duties and responsibilities of the particular job and are subject to chang limited notice. Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 22 Staff Job Description Guilford Technical Community College IDENTIFYING DATA Job Title: Grounds Crew Worker Name of Incumbent: Vacant Division/Dept: EVP / Grounds Prepared By: Billy Harris Reports To: Grounds Manager Date: July 2015 FLSA Status: (completed by HR only) Verified By: Mitchell Johnson Salary Grade: (completed by HR only) Verification Date: July 2015 Position Type: (Check all that apply) Staff : √ Full-time Part-time Professional √ Classified √ Regular Time-limited: ______ (include length of appointment) Faculty: 9 month Summer Extension Full-time Part-time Professional Regular Time-limited: ______ (include length of appointment) JOB DESCRIPTION SUMMARY OF THE JOB: The jobholder performs a variety of essential grounds maintenance activities at all GTCC campus locations providing a safe, attractive, and functional site for students, faculty, staff, and visitors. DUTIES/FUNCTIONS: % of Time Duty / Function Essential? 75% • Assist other skilled landscapers and grounds workers in day to day tasks including but not limited to mowing, trimming, edging, blowing, pruning, fertilizing, pesticide application, aerating, seeding, planting, bed preparation, trash pickup, trash can changing, and all other duties deemed necessary by Grounds Manager. Yes 10% • Operate all assigned equipment properly and safely, reporting any mechanical problems or breakdowns to the supervisor immediately. Perform preventive maintenance and minor repairs on departmental equipment and tools as prescribed. Yes • Complete or assist in the completion in all assigned work orders or service requests. Yes • Notify Grounds Manager or Senior Groundskeeper of issues affecting the aesthetics or functionality of all GTCC campuses. Yes • Work under supervision of Grounds Manager or Senior Groundskeeper as assigned. Yes • Adhere to established work schedule. Yes • Complete assignments in a safe and timely manner. Yes • Attend any professional development days, seminars, lectures, field days, or training to enhance his/her ability to perform ongoing duties. Yes Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 23 • Demonstrate and model the College's employability skills: adaptability, communication, information processing, problem solving, responsibility and teamwork No • Perform all duties as assigned by supervisor. No DIFFICULT CHALLENGES • Completing grounds tasks independently CONTACTS • Daily: Grounds Manager and Senior Grounds Worker regarding job status updates, operational problems, safety issues QUALIFICATIONS EDUCATIONAL & CERTIFICATION REQUIREMENTS: • High school diploma, GED certificate or similar demonstration of basic academic skills. • Possess NC Pesticide Applicator License or ability to obtain one within nine months of employment. • Diploma or Associate Degree in Turfgrass Management, Landscape Architecture, Horticulture, or related field preferred. KNOWLEDGE, SKILLS, ABILITIES, & PROFESSIONAL EXPERIENCE: • 1 years grounds maintenance including mowing, trimming, edging, blowing, pruning, mulching, turf care, landscape installation, grounds equipment operation etc. • Knowledge of grounds maintenance practices. • Knowledge of grounds equipment operation, care, and maintenance. • Skill in the operation of trucks, vans, and powered equipment. • Ability to learn the care requirements of campus lawns, plants, and trees. • Ability to establish and maintain good working relationships with co-workers, staff, supervisors, students, and the general public. • Ability to lift and carry heavy bulky objects up to 70 pounds. • Ability to walk, kneel, stoop, and crawl. • Ability to work at times other than scheduled hours, on call when necessary. • Ability to work in inclement weather, i.e. snow and ice removal, storm damage, etc. • Ability to take directions, follow instructions, and independently accomplish tasks with minimum supervision. DEPARTMENTAL/JOB SPECIFIC REQUIREMENTS: • Valid driver's license and an acceptable driving record. • Successfully complete all required training including but not limited to the following: anti- harassment, personal information protection, emergency action plans, CPR, first aid, noise and hearing conservation, forklift operation and safety, crane/hoist safety and personal protection equipment etc. WORKING CONDITIONS • Work requires mostly standing and walking. • Work requires carrying objects or loads up to 70 pounds. • Some (30% - 70%) exposure to hazardous chemicals, filth, fumes, adverse weather, or personal health and safety risks. **All GTCC job descriptions reflect duties and responsibilities of the particular job and are subject to chang limited notice. Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 24 Staff Job Description Guilford Technical Community College IDENTIFYING DATA Job Title: Maintenance Technician I Name of Incumbent: Vacant Division/Dept: EVP / Physical Plant Prepared By: Billy Harris Reports To: General Maintenance Manager Date: Feb 2016 FLSA Status: (completed by HR only) Verified By: Mitchell Johnson Salary Grade: (completed by HR only) Verification Date: Feb 2016 Position Type: (Check all that apply) Staff : √ Full-time Part-time Professional √ Classified √ Regular Time-limited: ______ (include length of appointment) Faculty: 9 month Summer Extension Full-time Part-time Professional Regular Time-limited: ______ (include length of appointment) JOB DESCRIPTION SUMMARY OF THE JOB: The Maintenance Technician I provides skilled maintenance support services which contribute to the continuously improving operational efficiencies of the College facilities located on multiple campus sites and consisting of more than 1 million square feet. DUTIES/FUNCTIONS: % of time Responsibility Essential? 50% Independently provide skilled level support in at least two disciplines including but not limited to plumbing, carpentry, masonry, locksmith, light construction, roofing, painting, machining, welding, and other general maintenance activities. ☒ Complete preventive maintenance assignments according to predetermined schedules, maximizing the life expectancy of the facilities. ☒ Complete assigned work orders within prescribed time frame. ☒ 10% Serve as first responder to needed facility or equipment repairs at all campuses during late afternoon or evening hours as assigned while collaboratively working with other impacted staff. ☒ Complete assignments in accordance with prescribed safety standards and local, state, and federal guidelines while incorporating high standards of quality in all assigned tasks. ☒ 15% Move, repair, or assemble items such as furniture, equipment, supplies, and other materials as needed including event set-ups. ☒ 15% Alert supervisory personnel of any observed facilities conditions which may result in breakdown/failure or pose any safety risks to employees, students, or visitors. ☒ Demonstrate and model the College’s employability skills: adaptability, communication, information processing, problem solving, responsibility and teamwork ☐ Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 25 Participate on committees as needed. ☐ Perform duties as assigned by supervisor. ☐ DIFFICULT CHALLENGES • Daily exposure to a variety of mechanical components (i.e., flush valves, automatic doors, etc.) • Adapting to an ever changing product line of components either in new buildings or upgraded buildings. • Always exhibiting the college’s employability skills to co-workers, faculty and students. • Staying prepared to serve on an emergency response team. CONTACTS • Daily: coworkers and other maintenance staff for updates, reports, processes • Daily: General Maintenance Manager for planning • Daily: faculty and staff for specific instructions on jobs and time parameters • Several times a week: HVAC technicians and Electrical technicians for troubleshooting, consulting, advising • Monthly: Construction Department for troubleshooting, consulting QUALIFICATIONS EDUCATIONAL & CERTIFICATION REQUIREMENTS: • High school diploma or GED required in addition to 5 years’ experience in an apprenticeship or helper capacity, or completion of a college accredited building technology program with 2 years’ experience. • Any equivalent combination of education and experience will be considered. KNOWLEDGE, SKILLS, ABILITIES, & PROFESSIONAL EXPERIENCE: • Demonstrated knowledge of safety procedures coupled with an exemplary attitude in the application of such procedures in order to assure the safety of all faculty, staff, students, and visitors, at all college locations. • Demonstrated fundamental understanding and application of building codes and OSHA standard practices. • Fundamental skills for the operation of a personal computer. • Skilled in the use of power and hand tools including the care thereof. • Ability to complete in a timely manner all tasks assigned both written and orally while concurrently providing other employees and students with a level of customer service which reflects a positive image of the Building Maintenance Department. • Ability to climb, stoop and bend for extended periods. • Ability to work in close quarters and at heights for extended periods. DEPARTMENTAL/JOB SPECIFIC REQUIREMENTS: • Acceptable background and credit checks required due to the nature of the job. • Must have required training in the following: Personal Information Protection, Anti-Harassment, Reporting Requirements, Powered Work Platforms, Portable Ladders, Personal Protective Equipment, Machine Guarding, LP Gas Storage and Handling, Hand and Power Tools, Forklift/Industrial Vehicle Safety, Flammable & Combustible Storage, First Aid/CPR, Fall Protection and Scaffolding, Emergency Equipment, Emergency Action Plans, Crane/Lift/Hoist Safety, and Chemical Safety. • Ability to operate a motor vehicle including the possession of a valid North Carolina driver's license accompanied by an acceptable driving record. • Must be able to report to work during non-scheduled hours in the event of emergency call back, inclement weather events, etc. • Ability to work evening and weekend work hours as determined by the college. Proposal Number: 99-MP21077 Vendor: __________________________________________ Ver: 11/2021 26 • Must be prepared to immediately serve as part of the emergency response team. WORKING CONDITIONS • Work requires mostly standing and walking. • Work requires carrying objects or loads that weigh between 20 and 50 pounds. • Frequent (30% - 70%) exposure to hazardous chemicals, filth, fumes, adverse weather, or personal health and safety risks. **All GTCC job descriptions reflect duties and responsibilities of the particular job and are subject to chang limited notice. QUALIFICATIONS

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.