City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the:

Size: px
Start display at page:

Download "City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the:"

Transcription

1 City of Mason Request for Proposals for Janitorial Services Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the: City of Mason Clerk s Department 201 W. Ash Street Mason, Michigan Phone: (517)

2 1.0 INTENT The City of Mason, herein referred to as City, solicits proposals from interested and qualified vendors experienced with cleaning (to Leadership in Energy and Environmental Design (LEED) standards) municipal office buildings and police departments. The City anticipates a 3-year cleaning agreement with an option to renew for two (2) additional years, to provide cleaning services at the City Hall and Police Department building. Please note that the facilities may be viewed on Monday, April 26, 2010 at 10:00 a.m. Contractors may meet at the current City Hall facilities at 201 W. Ash Street in Mason and then proceed to the new City Hall promptly at 10:00 a.m. 2.0 SCOPE OF SERVICES 2.1 LABOR The Contractor shall furnish and maintain an adequate number of properly trained cleaning personnel together with sufficient and competent supervision in order to provide satisfactory nightly cleaning services at all times. All employees assigned to this contract shall be trained in LEED standards such as the Cleaning Industry Management Standards for Green Buildings (CIMS-GB). Cleaning services shall be provided Monday through Friday, excluding holidays when the City's offices are closed. The Contractor shall employ only qualified supervisors and workers who are skilled in the performance of janitorial services. Personnel performing work under this contract shall be direct employees of the Contractor and shall wear uniforms or name tags that identify them as employees of the Contractor. Contractor's employees are to present a professional appearance, shall be neat, clean, well groomed, courteous, and conduct themselves in a respectable manner while performing duties and while on City property. The Contractor shall ensure that all personnel assigned to this work site have at least one (1) year's experience in the janitorial services industry, either with the Contractor or another janitorial company. The City reserves the right to review the resumes of all personnel performing under this contract. The City will have the right to require the dismissal from the premises covered by this contract any employee whose conduct is improper, inappropriate, or offensive as determined solely by the City. Any employee so dismissed from working on this contract shall not be allowed to return to the premises without written consent from the City. Personnel not employed by the Contractor (including minors not employed by the Contractor) shall 1

3 not be permitted on the work premises. The Contractor shall thoroughly investigate and check the police records of all its employees covered under this contract. This information shall be provided to the City before any employees are permitted to work. All employees of the Contractor are required to sign in and out daily in a log book provided by the City. 2.2 SUPPLIES The Contractor shall furnish, at Contractor's expense, all supplies (excluding hand towels, toilet tissue and hand soap), including but not limited to, trash can liners, floor finishes, waxes, glass cleaners, etc., all of which must be approved in writing by the City. The Contractor shall fill toilet room dispensers daily with, adequate supplies (hand towels, toilet tissue and hand soap provided by others) to last throughout the next day. All supplies, products and cleaning methods/specifications shall meet the CIMS-GB requirements or equivalent. 2.3 UNOCCUPIED AREAS All unoccupied areas shall be kept clean at all times. 2.4 CITY OF MASON SMOKING POLICY Smoking is prohibited in all City of Mason buildings. 2.5 LIGHTS (CONSERVATION OF ENERGY) Only those lights necessary for cleaning in the immediate areas where employees are working will be lighted. Contractor shall ensure that all lights on premises are as they were found when work is completed. 2.6 SECURITY The Contractor shall be responsible for all keys/key cards issued to all individuals: Keys/key cards shall not be left in doors, and employees are not under any circumstances to admit anyone to offices where they are working. Doors are not to be propped open at any time. All doors shall be closed, locked, and checked upon leaving offices that have been cleaned. The Contractor shall be responsible for setting all alarms and shall be responsible for any callbacks for not setting alarms properly. Any costs incurred as a result of lost keys/key cards or re-keying will be deducted from Contractor s payment. Employees of the Contractor shall not disturb papers on desks, open drawers or cabinets, use telephones or tamper with personal property. 2

4 Employees of the Contractor shall report to the City anything out of the ordinary, such as doors unlocked, stopped toilets or drains, broken fixtures, lights out of order, etc. Such reports may be recorded in the daily log book. 2.7 CONTRACTOR-PROVIDED EQUIPMENT The Contractor shall provide, at their expense, all power tools, machines and equipment necessary to perform the work as specified. Only industrial type equipment is to be used. All tools, machines, and methods shall meet the CIMS-GB standards or equivalent. The Contractor shall furnish a recommended list of equipment to the City for review. All power tools, machines and equipment necessary to perform the specified work are to be approved by the City. All equipment must be maintained in first-class working condition satisfactory to the City, and acceptable spare equipment must be available for replacement of broken items within twenty-four (24) hours. Upon notification by the City that any of the Contractor's equipment is unacceptable, Contractor shall have five (5) business days to replace said unacceptable equipment. If Contractor fails to replace unacceptable equipment within the five (5) day period, the City reserves the right to withhold $50.00 per day (up to a maximum of $1,000 per month) from Contractor's contract amount until said equipment is replaced. 2.8 SAFETY & TRAINING Safety is the responsibility of the Contractor. All equipment and materials will be handled and operated safely per manufacturer recommendations and in accordance with all applicable codes, laws, ordinances and regulations. Contractor is responsible for the training of all employees both initially and on-going as deemed critical to the effective operation of this contract. Contractor shall be responsible for the training of employees to be in compliance with OSHA regulations. All containers must be labeled. Material Safety Data Sheet (MSDS) must be promptly submitted to the City and maintained on site by the Contractor in compliance with OSHA's Hazardous Communication Program. 2.9 CLEANING REQUIREMENTS It is the purpose of these specifications to insure that all services and materials necessary to clean and keep clean all portions of the buildings are provided, unless otherwise indicated. It is understood that the highest possible standards of cleanliness are to be maintained. The following sets forth the tasks and frequencies with which said tasks are to be performed, and shall in no way be construed as an exhaustive or absolute listing of responsibilities. Subjective terms such as as 3

5 needed are construed to have the meaning as determined by the City CARPET CLEANING REQUIREMENTS - SPOT CLEANING Spot cleaning of carpets shall be performed nightly using an approved method by properly trained personnel. If it is determined by the City that spot cleaning is not being consistently and adequately performed by the Contractor, the City reserves the right to hire its own source for nightly spot cleaning services with the cost being deducted from Contractor's contract amount. Baseboard shall be kept clean at all times LOBBY AREAS/STAIRWAYS/CORRIDORS AND VESTIBULE: Nightly: 1. Spot clean entrance glass interior and exterior. 2. Spot clean balcony glass. 3. Dust mop and damp mop floors. 4. Spot clean finger-marks, smudges, etc. from walls and partitions. 5. Vacuum carpets and runners and spot clean. 6. Empty waste containers. Replace liners and damp wipe as needed. 7. All stairways, hallways and vestibules must be swept/vacuumed nightly. Weekly: 1. Vacuum carpets (corners and under tables). 2. Clean and disinfect table and counter tops. Monthly: 1. Dust furniture, window blinds, ledges and sills. Clean chairs, table tops and counter tops. 2. Mop all solid surface stairways, hallways and vestibules. Mopping may be needed more often during inclement weather, as determined by the City. 3. Clean balcony glass (side opposite stairway only). Quarterly: 1. Clean tables and chairs, including table bases and chair legs. Semi-Annually: 1. Clean balcony glass (stairway side only) PRIVATE OFFICES, CUBICLES, AND GENERAL WORK AREAS: Nightly: 1. Empty waste containers. Replace liners and damp wipe as needed. 2. Spot clean finger marks, smudges, etc. from walls. 3. Vacuum high traffic areas of carpets and runners and spot clean. Weekly: 4

6 1. Vacuum carpets (corners and under tables). 2. Damp wipe phones with a disinfectant. 3. Clean and disinfect table and counter tops. Monthly: 1. Dust furniture, equipment, file cabinets, window sills, blinds and ledges. Only those surfaces totally cleared of papers and personal items are required to be dusted. 2. Clean chairs, desks and counter surfaces. Only those surfaces cleared of papers and personal items are required to be cleaned. 3. Disinfect all phone receivers and cradles. Semi-Annually: 1. Vacuum upholstered chairs. 2. Vacuum fabric panels (if applicable) COUNCIL CHAMBERS/CONFERENCE ROOMS/WAITING AREAS: Council Chambers are used intermittently. Contractor should check with the room schedule and perform the following duties: After each use: 1. Empty waste containers. Replace liners and damp wipe, as needed. 2. Spot clean finger marks, smudges, etc. from walls and partitions. 3. Vacuum high traffic areas of carpets and runners, spot clean as needed. Monthly: 1. Dust furniture, equipment, file cabinets, window sills, blinds, ledges, baseboards and wall trim. 2. Clean chairs, desks and counter surfaces. 3. Vacuum carpets thoroughly (in corners and under tables). 4. Dust all baseboards. 5. Wipe chairs as needed. Semi-Annually: 1. Vacuum and extract upholstered chairs (must be done at least semi-annually, but may be required more frequently). 2. Clean tables and chairs including table bases and chair legs (must be done at least semi-annually, but may be required more frequently) RESTROOMS/LOCKERS/SHOWERS: Nightly: 1. Clean and sanitize all toilets, toilet seats, sinks, benches and washroom/shower fixtures with a disinfectant. All toilet seats to be left up after cleaning. 2. Remove splash marks from walls and partitions around sink basins, soap 5

7 dispensers, and toilets. 3. Replenish restroom supplies (as applicable). 4. Empty and waste containers. Replace liners and damp wipe as needed. 5. Clean mirrors, shelves and equipment. 6. Thoroughly mop tile floors including corners and under vanities using a disinfectant. 7. Clean showers and shower room floors using a disinfectant. 8. Clean baby stations and disinfect. Monthly: 1. Clean walls and partitions. Semi-Annually 1. Clean wall and floor tile, including grout, remove stains and accumulated dirt, spills, drips, etc. Report missing or loose tile/grout where found KITCHENS/BREAKROOMS (including Police Dept. coffee station): Nightly: 1. Empty wastepaper containers. Replace liners and wash all spills and drips as necessary. 2. Clean table tops and counter tops. 3. Vacuum carpets and runners thoroughly, including corners and underneath tables and chairs. Weekly: 1. Dust mop and damp mop all tile/vinyl floors. Monthly: 1. Dust furniture, equipment, file cabinets, heat registers, window sills, blinds and ledges. 2. Scrub all chairs, table tops and bases, counter tops, kitchen appliances and cupboards, coolers, and other equipment ELEVATOR Nightly: 1. Vacuum carpets, dust mop and damp mop floors, as needed. 2. Spot clean finger-marks, smudges, etc. from walls, control panels and other finishes, as needed. 3. Damp wipe control panels with a disinfectant TILE REQUIREMENTS: 1. Monthly - all vinyl tile shall be burnished with a mop on gloss restorer. 2. Quarterly - all ceramic, quarry or other non vinyl tile areas shall be scrubbed with an automatic scrubber or low speed scrubber with a wet/dry vacuum. 6

8 3. Semi-Annually - all vinyl tile shall be scrubbed and recoated with at least two (2) coats of wax that has a solid content that is over 22 percent. 4. Annually - all vinyl tile shall be stripped and recoated with three (3) coats of wax that has a solid content that is over 22 percent. 5. All furniture needs to be removed and replaced by the Contractor when stripping, waxing or scrubbing and recoating SPECIAL CLEANING PROJECTS 1. Windows: Clean interior windows semi-annually (completed after 5 PM and notification to the City one week in advance.) Spot clean daily as necessary. 2. Light Fixtures and air vents (including exhaust vents): Dust and clean twice a year. 3. Police Department: Clean and disinfect all counter surfaces, tabletops, phone receivers and cradles SATISFACTORY COMPLETION OF CLEANING TASKS To ensure that the services as outlined in the specifications are provided, the Contractor upon award of the proposal shall provide the City a written schedule or timetable for completion of those tasks which are required on a weekly, monthly, quarterly or semi-annual basis. The Contractor shall include in this schedule the day of the week each section of the building will be dusted so that City employees may clear the surfaces to be dusted of personal items, papers, plants, etc. A daily logbook will be maintained in a specified area of the building in which the City's representatives will record complaints, tasks which have not been satisfactorily completed, special needs, and comments. Space will be provided for the Contractor's Supervisor to respond, note any problems or unusual occurrences, and also indicate when noted deficiencies have been corrected. If deficiencies are not corrected in a timely manner (i.e. nightly tasks - 24 hours; weekly tasks - 3 days; all other tasks - 7 days), the City reserves the right to deduct 5 percent of Contractor's monthly payment for each occurrence. The City also reserves the right to hire an outside firm to perform those duties not completed in a timely or satisfactory manner and the cost shall be deducted from Contractor's contract amount DAMAGE TO CITY PROPERTY Any damage to City property caused by the Contractor's employees, equipment, or products shall be corrected immediately upon notification. If not corrected by Contractor, the City will use its resources to repair damaged property and will deduct the expense from Contractor's next monthly payment BILLING/INVOICE REQUIREMENTS The Contractor shall submit, at most, a monthly invoice to the City for work performed in the previous month. The invoice shall show the Contractor's 7

9 name, business address, address for payment remittance (if different from business address) and the period covered by the invoice. If scheduled weekly tasks were not performed in the period being billed, a prorated credit shall be included on the invoice and deducted from the total amount for that period's services. If work is requested on an "as needed basis", there will be a separate invoice created for those services. No work outside of the service contract can be billed unless it is first requested/approved in writing by the City and signed by the Zoning and Development Director SECURITY CLEARANCE Contractor s employees assigned to this contract must be fingerprinted and a criminal records check completed. No one with a prior felony or serious misdemeanor conviction will be granted access to the City Hall/Police Department facility unless mitigating factors are identified, and at the discretion of the Chief of Police, which would allow for the employee to be in a secured area. The Mason Police Department will complete the necessary background checks to save costs and assure compliance with Michigan State Police auditing policies BUILDING AND EMPLOYEE DATA The attached floor plan, including square footage and interior room finish specifications, is provided as a reference only and should not be construed as exact measurements; Contractors are responsible for their own measurements. Those rooms shown with an x through them are restricted areas and should not be included in Contractor s calculations. Contractors will meet in the Zoning and Development Department at the current City Hall at 201 W. Ash Street, Mason. Please RSVP by calling Mr. David Haywood, Zoning and Development Director, at (517) The total number of employees using this facility is approximately 13 at City Hall and 16 in the Police Department RESPONSE FORMAT The items listed below shall be submitted with each proposal, with each item clearly marked. Failure to include all listed items may result in the rejection of proposal. QUESTIONNAIRE A. COMPANY OVERVIEW & QUALIFICATIONS Please introduce and give a brief background on your company. Provide address, phone and fax number, address, and business hours of your company's home office. List the number of clients your company currently serves. 8

10 Describe any characteristics of your firm that distinguish it from others. What geographical areas does your firm provide janitorial services to? What is the current number of employees working for your firm? What has been the employee turnover rate for your firm in the past year? How many years has your firm been in the janitorial service business. B. CUSTOMER SERVICE Describe how you propose to work with the City providing the services covered under this contract. What is your firm's policy and practice regarding guaranteed response times, for correcting subsequent issues and concerns brought to it by the City? C. JOB SCREENING AND HIRING Describe in detail your firm's job screening and hiring process. D. TRAINING Describe the type(s) of training your employees have had that is directly related to the performance of the janitorial services requested under this solicitation. Describe the level of LEED training provided to your employees. List any other training provided to your employees. E. EQUIPMENT List the type, quantity, and age of industrial cleaning equipment your firm will use under this contract. Provide adequate documentation that the equipment that will be used in our facility meets current LEED standards. F. CITY OF MASON CONTRACT Indicate the name of the person who will be responsible for administering the contract, if awarded. Also include the person's title, telephone number, address and address. List the number pf employees that will be assigned to this contract. Attach resumes or biographies of all members of the Contractor's team that are to provide services under this contract. COMPENSATION AND COST DATA Provide the total cost breakdown for a 3-year contract (for years ) for which your firm will provide the work described in this Request for Proposal. REFERENCES Provide a listing of at least three (3) current customers who s accounts are of similar size and scope. The services provided to these clients shall have characteristics as 9

11 similar as possible to those proposed in this RFP. Information provided for each client shall include the following: Client name, address, and current telephone number Description of services provided Time period of the project or contract Client's contact reference name and current telephone number ACCEPTANCE OF CONDITIONS Indicate any exceptions to the general terms and conditions of the RFP and any other requirements listed in the RFP. 3.0 SUBMISSION REQUIREMENTS 3.1 PROPOSAL PROCESS Proposers are to submit written proposals which present their qualifications, references, and understanding of the work performed. The proposal should be prepared simply and economically and should provide all the information which it considers pertinent to its qualifications for the project and which respond to the information listed herein. Emphasis should be placed on completeness of services offered and clarity of content. Brevity is encouraged in all responses. Proposals which do not completely address all the solicitation requirements will be considered non-responsive and may be excluded from consideration: Any exceptions shall be duly noted in the submittal. All fees and costs must be disclosed in the proposal. 3.2 TIMELY SUBMITTALS Time is of the essence and any proposal or addenda pertaining thereto received after the announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the proposer for ensuring that their proposals are time stamped by the Clerk s Department. Proposals and/or any addenda pertaining thereto received after the announced time and date of receipt, by mail or otherwise, will be returned to the proposers. However, nothing in this RFP precludes the City from requesting additional information at any time during the selection process. 3.3 AUTHORITY TO BIND FIRM IN CONTRACT Proposer shall provide full firm name and address. Failure to manually sign the proposal may disqualify it. Firm name and authorized signature must appear in the space provided on the enclosed "Signature Sheet". 4.0 GENERAL PROPOSAL INFORMATION 10

12 4.1 RIGHT OF REJECTION The City reserves the right to reject any or all proposals, to waive any informalities or irregularities in proposals, and/or to negotiate separately the terms and conditions of all or any part of the proposals as determined to be in the City's best interests at its sole discretion. 4.2 ADVICE OF OMISSION OR MISSTATEMENT In the event it is evident to a proposer responding to this RFP that the City has omitted or misstated a material requirement to this RFP and/or the services required by this RFP, the responding vendor shall advise Mr. David E. Haywood, Zoning & Development Director, at (517) of such omission or misstatement. 4.3 NOTIFICATION OF WITHDRAWAL OF PROPOSAL Proposals may be withdrawn prior to the date and time specified for proposal submission with a formal written notice by an authorized representative of the proposer. Proposals submitted will become the property of the City after the proposal submission deadline. 4.4 COST OF PREPARATION The City will not pay any costs incurred in the proposal preparation, printing or demonstration process. All costs shall be borne by the proposers. 4.5 STANDARD FORMS Any preprinted contract forms the vendor proposes to include as part of the contract resulting from this solicitation must be submitted as part of the proposal. Any standard contract provisions not submitted as part of the proposal and subsequently presented for inclusion may be rejected. The City reserves the right to accept or reject in whole or in part any form contract submitted by a proposer and/or to require that amendments be made thereto, or that an agreement drafted by the City be utilized. 4.6 COMPETITION Nothing herein is intended to exclude any responsible firm or in any way restrain or restrict competition. On the contrary, all responsible firms are encouraged to submit proposals. 4.7 PRE-OPENING INQUIRES/RESPONSE Any explanation desired by a proposer regarding the meaning or interpretation of this RFP and attachments must be requested in writing and presented to the City City, attention Mr. David E. Haywood, Zoning & Development Director. Written requests may either be mailed to the City of Mason, 201 W. Ash Street, Mason, Michigan 48854, faxed to (517) or ed to davidh@mason.mi.us. 11

13 All responses shall be in writing and shall be furnished to all proposers as an addendum to the RFP. Receipt of all addendums shall be acknowledged upon the proposal by attachment at the time of the submission of the proposal. All addendums shall be signed and dated by the proposer. No oral explanation or instruction of any kind or nature whatsoever given before the award of a contract to a proposer shall be binding. 4.8 ADDENDUM(S) If it becomes necessary to revise any part of this RFP or if additional data is necessary to enable an exact interpretation of provisions of this RFP, an addendum will be issued to all vendors known to have received a proposal and also posted on the City s website at It is the responsibility of the proposer to ensure that he/she has received and signed all addendums prior to submitting a proposal. 5.0 CONTRACTUAL TERMS AND CONDITONS 5.1 NONDISCRIMINATION CLAUSE The Proposer who is selected as the Contractor, as required by law, and/or the Equal Opportunity Employment and Non-Discrimination Policy of the City of Mason, shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privilege of employment, or a matter directly or indirectly related to employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, disability, height, weight, marital status, age or political affiliation (except where age, sex or lack of disability constitutes a bona fide occupational qualification.) The Contractor shall adhere to all applicable Federal, State and local laws, ordinances, rules and regulations prohibiting discrimination, including, but not limited to, the following: The Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended. The Persons with Disabilities: Civil Rights Act, 1976 PA 220, as amended. Section 504 of the Federal Rehabilitation Act of 19.73, P.L , 87 Stat. 394, as amended, and regulations promulgated there under. The Americans with Disabilities Act of 1990, P.L , 104 Stat 328 (42 USCA et seq.), as amended, and regulations promulgated there under. Breach of this section shall be regarded as a material breach of the agreement. 5.2 INDEMNIFICATION AND HOLD HARMLESS The Proposer who is selected as the Contractor shall, at its own expense, protect, defend, indemnify, save and hold harmless the City of Mason and its elected and appointed officers, employees, servants and agents from all claims, damages, lawsuits, costs and expenses including, but not limited to, all costs from administrative proceedings, court costs and attorney fees that the City of Mason and its elected and 12

14 appointed officers, employees, servants and agents may incur as a result of the acts, omissions or negligence of the Contractor or its employees, servants, agents or subcontractors that may arise out of the agreement. The Contractor's indemnification responsibility under this section shall include the sum of damages, costs and expenses which are in excess of the sum of damages, costs and expenses which are paid out in behalf of or reimbursed to the City, its officers, employees, servants and agents by the insurance coverage obtained and/or maintained by the Contractor. 5.3 INDEPENDENT CONTRACTOR The Proposer who is selected as the Contractor shall be an independent contractor. The employees, servants and agents of the Contractor shall not be deemed to be and shall not hold themselves out as employees, servants, or agents of the City and shall not be entitled to any fringe benefits received by the City's personnel, such as, but not limited to health and accident insurance, life insurance, longevity or paid sick or vacation leave. The Contractor shall be responsible for paying all compensation to its personnel for services they have performed under this Contract and for withholding and payment of all applicable taxes to the proper Federal, State and local governments. 5.4 INSURANCE The Proposer who is selected as the Contractor shall purchase and maintain insurance not less than the limits set forth below. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan and with insurance carriers acceptable to City of Mason and have a minimum A. M. Best Company's Insurance Reports rating of A or A(Excellent). Worker's Disability Compensation Insurance including Employers Liability Coverage in accordance with all applicable Statutes of the State of Michigan. Commercial General Liability Insurance on an "Occurrence Basis" with limits of liability not less than $1,000,000 per occurrence and/or aggregate combined single limit coverage shall include the following: (A) contractual liability; (B) products and completed operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Endorsement or Equivalent. Motor Vehicle Liability Insurance including Michigan no-fault-coverage, with limits of liability of not less than $1,000,000 per occurrence combined single limit bodily injury and property damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. Additional Insured - Commercial general liability insurance, as described above, shall include an endorsement stating the following shall be additionally insured: the City of Mason, all elected and appointed officials, all 13

15 employees and volunteers, all boards, commissions and/or authorities and board members, including employees and volunteers thereof. Cancellation Notice - All insurances described above shall include an endorsement stating the following: "It is understood and agreed that thirty (30) days advanced written notice of cancellation, non-renewal, reduction and/or material change shall be sent to: City of Mason City, 201 W. Ash Street, Mason, Michigan Proof of Insurance - The vendor shall provide to the City of Mason at the time the contracts are returned by it for execution, two (2) copies of certificates of insurance for each of the policies mentioned above. If so requested, certified copies of all policies will be furnished. The City shall be provided a copy of said insurance policy at least annually and/or whenever requested by the City. 5.5 APPLICABLE LAW AND VENUE Any agreement resulting from this RFP shall be construed according to the laws of the State of Michigan: The City and vendors agree that the venue for any legal action under this agreement shall be the City of Mason, State of Michigan. In the event that any action is brought under any agreement resulting from the RFP in Federal Court, the venue for such action shall be the Federal Judicial District of Michigan, Western District, and Southern Division. 5.6 COMPLIANCE WITH THE LAW Contractor shall render the services to be provided pursuant to this agreement in compliance with all applicable Federal, State, and local laws, ordinances, rules, and regulations. 5.7 SUBCONTRACTING PROHIBITED Subcontracting or assigning any portion of the work described/expected in this RFP or resulting contract to a subcontractor is strictly prohibited. 5.8 CONTRACT TERMINATION The City of Mason may terminate this contract for cause on written notice to Contractor if: 1) Contractor breaches any of its material duties or obligations under the contract, which either cannot be cured or are not cured within the time period specified in the written notice of breach provided by the City; 2) Contractor poses a serious or imminent threat to the health and safety of any person; 3) Contractor s actions pose a serious or imminent loss to any real or tangible personal property; 4) Contractor is insolvent, bankrupt, or otherwise out of business. The City of Mason, on thirty (30) days written notice to the Contractor, may terminate 14

16 this contract or purchase order, or any portion thereof, for any reason, including convenience, without incurring any penalty, expense or liability to the Contractor except the obligation to pay for services actually performed under the contract before the date of termination. In the case of non-compliance, termination could be effective immediately. 6.0 CONTRACT AWARD 6.1 NOTICE OF AWARD A Notice of Award will be posted on the City's web site at CONTRACT TERM Contract shall be for a term of three (3) years with an option to renew for two (2) years upon the mutual written consent of both the City and Contractor. 6.3 CONTRACT APPROVAL The Mason City Council must approve the contract resulting from this solicitation. The City will prepare a formal contract specific to this solicitation for execution by the successful Contractor. 15

17 SIGNATURE SHEET (Please type or print clearly in ink only) RFP Janitorial Services My signature certifies that the proposal as submitted complies with all terms and conditions as set forth in the RFP, except as noted herein. My signature also certifies that the accompanying proposal is not the result of, or affected by, any unlawful act of collusion with another person or company engaged in the same line of business or commerce. I hereby certify that l am authorized to sign as a representative for the firm: Complete Legal Name and Address of Firm: Remit to Address: Fed ID No.: Signature: Name (type/print): Title: Telephone: ( ) Fax No.: ( ) Date:

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services

The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services Legal Notice The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services The City of South Euclid will receive requests for proposals (RFP) for Municipal Complex Cleaning

More information

County of Ingham. Request for Proposals Packet # Janitorial Services. Sealed Proposals Due: April 26, 2016 at 11:00 A.M.

County of Ingham. Request for Proposals Packet # Janitorial Services. Sealed Proposals Due: April 26, 2016 at 11:00 A.M. County of Ingham Request for Proposals Janitorial Services Sealed Proposals Due: April 26, 2016 at 11:00 A.M. Sealed Proposals shall be delivered to the: Ingham County Purchasing Department 121 E. Maple

More information

INVITATION TO BID JANITORIAL SERVICES

INVITATION TO BID JANITORIAL SERVICES INVITATION TO BID JANITORIAL SERVICES Bid Advertised: May 4, 2016 Date of Issue: May 11, 2016 Pre-bid Meeting & Building Tour: May 23, 2016 (10 am) Bids Due: June 7, 2016 Time: 5:00 pm Issued By: Cabarrus

More information

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT 06498 REQUEST FOR PROPOSALS FOR CLEANING SERVICES Project Number: 3141 Document Length: 14 pages Issue Date: March 2, 2018 Due Date: March

More information

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS 1 City Of Hammond Purchasing Department JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS Proposals Shall Be Received by the Purchasing Department, 310 East

More information

c. Contractor s employees will have a good personal appearance at all times.

c. Contractor s employees will have a good personal appearance at all times. SCPDC FACILITIES JANITORIAL/MAINTENANCE SERVICES SPECIFICATIONS 1. LICENSE Contractor is a duly licensed and bonded firm with the State of Louisiana dispensing and using the various cleaning products necessary

More information

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY Skokie Public Library is requesting proposals for a contract for the provision of cleaning services for a 133,190 square

More information

May 22, Dear Proposed Vendor:

May 22, Dear Proposed Vendor: REQUEST FOR QUOTES FOR JANITORIAL SERVICES FOR THE CITY OF LANCASTER MAINTENANCE YARD FACILITIES QUOTE NO: 664-17 (QUOTES WILL NOT BE OPENED AND READ PUBLICLY) May 22, 2017 Dear Proposed Vendor: The City

More information

Middlesex County College Edison, New Jersey

Middlesex County College Edison, New Jersey Background Middlesex County College Edison, New Jersey 08818-3050 Scope of Work Janitorial Cleaning Services New Brunswick Center 140 New Street, New Brunswick NJ Bid # 16-11 The New Brunswick Center located

More information

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY Vendors: Lee County is requesting quotes for janitorial service for the Detar Facility located at 5180

More information

Building Maintenance Proposal ACLC

Building Maintenance Proposal ACLC Building Maintenance Proposal June 8, 2016 Patti Wilczek Alameda, CA 94501 Dear Patti: We are pleased to have you as a potential client at Anago, and are confident we can be an affordable service to you.

More information

Citylink Bus Maintenance Facility Janitorial Services

Citylink Bus Maintenance Facility Janitorial Services Invitation to Bid Citylink Bus Maintenance Facility Janitorial Services Project No. ID-2016-012-00, 2014-2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink

More information

County of Siskiyou Department of General Services

County of Siskiyou Department of General Services County of Siskiyou Department of General Services REQUEST FOR BIDS (RFB) # 18-002: THREE YEAR CONTRACT (7/1/2018-06/30/2021) FOR JANITORAL SERVICES FOR THE SISKIYOU COUNTY TRANSIT CENTER 190 GREENHORN

More information

Request for Proposals

Request for Proposals Request for Proposals For Janitorial Services at the Prince William Workforce Center in Woodbridge, Virginia ADVERTISED: February 19, 2015 DUE: March 20, 2015 5:00 p.m. (EST) The SkillSource Group, Inc.

More information

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION 3000 NW 83 rd Street Gainesville, Fl 32606 THIS IS NOT AN ORDER! Contact Name: Tyffany Wishart Tyffany.wishart@sfcollege.edu Phone: 352-395-5217 RETURN FAX NUMBER: 352-381-3720 Department: Purchasing Submit

More information

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES You are hereby invited to submit proposals for Cleaning Services for the term beginning January 1,

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018 Janitorial Services Salem District Court House Sealed Bid 2018-025 Town of Salem July 2018 SALEM PURCHASING Christine Wholley Purchasing Agent 603-890-2090 fax 603-890-2091 cawholley@salemnh.gov Christopher

More information

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) RFP 20160415 - INTERIOR PAINTING SERVICES AND SUPPLIES April 5, 2016 The Eau Claire/North Columbia Development Corporation

More information

County of Ingham. Invitation for Bids (IFB) Packet # Mold Remediation Services. proposals to

County of Ingham. Invitation for Bids (IFB) Packet # Mold Remediation Services.  proposals to County of Ingham Invitation for Bids (IFB) Packet #26-12 Mold Remediation Services Email proposals to jhudgins@ingham.org Due: June 5, 2012 at 11:00 A.M. 1.0 PURPOSE Ingham County seeks written sealed

More information

This ITB is also available on the CEMCO website under the Community Tab:

This ITB is also available on the CEMCO website under the Community Tab: INVITATION TO BID Janitorial Services ITB# 2017-01 Coastal Empire Montessori Charter School, CEMCO, acting by and through its Board of Trustees, is requesting qualified persons, firms, partnerships, corporations,

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

TOWNSHIP OF TOMS RIVER BID SPECIFICATIONS JANITORIAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS, YOUTH CENTER AND RECREATION OFFICE

TOWNSHIP OF TOMS RIVER BID SPECIFICATIONS JANITORIAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS, YOUTH CENTER AND RECREATION OFFICE TOWNSHIP OF TOMS RIVER BID SPECIFICATIONS JANITORIAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS, YOUTH CENTER AND RECREATION OFFICE A. INTENT: This specification covers the requirements for janitorial

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

County of Ingham. Request for Proposals Packet # Health Benefits Consultant. Sealed Proposals Due: March 13, 2012 at 11:00 A.M.

County of Ingham. Request for Proposals Packet # Health Benefits Consultant. Sealed Proposals Due: March 13, 2012 at 11:00 A.M. County of Ingham Request for Proposals Packet #20-12 Health Benefits Consultant Sealed Proposals Due: March 13, 2012 at 11:00 A.M. Sealed Proposals shall be delivered to the: Ingham County Purchasing Department

More information

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT The City of Kewanee is seeking an independent contractor to contract with for provision of janitorial services at Kewanee City Hall

More information

Request for Proposals. For the Read Schoolhouse Preservation Work

Request for Proposals. For the Read Schoolhouse Preservation Work Request for Proposals For the Read Schoolhouse Preservation Work A. Introduction The Town of Coventry is requesting proposals from interested contractors with demonstrated experience in the restoration

More information

City of El Centro Park & Recreation Division

City of El Centro Park & Recreation Division City of El Centro Park & Recreation Division REQUEST FOR PROPOSALS ROUTINE JANITORIAL MAINTENANCE OF CITY OF EL CENTRO COMMUNITY CENTER, OLD POST OFFICE PAVILION AND ADULT CENTER Proposals Due: March 15,

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

REQUEST FOR QUOTES FOR JANITORIAL SERVICES

REQUEST FOR QUOTES FOR JANITORIAL SERVICES REQUEST FOR QUOTES FOR JANITORIAL SERVICES Issue Date: March 23, 2015 Quotes Due: April 17, 2015, 5 p.m. PST Send Quotes to: Leslie Cayton (5 hardcopies + City of Temple City 1 digital copy) Parks and

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK INFORMAL TELEPHONE QUOTATION NO.: IT130110 LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK Vendors: Lee County is requesting quotes for restroom cleaning service for

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

AGENDA ITEM # 9A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting October 9, Jason M. Bielawski, Assistant Village Administrator

AGENDA ITEM # 9A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting October 9, Jason M. Bielawski, Assistant Village Administrator AGENDA ITEM # 9A/B AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting October 9, 2017 Item Title: Staff Contact: Janitorial Services Contract Jason M. Bielawski, Assistant Village Administrator VILLAGE

More information

Request for Proposals

Request for Proposals Request for Proposals File Migration Assistance to Office 365 ISSUE DATE: 9/14/2017 PROPOSAL DEADLINE: 10/12/2017, 4:30 PM CT PROPOSALS RECEIVED AFTER THE DEADLINE WILL BE RETURNED UNOPENED Proposal Submission

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

RFP # City Of Hammond Purchasing Department. Janitorial Services for the City of Hammond For Fiscal Year

RFP # City Of Hammond Purchasing Department. Janitorial Services for the City of Hammond For Fiscal Year 1 RFP # 15-34 City Of Hammond Purchasing Department Janitorial Services for the City of Hammond For Fiscal Year 2015-2016 Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East

More information

County of Ingham. Request for Proposals Packet #121-14

County of Ingham. Request for Proposals Packet #121-14 County of Ingham Request for Proposals Packet #121-14 Third Party Administrator for Michigan State Housing Development Authority (MSHDA) Community Development Block Grant (CDBG) Rental Rehab Program and

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time:

More information

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014 S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN June 26, 2014 ADMINISTRATION AUTHORIZE COUNTY ADMINISTRATOR NEGOTIATE A NEW MEDICAL EXAMINER SERVICES CONTRACT WITH WESTERN

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE

More information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid)

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid) One Technology Court, Montgomery, Alabama 36116 Telephone: 334-242-4158 Ed Castile Director Don Carson Business Manager Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid) Mandatory

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

INVITATION TO BID: APARTMENT CLEANING

INVITATION TO BID: APARTMENT CLEANING PREPARED BY: MAINTENANCE SUPERVISOR LAWRENCEVILLE HOUSING AUTHORITY 502 GLENN EDGE DRIVE LAWRENCEVILLE, GA30046 INVITATION TO BID: APARTMENT CLEANING August 8, 2017 pg. 1 TABLE OF CONTENTS INVITATION TO

More information

INVITATION FOR BIDS BID PROPOSAL NO. J18135 TO PROVIDE CUSTODIAL AND YARD SERVICES FOR VARIOUS JUDICIARY FACILITIES ON OAHU

INVITATION FOR BIDS BID PROPOSAL NO. J18135 TO PROVIDE CUSTODIAL AND YARD SERVICES FOR VARIOUS JUDICIARY FACILITIES ON OAHU INVITATION FOR BIDS BID PROPOSAL NO. J18135 TO PROVIDE CUSTODIAL AND YARD SERVICES FOR VARIOUS JUDICIARY FACILITIES ON OAHU SEPTEMBER 2017 NOTICE TO OFFERORS This solicitation is provided to you for information

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

CONTRACTED CLEANING

CONTRACTED CLEANING REQUEST FOR QUOTE FOR CONTRACTED CLEANING 2016-2018 Madison, Wisconsin September, 2015 REQUEST FOR QUOTE MADISON METROPOLITAN SEWERAGE DISTRICT Contracted Cleaning 2016-2018 The Madison Metropolitan Sewerage

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

REQUEST FOR PROPOSALS BUILDING CUSTODIAL & CLEANING SERVICES

REQUEST FOR PROPOSALS BUILDING CUSTODIAL & CLEANING SERVICES Beaumont Parks and Facilities REQUEST FOR PROPOSALS BUILDING CUSTODIAL & CLEANING SERVICES Issuing Date: September 25, 2017 Closing Date: Closing Time: RFP Address: October 20, 2017 12:00 (noon) Alberta

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Request for Proposals Packet #3-11. Portable Restroom Services for the Ingham County Parks and Fairgrounds

Request for Proposals Packet #3-11. Portable Restroom Services for the Ingham County Parks and Fairgrounds Request for Proposal # 83-06 Monumentation Surveyor for 2007 County of Ingham Request for Proposals Packet #3-11 Portable Restroom Services for the Ingham County Parks and Fairgrounds Sealed Proposals

More information

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305)

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305) Purchasing Department, Room A116 5901 College Rd. Key West, FL 33040 (305)809-3184, Fax (305)292-5163 To: All Bidders From: Doug Pryor, Purchasing Director Subject: Invitation to Bid: # 2017-03 Bid Title:

More information

County of Ingham. Request for Proposals Packet # Mold Remediation Professional Services At the Ingham County Courthouse

County of Ingham. Request for Proposals Packet # Mold Remediation Professional Services At the Ingham County Courthouse County of Ingham Request for Proposals Packet #11-14 Mold Remediation Professional Services At the Ingham County Courthouse Sealed Proposals Due: April 8, 2014 at 11:00 A.M. Sealed Proposals shall be delivered

More information

BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION

BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION Leonardo State Marina ( Leonardo ), Leonardo, New Jersey SCOPE OF CONCESSION A. The Concessionaire shall be granted the exclusive right

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

LAGRANGE FIRE & RESCUE 309 North First Avenue, LaGrange, KY (502) voice (502) fax

LAGRANGE FIRE & RESCUE 309 North First Avenue, LaGrange, KY (502) voice (502) fax LAGRANGE FIRE & RESCUE 309 North First Avenue, LaGrange, KY 40031 (502) 222-1143 voice (502) 222-3156 fax Community/Conference Room Use Agreement This Community/Conference Rooms Use Agreement ( Agreement

More information

ADVERTISEMENT FOR REQUEST FOR PROPOSALS NOTICE TO PROPOSER:

ADVERTISEMENT FOR REQUEST FOR PROPOSALS NOTICE TO PROPOSER: ADVERTISEMENT FOR REQUEST FOR PROPOSALS NOTICE TO PROPOSER: Genesis School invites vendors to submit a proposal to provide custodial services. Firms should read the general terms and conditions at: The

More information

APPLICATION FOR ALTERATIONS OR ADDITIONS

APPLICATION FOR ALTERATIONS OR ADDITIONS APPLICATION FOR ALTERATIONS OR ADDITIONS TO: ASSOCIATION OF APARTMENT OWNERS OF MANA KAI-MAUI RE: MANA KAI-MAUI APARTMENT # APPLICATION DATE: As the Owner of the referenced apartment (apartment) I am submitting

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services QUOTATIONS FOR SMALL PURCHASE (QSP) No. 2018-12JS WM/MO Professional Janitorial Services QSP Document Table of Contents [Table No. 1] Section Description Page Introduction 2 QSP Information at a Glance

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number TENDER FOR: 2017-01 Name of Firm (The Contractor) Address Telephone Number and Fax Number Name and Position of Person Signing for Contractor Email TENDER CLOSING DATE: 1:30 Friday, June 16 th, 2017 Tenders

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

INVITATION FOR BIDS JANITORIAL SERVICES FOR TOWN OWNED BUILDINGS WAREHAM, MA. IFB s DUE: June 12, 2017 by 10:00 AM Late Proposals Will Be Rejected

INVITATION FOR BIDS JANITORIAL SERVICES FOR TOWN OWNED BUILDINGS WAREHAM, MA. IFB s DUE: June 12, 2017 by 10:00 AM Late Proposals Will Be Rejected INVITATION FOR BIDS JANITORIAL SERVICES FOR TOWN OWNED BUILDINGS WAREHAM, MA IFB s DUE: June 12, 2017 by 10:00 AM Late Proposals Will Be Rejected DELIVER COMPLETED SUBMISSIONS TO: Municipal Maintenance

More information

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

County of Ingham. Request for Proposals (RFP) Packet # Cost Allocation Plan. Sealed Proposals Due: March 21, 2019 at 11:00 A.M.

County of Ingham. Request for Proposals (RFP) Packet # Cost Allocation Plan. Sealed Proposals Due: March 21, 2019 at 11:00 A.M. County of Ingham Request for Proposals (RFP) Packet #46-19 Cost Allocation Plan Sealed Proposals Due: March 21, 2019 at 11:00 A.M. Sealed Proposals shall be delivered to the: Ingham County Purchasing Department

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

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

More information

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY)

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY) STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY) I. SCOPE OF WORK: The Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, Bureau of State Parks,

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-03 Window Washing 2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1.

More information

County of Ingham. Request for Proposals Packet # Social Justice Project Local Health Department Social Justice Dialogue Processes

County of Ingham. Request for Proposals Packet # Social Justice Project Local Health Department Social Justice Dialogue Processes County of Ingham Request for Proposals Packet #43-11 Social Justice Project Local Health Department Social Justice Dialogue Processes Sealed Proposals Due: September 29, 2011 at 11:00 A.M. Sealed Proposals

More information

Request for Proposal

Request for Proposal Request for Proposal TERRAZZO FLOOR MAINTENANCE SERVICES Richland Lexington Airport District West Columbia, SC ISSUED DATE: June 6, 2016 ISSUED BY: POINT OF CONTACT: MANDATORY MEETING: QUESTION DEADLINE:

More information

Request for Proposals (RFP) For Janitorial Services Request for Proposals No. G057 Issued by:

Request for Proposals (RFP) For Janitorial Services Request for Proposals No. G057 Issued by: Request for Proposals (RFP) For Janitorial Services Request for Proposals No. G057 Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM

CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM South Miami bod mr 2001 To: The Honorable Mayor & Members of th~ ~, Commission From: Hector Mirabile, PhD, City Manager (11 II Date:

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

CITY OF BURIEN, WASHINGTON

CITY OF BURIEN, WASHINGTON CITY OF BURIEN, WASHINGTON REQUEST FOR PROPOSALS (RFP) FOR JANITORIAL SERVICES Bid Proposals due Monday, November 21, 2011 @ 1:00pm Burien Community Center Reception Desk 14700 6 th Ave SW Burien, WA 98166

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Community Development Block Grant (HUD) Invitation To Bid for CDBG HOUSING REHABILITATIONS WINTER 2018 (EACH HOUSE TO BE BID SEPARATELY) Contact: Mike Sheppard Phone: 734 394-5225

More information

High Point University Greek Village

High Point University Greek Village High Point University Greek Village TERMS OF PARTICIPATION THESE TERMS OF PARTICIPATION ( Agreement ) are effective for the period beginning July 1, 2017 and ending June 30, 2020 and is made between High

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information