Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC.

Size: px
Start display at page:

Download "Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC."

Transcription

1 Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC. 1. Description of the Project: Nevada Health Centers, hereafter called NVHC, is requesting proposals (RFP) from qualified firms (Contractors) for the cleaning and general sanitary maintenance (janitorial services) of NVHC facilities located within the Las Vegas area. NVHC is a 501(c) 3 nonprofit Nevada Corporation that provides primary medical and dental care to insured patients as well as un-insured and underinsured patients from fixed and mobile medical facilities. NVHC also operates WIC (Women, Infants & Children) clinics. In total, NVHC operates from thirteen fixed-site locations and utilizes three mobile units. NVHC sites operate on varied schedules, but are generally open Monday through Friday between 7 am and 5 pm. Addresses, hours of operations, square footage, and special cleaning needs for each individual location are indicated in Exhibit B, attached. 2. Scope of Work: The successful Contractor must provide the minimum Healthcare Janitorial Services outlined in Exhibit A and well as those services additional services outlined in Exhibit C. Normal cleaning operations at the NVHC sites must be scheduled when facilities are closed to the public with the exception of Day Porter services. The cleaning frequency is dependent upon the days of operations. Frequency should match the number of days per week that the facility is open. For example, facilities open five days per week will need to be cleaned 5 days per week. Facilities open two days per week will need to be cleaned two days per week. Cleaning must occur prior to the next regularly scheduled operating day. The successful Contractor must furnish all equipment, machinery, supplies, transportation and all other implements necessary to execute this contract. This includes, but is not limited to; scrubbing machines, buffers, vacuum cleaners, carpet cleaners, dust mops, brooms, rags, brushes, cleaning agents, floor finishes, etc. The RFP should include an outline of the type of equipment the Contractor intends to use so as to indicate if Contractor has sufficient equipment and supplies for each of the individuals who will be executing the agreement. NVHC may request that the contractor provide paper goods, hand soaps, and similar products for some locations. These goods are not being evaluated in this RFP, but will be discussed with the firm selected to provide the services. Contractor s response must propose a plan on accomplishing the minimum services required under Exhibit A, as well as services that may be in addition to the minimum services required at a given site and noted in Exhibit C. The plan should include the

2 number of personnel used to execute the contract, the time each day when personnel will report to perform the services, and the estimated time it will take to complete the services indicated. Contractor must document that sufficient personnel are employed to ensure that all services can be performed as required in this contract under all circumstances. NVHC requires the successful Contractor to secure all windows, doors, and check & set all security alarms prior to leaving each premise. Violation of this responsibility may lead to immediate termination of the contract. The successful Contractor must document that all employees have been fully trained and skilled in safe and proper housekeeping techniques. Contractor shall a submit statement outlining their training program and method of verifying employee competency. Failure to do so may be cause for rejection of the bid. The use of custodians who are not adequately trained may be sufficient grounds for termination of the Contract. Emphasis should be placed on handling hazardous materials (proper cleanup of blood and body fluids). This training includes OSHA requirements related to Safety Data Sheets, proper labeling of hazardous materials, use of caution signs, bloodborne pathogen training and other related requirements. Slip Resistance: The successful Contractor shall verify that all floor finishes, seals, spray buff solutions and other such chemicals applied to non-carpeted floors provide adequate protection against slippery floors. Any observed instances of slippery or slick floors shall be corrected immediately upon discovery. Germicidal Properties: The successful Contractor shall use only germicidal disinfectants that bear an Environmental Protection Agency (EPA) Registration Number. Safety Data Sheets: The successful Contractor shall furnish to the Representative of NVHC copies of Safety Data Sheets (SDS) for all products used prior to beginning service in any Facilities and must update copies of the SDS on an annual basis. In addition, each time a new chemical or cleaning product is introduced into a facility, a copy of that product s SDS must be provided to the Representative of NVHC, prior to the product being used. Labeling of Supplies/Chemicals: The successful Contractor shall purchase, issue and use all chemicals in their original containers or in containers that are properly labeled in accordance with OSHA regulations. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this Contract. Markings or labeling of materials containing hazardous or toxic substances or wastes shall be in accordance with all federal, state and local laws, ordinances, rules and regulations. The successful Contractor and all employees are required to comply with the Health Insurance Portability and Accountability Act (HIPPA). The Contractor will be

3 required to sign a business affiliate agreement. The Contractor will provide a statement indicating that all employees have been properly trained to understand HIPPA regulations and requirements. 3. Qualifications of Contractors: The Contractor must provide qualifications as to its ability to provide healthcare janitorial services to NVHC. Qualifications include, but are not limited to; previous commercial experience, current commercial cleaning contracts, length of time the Contractor has been providing healthcare janitorial services, length of time employees have been employed by the Contractor, and any special qualifications the employees or Contractor may have. Contractors must have a minimum of two years experience in a professional healthcare janitorial setting providing similar services as those outlined in the appendices. The NVHC reserves the right to request immediate removal of any employee under Contractor employment if they deem them unfit for service for any reason not contrary to law. The Contractor must submit a summary of work completed with commercial accounts and detailing work completed within the health care industry. This documentation should include information on the type of health care setting, the types of services provided, cost control measures employed, work quality, ability to meet schedules, and any other information the Contactor deems appropriate or helpful in making a determination on the selection of a vendor. 4. References: Please provide a list of clients, including contact names, titles, and phone numbers. A minimum of three (3) are required, two of which must be health care facilities. References will be checked. 5. Information provided by Nevada Health Centers: Contractors are solely responsible for conducting their own research, due diligence or other work necessary for the preparation of proposals, negotiation of agreements or delivery of services pursuant to any agreement. NVHC takes no responsibility for the completeness or the accuracy of any information presented in the RFP or otherwise distributed or made available during this procurement process. 6. Schedule: NVHC intends to adhere to the following schedule. However, it reserves the right to modify this schedule. Issue RFP April 13, 2018

4 Walkthrough all sites (escorted) Saturday, May 5, 2018, 8 am Deadline to submit additional questions May 11, 2018, 5:00 pm Proposal due date May 24, 2018, 5:00 pm Contract Award TBD Service start date July 1, Due Date: Proposals must be delivered in sealed envelopes or boxes and must be addressed to and received at: Nevada Health Centers 1799 Mount Mariah Dr. Las Vegas, NV Proposal must be received no later than 5:00 p.m. May 24, Envelopes or boxes must be clearly marked Proposal for Healthcare Janitorial Services. Contractors are fully responsible for timely delivery of proposals. Any proposal received after the stated closing time will not be considered. If proposals are sent by mail, the Contractor is responsible for assuring actual delivery of the proposal to the above address before the advertised date and hour. 8. Number of Copies: Contractors must submit one (1) original, plus one (1) copy of the proposal. All expenses associated with this submittal must be borne by the Contractor. 9. Inquiries: Questions and/or clarifications regarding this RFP will be accepted via through 5:00 pm, Friday, May 11, responses to all submitted inquiries will be provided and distributed to all recipients of this RFP. No Contractor may rely upon oral responses made by any representative of NVHC. Questions or clarification concerning this RFP should be directed to: Stacey Giomi, Director of Facilities Nevada Health Centers sgiomi@nvhealthcenters.org Contractors making contact with any other NVHC employee regarding this RFP may be disqualified. Contractors have no claim against Nevada Health Centers for failure to obtain information which the Contractor could have remedied through the exercise of due diligence. 10. Inspection of Premises: An escorted building walk-through is scheduled for all interested parties on Saturday, May 5, 2018 commencing at 8:00 am. The walk through will involve a tour of each fixed site and available mobile units. This will be the only opportunity to view each site being proposed for janitorial services under this

5 RFP. Contractor s wishing to bid on this proposal will not have any other opportunity to tour facilities. Contractors wishing to participate in the tour will be responsible for their own transportation. The tour will start at our NVHC Administrative Offices at 1799 Mount Mariah Dr., Las Vegas, NV Site locations and the order in which they will be toured will be provided at the time of the scheduled walk-through. RSVP for the tour is MANDATORY. Please RSVP via to:sgiomi@nvhealthcenters.org The RSVP should contain the individual(s) name who will participate in the tour, the company they represent, and their phone number. 11. Binding Offers: All proposals submitted are required to be binding offers, enabling acceptance by NVHC to form a binding contract. NVHC reserves the right to revise or amend the specifications prior to the date set for opening proposals. Such revisions or amendments, if any, will be announced by amendments or addendum to these specifications. Copies of such amendments or addendum so issued will be furnished to all prospective Contractors. Contractors are to provide address to the NVHC Agency Liaison for communications relating to revisions/amendments. NVHC reserves the right to accept or reject any or all Proposals or to select the Proposer(s) that, in the opinion of the NVHC, will be in the best interest of and/or the most advantageous to NVHC. NVHC also reserves the right to reject the Proposal of any Proposer(s) who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this RFP. NVHC reserves the right to waive any irregularities and technicalities and may, at its discretion, withdraw and/or re-advertise the RFP. 12. Subcontracts Not Permitted: Contractor may not assign or subcontract any part of its duties, obligations, or rights. 13. Independent Contractor: The employees, officers and agents of the Contractor are not, nor shall they be deemed for any purpose, employees or agents of Nevada Health Centers, nor are they entitled to any rights, benefits, or privileges of NVHC employees. It is understood that the relationship of the Contractor to Nevada Health Centers will be that of an independent contractor. 14. Requirements of the Independent Contractor: a) Maintain a monthly inventory of all cleaning chemicals, paper products and equipment required to perform tasks. b) Contractor employees shall wear visible identification (ID badge) and/or a

6 uniform identifying the Contractor company name at all times when performing custodial services. c) Establish a primary and secondary contact person whom would be available for any custodial emergencies and who will act as the Contractor point of contact. d) Ensure all his/her employees shall observe all rules and regulations when conducting businesses on NVHC premises. e) To inform of any problems (cleaning, security, lighting, maintenance, employees, tenants, etc.) the day after it occurs or immediately if necessary. f) Contractor s employees may not bring children to facilities while performing services. Contractor shall employ employees who shall be of stable emotional character. Contractor shall defend and hold NVHC harmless for the actions, implied actions or omission of Contractor employees towards any tenant, guest or invitees of the building. 15. Conduct of Work: Each Contractor shall submit, with their proposal, the number of persons and the estimated number of hours to complete the cleaning for each facility. Failure to provide documentation may result in disqualification of proposal. Any work that is unsatisfactory to NVHC s representative will be called to the attention of the contractor and the contractor will be required to properly service the area in question and take steps to improve the overall results in the future. Failure by the contractor to comply with such requests will result either in the corrective work being done by others with the cost charged to the contractor, or by deductions being imposed. If the contractor fails to rectify the unsatisfactory conditions, the contract will be terminated. The successful contractor shall conduct cleaning in such a manner that there will be no interruption in or interference with the proper execution of NVHC business. Quality control inspections are to be performed on an agreed upon schedule. Any reported deficiency in the performance of these specifications will be corrected within 24 hours. Failure to provide services in accordance with the specifications may result in nonpayment of services by adjustment of monthly fees. Failure to provide services may be cause for termination of contract. All trash and waste products are to be taken to dumpsters daily, lids and gates of

7 dumpsters are to be left in a closed position and locked (if locks are provided). Recycling (if provided) will be taken to the dumpsters daily. Contractor shall minimize the effects of noise, odor, light, fugitive dust emissions, and traffic movement on and/or adjacent to site property. 16. Confidentiality: Proposals will be kept confidential and will not be shared with other vendors or contractors. Documents may become public as required under federal regulations. If it is deemed that documents must become public then all documents pertaining to this submittal will be open for public inspection except material(s) designated by the Contractor as proprietary or confidential. NVHC will not disclose or make public any pages of a proposal on which the Contractor has stamped or imprinted the words Proprietary or Confidential. Confidential or proprietary data is normally restricted to confidential financial information or data that qualifies as a trade secret. Upon award of the contract Contractor will provide NVHC with list of staff names for the issuance of property access cards or building keys. The Contractor must sign for these cards/keys and update NVHC immediately of staff changes. Contractor is required to maintain an accurate inventory and notify NVHC immediately if custodial staff fails to return access cards/keys upon termination of employment either voluntary or involuntary. Contractor will be charged for replacement cards/keys and any additional charges incurred. The Contractor must return all issued property access cards/keys at the termination of the contract. 17. Prohibited Contacts: The Contractor, including any person affiliated with or in any way related to the Contractor, is strictly prohibited from any contact with the evaluation committee members on any matter having to do in any respect with this RFP other than as outlined within this document. Failure by any Contractor to adhere to this prohibition may, at the sole discretion of NVHC, result in disqualification and rejection of any proposal. 18. Pricing: The subsequent contract is considered a FIRM FIXED-PRICE CONTRACT. The fee proposed shall remain firm and must include all charges that may be incurred in fulfilling the terms of the contract. In the event the contract is renewed, the contract unit price must be firm for the duration of the contract, unless otherwise stipulated in these Special Provisions: A. The awarded Contractor price to be paid is subject to increase or decrease upon approval of the Contractor s written request to NVHC. Written requests must be received sixty (60) days prior to the expiration of the term in force. The request must include the cause for adjustment and must include the amount of change requested with documentation to support the requested

8 adjustment. B. The requested contract price increase is effective only upon approval of NVHC. 19. Payments: The successful Contractor will submit invoices at the end of each monthly billing period. Invoice amounts will be based upon Contractor s services as rendered. Invoices must be detailed and must be submitted no later than thirty (30) calendar days after the date of services have been rendered. Invoices received after this time will be considered null and void. Payments will be paid to Contractor within thirty (30) days following receipt of a properly detailed invoice. 20. Term: The term of the agreement is two (2) years, subject to earlier termination or extension pursuant to the Agreement provisions. The Agreement will renew automatically for one (1) additional two-year term unless notice is given by either party to the other by U.S. Certified Mail of its intent not to renew at least sixty (60) days prior to the expiration of the term in force. A sample Agreement is attached as Exhibit D. A written contract will be entered into between NVHC and the successful Contractor. 21. Proposal Format Requirements: Contractors must follow the format outlined in this section. Failure to do so may result in rejection of the submittal. Legibility, clarity, and completeness are essential. Proposals must be organized as follows: o Request for Proposal Form (Exhibit B) o Cover letter o Title Page o Approach to the Scope of Services o Qualifications and Experience of Contractor and staff Include training provided to employees and document that all employees have received all training required under federal, state, and local regulations as outlined in this RFP o Proof of workers compensation coverage or exemption from such o Proof of general liability insurance o Proof of appropriate business license o Proposal Schedule additional services (Exhibit C) NVHC reserves the right to reject any and/or all submittals, to waive technicalities, to re-advertise, or to otherwise proceed when the best interest of the agency will be

9 realized. 22. Contents of Proposal: The Contractor must provide the required information both as to itself and any other person, including any corporation, partnership, contractor, joint venture, consortium, or individual which the Contractor intends to assign to a key management role in the preparation of the healthcare janitorial services to which the Contractor intends to assign material responsibilities under such agreement. The Request for Proposal form, Exhibit B and the Proposal Schedule, Exhibit C, must be completed, signed, and incorporated into the submitted proposal. Failure to do so may result in disqualification. The Cover letter should contain the following information: o Designation of the entity that will contract with NVHC; o A brief identification of the roles of all principal Contractor team members; o Identification of the principle contact person for the Contractor and an alternate contact person together with addresses, telephone and facsimile numbers, and addresses; o A clear statement indicating that the attached proposal constitutes a clear and binding offer by the Contractor to NVHC; and o A clear statement indicating that all information in support of the proposal is accurate, truthful, and factual. The Title Page should be on the letterhead of the Contractor (if available). It should identify the name, title, company, mailing address, phone numbers, and e- mail addresses of the person(s) authorized to commit the Contractor to contractual arrangements with NVHC. This person(s) will be considered to be the Contractor s contact point for all communication regarding this procurement. The Approach will include a description of how services will be provided or what tasks will be done in response to the Scope of Work and tasks outlined in Exhibit A and the additional services outlined in Exhibit C. The description should show how the Contractor intends to perform services. The Contractor should provide detailed information on the qualifications and experience of the company and the staff who will be providing the services. Contractor must also provide a listing of at least three (3) client references, two (2) of which should be health care references. Also include the resume and qualifications of the Service Manager who will be managing the healthcare janitorial services. Proof of workers compensation coverage or exemption from coverage should come in the form of a copy of coverage certification or an exemption certificate or letter. Proof of general liability insurance should come in the form of a certificate of coverage listing limits ($1,000,000 combined limits required at a minimum), deductibles and any self-insured retentions. NVHC may require bonds for high

10 deductibles or high self-insured retentions. Upon awarding of the contract, NVHC must be named as an additional insured. Proof of an appropriate business license should come in the form of a copy of the issuing governmental agency business license. 23. Criteria for Award: Proposals for consideration must contain evidence of the Contractor s experience and abilities in the specified area and other disciplines directly related to the proposed services. An NVHC selection committee will review and evaluate all replies and proposals. The selection committee will only consider the response to this solicitation for selection of a contractor. It is critical, therefore, that Contractors provide information completely, accurately, and clearly. Evaluation of the responses will be based on the following criteria: o 45 points Past record of performance & experience in a similar health care setting. o 25 points Price (*) o 10 points Qualification of the firm to perform the services o 10 points Responsiveness to RFP o 10 points Completeness of the proposed approach to Scope of Services (*)The Contractor with the lowest price will receive the 25 points available for price. The next lowest will receive 20 points, then 15, 10, etc. 24. Discrepancies, Error and Omissions: Any discrepancies, errors, or ambiguities in the RFP or addenda (if any) should be reported in writing to the NVHC Agency Liaison. Should it be necessary, a written addendum will be incorporated to the RFP. The Agency Liaison will NOT be responsible for any oral instructions, clarifications, or other communications.

11 EXHIBIT A Healthcare Janitorial Services Nevada Health Centers Nevada Health Centers requires that the facility be cleaned and maintained at a level of quality commensurate with the highest standards of professional healthcare janitorial services. The following schedule guidelines set forth those services that MUST be performed at all sites. Exhibit C lists specific services that are needed based upon site location. DAILY SERVICES Vacuum all areas, including cubicles, hallways, conference rooms and under all desks, tables, and large furniture Sweep and/or dust mop all floor surfaces Corners/edges free of debris (baseboard) Mop all hard surface floors (VCT, tile, etc.) Spot clean carpet stains, spills Spot clean walls, especially in hallways, exam rooms and conference rooms (only washable walls are to be spot cleaned) Feather dust televisions Dust conference room tables Empty all trash receptacles (items not in the receptacle are not be thrown out unless specifically marked for disposal) and replace bags Transport trash & recycling to appropriate outside disposal bins Empty all red bag trash receptacles and replace bags Transport all red bag trash to proper container as identified at each site. Wipe down and sanitize all counters, exam tables, chairs, sinks, etc. in all exam rooms and laboratory areas Wipe down and sanitize waiting room chairs, tables, cabinets and counter surfaces Clean transaction window on both sides in check-in/check-out area Replace chairs, tables, etc. to proper position. Dust all ledges and other flat surfaces within reach Dust counters and file cabinets Remove fingerprints from door and partition glass Disinfect all drinking fountains Restrooms: o Clean wash basins, dispensers and chrome fittings and faucets o Clean restroom mirrors and frames o Sanitize toilets, toilet seats, and urinals including underside of urinals and toilet bowls o Empty and sanitize sanitary napkin dispensers o Dust ledges and partition o Disinfect hardware on bathroom doors and stalls o Remove any soap scum or residue and/or hard water stains from sinks and hard

12 surfaces. o Empty trash receptacles and remove trash to dumpster o Refill toilet tissues, hand soap, towels and sanitary napkin dispensers o Ensure soap/sanitizer dispensers are filled as needed Kitchen o Clean and wipe break area/kitchen tables o Scour kitchen sink, disinfect and shine faucets o Wipe down and sanitize refrigerator and microwave exterior door handles o Soap, tissues, etc., well stocked and replenished Keep janitor closets clean and orderly NOTE: 1. All disinfectants must be hospital grade 2. Report to any building deficiencies, items needing maintenance or critical issues to Agency Liaison WEEKLY SERVICES Dust wipe and sanitize all telephones, including ear and mouth pieces Fill floor drains with germicidal solution, filling p-trap to alleviate sewer gas smell Hand dust and wipe clean with damp or treated cloth, office desktops and exposed furniture surface areas (DO NOT move or adjust paperwork or other items on desk top surfaces) Dust/clean baseboards Wipe down bathroom walls, including partitions walls Disinfect all back splash walls in kitchen and breakroom Polish all conference room tables Clean all conference and office chairs including legs, arm rests, and chair base Vacuum upholstery chairs/furniture Dust artwork Dust book shelves and filing cabinets in offices, cubicles and conference rooms Dust tops of cubicle partitions Polish or clean door kick plates & thresholds as necessary MONTHLY SERVICES Check all overhead light lenses and clean as necessary Vacuum edges and corners of floors Vacuum (with crevice tool) behind doors and furniture Wash all waste baskets as necessary Dust top of cabinets High dust ledges and partitions Dust exit signs Dust lights, ceilings, walls, corners, etc. paying attention to spider webs and dust Wipe walls in hallways in patient areas

13 Clean floor chair protectors Dust or clean window sills and frames QUARTERLY Dust or vacuum ceiling intake and AC vents Dust vertical and horizontal window blinds Dust exposed overhead pipes and sprinklers DAY PORTER DUTIES (At select locations and only when requested) Clean and restock (paper products) restrooms Keep common areas clean of trash Spot clean spills or areas of the facility needing interim cleaning Empty trash in all rooms (exam rooms, offices, common areas, etc.) CLOSING INSTRUCTIONS Clean and organize janitor s closet Lock all designated doors Turn off all lights (facilities with automatic lighting controls exempted) Set alarm system Report maintenance issues, damage, or any other facility or janitorial related issued to designated NVHC Liaison.

14 EXHIBIT B REQUEST FOR PROPOSALS RFP TITLE: Proposal for Healthcare Janitorial Services PROPOSAL OPENING DATE: Monday, May 24, 2018, 5:00 pm. IMPORTANT PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE OR BOX WITH THE RFP NAME PROPOSAL FOR HEALTHCARE JANITORIAL SERVICES CLEARLY INDICATED ON THE FRONT OF THE ENVELOPE OR BOX. FAXED PROPOSALS WILL NOT BE ACCEPTED. The opening of proposals will be conducted in private to maintain the confidentiality of the contents of all proposals. CONTRACTOR MUST COMPLETE THE FOLLOWING (Please Print) COMPANY NAME CONTACT PERSON MAILING ADDRESS/CITY/STATE/ZIP PHONE NUMBER ADDRESS

15 EXHIBIT C PROPOSAL SCHEDULE LOCATIONS ADDITIONAL SERVICES Additional services will be performed on an as needed basis and may be done quarterly, semiannually or annually as determined by NVHC. These additional services will be quoted on a per event basis. These services include; carpet cleaning, VCT floor servicing, tile floor servicing, pressuring washing sidewalks and entries, policing parking lots for trash, etc. For the services as outlined, I, representing the firm of, will perform the necessary healthcare janitorial services identified in Exhibit A and C according to the request for proposals enclosed and for the fees identified below. MARTIN LUTHER KING HEALTH CENTER 1799 Mount Mariah Dr. Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 30,800 Monday Thru Friday 7:00 am to 6:00 pm DAY PORTER SERVICES (4 HRS/DAY): Monthly Amount $ Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police parking lot Power wash front entrance Ceramic tile/floor cleaning Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior Clean garage floor

16 CAMBRIDGE FAMILY HEALTH CENTER 3900 Cambridge St., Suite 102, Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 5,745 Monday Thru Friday 7:00 am to 5:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior WIC CAMBRIDGE 3900 Cambridge St., Suite 202, Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 2,703 Monday Thru Friday 8:00 am to 5:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

17 EASTERN FAMILY MEDICAL & DENTAL HEALTH CENTER 2212 S. Eastern Ave., Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 9,500 Monday Thru Friday 7:00 am to 6:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police parking lot Power wash front entrance Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior HENDERSON HEALTH CENTER 98 E. Lake Mead Parkway, Suite 103, Henderson, NV Days per week TOTAL SQUARE FOOTAGE: 4,431 Monday Thru Friday 8:00 am to 6:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

18 LAS VEGAS OUTREACH HEALTH CENTER 47 W. Owens Ave., Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 2,000 Monday Thru Friday 7:00 am to 4:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring C.P. SQUIRES SCHOOL-BASED HEALTH CENTER 1312 E. Tonopah Ave., North Las Vegas, NV Day per week TOTAL SQUARE FOOTAGE: 1,750 Tuesday 7:00 am to 4:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police parking lot Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

19 NORTH LAS VEGAS HEALTH CENTER 2225 Civic Center Dr., Suite 224, North Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 5,516 Monday thru Friday 8 am to 5 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior WIC NORTH LAS VEGAS 2225 Civic Center Dr., Suite 150, North Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 5,869 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Ceramic tile/floor cleaning Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

20 WIC ARVILLE 4601 W. Sahara Ave., Suite I, Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 3,000 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior WIC BONANZA 5001 E. Bonanza Rd., Suite 104, Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 4,178 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Ceramic tile/floor cleaning Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

21 WIC GOWAN 3650 N. Rancho Dr., Suite 101, Las Vegas, NV Days per week TOTAL SQUARE FOOTAGE: 3,405 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police exterior immediate area Area rug cleaning Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

22 NVHC operates two mobile medical units; the Mammovan and the Ronald McDonald Care Mobile. These two mobile units travel throughout the state and are not always available to be serviced. Cleaning these vehicles will be done on a daily basis whenever the units are housed in Las Vegas and when directed by NVHC staff. MAMMOVAN 1799 Mount Mariah Dr., Las Vegas, NV TOTAL SQUARE FOOTAGE: Varied 1,000 (approximately) Varies Daily Amount $ RONALD MCDONALD CARE MOBILE 1799 Mount Mariah Dr., Las Vegas, NV TOTAL SQUARE FOOTAGE: Varied 600 (approximately) Varies Daily Amount $

23 EXHIBIT D HEALTHCARE JANITORIAL SERVICES NEVADA HEALTH CENTERS SAMPLE AGREEMENT THE PARTIES AGREE AS FOLLOWS: 1. PARTIES This agreement is entered into by and between (insert name of contractor and address), hereinafter Contractor and Nevada Health Centers, hereinafter NVHC. 2. EFFECTIVE DATE, DURATION, AND RENEWAL 2.1 Contract Term. This contract shall take effect on July 1, 2017, and terminate on June 30, 2020 unless terminated earlier or extended in accordance with the terms of this contract. 2.2 Contract Renewal. This contract may, upon mutual agreement between the parties and according to the terms of the existing contract, be renewed one time for a two (2) year intervals. This contract, including any renewals, may not exceed a total of 4 years. 3. COST/PRICE ADJUSTMENTS Price Adjustments Negotiated Based on Changes in Contractor's Costs. Price adjustments may be permitted at the time of contract renewal through a process of negotiation with the Contractor and NVHC. Any price increases must be based on demonstrated industry wide or regional increases in the Contractor's costs. Publications such as the Federal Bureau of Labor Statistics and the Consumer Price Index (CPI) for all Urban Consumers may be used to determine the increased value. 4. SERVICES AND/OR SUPPLIES Contractor agrees to provide to NVHC all services identified in Exhibit A and C and which are further identified in Contractor s response to the FRP. All documents noted above are incorporated as part and parcel of this agreement. 5. CONSIDERATION/PAYMENT 5.1 Payment Schedule. In consideration for the services to be provided, the Agency shall pay according to the following schedule: Contractor must submit invoices at the end of each monthly billing period. Invoice amounts will be based upon Contractor s services as rendered at the rates delineated in Exhibit A and C. Invoices must be detailed and must be submitted no later than thirty (30) calendar days after the date of services have been rendered. Invoices received after this time are considered null and void. Payments will be paid to Contractor within thirty (30) days following receipt of a properly detailed invoice.

24 5.2 Withholding of Payment. The Agency may withhold payments to the Contractor if the Contractor has not performed in accordance with this contract. Such withholding cannot be greater than the additional costs to the Agency caused by the lack of performance. 6. ACCESS AND RETENTION OF RECORDS 6.1 Access to Records. The Contractor agrees to provide the NVHC, NVHC s Auditor or their authorized agents access to any records necessary to determine contract compliance. 6.2 Retention Period. The Contractor agrees to create and retain records supporting the provision of healthcare janitorial services for a period of three years after either the completion date of this contract or the conclusion of any claim, litigation, or exception relating to this contract taken by NVHC, or a third party. 7. ASSIGNMENT, TRANSFER, AND SUBCONTRACTING The Contractor shall not assign, transfer, or subcontract any portion of this contract. 8. HOLD HARMLESS/INDEMNIFICATION The Contractor agrees to protect, defend, and save (NVHC, its employees, board members, appointed officials, and agents, while acting within the scope of their duties as such, harmless from and against all claims, demands, causes of action of any kind or character, including the cost of defense thereof, arising in favor of the Contractor's employees or third parties on account of bodily or personal injuries, death, or damage to property arising out of services performed or omissions of services or in any way resulting from the acts or omissions of the Contractor and/or its agents, employees, representatives, assigns, subcontractors, except the sole negligence of NVHC, under this agreement. 9. REQUIRED INSURANCE 9.1 General Requirements. The Contractor shall maintain, for the duration of the contract, at its cost and expense, insurance against claims for injuries to persons or damages to property, including contractual liability, with combined limits of $1,000,000, which may arise from or in connection with the performance of the work by the Contractor, agents, employees, representatives, or assigns. This insurance shall cover such claims as may be caused by any negligent act or omission. NVHC, its officers, officials, employees, and volunteers are to be covered and listed as additional insured; for liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products, and completed operations; premises owned, leased, occupied, or used. 9.2 Deductibles and Self-Insured Retentions. Any deductible or self-insured retention must be declared to and approved by the NVHC. At the request of the NVHC either: (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the NVHC, its officers, officials, employees, or volunteers; or (2) at the expense of the Contractor, the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, and defense expenses. 9.3 Certificate of Insurance/Endorsements. A certificate of insurance from an insurer with a

25 Best's rating of no less than A- indicating compliance with the required coverage s, must be received by NVHC, at the time this contract is awarded. The Contractor must notify the Agency immediately, of any material change in insurance coverage, such as changes in limits, coverage s, change in status of policy, etc. The Agency reserves the right to require complete copies of insurance policies at all times. 10. COMPLIANCE WITH WORKERS' COMPENSATION ACT Contractors are required to comply with the provisions of the State of Nevada workers compensation laws. Proof of compliance must be in the form of workers' compensation insurance or proof of exemption from coverage. Neither the contractor nor its employees are employees of the NVHC. 11. COMPLIANCE WITH LAWS The Contractor must, in performance of work under this contract, fully comply with all applicable federal, state, or local laws, rules, and regulations, including the Civil Rights Act of 1964, the Age Discrimination Act of 1975, the Americans with Disabilities Act of 1990, and Section 504 of the Rehabilitation Act of The Contractor agrees that the hiring of persons to perform the contract will be made on the basis of merit and qualifications and there will be no discrimination based upon race, color, religion, creed, political ideas, sex, age, marital status, physical or mental disability, or national origin. 12. CONTRACT TERMINATION 12.1 Termination for Convenience. NVHC may, by written notice to the Contractor, terminate this contract without cause. The Agency must give notice of termination to the Contractor at least sixty (60) days prior to the effective date of termination Termination for Cause. NVHC may terminate this contract for cause if the Contractor is not compliant with the provisions of services as outlined in the original proposal. Prior to termination for cause, Contractor will be provided written instructions on how to remedy deficiencies. The Contractor will have thirty (30) days to remedy the deficiencies. If, after the thirty (30) day period the deficiencies are not remedied to the satisfaction of NVHC, the contract may be terminated immediately. 13. LIAISON AND SERVICE OF NOTICES All project management and coordination on behalf of the NVHC shall be through a single point of contact designated as the NVHC liaison. Contractor shall designate a liaison that will provide the single point of contact for management and coordination of Contractor's work. All work performed pursuant to this contract shall be coordinated between the Agency's liaison and the Contractor's liaison. Stacey Giomi, Director of Facilities Nevada Health Centers 3325 Research Way Carson City, NV sgiomi@nvhealthcenters.org

26 Contractor. (Address): (City, State, ZIP): Telephone: Cell Phone: Fax: will be the liaison for the The Agency's liaison and Contractor's liaison may be changed by written notice to the other party. Written notices, requests, or complaints will first be directed to the liaison. All official notices and invoices will be directed to NVHC at the following address: Nevada Health Centers 3325 Research Way Carson City, NV MEETINGS The Contractor is required to meet with the Agency's personnel, or designated representatives, to resolve technical or contractual problems that may occur during the term of the contract or to discuss the progress made by Contractor and the Agency in the performance of their respective obligations, at no additional cost to the Agency. Meetings will occur as problems arise and will be coordinated by the Agency. The Contractor will be given a minimum of three full working days notice of meeting date, time, and location. Face-to-face meetings are desired. However, at the Contractor's option and expense, a conference call meeting may be substituted. Consistent failure to participate in problem resolution meetings two consecutive missed or rescheduled meetings, or to make a good faith effort to resolve problems, may result in termination of the contract. 15. CHOICE OF LAW AND VENUE This contract is governed by the laws of Nevada. The parties agree that any litigation concerning this bid, proposal or subsequent contract must be brought in Nevada Health Centers (NVHC) and each party shall pay its own costs and attorney fees. 16. SCOPE, AMENDMENT, AND INTERPRETATION 16.1 Contract. This contract consists of (insert number) numbered pages, any Attachments as required, the RFP, and the Contractor's RFP response to the RFP. In the case of dispute or ambiguity about the minimum levels of performance by the Contractor the order of precedence of document interpretation is in the same order Entire Agreement. These documents contain the entire agreement of the parties. Any enlargement, alteration or modification requires a written amendment signed by both parties. 17. EXECUTION The parties through their authorized agents have executed this contract on the dates set out below.

27 CONTRACTOR: Contractor s Authorized Agent DATE NEVADA HEALTH CENTERS: Walter B. Davis, Chief Executive Officer DATE

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

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

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

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

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

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

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

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

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

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

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 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

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

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

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 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

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. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the: City of Mason Request for Proposals for Janitorial Services Proposals Due: May 7, 2010 10:00 a.m. Proposals shall be delivered to the: City of Mason Clerk s Department 201 W. Ash Street Mason, Michigan

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

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

Advertising Services Agreement

Advertising Services Agreement Advertising Services Agreement THIS ADVERTISING SERVICES AGREEMENT ( Agreement ) is made and entered into this 23rd day of May, 2011, by and between Montana s Custer Country, a Montana nonprofit corporation,

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

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

Dalton Farm Homeowners Association Roosevelt House Reservation Forms

Dalton Farm Homeowners Association Roosevelt House Reservation Forms Dalton Farm Homeowners Association Roosevelt House Reservation Forms We are pleased that you have selected the Roosevelt House at Dalton Farm for your next social event. Along with the privilege of having

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

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

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. BID REQUEST NO.: 17-4001-HR-U STRATEGIC SOURCING SPECIALIST: Heather Turner-Reed TITLE: Janitorial Services-221 N Stadium PHONE NO.: (573) 882-9778 ISSUE DATE: September 27, 2016 E-MAIL: ReedHR@umsystem.edu

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

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

Housekeeping / Janitorial contractor services for el Rio Health Center

Housekeeping / Janitorial contractor services for el Rio Health Center REQUEST FOR PROPOSAL RFP 3 February 8, 2018 Housekeeping / Janitorial contractor services for el Rio Health Center Northwest 320 W. Prince Rd. / 340 W. Prince Rd. Tucson, Arizona 85705. Sq. Ft. Northwest

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

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

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

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT SMALL WORKS ROSTER PUBLIC WORKS CONTRACT Between: Project: Commencing: Tenninating: Amount: City of Newcastle and Cascadian Building Maintenance City Hall/ Lake Boren Park Janitorial Service January, 2012

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

City of Page. Facilities Guidelines and Information. City of Page Facility Use Application

City of Page. Facilities Guidelines and Information. City of Page Facility Use Application ! City of Page Facilities Guidelines and Information City of Page Facility Use Application City of Page- Facility Cleaning & Damage Deposit Credit Card Authorization Form Facility Use Request Hold Harmless

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

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

EXHIBIT C OPERATIONAL TERMS AND CONDITIONS

EXHIBIT C OPERATIONAL TERMS AND CONDITIONS EXHIBIT C OPERATIONAL TERMS AND CONDITIONS I. CONTRACTOR AGREES TO: Establish and operate a Coffee Bar and cafeteria in the Department of Child Support Services complex to provide fresh high quality food

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL APARTMENT MAKE READY 2019 The Warner Robins Housing and Houston County Housing Authorities (WRHA) are currently soliciting proposals for Apartment Make Ready (Unit Turn) for a one

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

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 For: Youth Sports Officials and Scorekeepers

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers CITY OF GLENDORA REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers Prepared by Community Services Department 116 E. Foothill Boulevard Glendora, California 91741 Phone: (626) 914-8228

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

County of Mercer SPECIFICATIONS FOR BID FOR JANITORIAL SERVICES AT VARIOUS BUILDINGS IN MERCER COUNTY FOR A PERIOD OF TWO (2) YEARS

County of Mercer SPECIFICATIONS FOR BID FOR JANITORIAL SERVICES AT VARIOUS BUILDINGS IN MERCER COUNTY FOR A PERIOD OF TWO (2) YEARS County of Mercer McDade Administration Building, 640 South Broad Street, P.O. Box 8068, Trenton, NJ 08650-0068 SPECIFICATIONS FOR BID FOR JANITORIAL SERVICES AT VARIOUS BUILDINGS IN MERCER COUNTY FOR A

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

Invitation To Bid. Hart County Health Department Jill Garland, Office Manager (706)

Invitation To Bid. Hart County Health Department Jill Garland, Office Manager (706) Invitation To Bid Date Issued: March 19, 2015 RFP# Hart-Janitorial-2016.01 Sealed proposals from suppliers will be received by the Hart County Health Department at 64 Reynolds Street, Hartwell, GA 30643

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

INVITATION TO BID. Issued By COUNTY OF TAZEWELL OFFICE OF THE COUNTY FINANCE DIRECTOR CRAIG A. PETERS CPA

INVITATION TO BID. Issued By COUNTY OF TAZEWELL OFFICE OF THE COUNTY FINANCE DIRECTOR CRAIG A. PETERS CPA INVITATION TO BID Issued By COUNTY OF TAZEWELL OFFICE OF THE COUNTY FINANCE DIRECTOR CRAIG A. PETERS CPA TAZEWELL COUNTY FINANCE DIRECTOR 11 S. 4 TH STREET, SUITE #120 PEKIN, ILLINOIS 61554 PHONE (309)

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

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES The Santa Cruz Port District is seeking proposals from qualified independent contractors for: GARBAGE HAULING SERVICES BACKGROUND

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool TOWNSHIP OF PALMER NORTHAMPTON COUNTY, PA Municipal Building, 3 Weller Place, Palmer, PA 18045-1975, Tel. 610-253-7191, Fax 610-253-9957 Website: palmertwp.com REQUEST FOR PROPOSALS Lease and Operate the

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL for Janitorial Services for 530 Water St. and Other Port Assets 15-16/02 PURCHASING DEPARTMENT 530 WATER STREET OAKLAND, CA 94607 RFP Template Updated 7-1-15 REQUEST FOR PROPOSAL RFP

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

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

CITY OF ANN ARBOR INVITATION TO BID

CITY OF ANN ARBOR INVITATION TO BID CITY OF ANN ARBOR INVITATION TO BID Janitorial Services - WWTSU ITB No. 4542 Due Date: June 19, 2018 at 2:00 PM (Local Time) Wastewater Treatment Service Unit / Public Services Area Issued By: City of

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES THE CITY OF BLUE ISLAND ISSUED: APRIL 7, 2017 PROPOSALS DUE: FRIDAY, APRIL 28, 2017 AT 12:00 P.M. TABLE

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

INVITATION TO BIDDERS

INVITATION TO BIDDERS INVITATION TO BIDDERS The Terrebonne Parish Library Board of Control is accepting bids for a janitorial service to its library branches. Bids will be accepted until 3:00 p.m. on Tuesday, December 4, 2018

More information

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025 REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING

More information

NOTICE TO BID. CORAL ACADEMY OF SCIENCE LAS VEGAS a Nevada Public Charter School

NOTICE TO BID. CORAL ACADEMY OF SCIENCE LAS VEGAS a Nevada Public Charter School NOTICE TO BID CORAL ACADEMY OF SCIENCE LAS VEGAS a Nevada Public Charter School REQUEST FOR SEALED PROPOSALS FOR JANITORIAL SERVICES FOR THE SCHOOL YEARS 2017-2023 April 22, 2017 PART A: EXECUTIVE SUMMARY

More information

La Grange Public Library Request for Proposal For Cleaning Services

La Grange Public Library Request for Proposal For Cleaning Services La Grange Public Library Request for Proposal For Cleaning Services Submit all questions by December 19, 2016 at 5:00pm CST Please return all Proposals by December 27, 2016 at 5:00pm CST to: Jeannie Dilger,

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Ontario will receive sealed bids for Janitorial Services for Finger Lakes Community College (B16096). Such sealed bids must be filed with the

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information