REQUEST FOR PROPOSALS CLEANING AND CUSTODIAL SERVICES

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS CLEANING AND CUSTODIAL SERVICES"

Transcription

1 REQUEST FOR PROPOSALS CLEANING AND CUSTODIAL SERVICES March 14, 2011 The Chelmsford Public School Committee(CPS), 230 North Rd, Chelmsford, MA 01824, the awarding authority, invites competitive sealed proposals in accordance with Massachusetts General Laws Chapter 30B, Section 6 for cleaning and custodial services for the period July 1, 2011 through June 30, The Request for Proposals (RFP) document may be obtained from the Business Office at the above address or at All proposals must be in writing in the form set forth in the RFP and delivered in sealed envelopes. Proposals will be received until 10:00 a.m. EDT on May 2, 2011 at which time they will be publicly acknowledged. The Chelmsford Public School Committee reserves the right to accept or reject any or all proposals if it is in its best interest to do so. Mrs. Katherine Duffett School Committee Chair - 1

2 CHELMSFORD PUBLIC SCHOOLS REQUEST FOR PROPOSALS CLEANING AND CUSTODIAL SERVICES 1. Purpose The intent and purpose of this Request for Proposals (RFP) dated March is to establish a contractual agreement for the performance of cleaning and related custodial services for the Chelmsford Public Schools located in Chelmsford, Ma. In connection therewith, the Chelmsford Public Schools Committee, 230 North Road, Chelmsford, MA 01824, as the Awarding Authority, invites competitive sealed proposals in accordance with Massachusetts General Laws (MGL) Chapter 30B, Section 6 for the period July 1, 2011 through June 30, 2014 with annual review of performance and option for renewal of contract for up to two years for a total of 5 years. Hereinafter, the awardee shall be referred to as the Contractor, and the related agreement shall be referred to as the Contract. 2. How to Obtain RFP Information Specifications may be obtained from the Business Office during normal business hours (8:00 a.m. - 4:00 p.m.) on or after March 15, 2011 Questions concerning technical aspects of the specifications should be in writing and directed to The Business Manager, Ms. Kathleen McWilliams, 230 North Rd, Chelmsford, MA at mcwilliamsk@chelmsford.k12.ma.us 3. Scope of Work Required Services The Contractor, unless otherwise specified by in this RFP, shall furnish all labor, tools, supplies and equipment necessary for the complete and satisfactory performance of custodial services (described in Appendix A hereto) at the following facilities: 1. Chelmsford High School, 200 Richardson Rd. Chelmsford (285,882s. ft +/-) 2. Byam Elementary School, 25 Maple Road, Chelmsford (60,441 sq.ft+/-) 3. Center Elementary School, 84 Billerica Road, Chelmsford ( sq.ft+/-) 4. Harrington Elementary School, 120 Richardson Road,Chelmsford (60,441 sq.ft+/-) 5. McCarthy Middle School, 250 North Road, Chelmsford (147,954 sq.ft+/-) 6. Parker Middle School, 75 Graniteville Road, Chelmsford (105,400 sq.ft+/-) 7. South Row Elementary School, 250 Boston Road, Chelmsford (42,500 sq. ft. +/-) 8. Westlands Community Ed/Preschool, 170 Dalton Road, Chelmsford, (37,100 sq. ft. +/-) 9. Administration Offices, 230 North Road. Chelmsford, MA (2,620 sq. ft. +/-) 4. Pre-Proposal Inspection and Inquiries A mandatory pre-proposal site inspection will be held on Wednesday, April 20, 2011, commencing at Chelmsford High School, 200 Richardson Road, Chelmsford, MA, beginning at 8:30 a.m. EDT, thereafter proceeding to each of the other locations listed. The purpose of this meeting is to provide interested firms with a review of the facilities and related custodial services requirements, and to allow them to ask questions arising from their review. As it is considered unlikely that all questions will be able to be answered on the spot, answers furnished will not be official until distributed in writing to all attendees. In the event it becomes necessary to revise any or part of this RFP, addenda will be provided (via ) to all recipients. - 2

3 Any questions that arise subsequent to the site inspection must be submitted in writing to the Business Office, and must be received not later than 10:00 a.m. EDT on May 2, Information to Be Furnished with Proposals All proposals shall supply the following information: A. Description of the Proposing Firm Please provide a brief description of the firm including its address, history, owner(s), types of services provided, and types of clients served (with related tenure). Specific emphasis should be given to past and, especially, current experience involving services and clients similar to those sought by this RFP. Additionally, please provide information (e.g., current financial statement or other means acceptable for) demonstrating the financial stability of the firm, and state whether the firm (including related or predecessor entities) has filed for bankruptcy protection within the past seven years (and, if so, the related circumstances and disposition of the case). Proposing firms should also please provide a detailed organizational chart outlining the support structure from the custodial level up to and including senior management. B. A bid/proposal deposit in the amount of 5% is required. All deposits will be returned once a contract has been executed with the successful proposer. The Contractor shall provide both a performance bond each in the sum of one hundred percent (100%) of the contract price, and in a form acceptable to the District. The bonds shall be provided within thirty (30) days of the contract award. The bond will be updated yearly by the contractor, and will be given to the school business office no later than June 30; the day before the new fiscal year and contract year begins. Failure to obtain the bond will result in the cancellation of the contract. Only bond companies licensed to work in Massachusetts are acceptable. To find out if your bonding company is licensed to work in Massachusetts, please contact the Division of Insurance at phone number: (617) C. Plan of Services Proposals should provide a detailed Plan of Services that describes how the custodial cleaning services will be provided. The plan of services should include, at a minimum, the following: 1. Custodial Services Philosophy A description of the firm s proposed method and techniques for assessing and measuring customer needs, wants, preferences and degree of satisfaction relating to building cleaning and custodial services. 2. Task and Frequency Schedule A detailed description of all cleaning tasks to be performed under the Contract. Note that while it is not considered, or implied in any way, to be all-inclusive, an illustration of a suitable format for complying with this provision, marked SAMPLE, is provided as Exhibit One to Appendix A Required Services. Generally, a proposed task and frequency schedule which equals or exceeds the standards set forth in the aforementioned illustrative Exhibit One will be rated more favorably than otherwise. 3. Staffing - 3

4 A description of the labor hours to be allocated for cleaning for each building for each school day, and for each workday during official school vacations and holidays. The description should include a list of the holidays offered to employees by the Contractor and on which the schools will not be cleaned. Please provide titles and a brief employment listing (resume) of all supervisory personnel (planned or considered) for this account. The manager for this account should possess requisite experience with the firm as a custodial service manager and must be acceptable throughout the duration of the Contract. As it is expected that the Contractor will exclusively use its own employees, and not subcontract (without permission for) any portion of the work hereof, please identify any instances where permission is sought to utilize subcontract labor. Each person assigned to work in the Chelmsford Public School system must be able to read, write and understand the English language as well as possess the ability to communicate with others in English. If any employee does not demonstrate these abilities, the Chelmsford Public School system will ask for immediate replacement of these individuals. The District reserves the right to use its own personnel and/or equipment to perform cleaning services when deemed necessary or expedient, and to award additional contracts for cleaning services as deemed necessary. If the district has to use its own personnel to finish cleaning activities the contractor did not complete or attempt, the district will charge the contractor the hourly wage of the personnel while completing these tasks. The total of incomplete work will be calculated and deducted off the next invoice the contractor sends to the district. - 4

5 4. Employee Training Provide a description of the firm s employee training programs, including training programs for both management and staff, those that address English as a second language instruction for international employees, training in cleaning methods and operation of equipment, and the universal precautions for spills involving bodily fluids. 4. Employee Incentives Provide a description of the benefit packages and other means that the Contractor will use to minimize staff turnover and promote long-term employment for both management and staff. The plan should describe the percentage of employees in each building that will be full-time equivalent, full-year employees and what their benefits will be. 6. Equipment and Chemicals Provide a description of the type and amount of equipment and chemicals to be used in the performance of the services. All chemicals must meet or exceed all current EPA and OSHA environmental safety requirements. The Contractor shall comply with all Right to Know disclosure requirements and all manufacturers and governmental requirements concerning use, storage and disposal. 7. Quality Control Program Provide a description of the level of cleaning that the Contractor will provide in the various areas of the buildings. For example, the required/desired level of cleaning for restrooms may be spotlessness and odorless, while the required/desired level for workrooms and offices may be tidiness. Thereby, spotlessness and odorless should be of the highest level of cleaning in which toilets and sinks sparkle, floors are wetmopped and disinfected daily, mirrors shine, etc. Tidiness is a standard of cleanliness characterized by being neat and presentable through periodic dusting to eliminate unsightly accumulation of dirt and dust. The description should include the methods that the Contractor will use to assess whether or not the required standards of cleanliness are being achieved, the types of corrective actions that will be taken, and the procedures to be taken to insure that the facilities are cleaned to acceptable standards before usage by students or staff. C. References Please provide at least three references relating to clients for whom the proposing firm has performed commercial cleaning and custodial services within the last five years. Priority emphasis should be placed on clients with attributes similar to and the services described in this RFP such as: (1) public educational facilities, especially with enrollment of over 4,500 students; (2) school and other facilities in proximity to Chelmsford, Massachusetts; (3) all facilities currently under contract with continuous, satisfactory service for three years or more. CPS reserves the right to contact additional references at its sole discretion. For each reference listed, please provide the following: (1) the client s name; (2) number of continuous years of service the firm has provided to that client; (3) the building(s) serviced, with address(es) and related square footage; (4) any additional related services (e.g., athletic fields, etc.); and, (5) the annual cost of the most recent year s contract with the firm. Additionally, please provide for each reference a contact person with his/her title, address and telephone number. D. Terminations by Clients If within the past five years, any client has terminated its relationship with your firm (including related or predecessor entities), or with any employee of your firm whom you - 5

6 propose to work on a contracted engagement with CPS, please provide related information, including a complete explanation of the circumstances thereof. E. Price Proposal Proposers must submit, in a separate sealed envelope per Section 8 below, a price proposal detailing the total proposed compensation for performance of this Contract. The Price Proposal shall include an all-inclusive quote, and be submitted on the form provided with this RFP (see Attachment 1), executed by a duly authorized representative of the proposing firm. F. Other Information Proposals must include the Attachments to this RFP, including the Certifications of Non-Collusion and Tax Compliance (Attachment #2), Personnel Profile and Equipment List (Attachment #3), all executed by duly authorized representatives of the proposing firm. Each firm may also include with its proposal any other information that demonstrates its qualifications to perform the services set forth in this RFP, or otherwise satisfies its requirements. 6. Minimum Requirements Each prospective Contractor, in order for its proposal to qualify for consideration, must meet or exceed the requirements set forth in this Section. Note that failure to comply with any provision contained in these specifications constitutes grounds for proposal disqualification. A. Proposals must completely furnish the materials set forth in Section 5 above. B. Evidence must be provided of all of the following: (1) experience providing custodial services to any public school system with any buildings of comparable size to those in this RFP; (2) at least five years of experience providing commercial cleaning and custodial services to facilities of comparable size as in this RFP; and, (3) a current contract to provide custodial services with facilities of comparable size as in this RFP, located in the Merrimack Valley area. C. The Contractor shall provide both a performance bond each in the sum of one hundred percent (100%) of the contract price, and in a form acceptable to the District. The bonds shall be provided within thirty (30) days of the contract award. The bond will be updated yearly by the contractor, and will be given to the school business office no later than June 30; the day before the new fiscal year and contract year begins. Failure to obtain the bond will result in the cancellation of the contract. Only bond companies licensed to work in Massachusetts are acceptable. To find out if your bonding company is licensed to work in Massachusetts, please contact the Division of Insurance at phone number: (617) D. Each proposer must be duly qualified and licensed to do business in Massachusetts, and shall have demonstrated its financial stability to CPS. 7. Comparative Evaluation Criteria Proposals that meet the minimum requirements per Section 6 will be further evaluated on the basis of Comparative Criteria per this Section. CPS reserves the right to ask any proposer to provide additional supporting documentation in order to verify its response. Ratings of Highly Advantageous, Advantageous, Not Advantageous or Unacceptable will be given to each of the Comparative Criteria for each proposal. A composite rating will then be - 6

7 determined. A composite rating of Highly Advantageous or Advantageous may be assigned only if a proposal has received at least two such individual ratings among the Comparative Criteria. A. Proven success at delivering high quality cleaning services including the responsibility for building security and effective interaction with students, staff and the public. Highly Advantageous Evidence of proven success (including continuous services during the last three years) in one or more public schools, including buildings of comparable size as in the CPS, located within thirty miles of Chelmsford, and/or in three or more facilities of similar size and function located in the Merrimack Valley; also, no clients who ceased doing business with the firm for unsatisfactory performance within the past five years. Advantageous Evidence of proven success (including continuous service during the last three years) in three or more public schools, whether or not of comparable size as in the CPS, located in Massachusetts or New Hampshire; also, no clients who ceased doing business with the firm because of unsatisfactory performance within the past five years. Not Advantageous Evidence of proven success (including continuous service during the last three years) in at least one facility of similar size and function in Massachusetts or New Hampshire, or in facilities other than public schools; OR while otherwise rated higher, one client who ceased doing business with the firm for unsatisfactory performance within the past five years. Unacceptable No evidence of proven success in facilities of comparable size and function; OR while otherwise rated higher, two or more clients who ceased doing business with the firm for unsatisfactory performance within the last five years. B. Demonstrated ability to provide the quality and number of supervisors and staff to service the needs of the CPS, based on the written proposal and, if desired, an interview conducted by CPS representatives. Highly Advantageous Thorough commitment to success via use of a high-quality supervisor on site in each building at all times when cleaning and custodial services are being performed, and a work pool of sufficient size, available to provide special and/or emergency services and supply substitutes on an as-needed basis without any disruption to cleaning and custodial services. Advantageous Satisfactory commitment to success via use of a high-quality supervisor on site in building at all times when contracted custodial services are being performed (though not in each building serviced), and a work pool of sufficient size, available to provide special and/or emergency services and supply substitutes with minimal disruption in services. Not Advantageous Cleaning services provided with supervisors on site only part of the time in the school district (50% or more); OR a work pool whose size may result in a disruption in service. Unacceptable Cleaning services provided with supervisors on site less than 50% of the time in the school district ; OR an unacceptable work pool size likely to result in a disruption in service. - 7

8 C. Evidence in the Plan of Services for a work schedule designed to meet the needs of. Highly Advantageous Superior in virtually all aspects of Plan of Services, including a superior philosophy and work schedule, a high degree of quality control, continuous staffing of custodial personnel to each building from the time of opening through closing, and adequate training and benefits programs which promotes employee performance and longevity. Advantageous Superior in some aspects of Plan of Services, relating to service philosophy, scheduling of tasks, quality control, staffing of personnel, and adequacy of training and benefits programs; however, possessing a lesser degree of service attribute in one or more categories compared with a Plan of Services determined to be Highly Advantageous per the foregoing criteria. Not Advantageous Meeting the minimum expectation or better in all aspects of Plan of Services, although no aspect determined to be unacceptable; OR, while otherwise rated higher, one aspect of the Plan of Services, while not necessarily unacceptable, is considered materially deficient in comparison with other proposals. Unacceptable One or more aspects of the Plan of Services is materially deficient in comparison with other proposals, with no mitigating factors that would otherwise lead to an advantageous rating. D. Evidence in the Plan of Services to provide for English-speaking workers and a minimum of staff turnover. Highly Advantageous Most workers possess a working proficiency in the English language (and/or a commitment to an ESL program for all related staff assigned to the Contract), and a salary and benefit package with full-year, full-time work for virtually all staff (i.e., excluding substitutes). Advantageous Some workers possess a working proficiency in the English language, and a salary and benefit package with full-year, full-time work for most workers. Not Advantageous Some workers possess a working proficiency in the English language, and a limited salary and benefit package with less than full-year and/or full-time work for most workers. Unacceptable Few workers possess a working proficiency in the English language, and/or no salary and benefit package for any full-year, full-time workers. E. Evidence of consistent satisfactory performance of other similar contracts through evaluation of references. Highly Advantageous Firm s performance is rated as consistently superior and in compliance with contract expectations, with minimal oversight by client personnel, by all references contacted by CPS. - 8

9 Advantageous Firm s performance is rated consistently satisfactory or better and in compliance with contract expectations, with minimal oversight by client personnel, by all references contacted by CPS. Not Advantageous Firm s performance is generally rated satisfactory or better and in compliance with contract expectations, but with some noted deficiencies and exceptions, including those involving the need for unplanned oversight by client personnel; OR while otherwise rated higher, insufficient number of similar references in comparison with other proposers. Unacceptable Firm s performance is not generally rated satisfactory or better and in compliance with contract expectations, and/or two or more references so rate the firm s performance. In summary, CPS reserves the right to use its discretion, in the consideration of the relative weight of each of the foregoing Comparative Evaluation Criteria, in order to formulate a composite rating for each Proposal it evaluates. 7. Procedural Requirements A. Submission of Proposals Proposals, including all information per Section 5 above, shall be submitted in a sealed envelope (or package), clearly marked on the outside with the proposing firm s name and address, and the title Proposal for School Cleaning Services (the Proposal). That envelope (or package) must contain two, separate sealed envelopes/packages, as follows: 1. Non-Price Proposal All material described in Section 5, Parts A, B, C, D (if applicable) and F of this RFP shall constitute the firm s written proposal in response to this RFP (the Non-Price Proposal). Three copies of the Non-Price Proposal shall be furnished to (one original and two copies is considered acceptable), all in one separate, sealed envelope (or package) clearly marked, Non-Price Proposal on the outside. 2. Price Proposal All material in this paragraph shall constitute the firm s price proposal in response to this RFP (the Price Proposal). The Price Proposal shall include (1) an all-inclusive quote for performance of contract services, submitted on the form provided with this RFP (see Attachment 1); and (2) a proposal deposit, in the amount of five percent (5%) of the total proposal price for the first contract year, in the form of a proposal (bid) bond or certified/cashier s check payable to the Chelmsford Public School. One copy of the Price Proposal shall be furnished to CPS, in a separate, sealed envelope clearly marked, Price Proposal. PLEASE NOTE - The inclusion of any Price Proposal material or related information in the Non-Price Proposal may result in automatic rejection of the Proposal. Any required proposal deposit(s) shall be returned by CPS to each proposing firm upon the sooner to occur of (a) rejection of its Proposal for any reason, or (b) award and execution of a Contract in accordance with this RFP. B. Proposal Due Date - 9

10 Proposals must be submitted to the following address: Ms. Kathleen McWilliams Business Manager Chelmsford Public Schools 230 North Road Chelmsford, MA Proposals must be delivered by U.S. Mail, delivery service or by hand (i.e., no facsimiles) and must be received in the above office no later than 10:00 a.m. EDT on Monday, May 2, It is each firm s responsibility to ensure timely delivery; Proposals received after the foregoing date and time (the Due Date) for any reason will be disqualified. A firm may correct, modify or withdraw its Proposal by written notice received at the above address prior to the Due Date. C. Evaluation of Proposals and Award of Contracts As provided in MGL, Chapter 30B, Section 6, the contents of Proposals shall not be opened publicly. CPS will prepare a register of Proposals submitted, which will be available for public inspection. Non-Price Proposal and Price Proposal submittals will be separated and processed as outlined below. All Non-Price Proposals responsive to this RFP shall be evaluated by an ad hoc committee appointed by the Superintendent of Schools or designate. Evaluation of the Non-Price Proposals by this committee shall be in accordance with the standards set forth in Section 7 above. Each Non-Price Proposal so evaluated shall be assigned a composite rating, and a summary of all evaluations submitted to the Superintendent of Schools (the Non-Price Proposal Summary). Price Proposals, or any price information, shall not be provided to any member of the evaluating committee until the completion of the Non-Price Proposal evaluation process. The evaluating committee may select one or more firms whose Proposals are deemed to be fully qualified and best suited among those submitted on the basis of the Comparative Evaluation Criteria (collectively, the Recommended Firm or Firms). Subsequent to receipt of the Non-Price Proposal Summary, the Superintendent of Schools, and/or designate, shall open and review the Price Proposals of the Recommended Firm(s). Any such Price Proposal that is either incomplete or determined to be in any way materially non-responsive shall cause the disqualification of the related Proposal. Thereafter, CPS shall determine the Proposal, from among those submitted by the Recommended Firm(s), which it considers the most advantageous to the Chelmsford Public Schools. Price shall be considered but not be the sole determining factor in consideration of any/all Recommended Firms (even in the event there is only one such firm). The Superintendent of Schools and/or designate will formulate a recommendation for award. In any event, award and execution of any Contract under this RFP shall be the responsibility of the Chelmsford School Committee. Such award will be made to the firm whose Proposal is considered most advantageous to CPS, taking into account both non-price and price criteria. CPS expressly reserves the right to award this - 10

11 Contract to a firm other than the one offering the lowest proposed price if it is determined to be in its best interest to do so. It is anticipated that award of such a Contract will occur on or before May 16, 2011, subject to any extension determined to be in the best interest of CPS. D. Contract Terms and Conditions Subsequent to tentative contract award, the awardee and shall execute a contract covering the period from July 1, 2011 through June 30, 2014 with two additional years (collectively, the Option Years) beginning July 1 and ending June 30, which shall be exercisable at the sole option of CPS. CPS shall provide written notice of the exercise of its option no later than sixty days prior to the end of the then current annual term. Additionally, contracts relating to periods after the Initial Year are subject to appropriation in accordance with MGL. The Contract shall consist of, whether tangibly included or thus incorporated herein by reference, all of the following items: 1. Required Services, as set forth in Appendix A to this RFP, with modifications as applicable per item 3 below. 2. Contract Terms and Conditions, as set forth in Appendix B to this RFP. 3. The awardee firm s Proposal, specifically including the Plan of Services per Section 5, Part B above, the accepted Price Proposal, plus all required attachments and other documentation submitted in response to this RFP. 4. Any other written documentation, which clearly sets forth the intention of the parties entering into, the Contract not otherwise provided for above. E. Payment; Adjustment for Incomplete or Unacceptable Work Invoices may be submitted by the Contractor on a monthly basis, with the annual Contract price pro-rated into the number of months covered there under. Processing of invoices is subject to withholding of payment for incomplete or unacceptable work, and/or property damages or losses attributable to the Contractor, as discussed below. CPS shall provide the Contractor notice of any work that is deemed to be incomplete or unacceptable, for which the Contractor shall rectify that condition to the satisfaction of CPS prior to the end of the day of such notification. CPS shall withhold from payment otherwise due the sum of $ for each such notice, if not addressed in a timely manner, as liquidated damages for such deficient work. The Contractor shall take all proper precautions to protect school, town and private property from damage and/or loss. Should any damage to, and/or loss of, school property be caused by the Contractor, the Contractor will be required to make repairs and/or restitution immediately at its expense. Alternatively, CPS may, at its sole option, elect to make repairs or replacement of such damaged and/or lost property, as applicable, at its expense and make adjustment to the next payment otherwise due the Contractor for such actual costs plus 10%. F. Cancellation of Contract CPS reserves the right to terminate the Contract, in whole or in part, in the event that the services provided by the Contractor are unsatisfactory, including but not limited to - 11

12 recurrence of the types of instances discussed in the previous section. Additionally, CPS may refuse to exercise its option to extend the Contract should funding to support continued performance of the Contract in a subsequent year not be appropriated or otherwise made available. G. Incurring Cost CPS is not liable for any cost incurred by firms in conjunction with this RFP, whether or not any such firm submits a Proposal, prior to issuance of a notice of award, purchase order, or Contract. - 12

13 9. Reservation of Rights CPS reserves the right to perform any and all of the following: A. Accept or reject any/all Proposals, and waive minor deficiencies therein. B. Conduct investigations with respect to the qualifications of each firm submitting a Proposal, including verification of documentation contained therein. C. Supplement, amend or otherwise modify this RFP, including cancellation with or without the substitution or issuance of another RFP. D. Re-evaluate a Proposal if substitutions of key personnel or other changes are proposed prior to the execution of a Contract. E. Condition an award of a contract on the successful negotiation of specified revisions to the proposing firm s Plan of Services as permitted by MGL, Chapter 30B, as may be determined by CPS, in its sole discretion. However, responding firms shall not include items for negotiation in their Proposals, or otherwise condition their Proposals on negotiation of changes to requirements in this RFP. Inclusion of any such conditions in a Proposal shall be cause for its rejection. CHELMSFORD PUBLIC SCHOOL DISTRICT CUSTODIAL SERVICES REQUEST FOR PROPOSALS The daily positions are not intended to lessen the cleaning responsibilities of the crew, which arrives later in the day, but rather to maintain a high standard of cleanliness throughout the day. These persons must speak, read, and write in English proficiently. WORK REOUIREMENTS FOR THE CHELMSFORD PUBLIC SCHOOL DISTRICT These specific work requirements have been developed to provide both a sanitary and pleasant environment for teachers, employees, students and visitors. It is expected that the successful proposer shall do all work as outlined in these work requirements and any extra or incidental work as may be considered necessary, from time to time, to complete the work in a satisfactory manner. Day Porter The Contractor shall provide one (1) person daily, Monday thru Friday, between the hours of 7:00 AM and 3:30 PM, with a 1/2 hour meal break for elementary and middle schools. The Contractor shall provide two (2) persons daily, Monday thru Friday, for the high school, one between the hours of 5:30 AM and 2:00 PM and another between 2:00 PM and 10:30 PM, both with a 1/2 hour meal break. This is a year-round requirement. These persons shall perform general cleaning duties, as designated by the Complex Supervisor. Such duties may include, but are not necessarily limited to -cleaning of all entry areas (including litter around the entire building), glass cleaning and general cleaning of corridors, stairwells, lavatories, etc. If the person is not on the job as specified, the Contractor will provide a replacement. Should a replacement not be available his/her pay shall be deducted from the monthly payment. The person(s) will be required to utilize the district time clock, punching in and out at the beginning and end of the workday. - 13

14 Contractor shall provide a special hourly rate for any weekend activities the district requires services for outside groups. The day porter will have access to the Schooldude maintenance software and must use this tool for work orders. - 14

15 Cleaning Person -Nights Schedule for Cleaning: All night cleaning shall be done during non-school hours, unless otherwise specified by the Complex Supervisor. Cleaning shall be done between the hours of 3:00 PM and 11:30 PM, Monday through Friday and the Administration Building between 7 AM and 8:30 AM. Vacation and summer cleaning schedules shall be submitted to the Complex Supervisor two (2) weeks prior to vacation. 1) Daily Cleaning -Classrooms and Office Areas Empty waste baskets, sweep, vacuum carpeted rooms, wash and dry mop floors, dress and buff flooring as necessary; dust all horizontal surfaces using treated cloth or yarn duster, to include furniture, office equipment, window sills, door ledges, baseboards, locker tops, etc., within normal reach; dust air vents, remove finger marks from door glass, remove cobwebs from corners, floors and ceilings. All desks and chairs shall be moved nightly to accomplish the work on the complete classroom floor area. Clean and polish classroom sinks and wash tabletops. 2) Daily Cleaning -Lavatories Empty and wash wastebaskets, wash urinals, wash sinks and bowls, wash toilets and both sides of toilet seats, clean mirrors, wash floors and shelves. Dust all partitions with treated cloth or yarn duster, wash tile walls, dispensers and receptacles. Re-stock supplies. A germicidal and sanitizing solution, approved by the Complex Supervisor shall be used in all lavatory cleaning. 3) Daily Cleaning -Hallways The following procedures shall be followed: a. Dry mop floors -damp mop in bad weather. Buff and wax flooring as needed. In general, sweep, wash, dress and buff flooring nightly. Clean and sanitize water fountains, clean all rubber mats, dust all woodwork and walls with treated cloth or yarn duster and remove marks on walls and lockers. Lockers shall be cleaned of any writing ink, pencil, etc., nightly. b. Hallways shall be burnished nightly. The Contractor shall provide a minimum of six (6) hours per night for the purpose of floor care. c. Corridor windows -spot clean daily and wash all windows inside monthly. 4) Daily Cleaning -All Lobbies/Entrance Ways a. Wash interior windows. b. Dry mop floors -damp mop in bad weather. Buff and wax floors as needed. In general sweep, wash, dress and buff floors nightly. c. Dust woodwork and sills with treated cloth or yarn duster. d. Remove marks on walls. 5) Daily Cleaning -Auditorium/Gym//Locker Room Areas Responsible in winter months for snow removal of adjacent school sidewalks and entrances around each building. In Spring & Fall lawn mowing around the perimeters of each building. Empty and wash waste barrels, dry mop floors in general, damp mop in bad weather, sweep, vacuum carpeted floors, dress and buff flooring as necessary; dust all horizontal surfaces using treated cloth or yarn duster, to include door ledges, baseboards, etc.; dust air vents, remove finger marks from door glass, remove cobwebs from corners. Remove marks from walls; sweep bleachers and wet mop as needed, clean stage area and all seating in auditorium as needed. 6) Monthly Cleaning -Classrooms - 15

16 Wash and spray buff floors, wash student desks if needed, wash wastebaskets, wash whiteboards (or as requested) remove all finger marks and smudge marks from doors, door frames and woodwork in general, wash all interior windows, inside and out, remove all objectionable footmarks and other similar marks from the walls. Monthly cleaning will begin in late September and continue through June. The Contractor's supervisor shall report, using the logbook, the daily progress on monthly cleaning, listing the number of personnel who shall be performing the work for each day of the monthly cleaning program. 7) Vacation Cleaning -Classrooms Dust all light fixtures, dust down all ceiling corners, dust all furniture using treated cloth or yarn duster; wash all desks -top and bottom -removing gum, etc., wash whiteboards and marker trays, dust tops of whiteboards and other materials mounted on the walls. Dust or vacuum all shades and blinds all overhead pipes and sprinklers, dust all hanging light fixtures; remove finger marks from doors, door frames, light switches, woodwork in general, and glass, remove all footmarks and other marks from walls. Wash wastebaskets, inside of exterior windows and strip and wax floors. Power vacuum carpeted area and spot clean as required. Each room and corridor area shall receive a vacation cleaning during the Three (3) vacation periods in December, February, April. 8) Vacation Cleaning -Hallways Clean and sanitize all drinking fountains, remove all finger marks and smudges from doors, door frames, and woodwork in general, including glass. Dust all light fixtures, pictures and other materials mounted on walls. Dust and wash with treated cloth or yarn duster, wash all rubber mats and floors, strip and wax floors. Wash face of lockers. 9) Vacation Cleaning -Lavatories Dust all light fixtures, dust ceiling corners with treated cloth or yarn duster, wash partitions and doors, wash all fixtures, wash floors, and re-stock all supplies such as paper towels, toilet tissue and liquid hand soap. This will be done during the four (4) vacation periods in December, February, April and summer. 10) Summer Cleaning Shall commence immediately after school closing in June and will consist of items 5, 7, 8 and 9. All classroom furniture shall be completely cleaned of any gum or foreign objects attached to tops and undersides of same. Stripping the floor must occur during summer. All walls and partitions, including ceiling light fixtures, whiteboards and marker trays, air vents, etc., shall be completely cleaned and washed. All lockers shall be cleaned and washed, inside and out. All windows shall be washed inside. All storage, custodial, electrical and telephone/data closet floors shall be vacuumed. Summer cleaning shall be completed no later than one week prior to the opening of the school year. The Contractor shall submit a schedule of cleaning to the Complex Supervisor prior to beginning work. - 16

17 All areas used during the summer school or day care programs including classrooms, offices, lavatories and corridors will be cleaned on a daily basis. Immediately after the summer school term is concluded, these areas will be given a summer cleaning to be completed no later than the last week in August. Carpeting in all buildings shall be cleaned during the summer vacation. The carpet in all locations is to be cleaned by the wet extraction method or equal. All furniture, including file cabinets shall be moved by the Contractor before cleaning and placed in the same position after cleaning is finished (except at Administration Building). Additional Requirements and Coordination: 1. No wash water is to be dumped in the yard area, on or around any shrubbery, or in any wash sinks at any time. Wash water must be dumped into utility sinks only. These sinks must be cleaned after usage, removing all foreign material and flushing hot water to remove all wax and dirt from drains in order to eliminate any possibility of clogging. All mops will be rinsed clean after they have been used, to eliminate foul odors and the spreading of germs. Floor drain traps in the lavatories, locker rooms, science areas and art rooms will be kept full with water to eliminate foul odors. 2. The Contractor shall supply a schedule of work programs with his bid. Such schedule shall show when a room and/or hallway shall be washed/spray buffed or stripped/waxed in accordance with the agreed terms. 3. If for any reason, the daily work force shall not be on the job, the Complex Supervisor shall be notified at least twenty-four (24) hours in advance. If work is not performed, District employees shall perform such duties and the Contractor shall be billed accordingly. The Contractor will be billed at the District's hourly overtime rate. 4. All rooms containing carpeting shall be HEPA vacuumed daily during the school year, plus general cleaning in the summer. All carpeting shall be spot cleaned during the year as required. 5. All waste and other trash shall be removed from the building each night in plastic bags and disposed of in the school dumpsters. 6. The Gyms and bleachers shall be cleaned (including behind and underneath) on Tuesday & Thursday evenings. 7. If any areas of any buildings are being used, work shall be performed after the activities are finished. These activities shall include dances, athletic events, concerts/plays, banquets, etc. A schedule of events will be given to the Contractor when possible. 8. All exterior windows shall be cleaned once per year. Chelmsford Public Schools's Responsibilities HVAC Controls Maintenance and repairs Smoke and fire alarms Clocks Landscaping Nurse s Office Opening and Closing Building Utilities and outdoor lighting Fire extinguishers Pest Control Kitchen Equipment Skylights in the Light Wells - 17

18 All equipment, hand tools and accessories necessary to perform the cleaning services shall be the responsibility of the Contractor. Items include wet and dry vacuums, walk-behind large floor scrubbers, large burnishers (non propane), high speed buffers, pressure washers, shampooers, mops, brooms, ladders, shovels, extension cords, putty knives, etc. Contractor's property shall be properly inscribed. Locked storage areas will be provided in the building for the storage of the Contractor's equipment. Equipment must be of high-quality commercial grade cleaning equipment and meet the approval of the Coordinator of Facilities or his designee. No acid cleaners shall be used. The Contractor will use green cleaning products as much as possible. - 18

19 CHELMSFORD PUBLIC SCHOOLS Chelmsford, MA 01824, REQUEST FOR PROPOSALS APPENDI A REQUIRED SERVICES Part One, GENERAL CONDITIONS A. It is understood and agreed that only the highest standards of cleanliness are acceptable and shall be maintained, that the following specifications are not to be construed as all-inclusive, and that all items not included but found necessary to properly clean the buildings shall be included as though written at some length. B. Proposers shall agree to provide CPS, if requested, with a performance bond in the amount of 100% of the highest yearly-proposed price prior to commencement of work in the first year of the Contract. The performance bond shall be executed by a surety company acceptable to and licensed by the Commonwealth of Massachusetts Division of Insurance. A new performance bond in the amount of seventy five percent (100%) of the Contract price shall be provided for each annual extension term as applicable, prior to the beginning of the term, if requested. C. The Contractor shall be responsible for the proper cleaning of all areas of the building including storage areas whether specifically listed or not, except where specifically excluded herein. D. The Contractor shall be required to re-perform, at its own expense, any work not done according to specifications, including any work done in violation of law or public authority. E. Change Orders Should field conditions necessitate that changes, additions or deletions be made to the Contract, the Superintendent of Schools, or his designate, will issue the necessary change order in writing describing such changes and indicate the amount of the change in the Contract price, if any. F. Contractor s Employees and Their Supervision The Contractor shall supply personal supervision to the work and shall employ a competent supervisor during the progress of the work. The Contractor shall employ a sufficient number of competent workers who are thoroughly experienced in this type of work. The supervisor shall make a detailed inspection upon completion of each shift s work and shall make a daily report listing all work completed under the specification. Such report shall be communicated daily to the Complex Supervisor or his designate. The Contractor shall discharge or replace from service any person(s) who, in the opinion of the CPS Superintendent of Schools, is incompetent, disorderly or otherwise unsatisfactory. Preference will be given to former CPS custodial staff in the hiring process by the Contractor. Contractor shall conduct a background investigation on all employees to ensure that they are of sound moral character and in possession of valid work papers (e.g., Green Card ), if required. All employees to be assigned to CPS facilities shall be carefully selected, well trained and motivated, and must have sufficient command of the English language to the extent that each is capable of understanding written and oral instructions communicated by CPS personnel. Further, all proposed employees shall submit to a CORI clearance or - 19

20 equivalent, as required by law and to the satisfaction of the Superintendent of Schools, who may be required to administer said clearance. G. The Contractor may employ each building s electrical and water services, in order to perform its required work. The Contractor shall be held responsible, however, for all damages to such services or related equipment, or damage caused by such services or equipment, if by reason of its use. H. Security The Contractor shall keep all exterior doors locked when the building is unoccupied and shall be responsible for locking the windows and doors of the building or any portion or portions thereof, at times other than where they are in normal use, including securing all premises at the end of each day. The Contractor shall not open any doors or windows for purposes other than cleaning. Smoking by employees is not allowed inside the buildings or on school property, in accordance with MGL. The Contractor shall be responsible for all keys issued to its supervisors. Keys shall not be left in doors, and employees shall not admit anyone into the area where they are working, under any circumstances. All doors, including fire doors and windows, shall be closed, locked and checked upon leaving each area that has been cleaned. Only those lights necessary for cleaning the immediate areas where employees are working will be lighted. All lights shall be turned off before leaving the area that has been cleaned. Costs associated with lost keys, including the cost of re-keying the entire the facility should that become warranted due to a material breach in security, shall be borne by the Contractor. Also, any school property damaged by the Contractor in carrying out the provisions of this Contract shall be restored to its original condition by and at the expense of the Contractor. Alternatively, CPS may, at its sole discretion, elect to perform such re-keying or repairs, as applicable, at its own expense and make adjustment to the next payment otherwise due for the actual cost of such re-keying and/or repairs plus 10%. The Contractor shall take all proper precautions to protect school, town and private property from damage and/or loss. The Contractor is responsible for any school property that is lost or stolen during the execution of its work, and employees of the Contractor shall not disturb papers on desks, open drawers or cabinets, use telephones, computers, radios or television sets or tamper with personal property. I. Additional Service Area Responsibilities In addition to the cleaning and custodial services required within the buildings identified above, the Contractor shall keep the related grounds of each building free from debris and associated trash from receptacles emptied. Further, the Contractor shall be responsible for setting up and breaking down (i.e., conveying supplies and equipment to and from site, cleaning up debris, emptying trash receptacles, etc.) at selected student activities and events, including but not limited to field days, interscholastic sporting events (based on a schedule to be furnished in advance by the Athletic Director), and community activities as may be scheduled from time to time, as communicated in advance to the Contractor. The goal of this section is to ensure a high degree of cleanliness, and thereby satisfaction, with the use and appearance of fields appurtenant to the areas referred to in Section I above. J.Excluded Service Area Responsibilities Excluded from requirements under this RFP include the following: - 20

21 1. Any setting up and breaking down associated with physical education instruction, unless otherwise requested by staff and agreed to by the Contractor in advance. 2. Cleaning of mechanical equipment, boiler rooms, electrical closets, and similar spaces. However, it is the Contractor s responsibility to keep its custodial closets and work areas clean, orderly and free from flammable materials. L. Daily Work Schedule, Generally On days when school is in session (typically 185 days per year a school calendar will be provided to the Contractor), the majority of work under this RFP is expected to be performed after 3:00 p.m. (approximate end of school day) and be regularly completed by midnight. In addition, the Contractor shall furnish sufficient workers to perform the following tasks, whether or not occurring within the normal work shift starting on or after 3:00 p.m., as they are needed under the circumstances: 1. Clear all walkways and doorways of snow or ice prior to one hour before the opening of school for that day, and keep them free from snow and ice accumulation during the day. In the event that school is cancelled for any day, it may nevertheless be necessary to provide such snow and ice removal services if staff members will be using the building. The Complex Supervisor shall notify the Contractor in the event of school cancellation, and whether snow and ice removal services are required as specified above. In any event, the Contractor is responsible for clearing snow and ice from all walkways and doorways prior to the next opening or use of the school facility (including evening use). 2. Clean and prepare areas (including arranging chairs, desks, etc.) which will be used for community or athletic activities after school, including but not limited to sporting events, dances, community education classes, Town Meetings and other public meetings, parents nights, etc. For any such areas, work shall be performed both before and after the activities take place, in order to maintain the desired level of cleanliness both during and after the related events. A schedule of such activities will be provided to the Contractor in advance, although such schedule is always subject to change with or without advance notice. The Complex Supervisor will coordinate communication of the scheduling of events included in this section, and will utilize his best efforts to minimize last minute changes in schedule. 3. It is understood that the activities referred to in this section may necessitate the use of labor by the Contractor on weekends, holidays, school vacations, etc. However, the Contractor may, with prior approval from CPS, utilize a different work shift on any day that school is not in session. 4. It is the responsibility of the Contractor that all items done during the summer vacation shall be completed at least two weeks prior to school opening. Detailed specifications for general cleaning and custodial operations required under this RFP shall be developed by the Contractor in the form of checklists similar to those which are included as Exhibit One hereto. The Contractor and CPS may, from time to time, amend, enhance, augment or delete certain aspects of those specifications with mutual consent. Such modifications may or may not result in the adjustment of monies otherwise due under the Contract. - 21

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

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

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

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

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

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

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

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

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

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

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

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

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

JEFFERSON COMMUNITY COLLEGE PURCHASING DEPARTMENT 1220 COFFEEN STREET WATERTOWN, NY 13601

JEFFERSON COMMUNITY COLLEGE PURCHASING DEPARTMENT 1220 COFFEEN STREET WATERTOWN, NY 13601 JEFFERSON COMMUNITY COLLEGE PURCHASING DEPARTMENT 1220 COFFEEN STREET WATERTOWN, NY 13601 Pursuant to the provisions of Section 103 of the General Municipal Law, State of New York, proposals will be accepted

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

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

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

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 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

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

Terminology Freire Charter School is referred to herein as the School, and bidders as Vendor. Proposal Timeline The following dates and milestones app

Terminology Freire Charter School is referred to herein as the School, and bidders as Vendor. Proposal Timeline The following dates and milestones app Custodial Services Request for Proposals March 5, 2018 Proposals must meet all specifications in this Request for Proposals, particularly the itemized rate requirements. Proposals that do not do so will

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

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

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

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

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

Freight Station Bunning Hall RENTAL PACKET 603 S Main Street Rock Springs, WY 82901

Freight Station Bunning Hall RENTAL PACKET 603 S Main Street Rock Springs, WY 82901 RENTAL PACKET 603 S Main Street Rock Springs, WY 82901 The City of Rock Springs offers the Freight Station for responsible use by members of the Rock Springs community. Rental Applications must be completed

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

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

Robert B. Gold, Superintendent. The BIG HOLLOW SCHOOL DISTRICT NUMBER 38 does hereby invite sealed bids for:

Robert B. Gold, Superintendent. The BIG HOLLOW SCHOOL DISTRICT NUMBER 38 does hereby invite sealed bids for: BIG HOLLOW SCHOOL DISTRICT # 38 26051 W. NIPPERSINK RD, INGLESIDE IL 60041 TELEPHONE (847) 740-1490 Robert B. Gold, Superintendent INVITATION TO BID The BIG HOLLOW SCHOOL DISTRICT NUMBER 38 does hereby

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

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

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

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

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

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

St. Andrew Greek Orthodox Church Catering Requirements

St. Andrew Greek Orthodox Church Catering Requirements TABLE OF CONTENTS 5649 North Sheridan Road Chicago, Illinois 60660 Tel. 773-334-4515 Fax 773-334-3468 Email info@standreworthodox.org INTRODUCTION... 1 INSURANCE... 2 DELIVERIES... 3 EQUIPMENT... 3 TECHNICAL

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

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

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

TRIPPING & WAXING OF FLOORS BATTLE CREEK ROAD CLINIIC

TRIPPING & WAXING OF FLOORS BATTLE CREEK ROAD CLINIIC REQUEST FOR PROPOSAL STRIPPING & WAXING OF FLOORS BATTLE CREEK ROAD CLINIC Issue Date: April 15, 2013 Proposal Due: May 15, 2013 @ 2:00 p.m. Issued BY: TABLE OF CONTENTS I. INTRODUCTION II. III. PURPOSE

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

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 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

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

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

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC.

Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC. 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

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

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

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

Purpose and Need The purpose for this RFP is to furnish janitorial services for the Ocean Springs School District.

Purpose and Need The purpose for this RFP is to furnish janitorial services for the Ocean Springs School District. Ocean Springs School District Request for Proposal: Janitorial Services SY19 The Ocean Springs Board of Education invites you to submit a proposal for Janitorial Services SY19. This invitation will be

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

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

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Re-Advertisement Request for Proposals # For Vacancy Prep Services for The Sanford Housing Authority

Re-Advertisement Request for Proposals # For Vacancy Prep Services for The Sanford Housing Authority Re-Advertisement Request for Proposals #15-009 For Vacancy Prep Services for The Sanford Housing Authority Sanford Housing Authority Request for Proposals The Sanford Housing Authority, a recipient of

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

Sample RFP: Healthcare Security Services

Sample RFP: Healthcare Security Services Sample RFP: Healthcare Security Services The following is a sample RFP for healthcare security services. While each RFP should be customized to an individual organization s needs, this document can serve

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 (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

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents- FULTON PUBLIC SCHOOL DISTRICT 2019 Property Mowing Services -Request of Proposals (RFP) & Contract Documents- 1 TABLE OF CONTENTS Table of Contents 2 Notice to Bidders 3 Instructions to Bidders 4 Certification

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

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

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation RFP Announcement: May 11, 2018, at 12:00 PM Question Submittal Deadline: May 14, 2018, at 5:00 PM Proposal Submittal

More information

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This

More information

WOODSTOCK OWNERS CORP. c/o Orsid Realty Corp Broadway 2nd Fl. New York, NY 10019

WOODSTOCK OWNERS CORP. c/o Orsid Realty Corp Broadway 2nd Fl. New York, NY 10019 Dear Shareholder: WOODSTOCK OWNERS CORP. c/o Orsid Realty Corp. 1740 Broadway 2nd Fl. New York, NY 10019 WINDOW AND AIRCONDITIONER ALTERATION AGREEMENT EFFECTIVE DATE (Date signed by the Corporation) RE:

More information

INVITATION TO BID FOR JANITORIAL SERVICES

INVITATION TO BID FOR JANITORIAL SERVICES INVITATION TO BID FOR JANITORIAL SERVICES Issue Date: August 1, 2017 Bids Due: August 30, 2017 2 p.m. EST Send Bids to: Hazel Figueroa (3 hardcopies + Loxahatchee River Environmental Control District 1

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF

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

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

AUDITORIUM RENTAL CONTRACT

AUDITORIUM RENTAL CONTRACT AUDITORIUM RENTAL CONTRACT Property: Yeadon Borough Auditorium 600 Church Lane Church Lane and Baily Road Yeadon, PA 19050 Landlord: Borough of Yeadon 600 Church Lane Yeadon, PA 19050 Phone: 610-284-1606

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

ARTICLE 3 - PAYMENTS TO CONTRACTOR

ARTICLE 3 - PAYMENTS TO CONTRACTOR Contractor Agreement Between the University of West Florida Board of Trustees, A public body corporate ("University") and Jani-King of Mobile/Pensacola ("Contractor") (1/25/11) This Agreement is made as

More information

TOWN OF TYNGSBOROUGH

TOWN OF TYNGSBOROUGH TOWN OF TYNGSBOROUGH 25 Bryants Lane Tyngsborough, MA 01879 Tel: 978 649-2300 Ext. 150 Fax: 978 649-2320 E-mail: apage@,tvngsboroughma.gov TOWN OF TYNGSBOROUGH INVITATION FOR QUOTES 1. Purpose. The Town

More information

The Grande Phoenician at the Grande Preserve Condominium Association, Inc.

The Grande Phoenician at the Grande Preserve Condominium Association, Inc. The Grande Phoenician at the Grande Preserve Condominium Association, Inc. REMODELING YOUR UNIT A Guide for Unit Owners and their Contractors *Application Procedures *Application Form *Terms and Conditions

More information

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016 TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016 GENERAL STATEMENTS Each bidder is responsible to inspect all school buildings and sites to be familiar

More information

KF-RC REQUEST FOR USE OF SCHOOL FACILITIES FILING PROCEDURES FOR USE OF FACILITIES

KF-RC REQUEST FOR USE OF SCHOOL FACILITIES FILING PROCEDURES FOR USE OF FACILITIES KF-RC REGULATION REGULATION REQUEST FOR USE OF SCHOOL FACILITIES FILING PROCEDURES FOR USE OF FACILITIES A request is made to the District Office at least two (2) weeks before the requested use. The Board

More information

Invitation to Bid ANNUAL CLEANING CONTRACT GALLATIN PUBLIC LIBRARY

Invitation to Bid ANNUAL CLEANING CONTRACT GALLATIN PUBLIC LIBRARY Invitation to Bid 112415 ANNUAL CLEANING CONTRACT GALLATIN PUBLIC LIBRARY Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

GOLD RIDGE FOREST POA 4101 OPAL TRAIL POLLOCK PINES, CA Phone (530) Fax (530)

GOLD RIDGE FOREST POA 4101 OPAL TRAIL POLLOCK PINES, CA Phone (530) Fax (530) GOLD RIDGE FOREST POA Phone (530) 644-3880 Fax (530) 644-0845 Email: office@goldridge.org LODGE RENTAL AGREEMENT I, hereby request the rental of the Gold Ridge Forest Property Owners Association Lodge

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

RENTAL SPACE AVAILABLE

RENTAL SPACE AVAILABLE City of Carlisle Rental Agreement Rec Center ~ 1220 S. 5 th Street, Carlisle, Iowa 50047 Community Building ~ 35 Vine Street, Carlisle Iowa 50047 (515) 989-3224 After Hours (515) 707-2030 RESERVATIONS

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

COMMUNITY USE OF FACILITIES RENTAL/USE RULES AND REGULATIONS

COMMUNITY USE OF FACILITIES RENTAL/USE RULES AND REGULATIONS COMMUNITY USE OF FACILITIES RENTAL/USE RULES AND REGULATIONS General: The following rules and regulations shall apply to all applicants desiring to use any building that is operated by the New Kent County

More information

SHELTER COVE PUBLIC RECREATION FACILITIES RENTAL AGREEMENT

SHELTER COVE PUBLIC RECREATION FACILITIES RENTAL AGREEMENT RESORT IMPROVEMENT DISTRICT NO. 1 SHELTER COVE HUMBOLDT COUNTY CALIFORNIA 9126 Shelter Cove Road, Whitethorn CA 95589 707-986-7447, Fax: 707-986-7435, info@sheltercove-ca.gov, www.sheltercove-ca.gov SHELTER

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

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

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

PLEASE READ ATTACHED RULES

PLEASE READ ATTACHED RULES Sonoma Ridge Master Association PARTY ROOM RENTAL APPLICATION To check availability, call Sylvester & Associates at 412-269-7800. The party room may be rented by SRMA residents only, for private, not-for-profit

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

AGREEMENT BETWEEN COUNTY AND CONTRACTOR DRAFT WITNESSETH:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR DRAFT WITNESSETH: AGREEMENT BETWEEN COUNTY AND CONTRACTOR This Agreement, made and entered into February 19, 2013 by and between Marion County, a political subdivision of the State of Florida, (hereinafter referred to as

More information

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

More information

CONTRACT CLEANING SERVICES CATHOLIC EDUCATION CENTRE

CONTRACT CLEANING SERVICES CATHOLIC EDUCATION CENTRE REQUEST FOR PROPOSAL RFP #12-04 CONTRACT CLEANING SERVICES CATHOLIC EDUCATION CENTRE Issue Date: January 31, 2012 Issued by: Halton Catholic District School Board Closing Date: February 17, 2012 1 HALTON

More information