Skip to content Skip to navigation

Archived RFPs & RFQs

Snow Removal 2020-2022

Please consider this document as formal Request for Proposal (RFP) for snow removal services for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am October 1st, 2020. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/download/file/fid/203 and 3 references.

All invitations to bid issued by ACCESS will bind bidders and successful bidders to the conditions and requirements set forth in this Scope of Work, and such conditions shall form an integral part of any purchase contract awarded.

All bidders shall contact Director of Business Operations and Facilities Rachid Elabed at 734-652-3303 (cell), relabed@accesscommunity.org between the hours of 9 am & 4 pm M-F to review the scope of work and/or participate in a site visit of all facilities.

 

Scope of Work:

ACCESS requests a seasonal snow removal price, with ice melt/salt/brine included, for the noted locations in Schedule A. All locations include parking lot plowing, salt/ice melt, clearing of walks (from edge to edge or edge to street where applicable) and entries & emergency exits unless otherwise specified in Schedule B. Vendor agrees to furnish all labor, materials and insurance to perform the above work.

  • We are requesting a 2 year contract with fixed pricing
  • Service event (plow, de-ice, shoveling) will be triggered when there is a minimum of 1.5” of snow or more.
  • Snow must be properly placed to minimize loss of parking spaces.
  • Vendor(s) shall be responsible for all repairs or damages to ACCESS property caused by his/her equipment, personnel or materials used.
  • The Vendor is to report to Facilities Manager and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress. Furthermore, any operator leaving ACCESS sites in an unsatisfactory condition will be required to return and complete the job with no additional compensation.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all bids, in part or in total, for any objective or subjective reason whatsoever. Late bids will not be accepted. If a proposal is selected, it will be the most advantageous regarding price (See: "Low Bidder" following), quality of service, the Vendors' qualifications and capabilities to provide the specified service, and other factors which the ACCESS may consider. ACCESS does not intend to award a bid fully on the basis of any response made to the proposal; ACCESS reserves the right to consider proposals for modifications at any time before a Bid would be awarded, and negotiations would be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs. ACCESS at its sole discretion may award this bid to one or several contractors whatever is deemed in the best interest of ACCESS.

Low Bidder: The lowest responsive, responsible bid will be based on the cost per month per facility, demonstrated ability to perform the work and history of performance.

 

Legal Requirements – The Contractor will comply with all federal, state and local laws & regulations, including but not limited to all applicable OSHA/MIOSHA requirements and the Americans with Disabilities Act.

Contract Changes/Modifications - Changes mutually agreed upon by the ACCESS and the Contractor will be incorporated into this contract by written amendments signed by both parties.

Contingent Upon Funding - Contracts conditioned upon availability of funds. If funding is cut and services must be reduced or discontinued, a 30-day notice will be provided.

Disputes - Any disputes arising out of this agreement shall be governed by the laws of the State of Michigan.

Overpayments - Contract debts are amounts that have been paid to a contractor to which the contractor is not currently entitled under the terms and conditions of the contract; or are otherwise due from the contractor under the terms and conditions of the contract.

Schedule of Service & Delays - Snow removal will be completed by no later than 8:00 am, seven (7) days a week. During business hours, snow will be removed within two hours of end of snowfall, seven (7) days a week. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, the ACCESS may contract out these duties itself and receive from the vendor the cost incurred.

Termination for Convenience: ACCESS may terminate this contract at any time for any reason by giving at least thirty (30) days’ notice in writing to the Vendor. If the contract is terminated by the ACCESS as provided herein, the vendor will be paid a pro-rated payment as negotiated with the ACCESS for the work completed as of the date of termination.

Termination for Cause - ACCESS may terminate the whole or any part of this Agreement, by written notice of default to Vendor, in any one of the following circumstances:

(a) if Vendor fails to perform any duties or obligations within the time specified herein or any written extension thereof granted by Customer;

(b) if Vendor so fails to make progress as to endanger performance of this Agreement in accordance with its terms;

(c) if Vendor fails to comply with any of the material terms and conditions of this Agreement. Such termination shall become effective if Vendor does not cure such failure within a period of ten (10) days after written notice of default by Customer;

(d) If the other party is declared insolvent or bankrupt, or makes an assignment for the benefit of creditors, or a receiver is appointed or any proceeding is demanded by, for or against the other under any provision of the Federal Bankruptcy Act or any amendment thereof.

Upon termination, ACCESS may procure, upon such terms as it shall deem appropriate, services similar to those so terminated. Vendor shall continue performance of this Agreement to the extent not terminated.

Payment - ACCESS payment terms are 14 business days from receipt of invoice. Invoicing will be done on a monthly basis for equal amounts of the entire contract during the snow season. ACCESS, by law, is exempt from State and Federal Taxes.

Term – ACCESS is requesting a 2 year contract for snow services beginning November 1, 2020. Insurance Requirements - The Vendor will maintain at its own expense during the term of this Contract, the following insurance:

1. Workers' Compensation Insurance with Michigan statutory limits and Employers Liability Insurance with a minimum limit of $100,000 each accident for any employee. 2. Comprehensive/Commercial General Liability Insurance with a combined single limit of $1,000,000 each occurrence for bodily injury and property damage. ACCESS shall be added as "additional insured" on general liability policy with respect to the services provided under this contract. 3. Automobile Liability Insurance covering all owned, hired and non-owned vehicles with Personal Protection Insurance and Property Protection Insurance to comply with the provisions of the Michigan No Fault Insurance Law, including residual liability insurance with a minimum combined single limit of $1,000,000 each accident for bodily injury and property damage. Insurance policies shall not contain endorsements or policy conditions which reduce coverage provided to ACCESS. Vendor shall be responsible to ACCESS or insurance companies insuring ACCESS for all costs resulting from both financially unsound insurance companies selected by Vendor and their inadequate insurance coverage. Vendor shall furnish the Facilities Manager with satisfactory certificates of insurance or a certified copy of the policy, if requested by the Facilities Manager.

 

Schedule A: Locations

Main Office, 2651 Saulino Ct, Dearborn, MI 48120 (313) 842-7010

Arab American National Museum, 13624 Michigan Ave, Dearborn, MI 48126 (313) 582-2266

The Annex, 13620 Michigan Ave, Dearborn, MI 48126

Community Health & Research Center, 6450 Maple St, Dearborn, MI 48126 (313) 216-2200

Employment & Human Services Center, 6451 Schaefer Rd, Dearborn, MI 48126 (313) 945-8380

Hope House, 6470 Williamson St, Dearborn, MI 48126 (313) 582-5979

ACCESS Community Health & Research Center, 4301 and 4247 E. 14 Mile Rd, Sterling Heights,

(586) 722-6036

 

Schedule B: Additional Information

1. ACCESS Schaefer Employment & Human Services Center 6451 Schaefer Rd. – Service/pricing combined with ACCESS Maple Community Health & Research Center 6450 Maple St. location as they share a parking lot. Invoice to reflect both addresses.

2. ACCESS Main Office 2651 Saulino Court - Service additional parking wells off Saulino Ct. and Lowrey St., surrounding the facility.

3. Arab American National Museum 13624 Michigan Ave. & The Annex 13620 Michigan Ave. – Sidewalks and entrances only, stop service at buildings on either side. Service/pricing combined. Invoice to reflect both addresses.

4. ACCESS Hope House 6470 Williamson St. - Lot, drive, sidewalks, emergency exits

5. ACCESS Macomb Community Health & Research Center - Macomb County 4301 E. Fourteen Mile Rd. – Service/pricing combined with 4247 E. Fourteen Mile Rd. location as they share a parking lot. Lot, sidewalks, emergency exits & porches. Invoice to reflect both addresses.

 

 

 

Schaefer Building Renovations

Please consider this document as formal Request for Proposal (RFP) for 6451 Schaefer, Dearborn renovations for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am August 31st, 2020. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/download/file/fid/203 and 3 references.

All invitations to bid issued by ACCESS will bind bidders and successful bidders to the conditions and requirements set forth in this Scope of Work, and such conditions shall form an integral part of any purchase contract awarded. Blueprints are available upon request.

All bidders shall contact Director of Business Operations and Facilities Rachid Elabed at 734-652-3303 (cell), relabed@accesscommunity.org(link sends e-mail) between the hours of 9 am & 4 pm M-F to review the scope of work and/or participate in a site visit of all facilities.

Scope of Work:

ACCESS is soliciting bids for renovations at 6451 Schaefer, Dearborn, MI 48126. Please provide pricing for the renovations included in this request below. We are interested in the following service overhaul listed below in detail.

 

Flooring:

  • Removal of existing VCT and carpet and trim under all workstations throughout the building and dispose
  • Provide and install new 1/8” VCT
  • Strip and seal new tile for wax finish
  • Removal of existing cove base
  • Provide and install 6” rubber cove base, black throughout common areas

 

Carpentry (Exterior Walls):

  • Install insulation and drywall on all exterior walls on first and second floor including windows
  • Finish and prep walls for paint

 

Carpentry (Interior Wall):

  • Remove one wall approximately 25 ft in Behavior health department
  • Prep and finish wall

 

Carpentry (Kitchen areas):

  • Remove existing cabinets, countertops, sinks, and faucets in three(3) kitchen areas
  • Provide and install new 72” upper and lower cabinets
  • Provide and install new 72” commercial grade countertops
  • Provide and install new sinks and faucets with levered handles
  • Install one dish washer in first floor kitchen

 

Painting:

  • Prep all walls and common areas, hallways, restrooms, stairways, and classrooms and offices, patch as needed.
  • Apply two coats eggshell water-based commercial grade paint (color chosen by owner)
  • Prep and paint all steel stairway and emergency exit doors and frames with water based epoxy paint (color chosen by owner)
  • Prep and paint all handrails and 2nd level railing with water based epoxy paint (color chosen by owner)

 

Carpentry (Four restrooms):

  • Remove all existing restroom partitions and attached dispensers.
  • Provide and install new stainless steel partitions, positioned according to ADA requirements
  • Provide and install new dispensers, positioned according to ADA requirements
  • Remove existing mirrors
  • Provide and install replacement mirrors
  • Remove existing countertops
  • Provide and install new commercial grade countertops
  • Provide and install new lavatory sinks in all restrooms with faucets
  • Replace kick plates on four restroom doors

 

Electrical:

  • Remove existing light fixtures over mirrors in four restrooms
  • Provide and install new fixtures in four restrooms
  • Remove light switches in four restrooms
  • Provide and install dual-technology sensor switch (motion and ultrasonic) 

 

 

Payroll Vendor Search 2020

Please consider this document as formal Request for Proposal (RFP) for payroll services for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am November 13, 2020. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/download/file/fid/203 and 3 references.

All invitations to bid issued by ACCESS will bind bidders and successful bidders to the conditions and requirements set forth in this Scope of Work, and such conditions shall form an integral part of any purchase contract awarded.

All bidders shall contact HR Generalist Meredith Steih at (313) 550-2293, Msteih@accesscommunity.org between the hours of 9:00 am & 4:30 pm M-F to review the scope of work.

Scope of Work:

ACCESS is seeking the services of a qualified Payroll/HR solutions provider with expertise in outsourced payroll processing and related payroll services to successfully provide these services to meet the payroll, human resource and general ledger needs in the most cost-effective and efficient manner possible.

Qualified firms wishing to respond to RFP – “Payroll/HR solutions” must provide all equipment and materials described in this document, whether directly or through subcontractors/sub-consultants. This does not, however, limit the use of sub-contractors or sub-consultants.

It is anticipated that the solution will be completely installed, integrated with the financial software, and staff trained before the end of the current calendar year (December 31, 2020)

We are requesting the following features highlighted in the proposal:

  • Time and labor Management
  • Payroll
  • HR Management
  • Learning Management System
  • Electronic Benefits Module
  • Integration timeline and staff training plan

Vendor(s) shall be responsible for all repairs or damages to ACCESS property caused by his/her equipment, personnel or materials used.

The Vendor is to report to the Human Resources Director and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Furthermore, any operator leaving ACCESS sites in an unsatisfactory condition will be required to return and complete the job with no additional compensation.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all bids, in part or in total, for any objective or subjective reason whatsoever. Late bids will not be accepted. If a proposal is selected, it will be the “best value” (See: "Best Value" following), quality of service, the Vendors' qualifications and capabilities to provide the specified service, and other factors which the ACCESS may consider. ACCESS does not intend to award a bid fully based on any response made to the proposal; ACCESS reserves the right to consider proposals for modifications at any time before a Bid would be awarded, and negotiations would be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs. ACCESS at its sole discretion may award this bid to one or several contractors whatever is deemed in the best interest of ACCESS. Bids will be reviewed and evaluated on a weighted system to determine best value.

Proposals will be reviewed and scored as follows:

  • Time and labor Management ~ 10 points
  • Payroll ~ 20 points
  • Price ~ 20 points
  • Learning Management System ~ 10 points
  • Electronic Benefits Module ~ 10 points
  • HR Management ~ 10 points
  • Integration and staff training plan ~ 20 points

 

Based on the criteria above, using a 100 point scale the vendor that accumulates the highest score wins the bid.

“Best Value” means that ACCESS will, in an evaluation of each proposal submittal, consider factors other than just cost in making the award decision.

Legal Requirements – The Contractor will comply with all federal, state and local laws & regulations, including but not limited to all applicable OSHA/MIOSHA requirements and the Americans with Disabilities Act.

No Contract – This notice is provided for information and invitation for offers to contract only and is not to be construed as: (a) an offer to contract; or (b) as a contract in and of itself.

No Assumption – ACCESS assumes no responsibility or liability for costs incurred by the Contractor prior to the effective date of any contract resulting from this RFP. Further, Contractor may be required to obtain licenses, liability insurance, and to comply with certain laws and regulations, including but not limited to, the Americans with Disabilities Acts and Equal Opportunity Employment.

Heading and Captions for Convenience Only – Headings and captions included in this this document are included herewith for the sake of convenience only and offer no substantive guidance and are not to be examined for purposes of interpretation.

Independent Contractor – Any contract issued because of this RFP shall not be construed as creating a relationship of employer and employee, or principal and agent, or master and servant. Rather Contractor and ACCESS shall assume the responsibility for the acts of their respective employees, agents, representatives, staff, consultants, and subcontractors, and should Contractor’s proposal be accepted only an independent contractor relationship shall exist between Contractor and ACCESS.

No Assignment – A contract awarded under this RFP shall not be assignable in any form or portion without the written consent of ACCESS.

Contract Changes/Modifications - Changes mutually agreed upon by the ACCESS and the Contractor will be incorporated into this contract by written amendments signed by both parties.

Contingent Upon Funding - Contracts conditioned upon availability of funds. If funding is cut and services must be reduced or discontinued, a 30-day notice will be provided.

Disputes - Any disputes arising out of this agreement shall be governed by the laws of the State of Michigan.

Overpayments - Contract debts are amounts that have been paid to a contractor to which the contractor is not currently entitled under the terms and conditions of the contract; or are otherwise due from the contractor under the terms and conditions of the contract.

Schedule of Service & Delays – In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, the ACCESS may contract out these duties itself and receive from the vendor the cost incurred.

Termination for Convenience: ACCESS may terminate this contract at any time and for any reason by giving at least thirty (30) days’ notice in writing to the Vendor. If the contract is terminated by the ACCESS as provided herein, the vendor will be paid a pro-rated payment as negotiated with the ACCESS for the work completed as of the date of termination.

Termination for Cause - ACCESS may terminate the whole or any part of this Agreement, by written notice of default to Vendor, in any one of the following circumstances:

(a) If Vendor fails to perform any duties or obligations within the time specified herein or any written extension thereof granted by Customer;

(b) If Vendor so fails to make progress as to endanger performance of this Agreement in accordance with its terms;

(c) If Vendor fails to comply with any of the material terms and conditions of this Agreement. Such termination shall become effective if Vendor does not cure such failure within a period of ten (10) days after written notice of default by Customer;

(d) If the other party is declared insolvent or bankrupt, or makes an assignment for the benefit of creditors, or a receiver is appointed or any proceeding is demanded by, for or against the other under any provision of the Federal Bankruptcy Act or any amendment thereof.

Upon termination, ACCESS may procure, upon such terms as it shall deem appropriate, services like those so terminated. Vendor shall continue performance of this Agreement to the extent not terminated.

Term – ACCESS is requesting a 3-year contract for Payroll/HR solutions services beginning January 1, 2020

ACCESS Agency Audit

Audit Scope

The Arab Community Center for Economic and Social Services (ACCESS) will undertake a financial audit as required by the OMB Circular Compliance Supplements and Government Auditing Standards. ACCESS is seeking an independent auditor/firm of certified public accountants with resources that specialize in financial analysis, and also possess the knowledge and experience relative to current audit best practices.

Independent auditor/firm’s activities include, but are not limited to:
  • Perform an independent audit of the financial statements in accordance with Generally Accepted Accounting Standards, which includes the Statement of Financial Position, Statement of Activities and Changes in Net Assets, Statement of Cash Flows, Schedule of Functional Expenses, Schedule of Support and Revenues, and Notes to the Financial Statements/Schedules and express an opinion as to the fair presentation for the fiscal year ended September 30, 2014.
  • Provide a Management Letter including any issues of internal control weaknesses or issues of compliance with Government Auditing Standards.
  • Prepare Form 990 in accordance with IRS regulations/tax codes.
  • Prepare a Federal Single Audit in accordance with OMB Circular A-133.
  • Prepare an SF-SAC for submission to the Federal Audit Clearing House.
  • Meet with ACCESS Senior Accountant and Director of Finance prior to, during, and at the end of the audit process. 
  • A detailed Statement of Work and work plan with timelines to accomplish the ACCESS financial audit of all accounts and transactions of all ACCESS’ programs/departments.  
  • Provide a draft report to the Senior Accountant and Director of Finance for review.
  • Present the final report to the CFO, Finance Committee and Executive Board in meetings and respond to any inquiries as needed.
Term/Period of Performance

The total time frame of the audit should not exceed three months. The final audit will need to be completed, with all deliverables provided to ACCESS, no later than Feb. 2, 2015.

Profile of the Independent Audit Firm
  • Description of the size of the firm in general, and the size of the firm’s non-profit/governmental audit staff. The full address of the location(s), and which location, if more then one, the services will be provided through.
  • Identify the principle supervisory and management staff, including engagement partners, managers, other supervisors and specialists who would be assigned to the engagement and identify the non-profit and federal grant auditing experience and training of each person (resumes required). The firm should indicate how the rotation of staff over the term of the audit engagement agreement would be assured.
  • Identify any potential areas of conflict of interest.
  • Provide an overall description of the services performed by the audit firm.
  • Provide a list of references for at least three engagements performed in the last five years that are similar in size and scope to the engagement described in this RFP.
  • Disclose if any portion of the engagement will be subcontracted to other firms and identify the firms in the proposal.
  • Provide a quote for the cost of services being offered for the period requested of the engagement.
  • Provide additional information that you feel may be helpful in the selection process.
Responsibilities of Parties

The following section describes specific responsibilities of ACCESS and the independent auditor/firm.

ACCESS' Responsibilities

  • Provide the independent auditor with office space to perform the audit.
  • Provide access to department staff and management, offices and operational areas, as required to complete the tasks and activities defined under the approved work plan.
  • Designate a person to whom all communications may be addressed and who has the authority to act on all aspects of the services. This person will review the Scope of Work and associated documents with the independent auditor/firm to ensure understanding of the responsibilities.
  • Provide information regarding the business structure of ACCESS, as required by the independent auditor. ACCESS will provide information as required by the independent auditor to perform its responsibilities and schedule the availability of the ACCESS personnel for interviews as may be required.

Independent Auditor Responsibilities

  • Perform an independent audit of the financial statements in accordance with Generally Accepted Accounting Standards, which includes the Statement of Financial Position, Statement of Activities and Changes in Net Assets, Statement of Cash Flows, Schedule of Functional Expenses, Schedule of Support and Revenues, and Notes to the Financial Statements/Schedules and express an opinion as to the fair presentation for the fiscal year ended September 30, 2014.
  • Provide independent auditor's report on internal control over financial reporting and on compliance and other matters based on an audit of financial statements performed in accordance with Government Auditing Standards.
  • Provide independent auditor's report on compliance with requirements that could have a direct and material effect on the major program and on internal controls in accordance with OMB Circular A-133.
  • Report should include material weaknesses and suggested management improvements if applicable.
  • Prepare Form 990 in accordance with IRS regulations/tax codes.
  • Prepare an SF-SAC for submission to the Federal Audit Clearing House.
  • Preparation of a Schedule of Expenses of The United Nations Voluntary Fund for Victims of Torture, a Statement of Compliance for The United Nations Voluntary Fund for Victims of Torture, and any Notes to the Statements/Schedules that may be needed, as per our funding regulations.
  • Prepare and File form 5500, in accordance with the IRS and Department of Labor regulations.
  • Designate a person to whom all project communications may be addressed and who has the authority to act on all aspects of the services. This person will review the Scope of Work and associated documents with the senior accountant to ensure understanding of the responsibilities.
  • Identify a Project Coordinator, who is a Certified Public Accountant, responsible for the overall project.
  • Provide project management for all activities associated with the project.
  • Comply with all applicable federal and state policies, procedures and guidelines.
  • Must have all the necessary equipment, including hardware and software to fulfill the contract.
Description of Project Services

ACCESS intends to award an independent auditor/firm for auditing services to undertake the financial audits as listed in activities for the fiscal year ending September 30, 2014. Due to the nature of the audit and the extensive learning curve, we would like the bid to be for a three-year period; listing the costs for each year separately, while providing a total for all inclusive pricing on services being quoted. Each year’s renewal shall be subject to the annual review and recommendation of the Finance Committee and Executive Board.

The independent auditor/firm will develop a financial report based on the evaluation and assessment of ACCESS’ year end activities and a letter addressing the adequacy of the organization’s internal accounting and administrative controls.

Submission of Statement of Work and Timeline

Basis for selection: Size of firm, number of staff available to work on engagement, turn around time, reputation and experience of firm and staff, proximity of firm and cost of the full audit.

ACCESS reserves the right to reject any and all proposals submitted and to request additional information from all proposers. Any contract awarded will be made to the independent auditor who, based on evaluation of all responses and applying all criteria and oral interviews, if necessary, is determined to be the best qualified to do the audit.

Any parties interested in bidding on this audit scope please submit your bid on our website at http://www.accesscommunity.org, or mail to 2651 Saulino Ct., Dearborn, MI 48120 in a sealed envelope addressed to Audit Procurement; and email any questions you may have to procurements@accesscommunity.org.

Proposals must be received in our office or online no later than 5 p.m. on Sept. 12, 2014. If not received by the deadline, bid will not be considered. If you are submitting your bid through the U.S. Postal Service, we request you send in three copies.

Deadline: 
September 12, 2014

Laboratory Service Provider

ACCESS Building Management and Maintenance Department - 2651 Saulino Ct., Dearborn, MI 48120

Request for Proposal

Date Created: July 24, 2014
Location(s) where work will be performed: 6450 Maple St., Dearborn, MI 48126, 313-216-2200
RFP summary: Laboratory Service Provider (LSP)
Scope of work: Please refer to attached document for proposal guidelines and scope of work.
Additional information: Proposed vendors are encouraged to use the attached Scope of Work (SOW) and submit their bid and outline of services. In addition, Section 15.0 "Terms of Occupancy" dictates lease rates and terms. Once a vendor is chosen, a formal lease agreement shall be submitted by ACCESS and executed by both parties.
Vendor selection criteria: We encourage minority and women-owned businesses to apply and will check all bidders against the System for Award Management (SAM).
Requirements: It is required that all work be done by a licensed vendor. All material will be specified and the above work will be performed in a substantial workmanlike manner. The bidder, having visited the site and examined the proposed work as outlined above, having examined the site of the proposed work, and with all conditions surrounding construction of the proposed project including availability of material and labor, hereby proposes to furnish all labor, materials, tools, equipment, machinery, transportation, perform all work, provide all services, and to perform all work in accordance with the outline of the scope. The bidder also understands that any measurements in the scope of the work are not exact and are given for references only. The bidder is to make his walkthrough, examine the work area, make his own measurement of the work, and then submit his price for each item. The owner will not be liable for any extras on this work unless the owner adds work to the scope.
Deadline for proposal: July 31, 2014
Projected date of completion: Aug. 1, 2015

Quotes and requests for more information may be directed to:

Quotes:
ACCESS
ATTN: Fiscal & Procurements
2651 Saulino Ct.
Dearborn, MI. 48120

Email ONLY to:
procurements@accesscommunity.org

Fax: 313-842-5150
--------------------------------
Direct questions to:

Tom Taylor, ACCESS Facilities Manager
Email: ttaylor@accesscommunity.org
Mobile: 313-300-4627
Fax: 313-842-5150

Deadline: 
July 31, 2014

Janitorial Services – ACCESS Community Health & Research Center

ACCESS Building Management & Maintenance Department - 2651 Saulino Ct., Dearborn, MI 48120 Request for Proposal

Date created: June 25, 2014

Location(s) where work will be performed: Maple, 6450 Maple St., Dearborn, MI 48126 313-216-2200

RFP summary: Janitorial services

Scope of work: Provide janitorial services five (5) days per week for ACCESS Community Health & Research Center based upon the attached housekeeping guide. First and second floor plans are attached for review.

Additional information: Because this is a medical facility, the quality of work demanded will be very high in order to provide the safest environment for our staff, our tenants and clients. All cleaning products utilized must be in accordance with current medical facility requirements and MSDS information must be kept onsite. Paper products, soap, garbage bags, and glass cleaner will be provided by ACCESS unless directed. Once a vendor is selected, current provider will be given 30-day notice. Pricing is requested for special projects as noted on the bottom of the housekeeping guide.

Requirements: It is required that all work be done by a licensed and insured vendor. All material will be specified and the above work will be performed in a substantial workman-like manner. The bidder, having visited the site and examined the proposed work as outlined above, having examined the site of the proposed work, and with all conditions surrounding the proposed project including availability of material and labor, hereby proposes to furnish all labor, materials, tools, equipment, machinery, transportation, perform all work, provide all services, and to perform all work in accordance with the outline of the scope. The bidder also understands that any measurements in the scope of the work are not exact and are given for references only. The bidder is to make his walk through, examine the work area, make his own measurement of the work, and then submit his price for each item. The owner will not be liable for any extras on this work unless the owner adds work to the scope.

Vendor selection criteria: We encourage minority and women-owned businesses to apply and will check all bidders against the System for Award Management (SAM). Selection will be based upon pricing, supervisory and quality control system of the vendor, and references from at least three other customers which the vendor provides.

Deadline for proposal: July 18, 2014

Projected date of completion: July 25, 2014

Quotes and requests for more information may be directed to:

Quotes:
ACCESS
ATTN: Fiscal & Procurements
2651 Saulino Ct.
Dearborn, MI. 48120
procurements@accesscommunity.org
313-842-5150 (fax)

Questions:
Mark Paul
ACCESS Facilities Manager
Email: mpaul@accesscommunity.org
Mobile: 313-720-6318
Fax: 313-842-5150

Request for Proposal: Janitorial Supplies Provider

ACCESS Building Management and Maintenance Department

2651 Saulino Court 
Dearborn, MI 48120

Date Created: May 12, 2014

Location(s) where work will be performed: 

Main Office, 2651 Saulino Court, Dearborn, MI 48120, 313-842-7010; Arab American National Museum, 13624 Michigan Ave., Dearborn, MI 48126, 313-582-2266; Employment and Training, 6450 Maple St., Dearborn, MI 48126, 313-216-2200; ACCESS Community Health and Research Center, 6451 Schaefer Road, Dearborn, MI 48126, 313-945-8380; Hope House, 6470 Williamson St., Dearborn, MI 48126, 313-582-5979; Macomb, 4247 E. 14 Mile Road, Sterling Heights, MI 48310; Macomb, 4301 E. 14 Mile Road, Sterling Heights, MI 48310, 586-722-6036; Ferndale, 963 Allen Road, Ferndale, MI 48220, 248-629-7629; Hamtramck Youth, 8625 Joseph Campau Ave., Hamtramck, MI 48212, 313-871-2612.

RFP Summary: Janitorial Supplies Provider

Scope of Work: We are currently accepting bids for a supplier of our basic janitorial supplies. Please provide case prices for the following:

  • Hand soap (Boardwalk® Mild Cleansing Pink Lotion Soap BWK410EA or equivalent)
  • Glass and surface cleaner (Windex or generic equivalent)
  • C-Fold paper towel (EcoSoft™ C-Fold Towels 49500 or equivalent)
  • Roll paper towel (EcoSoft™ Controlled Roll Towels 71400 or equivalent)
  • Toilet tissue (GEN 9JUMBO by GEN or equivalent)
  • Toilet tissue (Boardwalk Two-Ply Toilet Tissue WK 6180 or equivalent)
  • Can liners (GEN 333916 by GEN or equivalent)
  • Air freshener (ZEP TimeMist Country Garden 332522TMCA or equivalent)
  • Can liners (IBS S404816K liners or equivalent)
  • Toilet seat covers (Rochester Midland 25177673 Rest Assured or equivalent)

Additional Information:

Please provide information regarding ordering and delivery procedures.

Requirements: Pricing should be guaranteed for a minimum of one (1) year.

Deadline for Proposal: May 28, 2014

Projected date of completion: June 4, 2014

Quotes and requests for more information may be directed to:

ACCESS
ATTN: Fiscal & Procurements
2651 Saulino Ct.
Dearborn, MI 48120
procurements@accesscommunity.org
313-842-5150 (fax)

Questions:
Mark Paul
ACCESS Facilities Manager
Email: mpaul@accesscommunity.org
Fax: 313-842-5150

Deadline: 
May 28, 2014

Clubhouse Renovation

ACCESS Building Management & Maintenance Department, 2651 Saulino Court, Dearborn, MI 48120 Request for Proposal

Date Created: Apr 08, 2014

Location(s) Where Work Will Be Performed: Hope House, 6470 Williamson St., Dearborn, MI 48126, 313-582-5979
 

RFP Summary: Clubhouse Renovation

Scope of Work:

I. Kitchen: DEMO
-Remove all existing millwork and counter
-Remove sink
-Remove hardware, save commercial faucet
-Remove garbage disposal
-Remove electric range
-Remove baseboard heaters
-Remove wallpaper

Kitchen: CONSTRUCTION
-Provided and install new base and upper cabinetry
-Provde and install new laminate counter and tile backsplash (or like washable surface as required by code)
-Provide and install new commercial electric range
-Check hood for proper operation
-Provide and install FRP to all walls 4' off finished floor (O.F.F.) around stove area (2-4x8 sheets)
-Patch and paint (color TBD)
-Provide and install 4" rubber cove base (color TBD)
-Provide and install two(2) new GFCI outlets
-Provide and install new commercial grade garbage disposal

II. Computer Lab:
-Provide and install new carpet (20'x12')
-Patch and paint walls (color TBD)
-Provide and install door casing and trim for lab opening
-Relocate existing light switch to 4' O.F.F.
-Provide and install new 4" rubber cove base (color TBD)

III. Offices 1 & 2:
-Provide and install new carpet (10'x12')
-Patch and paint walls (color TBD)
-Provide and install two(2) 3.0 by 7.0 doors and hardware

IV. Office 3:
-Provide and install new carpet (12'x12')
-Remove baseboard heaters
-Patch and paint walls (color TBD)

V. Office 4:
-Provide and install new carpet (10'x12')
-Patch and paint walls (color TBD)

VI. Lounge:
-Provide and install new carpet (30'x10')
-Patch and paint walls (color TBD)
-Provide and install three(3) 3.0 by 7.0 doors and hardware

VII. Offices 5 & 6:
-Provide and install new carpet (12'x12')
-Remove baseboard heaters
-Patch and paint walls (color TBD)

VIII. Common Room:
-Patch and paint (color TBD)

IX. Men's Restroom:
-Sand, prime and paint partitions with enamel base paint (color TBD)
-Remove and replace baseboard heaters
-Remove sink cabinet and dispose
-Patch and paint walls (color TBD)
-Remove and replace vent fan

XI. Lobby:
-Remove wall paper
-Patch and paint (color TBD)

XII. Reception Area:
-Provide and install new carpet (15'x16')

XIII. Admin Room Off Storage:
-Provide and install new carpet (18'x17')
-Patch and paint walls (color TBD)

XIV. Admin Office SE Corner
-Provide and install new carpet (15'x9')
-Patch and paint walls (color TBD)

XV. Director Office
-Provide and install new carpet (15'x16')

Additional Information:

NOTE: Contractor to provide own dumpster for all spoils and debris.

Requirements: It is required that all work be done by a licensed service technician. All material will be specified and the above work will be performed in a substantial workmanlike manner. The bidder, having visited the site and examined the proposed work as outlined above, having examined the site of the proposed work, and with all conditions surrounding construction of the proposed project including availability of material and labor, hereby proposes to furnish all labor, materials, tools, equipment, machinery, transportation, perform all work, provide all services, and to perform all work in accordance with the outline of the scope. The bidder also understands that any measurements in the scope of the work are not exact and are given for references only. The bidder is to make his walk through, examine the work area, make his own measurement of the work, and then submit his price for each item. The owner will not be liable for any extras on this work unless the owner adds work to the scope.

Deadline for Proposal: April 25, 2014
Projected Date of Completion: May 16, 2014

Quotes and requests for more information may be directed to:

Quotes:
ACCESS
ATTN: Fiscal & Procurements
2651 Saulino Court
Dearborn, MI. 48120
procurements@accesscommunity.org
313-842-5150 (fax)

Questions:

Tom Taylor - ACCESS Facilities Manager
Email: ttaylor@accesscommunity.org
Mobile:313-300-4627
Fax: 313-842-5150

Deadline: 
April 25, 2014

Pages