Skip to content Skip to navigation

Page not found

x

Error message

The page you requested does not exist. For your convenience, a search was performed using the query site OR DocServer OR DIWAN20071 OR pdf.

 

Request for Bids

SCOPE OF WORK: Data Analyst for Community Needs Assessment

Project description

ACCESS seeks a data analyst to lead the data analysis for a client survey. The consultant will work directly with the Center for Arab Narratives and the evaluation and research staff at ACCESS, the largest Arab American community nonprofit in the country.

Project start date is approximately April 15, 2024 and the consultant will be needed for approximately 60 days.

In March, 2024, ACCESS will launch a 52 question survey to better understand how clients’ socio-economic and community experiences.  This information will better inform ACCESS about the needs of our clients and how to improve programs to better support the community. 

Analysis will be guided by the following questions, with overall data disaggregated by race and ethnicity, education, language spoken, gender identity and nativity:

  1. What is the most accessible format for clients to receive services?
  2. What is the physical and mental health status of the community we are serving?
  3. What are the primary barriers to accessing physical and mental health services?
  4. What are the most prevalent challenges facing the communities we serve within the social determinants of health, including housing, food security, access to medical care, transportation, income and employment? 
  5. Do clients have a stable income to meet family needs and emergency expenses as they arise?
  6. Do clients feel supported and have a sense of belonging in their community?
  7. Are clients experiencing discrimination and what do they attribute the discrimination to?
  8. What are clients prioritizing as important to improve their communities?

Project services

  1. Clean and assess the quality of the survey data.
  2. Conduct descriptive analysis of quantitative data from a 52-question survey.  This analysis will include cross tabulation of data across demographic information, including zip code of residence, race and/or ethnicity, age, education and primary spoken language. 
  3. Develop visualizations of the data analysis for a needs assessment report
  4. Meet with ACCESS team to present analysis and explore additional analysis as needed.

Payment for services

Payment will be delivered in 2 installments. The first payment will be delivered after 30 days. The final payment will be delivered after 60 days or after the completion of the work, whichever comes first.

Qualifications

High level experience working with quantitative data sets.

High level experience with data analysis and data visualization tools, including Excel and Power BI.

Most of the work can be completed remotely, but some travel to ACCESS in Dearborn, MI, may be required. Domestic travel expenses will be covered by ACCESS.

Must be authorized to work in the United States.

Submitted bids should include a total cost to complete all required services (including anticipated number of hours this project will require) as well as an updated CV/resume, a cover letter describing your experience, and any relevant work samples.

Please submit bids to Jamie Kim at jkim@accesscommunity.org.  

Deadline to submit bids is March 18, 2024.

Winning bidder will be notified by April 1, 2024.

Download Complete Form

 

Request for Proposal (RFP) - Program Services: Facilitation of Capital Ready Workshops and Cohorts for ACCESS Business Development Program

Introduction

ACCESS invites qualified legal, accounting, and financial advisory firms to submit proposals to become sub-grantees under the ACCESS BD Capital Ready Program. This initiative is funded through the State Small Business Credit Initiative (SSBCI) Technical Assistance (TA) grant program. We invite experienced and qualified facilitators to submit proposals for the facilitation of Capital Ready Workshops and Cohorts as part of our dynamic business development program. Our program focuses on preparing businesses for successful capital acquisition, primarily through the State of Michigan's SSBCI funding track and other sources within our ecosystem. We are seeking facilitators who can bring innovation, industry expertise, and a commitment to interactive learning through a hybrid model.

Program Overview

The ACCESS BD Capital Ready Program aims to empower entrepreneurs and small businesses in Michigan by providing essential tools and resources to secure capital successfully. Sub-grantees will contribute to this mission by creating and implementing initiatives that increase awareness, readiness, and financial acumen among potential loan applicants, with a specific emphasis on serving socially/economically disadvantaged individuals (SEDI) and very small businesses (VSBs).

Scope of Work

The selected sub-grantees will be responsible for:
  • Design and Delivery - Develop engaging and informative workshop content aligned with the Capital Ready program's goals. Facilitate cohorts using a hybrid model, combining lecture-style sessions with hands-on activities to enhance participant learning.
  • Customization - Tailor content to the needs of diverse businesses, ensuring relevance and applicability across different industries and stages of development
  • Collaboration - Work collaboratively with our program team to integrate the workshop series seamlessly into the overall program structure. Coordinate schedules and logistics for effective program delivery.
  • Evaluation - Implement assessment mechanisms to measure the impact of workshops and cohort sessions. Provide recommendations for continuous improvement.

Qualifications

  • Proven experience in designing and executing programs focused on capital readiness.
  • Expertise in navigating and accessing various capital sources, particularly SSBCI funding.
  • Ability to work collaboratively with diverse entrepreneurs, including Arab American businesses.
  • Strong project management and reporting capabilities.

Timeline

The selected vendor will commence work in early 2024 and continue until the end of 2025. The goal is to serve a minimum of 50 businesses annually.

Proposal Submission

Interested parties should submit the following by March 26, 2024 to businessdevelopment@accesscommunity.org.

  • Qualifications - Outline your experience in facilitating business development or capital readiness workshops. Provide references and examples of past successes.
  • Approach - Describe your approach to designing and delivering engaging workshops and cohort sessions. Highlight any innovative methods or tools you plan to incorporate.
  • Cost Proposal - Clearly outline your proposed compensation structure, including any associated costs for materials or resources.
  • Timeline - Provide a detailed timeline for the delivery of workshops and cohort sessions, including key milestones.

Evaluation Criteria

Proposals will be evaluated based on experience, methodology, understanding of program goals, and budget considerations.

  • Relevance and Innovation - The extent to which the proposed approach demonstrates innovation and relevance to the program's objectives.
  • Experience and Expertise - The facilitator's experience in delivering similar workshops, especially those related to capital readiness.
  • Cost Reasonableness - The reasonableness and transparency of the proposed cost structure in relation to the scope of work.
  • References - The quality of references provided indicates the facilitator's track record and client satisfaction.

We look forward to reviewing innovative proposals that will contribute to the continued success and growth of our entrepeneurial business development program.

Download the complete RFP

Request for Proposal (RFP) - Program Services: Enhancing Entrepreneurial Training and Capital Readiness for ACCESS Business Development Program

Introduction

ACCESS invites qualified legal, accounting, and financial advisory firms to submit proposals to become sub-grantees under the ACCESS BD Capital Ready Program. This initiative is funded through the State Small Business Credit Initiative (SSBCI) Technical Assistance (TA) grant program. The primary objective of the sub-grantees is to enhance awareness and readiness among entrepreneurs and small businesses seeking capital, leading to the successful acquisition of capital and ongoing support throughout the loan period. Sub-grantees will play a crucial role in elevating financial and business management skills by creating a Capital Access Track and developing Capital Ready Training Workshops, with a focus on serving socially/economically disadvantaged individuals and very small businesses.

Program Overview

The ACCESS BD Capital Ready Program aims to empower entrepreneurs and small businesses in Michigan by providing essential tools and resources to secure capital successfully. Sub-grantees will contribute to this mission by creating and implementing initiatives that increase awareness, readiness, and financial acumen among potential loan applicants, with a specific emphasis on serving socially/economically disadvantaged individuals (SEDI) and very small businesses (VSBs).

Scope of Work

The selected sub-grantees will be responsible for:

   1. Capital Ready Track:

  • Design a comprehensive roadmap for businesses to achieve successful capital acquisition.
  • Include educational components and loan packaging strategies.
  • Ensure the track aligns with the SSBCI funding track and other relevant ecosystem funding sources.

   2. Capital Ready Workshops:

  • Develop a series of workshops focused on capital readiness.
  • Provide guidance on accessing funds through the SSBCI funding track and other available sources.
  • Facilitate hands-on exercises and collaborative learning.

Qualifications

  • Proven experience in designing and executing programs focused on capital readiness.
  • Expertise in navigating and accessing various capital sources, particularly SSBCI funding.
  • Ability to work collaboratively with diverse entrepreneurs, including Arab American businesses.
  • Strong project management and reporting capabilities.

Timeline

The selected vendor will commence work in early 2024 and continue until the end of 2025. The goal is to serve a minimum of 50 businesses annually.

Proposal Submission

Interested organizations should submit the following by March 19, 2024 to businessdevelopment@accesscommunity.org.

  • Cover Letter - Briefly introducing your organization and qualifications.
  • Proposal - Detailed outline of the Capital Ready Track program, including proposed workshops and support services.
  • Budget - A detailed budget outlining costs associated with the program.
  • References - Contact information for at least two organizations you have previously worked with. Evaluation Criteria Proposals will be evaluated based on experience, methodology, understanding of program goals, and budget considerations.
  • Experience in capital readiness program design and execution (30 points).
  • Relevance and effectiveness of proposed workshops and support services (25 points).
  • Demonstrated success in assisting businesses in obtaining capital (20 points).
  • Alignment with the needs of Arab American entrepreneurs (15 points).
  • Budget feasibility (10 points).

We look forward to reviewing innovative proposals that will contribute to the continued success and growth of our entrepreneurial business development program.

Download the complete RFP

Request for Proposal (RFP)

Web/App Programmer/Designer

 

RESPONSES DUE: October 6, 2023  November 15, 2023

AWARD NOTIFICATION: October 10, 2023  November 20, 2023

Time Frame: Answers to this RFP should be submitted by November 15th. We are relying on applicants to inform us of their anticipated completion timeline, but we are eager to get the final deliverables in place by December 20th.

EQUAL OPPORTUNITY EMPLOYER / PROGRAM

 

WORK TO BE PERFORMED AT:

Arab American National Museum

13624 Michigan Ave

Dearborn, MI 48126

 

Intro: The Arab American National Museum has recently installed a large screen interactive to deliver digital content to our visitors. We have developed new content for this large screen that we need assistance programming into a touchscreen kiosk interface. Through this, visitors should be able to select the content they want to see projected onto the large screen. Ideally, they would have control to pause and/or exit out of the content to select something else. A time-out function would also be ideal.

Scope of Work:

- Create user interface for kiosk which controls content playback on large screen

- Playback and programming through BrightSign XT4 media player

- No audio required. Video and static images only

 

Time Frame: Answers to this RFP should be submitted by October 6th. We are relying on applicants to inform us of their anticipated completion timeline, but we are eager to get the final deliverables in place by November 9th.

Qualifications: No formal qualifications required, only a demonstration of abilities listed below. Please include samples of previous app/programming work. Individuals and firms are welcome to apply.

User Interface (UI) and User Experience (UX) Design: The designer should have experience in creating visually appealing and functional UIs for kiosks or similar digital interfaces. They should understand usability principles, accessibility standards, and create a seamless user experience. A strong understanding of UX design principles, user research, and wireframes is crucial for developing an intuitive interface.

Graphic Design and Motion Graphics: Proficiency in graphic design is essential for creating visually engaging content, including a strong grasp of color theory, typography, layout, and composition.

Project Management and Communication: The designer should have the ability to manage their workload, meet deadlines, and collaborate effectively with a team. Effective communication skills are necessary for presenting design concepts, articulating design decisions, and collaborating with stakeholders.

Design Tools and Coding Skills (optional but beneficial): Proficiency in design software such as Adobe Creative Suite or other industry-standard tools is necessary for creating high-quality designs. Knowledge of HTML, CSS, JavaScript, and popular web frameworks can be helpful when working in the BrightSign authoring tool.

Please contact the Curatorial department at AANM with any questions curatorial@accesscommunity.org

 

 

Payroll Vendor Search 2023

 

Please consider this document as formal Request for Proposal (RFP) for payroll services for ACCESS. Bids should be submitted to procurements@accesscommunity.org(link sends e-mail) by 10 am December 1, 2023. 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 Assistant Jackie Herman at (313) 203-3971 , Jherman@accesscommunity.org(link sends e-mail) 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, 2023)

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 5-year contract for Payroll/HR solutions services beginning January 1, 2024

 

 

Request for Bids 

SCOPE OF WORK: Research Consultant for Community Needs Assessment  

 

Project description 

ACCESS seeks a consultant(s) to assist in the development of a community needs assessment to be administered in southeast Michigan. The consultant will work directly with evaluation and research staff at ACCESS, the largest Arab American community nonprofit in the country.  

Project start date is Sept. 1, 2023 and consultant will be needed for approximately 90 days.  

Project services 

  • Conduct a gap analysis/literature review of existing community data in southeast Michigan  
  • Analyze existing quantitative data to create a background portrait of ACCESS’s service area 
  • Facilitate discussions with an ACCESS advisory group to: 
    • Review findings of data analysis 
    • Determine research design and IRB needs of the community needs assessment, including data collection tools and sampling methodology  
    • Develop and test data collection tools 
    • Develop training for staff to administer any survey or data collection tools  

Payment for services 
 

We anticipate the project involving approximately 160 hours of work over a four month period.  

Payment will be delivered in 2 installments. The first payment will be delivered after 30 days. The final payment will be delivered after 120 days or after the completion of the work, whichever comes first.  

Qualifications 
 

Advanced degree in sociology, evaluation, public health, public policy, or related fields.  

High level experience working with quantitative data sets. 

Experience with qualitative and quantitative research methodology design.  

Experience with community-based participatory research.  

Most of the work can be completed remotely, but some travel to ACCESS in Dearborn, MI, may be required. Domestic travel expenses will be covered by ACCESS.  

Must be authorized to work in the United States.  

Submitted bids should include a total cost to complete all required services (using the anticipated number of hours listed above) as well as an updated CV/resume, a cover letter describing your experience, and any relevant work samples.  

Please submit bids to Jamie Kim at jkim@accesscommunity.org.   

Deadline to submit bids is July 15, 2023.  

Winning bidder will be notified by August 1, 2023.  

 

REQUEST FOR PROPOSAL (RFP)

for Graphic Animation

 

ISSUE DATE: June 12, 2023
RESPONSES DUE: June 23, 2023
AWARD NOTIFICATION: June 26, 2023
EQUAL OPPORTUNITY EMPLOYER / PROGRAM

 

WORK TO BE PERFORMED AT:
Arab American National Museum
13624 Michigan Ave
Dearborn, MI 48126

 

Intro:
 

The Arab American National Museum is seeking to hire a graphic animator to create four videos for a new video-wall installation in our core exhibitions. Each video is on a different topic utilizing maps and geography to deliver the content. The four themes are changing borders over time, how religions spread, the movement of Arab people into the diaspora, and defining common terms e.g. Arab World and Middle East. Each video will be visual-only and around 2 minutes in length.

 

Scope:
 

- Create four separate videos based on the content provided by AANM staff
- 16:9 aspect ratio
- XML file for institutional archives
- MP4 file for display
- Playback on BrightSign XT4 media player
- Minimum resolution 1080p
- Approx 2 minutes each
- No audio required
- Please find more information here 

 

Timeframe:

 

Production can begin as soon as a vendor is secured in June 2023.
Anticipating 4-6 weeks of fabrication/creation time with 1-2 check-ins, or as needed.
Complete project by August 31, 2023.

 

Qualifications:
 

No formal qualifications required, only a demonstration of ability. Please include samples of previous video and animation work. Individuals and firms are welcome to apply.

Please contact the Curatorial department at AANM with any questions curatorial@accesscommunity.org

 

REQUEST FOR PROPOSAL (RFP)

for Video Editing

The Center for Arab American Philanthropy (CAAP) is currently searching for a video editor to work on a short video about this year's Outstanding Arab American Philanthropist of the Year, Rania Succar, CEO of Intuit Mailchimp. The video will showcase Rania's story focusing on her philanthropic endeavors. It will be played at our Threads of Giving Galataking place on September 22, 2023 in California. View last year's awardee video here

 

Video Specifications & Components:

- 5:00-7:00

- Motion graphics

- License-free music

- X3 Revision Cycle

 

Provided by CAAP

- Scripting for videos

- Voiceover Talent

- B-roll of the award recipient

- Photos of award recipient

- Pre-filmed and time-stamped testimonials

The video will need to be completed by Sept. 4, 2023. 

REQUEST FOR PROPOSAL (RFP)

for Furniture & Installation

 

ISSUE DATE: March 1, 2023
RESPONSES DUE: March 17, 2023
AWARD NOTIFICATION: March 24, 2023
EQUAL OPPORTUNITY EMPLOYER / PROGRAM

WORK TO BE PERFORMED AT:

ACCESS
Health Services Building
6450 Maple Road
Dearborn, MI 48126

Arab Community Center for Economic and Social Services (ACCESS) strives to enable and empower individuals, families and communities to lead informed, productive and culturally sensitive lives. As a nonprofit model of excellence, we honor our Arab American heritage through communitybuilding and service to all those in need, of every heritage. ACCESS is a strong advocate for cultural and social entrepreneurship imbued with the values of community service, healthy lifestyles, education and philanthropy.

 

I. INTRODUCTION

ACCESS is seeking to secure one firm to provide the following Scope of Work as needed. The firm shall provide the procurement and installation of office furniture.

ACCESS plans to award one (1) contract for requested services as detailed in this RFP.

 

II. CONFIDENTIALITY

ACCESS will treat as confidential any non-public information that we receive from you in our discussions about the transaction contemplated by your RFP (other than information that we also receive from other, non-confidential sources, or that we independently develop ourselves).

 

III. ORGANIZATION QUALIFICATIONS

Eligible applicants include non-profit organizations, private for-profit companies, units of local government including community colleges and universities, and faith-based and community organizations.

Organizations and individuals are ineligible if they are currently barred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by a federal department/agency, or if they are not in compliance with the State of Michigan Department of Revenue or Internal Revenue Service requirements.

Applicants must possess the following credentials:

  • Maintain all required licenses, bonding, equipment, and identified core personnel necessary to perform the work as required in the RFP;
  • Have a Certificate of Incorporation; and
  • Personnel policies and procedures demonstrating compliance with Equal Employment Opportunities requirements, Americans with Disability Act, and Drug Free Workplace and Byrd Anti-Lobbying Act.

The contractor must be able to comply with all state of Michigan regulations as well as any other county, local or federal laws or regulations as required to lawfully provide the services.

Applicants must assure the ability to comply with all applicable laws and regulations, as well as the nondiscrimination and equal opportunity provisions of 29 C.F.R. § 38.25, if awarded a contract and remain in compliance for the duration of the award.

Applicants must be financially and operationally stable and must possess sufficient scale in terms of staff and other resources to support ACCESS throughout the term of a contract, if awarded as a result of this RFP.

To be considered for an award for this service, the proposing organization or individual must have at least five (5) years’ experience representing public agencies, non-profit organizations, federal grant recipients and organizations of similar scope and size.

Download the complete RFP

 

 

REQUEST FOR PROPOSAL (RFP)

for Carpentry, Painting, Flooring and Millwork

 

ISSUE DATE: March 1, 2023
RESPONSES DUE: March 17, 2023
AWARD NOTIFICATION: March 24, 2023
EQUAL OPPORTUNITY EMPLOYER / PROGRAM

WORK TO BE PERFORMED AT:

ACCESS
Health Services Building
6450 Maple Road
Dearborn, MI 48126

Arab Community Center for Economic and Social Services (ACCESS) strives to enable and empower individuals, families and communities to lead informed, productive and culturally sensitive lives. As a nonprofit model of excellence, we honor our Arab American heritage through communitybuilding and service to all those in need, of every heritage. ACCESS is a strong advocate for cultural and social entrepreneurship imbued with the values of community service, healthy lifestyles, education and philanthropy.

I. INTRODUCTION

ACCESS is seeking to secure one firm to provide the following Scope of Work, Electrical, Millwork and Plumbing, Flooring and Tile, and Painting Services. ACCESS plans to award one (1) contract for requested services.

II. CONFIDENTIALITY

ACCESS will treat as confidential any non-public information that we receive from you in our discussions about the transaction contemplated by your RFP (other than information that we also receive from other, non-confidential sources, or that we independently develop ourselves).

III. ORGANIZATION QUALIFICATIONS

Eligible applicants include non-profit organizations, private for-profit companies, units of local government including community colleges and universities, and faith-based and community organizations.

Organizations and individuals are ineligible if they are currently barred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by a federal department/agency, or if they are not in compliance with the State of Michigan Department of Revenue or Internal Revenue Service requirements.

Applicants must possess the following credentials:

  • Maintain all required licenses, bonding, equipment, and identified core personnel necessary to perform the work as required in the RFP;
  • Have a Certificate of Incorporation; and
  • Personnel policies and procedures demonstrating compliance with Equal Employment Opportunities requirements, Americans with Disability Act, and Drug Free Workplace and Byrd Anti-Lobbying Act.

The contractor must be able to comply with all state of Michigan regulations as well as any other county, local or federal laws or regulations as required to lawfully provide the services.

Applicants must assure the ability to comply with all applicable laws and regulations, as well as the nondiscrimination and equal opportunity provisions of 29 C.F.R. § 38.25, if awarded a contract and remain in compliance for the duration of the award.

Applicants must be financially and operationally stable and must possess sufficient scale in terms of staff and other resources to support ACCESS throughout the term of a contract, if awarded as a result of this RFP.

To be considered for an award for this service, the proposing organization or individual must have at least five (5) years’ experience representing public agencies, non-profit organizations, federal grant recipients and organizations of similar scope and size.

Download the complete RFP

 

ACCESS - RFP - Snow Removal 2022-2024

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, 2022. 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:

  1. if Vendor fails to perform any duties or obligations within the time specified herein or any written extension thereof granted by Customer;
  2. if Vendor so fails to make progress as to endanger performance of this Agreement in accordance with its terms;
  3. 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;
  4. 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, 2022.

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

ACCESS SUD Center, 10149 Michigan Ave, Dearborn MI 48126 (313) 842-7010

 

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.
  6. ACCESS SUD Center 10149 Michigan Ave - Sidewalks only

Arab American Community History Book Project

The Arab American National Museum in Dearborn, MI, will be compiling and publishing a book based largely on oral history interviews and community history documents contained in AANM’s archive. The scope of the book will cover the history of the metro Detroit’s Arab American community. Project start date is Oct. 1, 2022. The book is expected to be about 300 pages long, consisting mostly of existing oral history transcripts, along with an introductory essay that the contractor will write.

 

Project services

  1. Edit existing oral history transcripts (~40) into shorter, more reader friendly narratives.
  2. Use existing published and drafted materials (all of which are included in AANM collections) to write an introductory chapter to the collection of edited oral history transcripts. Introductory essay will be approximately 25 pages and will offer a general overview of the metro Detroit Arab American community’s history in the late 20th Century.
  3. Incorporate any relevant AANM archival materials into book.
  4. Deliver draft of book to AANM staff by April 15, 2023.
  5. Revise and submit final draft of text by May 15, 2023.

 

Payment for services

We anticipate the project involving approximately 520 hours of work over a six-month period. Payment will be delivered in 2 installments. The first payment will be delivered at the completion of the oral history transcript editing. The final payment will be delivered when the text of the book is finalized.

 

Qualifications

  • Excellent written communication skills.
  • Advanced degree in History or a related field.
  • Experience working with archival materials.
  • Demonstrated history of publishing in History or related fields.

Most of the work can be completed remotely, but some travel to AANM in Dearborn may be required. Must be authorized to work in the United States.

Submitted bids should include a total cost to complete all required services (using the anticipated number of hours listed above) as well as an updated CV/resume, a cover letter describing your experience, and a relevant writing sample.

Please submit bids to Matthew Stiffler at the Arab American National Museum: mstiffler@accesscommunity.org.

Deadline to submit bids is October 28.

The winning bidder will be notified by November 5.

 

AANM Request for Proposals - Rooftop Garden Project Manager 

Please consider this document as formal Request for Proposals (RFP) for a Rooftop Garden Project Manager for the Arab American National Museum. Bids should be submitted to procurements@accesscommunity.org by 9am Monday, November 7, 2022.  

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.  

Project Overview 

  • AANM has received corporate funding to develop a garden on AANM’s rooftop terrace featuring species found in the Arab world. Youth and adults of all ages will have opportunities to learn more about Arab cultural uses of plants and take seeds and cuttings home for growing. 
  • We are soliciting bids for an expert consultant to ensure we have all of the proper supplies, training, and infrastructure to properly produce a sustainable garden. 

Scope of Work 

  • Procure all necessary labor and equipment to complete the project. 
  • Develop a job description for a part-time facilities assistant who will be tasked with overseeing maintenance. 
  • Develop infrastructural plan, including determining weight limits of rooftop terrace. 
  • Take lead in procuring and overseeing construction/landscaping crews for building of the project from A to Z. 
  • Establish an annual written guide for maintenance duties, including, but not limited to instructions on seasonal pruning, seed storage, winterizing, planting, storage, etc. 
  • Regularly meet with AANM staff to ensure transparent communication throughout the project process. 

Time Frame 

  • Project planning and activities are anticipated to take place beginning November 2022 and completed by early June 2023. 
  • Physical work/ build-out of garden to begin immediately following final frost. 
  • Rooftop Garden Reveal/Ribbon Cutting to take place late May 2023. 

The Rooftop Garden Project Manager is to report to Jumana Salamey, Deputy Director of the Arab American National Museum and/or their designee (Kathryn Grabowski-Khairullah) and will cooperate and confer with them as necessary to insure satisfactory work progress.   

 

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:   

  • Experience overseeing/planning new garden projects ~ 30 points  
  • Knowledge of horticulture ~ 30 points 
  • Experience working with museums/institutions ~ 10 points   
  • Cost ~ 30 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. 

 

 

Request for Proposal of Construction Management Services

SUD Center, Dearborn, Michigan

SECTION 1 – GENERAL INFORMATION
1-1 Purpose

This Request for Proposal is being created to obtain the professional services of a Construction Management Firm (Firm) that has experience with demolition and build of 30-50,000 square foot Medical, Recreational/Educational and Professional construction projects. Experience working with nonprofit and cultural organizations, in order to ensure appropriate procurement requirements are understood and met, is preferred. All submitted proposals will be evaluated to select one firm that will be responsible for working with ACCESS (Client) in completing the build of a Substance Use Disorder (SUD) Treatment Center located in Dearborn, Michigan.

This document encompasses some, but not all, of the required duties and responsibilities that will be required of the selected firm. Additionally, this is a Construction Management project. The selected CM Firm will hold a fully engineered contract with the Architect/Design Professional. Complete engineered mechanical, electrical and plumbing drawings will be coordinated by the Architect but are not provided as such and will be the responsibility of the Firm to procure systems design for exhaust, make-up air, plumbing, etc and to work directly with the Architect for oversight and coordination on the owner’s behalf to ensure design intent is being met.

 

Project goals:

  • Build a Substance Use Disorder (SUD) Treatment Center
  • Create a space for healing that does not have the traditional / institutional look and feel of a hospital, physician’s offices, or behavioral institutions
  • Develop a final design that is mindful of psychological triggers, specific requirements for SUD clients, residential centers and addresses them through physical design features, ensuring safety, compliance, and healing.

The general overall description of the work scope is:

Existing Building Scope:

  • Demolish entire existing 2-story building, structure, including foundations to prepare for proposed parking lot and landscaping site work for this parcel.
    • Existing building may require asbestos study and remediation
  • Demolish existing masonry services building on south side of alley.
  • Demolish any residential parcels purchased, including but not limited to one residential unit
  • Demolish existing southern parking lot pavement and trash enclosure off Eugene Street parcel.
  • Demolish existing building ground signage and cylindrical concrete foundation bases located south of the existing building across the alley.

Proposed Site Improvements Scope:

  • Proposed 75-100 space parking lot and main entry Porte Cochere and drop off located facing Michigan Avenue. (Site vehicular access to be determined during design phases).
  • Enclosed Outdoor courtyard, gardens, lounge seating, and activity spaces and pathways for recreation, exercise and relaxation directly adjacent to the SUD care facility.

Proposed Substance Use Disorder (SUD) Care Facility Building Scope: (note: final design layout and program space locations will be determined during the design process with the owner’s final approval.)

  • Proposed Substance Use Disorder Care Facility will be a 3-story structure
  • Buildable footprint is roughly 72 x 200, Client desires a final structure size of 35,000 - 45,000 SF.
  • First floor will house offices and support spaces, such as behavioral health therapists, client case managers, faith-based counseling, yoga, emergency crisis triage and other types of therapists and social service providers.  A full-service cafeteria with commercial kitchen, Gymnasium, fitness and exercise facilities, including weight room and aerobic exercise equipment.  Other building systems spaces include mechanical, electrical and storage as required.
  • The ground floor will also provide access to the outdoor enclosed courtyard gardens.
  • Second floor will contain a 3-5 day stay crisis stabilization unit, including residential/ hospitality space with up to 32 beds in double occupancy rooms.
  • Third floor will contain a month extended stay crisis stabilization unit, including 32 single occupancy rooms and include residential / hospitality spaces as required by the owner’s program.

· All new finishes, including attention to personal harm risk identification and mitigation

· Any other amenities or requirements of the owner that are discovered during the design phases of the project for the proper functioning of the space and services proved to the owner’s clientele.

· Building design and construction should allow for future expansion

1-2 Client Background Information

ACCESS (Arab Community Center for Economic and Social Services) has been serving the community for more than 50 years. Founded by a group of dedicated volunteers in 1971 out of a storefront in Dearborn’s impoverished south end, ACCESS was created to assist the Arab immigrant population adapt to life in the United States.

Today, ACCESS is the most comprehensive Arab American community nonprofit in the nation, serving a diverse population of clients through its 11 tri-county locations and more than 120 programs serving Southeastern Michigan. ACCESS offers a wide range of social, economic, health and educational services, focusing on the most vulnerable, including immigrants and communities of color. Nationally, through its three one-of-a-kind national institutions, the Arab American National Museum (AANM), the National Network for Arab American Communities (NNAAC), and the Center for Arab American Philanthropy (CAAP), ACCESS focuses its efforts on culture and arts, capacity building, and collective giving.

1-3 Issuers Contact Information

Upon the electronic receipt of this document and the reference plans, provide your firm’s immediate intent to move forward and provide a proposal response to this document by September 9, 2022, at 5:00pm.

Intent, questions, and proposals should be directed to the contacts listed below:

Rachid Elabed

ACCESS

Email – relabed@accesscommunity.org

Phone – 734-652-3303

1-4 Timeline of RFP Process (subject to change by Client)

09/12/2022

RFP distributed to CM firms

09/21/2022

Pre-Bid Walk-Thru at 1:00pm

 

Questions regarding RFP due from vendors

09/30/2022

Deadline: 5:00 PM (EST) for proposal submissions

10/3/2022 – 10/6/2022

Construction Manager Interviews

10/10/2022

CM Partner selection and award

 

1-5 Pre-Bid Meeting

We will schedule a pre-bid meeting September 27, 2022, at 2pm to walk-thru with any interested CM prior to proposals being submitted at the existing Building.

1-6 Proposal Preparation and Delivery

One electronic copy of your proposal should be delivered for evaluation by the due date and time to procurements@accesscommunity.org. Proposal development costs are the responsibility of the Firm. Firms are encouraged to incorporate any experience from similar past projects, ideas, creativity or materials that will allow the owner to see the full value and capabilities of their firm. Proposals are due to the Client by September 30, at 5:00pm.

1-7 Rejection of Proposals

The Client reserves the right to reject any or all proposals, in whole or in part, received as a result of this Request for Proposal.

1-8 Incurring Costs

The Client is not liable for any cost incurred by the Firm prior to acceptance of the proposal and the award and execution of a contract between the owner and the Firm.

1-9 Contract Award Process

Please review and complete the provided Bid Response Tables as part of your proposal, adding lines as needed. A signature page, signed by an authorized officer of the company, which indicates respondent’s acceptance of this document is included as part of this RFP and must be signed and returned with the proposal. The proposal should address all of the requirements outlined in the RFP. The proposal should provide a clear and concise description of the Firm’s abilities to satisfy the requirements. Submission of a proposal indicates acceptance of the conditions contained in this RFP.

During the evaluation process, the Client reserves the right for the following:

      • To request additional information or clarification from bidders.
      • To retain all proposals submitted and to use any ideas in a proposal regardless of whether or not that proposal is selected.
      • To reject any and all proposals or award the contract to other than the lowest-priced bidder, based on the following weighted scale:
        • 40% - Experience
        • 20% - Cost
        • 20% - Quality
        • 20% - Time

Upon award the successful Firm will enter into a contractual agreement with the Client. There is not an award of work without an executed contract. ACCESS plans to execute an AIA A133-2009 Contract with the selected building partner.

1-10 Responsibilities of the CM Firm

The Firm will be required to assume responsibility for all professional services offered in their proposal whether or not they possess them within their organization. Further, the Client will consider the designated lead at the firm to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract.

1-11 Project Benefits/Expectations of the CM Firm

The Client wants to enlist the services of a Firm for benefits and expectations during the duration of this project, including but not limited to:

      • Ability to manage project during standard business hours without adversely affecting the Client or neighboring properties.
      • The project is to be managed on an “open book” basis, whereby the project’s books and subcontracts on this project will be available for review.
      • A relationship of trust and confidence will be established between all parties, whereby the protection and advancement of the Client’s interests alone become the prime consideration.
      • Estimates and quotations for changes in the work during the course of construction are equitably priced without possibility of hidden profits.
      • Client will be involved in the subcontract selections based on review of bids and the Firm’s recommendations.
      • All parties will work together in interpretation of drawings to reduce exposure for costly change orders during construction.
      • An emphasis will be placed on value engineering to provide maximum building value and reduce additional costs for changes.
      • The Firm will provide proper supervision and coordination of testing to assure quality throughout the project.
      • Reduce the overall project timing, in the best interest of the Client, by utilizing “fast track” construction methods whenever possible.
1-12 Architect/Design Professional

The Firm will propose an Architect and Engineering team for the project that has experience with substance use disorder (SUD) type medical facilities. Architect qualifications should be submitted in response along with project staff qualifications (2-2).

1-13 CM Pre-Construction Phase Duties

The Firm will provide staff to attend weekly project design meetings and offer input on items such as the following:

  • Attend any meetings with the Client and the architect required for design approval including the Client’s board.
      • Develop a complete project safety plan and review with Client team.
      • Prepare and maintain a program schedule that details descriptions of work, durations, sequences, contract awards and construction progress.
      • Assist in project development and definition regarding type, cost, performance and quality.
      • Provide advice and input regarding materials, methods, systems, schedules, labor and other conditions as they affect the construction and contracting.
      • Update the preliminary budget, as required by design changes. Budget updates are to be delivered in a timely manner so team decisions can be made quickly and with the most up-to-date information available, allowing project to stay on schedule and within budget.
      • Locate, screen, pre-qualify and recommend trades bidders for maximum participation (at least three competitive bids required). Client reserves the right to provide subcontractors to be added to bid invitations.
1-14 CM Construction Phase Duties

Firm will provide an on-site staff to plan, manage and coordinate on-site construction activities to include, but not necessarily limited to, the following:

      • Prepare and review contracts and associated documents to accomplish the construction project.
      • Procure all necessary construction permits, and other construction-related fees. Full detail of fees to be provided to Client for reimbursement.
      • Administer all General Conditions and construction support activities on behalf of Client.
      • Provide monthly pay apps, sworn statements, and waivers of lien.
      • Attend weekly project progress meetings.
      • Monitor contractor performance and contract compliance.
      • Institute and administer procedures for RFI’s, shop drawings, and sample approvals.
      • Keep job site clean, safe and secure at all times during construction. Follow the approved safety plan from pre-construction phase and hold safety/progress meetings for all vendors.
      • Provide one month look-aheads to show how progress meets the construction schedule.
      • Provide overall on-site job supervision of the construction and provide inspection of the work in progress to assure compliance with the plans and specifications.
      • Monitor, evaluate and administer change order requests and Client approvals.
      • Facilitate the development and sharing of as-built records, warranties and guarantees.
      • Coordinate passing of governing body’s rough and final inspections, achieving Certificate of Occupancy, finishing final punch list work, and gain Client’s acceptance of completion.
      • Provide documents to help complete processing of all the final payments and close-out correspondence, including final waivers of lien.
      • Coordinate the efforts of all trade contractors/suppliers to complete corrective work under warranty for a minimum period of two (2) years after Client takes final occupancy.
1-15 Coordination with Client’s Vendors

Firm is responsible for coordinating and cooperating with the Client’s vendors as required during the project duration including, but not limited to:

  • Furniture by others. Firm is responsible for electrical connections, if needed.
  • Security scope by others. Firm is responsible for electrical requirements.
      • A/V equipment by others. Firm is responsible for electrical and blocking requirements, and data port access if needed.
      • Low voltage cabling by others. Firm is responsible for junction boxes, in-wall conduit, and ring-and-string pulls as part of the electrical scope. Coordinate for floor boxes as needed to support furniture and/or conference rooms, for example.
      • Interior and exterior signage by others. Firm is responsible for signage required by life safety and fire egress standards.
      • Fitness Equipment by others. Vendor is responsible for equipment specification and coordination with owner and owner’s design team for power and other required utility connection requirements.
      • Commercial Kitchen design by others. Firm is required for kitchen equipment design, specification and design functional flow and layout, operational aspects and submissions for required state health department and other approvals.
SECTION 2 - PROPOSAL FORMAT: TECHNICAL
2-1 Business Organization

State the full name and address of the organization and, if applicable, the branch office, consultants, or other subordinate elements that will provide or assist in providing this service. Indicate whether you operate as an individual, partnership or corporation; if as a corporation, include the state in which you are incorporated. State whether you are licensed to operate and practice in the State of Michigan. Provide the most recent company EMR.

2-2 Project Team and Experience

The Firm must be able to staff a project team that possesses qualifications and all the expertise necessary to undertake the project scope of work. Please provide the professional resumes for key members of the team who will be involved in this project, including Architect/Design Professional. State experience on this type of project and provide examples of similar work completed.  Please provide references that can be contacted.

2-3 Preferred Subcontractors

Provide a preliminary list of preferred subcontractors for the main trades (concrete, electrical, mechanical, plumbing, etc) as a reference for review.

2-4 Similar Building Experience

Provide information from three related projects that the firm has managed within the last five years. Include client/contact, location, when completed, size of building, and total construction cost.

2-5 Statement of Project

State in concise terms your understanding of this project and how your firm will address the needs that are stated in the RFP. Describe in narrative format your plan for accomplishing this project. Please state your plan for accomplishing this project along with all deliverables that will become the property of the Client. Describe clearly and concisely each milestone required for completion of the project. Include items such as the following examples:

      • Preliminary design and construction timeline based on information available.
      • Goals of project safety plan.
      • Methods to reinforce product quality and time management.
      • Describe the typical change order process.
2-6 Contact Person and Information

Please provide the primary contact information for the individual who will lead this project. State the duties that this individual will be responsible for along with identifying other key staff that you will have assigned to this project.

 

SECTION 3 - PROPOSAL FORMAT: COST

3-1 Instructions

Complete the Bid Response tables following this section, as part of the RFP response. Add rows as necessary.

3-2 Construction Management Fees

Show profit and overhead values as fixed percentages of construction cost for the duration of the projects. Break out anticipated costs to perform pre-construction duties, including estimated Architectural and Engineering fees, and other items such as those called out in section 1-13 of this RFP.

3-3 Staffing Fees

Provide a list of anticipated staff roles and the corresponding rates and costs for each, including estimated total staffing cost per phase based on your preliminary timeline.

3-4 Insurance and Bonding

Show consideration for insurance and bonding costs as a fixed percentage of construction cost for the duration of the project.

 

3-5 Subcontractor Markup

Provide the proposed value for profit markup on subcontractor pricing, if any, as a percentage of the subcontractor cost.

 

3-6 Change Order Markup

Any conditions that result in a change to the contract value shall be addressed by a formal change order. Show the proposed profit markup added to change order value, if any.

 

BID RESPONSE TABLES AND RFP DOCUMENT

Office Space Lease

Please consider this document as formal Request for Proposal (RFP) for office furniture for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10am July 30th, 2022.

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:

We are requesting pricing to lease office space to deliver services associated with the PATH program. We are requesting the following features:

  • Approx. 8,000-15,000 sq. ft. of office space
  • 3-year lease terms
    • Contingent upon funding
  • Accommodations for at least 30 staff members
    • mix of office and cubicle space
  • Open pace for client computer lab
  • (2) open classroom spaces that can accommodate up to 50 people
  • Located within Detroit, MI
    • Located within or in close proximity to the zip codes of 48228
  • Located within walking distance to public transportation/bus services

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs. Proposals will be reviewed and scored as follows.

  1. Cost of proposal – total cost of a 3-year lease, build out required, other start-up costs (25%)
  2. Layout – layout of space as it pertains to the needs of service delivery (25%)
  3. Location – Located within or in close proximity to the zip codes of 48228 (25%)
  4. Accessibility – Proximity to public transportation options (25%)

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 only and is not to be construed as an offer to contract or 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.

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.

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 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, by location. ACCESS, by law, is exempt from State and Federal Taxes.

 

Scope of work – ACCESS Website Rebuild

Who we are: What began out of a simple storefront in 1971 to assist a growing Arab immigrant population is now, over 50 years later, the largest and most impactful Arab American community nonprofit in the nation. With over 120 programs focused on youth, education, community health, workforce development, emergency services, philanthropy, activism, and the arts, 10 locations in Southeast Michigan and three national institutions —the Arab American National Museum (AANM), the Center for Arab American Philanthropy (CAAP) and the National Network for Arab American Communities (NNAAC)—everything ACCESS does is to advance the social, health and economic well-being of individuals and families. Guided by our vision of a just and equitable society, anchored in our mission of empowerment, and founded on the belief that a community must first have its basic needs met before it can be empowered to impact social change, ACCESS has continued to honor its Arab American heritage, while helping to change our world, one person at a time.

 

What we need: ACCESS is seeking the services of a web developer to rebuild its website on a new, more user-friendly platform.

 

The new site must include the following:

  • Design needs to be unique, streamlined, simple, attractive (aesthetically pleasing and functional)
  • The site should be easily navigable by clients, staff, and stakeholders
  • Site needs to be fast loading
  • Mobile first responsive design
  • Meet web accessibility standards
  • Must include two publishing workflows, a direct publish and one with an approval process
  • Create post templates and layouts to simplify the publishing process
  • Layout should be engaging and impactful with options to change colors and logos to highlight special events or campaigns
  • Purpose of agency work must be clear
  • Site design should reflect the diversity of our community and clients
  • Must include readily accessible contact info and locations
  • Landing page should allow flexible posting for high visibility news/calls to actions
  • Optimized for Google search (SEO) and social media
  • Integration with the following platform
    • ClearCompany ATS platform – To display available job opportunities
    •  Blackbaud Altru – Integrate with the events calendar and the donate pages
    • Mailchimp – Newsletter subscription
  • Provide an easy way to create multilingual versions of posts/pages with the correct SEO meta data.
  • Provide training and documentations on the final product, including architectural and logical documentation outlining the website operations and any integrations or extensions added

 

Project Timeline

RFP available April 22, 2022

Proposal Deadline May 16, 2022

Vendor finalist presentations May 29, 2022

Final vendor selected June 10, 2022

Engagement begins July 2022

Site launch Early November 2022

Engagement ends November 30, 2022

Submit all bids to rtaylor@accesscommunity.org by April 30, 2022

 

 

ACCESS Printer Fleet

Introduction:

ACCESS would like to replace the entire existing printer/copier fleet with new leased devices. The existing fleet is located at 8 sites throughout both Wayne and Macomb counties. The leasing contract must include consumables and device support throughout the contract term. Additionally, ACCESS would like a print monitoring solution integrated into the proposal.

Background:

ACCESS (Arab Community Center for Economic and Social Services) has been serving the community for more than 40 years. Founded by a group of dedicated volunteers in 1971 out of a storefront in Dearborn’s impoverished south end, ACCESS was created to assist the Arab immigrant population adapt to life in the United States.

Today, ACCESS is the largest Arab American human services nonprofit in the United States. With eight locations and more than 100 programs serving metro Detroit, ACCESS offers a wide range of social, economic, health and educational services to a diverse population.

ACCESS continues to honor its Arab American heritage while serving as a nonprofit model of excellence. The agency is dedicated to community-building, focused on service to those in need. Through initiatives like the Arab American National Museum (AANM), the National Network for Arab American Communities (NNAAC), ACCESS Growth Center, and the Center for Arab American Philanthropy (CAAP), ACCESS serves all Americans.

Scope of Work:

ACCESS is seeking proposals to refresh the entire organization’s printer fleet spread across 8 physical locations.

The fleet will be comprised of the following types of devices:

  • 52 low to medium volume desktop monochrome laser printers.
  • 6 medium volume color desktop multifunction laser printers.
  • 19 high volume color multifunction laser printers with advanced finishing capabilities.
  • 1 low volume laser MICR printer.

For reference, the organization’s current monthly print volume across all devices is roughly as follows:

  • Total Print Volume (per month): 200461
  • Total Monochrome Print Volume (per month): 179468
  • Total Color Print Volume (per month): 20993

The chosen vendor will be responsible for shipping back the existing fleet and will be responsible for the physical deployment of the new fleet. The ACCESS IT department will be responsible for configuring the devices, print server configuration, and driver deployment.

Additionally, ACCESS would like print management software integrated into the proposal to enable more robust reporting, monitoring, and control functionality. This can be a product offered as SaaS, or a product hosted on premises.

Requirements:

  • The vendor must provide an SLA regarding hardware support that allows the quick resolution of hardware related issues. The expectation is a technician is deployed to resolve hardware related issues within 24 hours of placing the service call.
  • The proposal must include a recycling program for consumables at no cost.
  • The proposal must include buyout options for the leased hardware with a projected cost of purchase at the end of the lease term provided up front.
  • The lease agreement must be for a 3-year term.
  • The leasing contract must be flexible to allow for the addition of more devices throughout the term of the lease while allowing for the agreement pertaining to any additional devices to expire with the rest of the fleet.
  • The vendor must provide competitive cost-per-page rates.

Selection Criteria:

The winning proposal will be selected based upon the following weighted criteria:

  • Vendor qualifications and references: 20 points
  • Technology (hardware and software): 40 points
  • Price (leasing cost and cost-per-page): 40 points

Review process:

Upon the receipt of proposals, ACCESS will evaluate, and grade submissions based on the weighted criteria. ACCESS will eliminate all but 3 proposals, at which point meetings will be scheduled with the top 3 vendors to discuss the solutions being proposed.

Questions:

Any questions regarding specific information not included in this document should be submitted to Bassam Muhsin – IT Director, at bmuhsin@accesscommunity.org

Timeframe:

Proposals are to be received no later than June 15th, 2022. ACCESS will choose a winning proposal no later than July 15th, 2022.

Submission instructions: Please submit all proposals to procurements@accesscommunity.org

 

ACCESS - RFP – Lawn & Landscaping Maintenance 2022-2024

Please consider this document as formal Request for Proposal (RFP) for Lawn & Landscaping Services for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am March 30th, 2022. 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 is soliciting bids for our seasonal Lawn and Landscaping Maintenance contract. Please provide pricing for the locations included in this request. If any location is out of vendor's service range, vendors may choose to subcontract out services there, but vendor will be fully responsible for services delivered there. We are interested in the following services, though not all are required for consideration:

  1. Weekly lawn maintenance: Cutting will be performed on a weekly basis with edging done along walks, drives, curbs, and patios, etc. Clippings will be blown from walks, drives, etc., and excess clippings will be blown from lawn area after each cutting.
  2. Weekly bed weeding of property
  3. Annual fertilizer application program
  4. Insect Control: priced per application
  5. Annual Spring Clean-up
  6. Annual Fall Clean-up
  7. Bi-annual shrub trimming
  8. Tree trimming (include 1-year growth cut back): priced per service event 

 

  • We are requesting a 2-year contract with fixed pricing
  • 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 Director of Facilities 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 - 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 season. ACCESS, by law, is exempt from State and Federal Taxes.

Term – ACCESS is requesting a 2-year contract for beginning April 1, 2022. 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 Director with satisfactory certificates of insurance or a certified copy of the policy, if requested by the Facilities Director.

Schedule A: Locations

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

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 Macomb, 4301 and 4247-4259 E. 14 Mile Rd, Sterling Heights, MI 48310

ACCESS New Center 10149 Michigan Ave, Dearborn 48126

 

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 - responsible for cutting the first 32’W of field to the west of the parking lot, from north sidewalk to Roman Village parking lot.
  3. ACCESS Macomb Community Health & Research Center - Macomb County 4301 E. Fourteen Mile Rd. – Service/pricing combined with 4247-4259 E. Fourteen Mile Rd. location as they share a campus
  4. ACCESS Macomb Community Health & Research Center - Macomb County 4301 E. Fourteen Mile Rd. – Responsible for wooded area behind the property, approximately 30’L x 165’W

 

 

AANM Request for Proposal - Art Sculpture Installation  

Please consider this document as formal Request for Proposal (RFP) for a sculpture installation for the Arab American National Museum. Bids should be submitted to procurements@accesscommunity.org by 10 am Friday December 10, 2021. 

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. 

Scope of Work:  

Install octopus sculpture suspended inside the museum’s dome like a chandelier, hanging hardware and cables just below the dome base. Vendor must provide hydraulic lift for access to the upper areas necessary for installation of the cabling to support the sculpture. Crank-up lifts and temporary supports to position the sculpture for review before final install. Provide all necessary labor and equipment to complete the project. Provide fabrication of brackets that are necessary to attach to the existing steel structure as the core support for the sculpture. Provide floor protection for the entire work area as required. The bid also needs to include allowances for on-site meetings with the artist, architect and museum staff before and during the installation proceeds. The artist is responsible for all electrical work associated with sculpture.  

Time Frame: 

The project installation is to begin no later than January 4, 2022 and must be completed no later than January 25, 2022.  

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 Jumana Salamey, Deputy Director of the Arab American National Museum and/or their designee (Crystal McColl) and will cooperate and confer with them 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:  

  • Planning and Kickoff ~ 10 points 

  • Experience installing sculptures ~ 20 points 

  • Experience working with museums ~ 20 points  

  • Experience working with artists ~ 20 points 

  • Cost ~ 30 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. 

 

 

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, 2021.
  • 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 January 31, 2022.

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 than 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, 2021.
  • 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.
  • 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, 2021. 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

Evaluation Factors:

Turnaround time                                 40 points

Cost                                                    30 points

Reputation & Experience                   15 points

Number of staff available                   10 points

Proximity of firm to headquarters       5 points

 

Basis for selection: Size of firm, number of staff available to work on engagement, turnaround 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 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.

This request for proposal will be a 5-year term. Please also include cost per year for a total of 5 years.

Proposals must be received in our office or online no later than 5 p.m. on October 15, 2021. 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.

 

 

Request for Proposal - 2021 CAAP Overview Video 

Scope of Work: 

We are accepting bids for 1 video that captures the work and mission of the Center for Arab American Philanthropy (CAAP), the nation’s only Arab American Community Foundation. This video will be posted on our website, social media and played at our events. We are accepting bids until July 15.  

We are looking for our vendors to take significant creative leadership, and to outline a concept for the video to be submitted along with their bid. Below is the scope of work for the project. If you have any questions, please feel free to reach out to Mohamad Jaafar at MJaafar@accesscommunity.org.  

 

Video Specifications & Components: 

  • 4:00-5:00 

  • Motion graphics  

  • License-free music  

  • X2 Revision Cycle 

  • Video style: Voice over mixed with interviews and B-Roll 

Provided by ACCESS: 

  • Interview videos of CAAP members (Board members, staff, grantees, scholarship recipients)  

  • B-roll footage/ Photos of CAAP events, grantee events, etc.  

  • Scripting for video  

  • Voiceover Talent 

Dates to be established: 

  • Start Date/ Content Delivery: August 1st 

  • Draft I Delivery: August 13th (get edits to editor by August 16)  

  • Draft II Delivery: August 27th (get edits to editor by August 31st)  

  • Final Draft Delivery: September 10  

  • Reference: https://www.youtube.com/watch?v=cljw3vfcvhQ 

 

Request for Proposal - 2021 CAAP Outstanding Philanthropist of the Year Awardee Video 

Scope of Work: 

Our Center for Arab American Philanthropy’s (CAAP) third annual Threads of Giving Gala is around the corner – September 18, 2021 – and we are now accepting bids until July 15f or the production of one video to be shown at the event. This video will accompany the presentation of the Outstanding Arab American Philanthropist Award and will showcase the achievements of the award recipient. 
 

We are looking for our vendors to take significant creative leadership, and to outline a concept for the video to be submitted along with their bid. Below is the scope of work for the project. If you have any questions, please feel free to reach out to Mohamad Jaafar at MJaafar@accesscommunity.org  

Video Specifications & Components: 

  • 4:00-5:00 

  • Motion graphics  

  • License-free music  

  • X2 Revision Cycle  

Provided by ACCESS:

  • Scripting for videos  

  • Voiceover Talent  

  • B-roll of award recipients  

  • Photos of award recipients  

  • Pre-filmed and time stamped testimonials  

Dates to be established:

  • Start Date/ Contant Delivery July 26 

  • Draft I Delivery: August 9 (get edits to editor by August 11th)  

  • Draft II Delivery: August 18 (get edits to editor by August 23rd)  

  • Final Draft Delivery August 30 

  • Reference: https://www.youtube.com/watch?v=gCn9f3JEmIY 

 

ACCESS – Request for Proposal – Arab American National Museum Janitorial 2021-2024

Please consider this document as formal Request for Proposal (RFP) for Janitorial Services for ACCESS at the Arab American National Museum. Bids should be submitted to procurements@accesscommunity.org by 5pm June 25th, 2021. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/contact/rfps-rfqs

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 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 facilities.

Scope of Work:

Description of Services: The Contractor shall provide comprehensive janitorial services. The Contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the cleaning scope of work.

Because this is a Museum facility, the quality of work demanded will be very high in order to provide the optimal environment for our staff, our tenants and visitors. All cleaning products utilized must be in accordance with current cultural facility requirements and MSDS information must be kept onsite. Paper products, soap, garbage bags, and glass cleaner to be provided by ACCESS, unless directed. Once a vendor is selected, current provider will be given 30-day notice. Pricing is also requested for special projects as noted in the housekeeping guide. Housekeeping guide details request for once per week major cleaning event to be supplemented by a five day per week day porter service to address customer touchpoints and maintenance of the general museum environment.

• We are requesting a 3-year contract at fixed pricing

• 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 Director of Facilities and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs.

1. Cost of Janitorial Services (40%)

2. Resources & Capability: Describe size of company, pertinent equipment, any experience in cleaning cultural institutions or museums (20%)

3. Reputation: Provide at least 3 references from other accounts serviced (20%)

4. Quality Assurance: Describe supervision and oversight methods (20%)

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 only and is not to be construed as an offer to contract or 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 as a result 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 – Refer to Housekeeping Guide for current schedule. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, 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 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 monthly, per location. ACCESS, by law, is exempt from State and Federal Taxes.

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.

 

 

 

Schedule A: Locations

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

The Annex, 13620 Michigan Ave, Dearborn, MI 48126

 

ACCESS – Request for Proposal – 6450 Maple St. Janitorial 2021-2024

Please consider this document as formal Request for Proposal (RFP) for Janitorial Services for ACCESS at the Community Health & Research Center. Bids should be submitted to procurements@accesscommunity.org by 5pm June 25th, 2021. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/contact/rfps-rfqs

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 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 facilities.

Scope of Work:

Description of Services: The Contractor shall provide comprehensive janitorial services. The Contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the cleaning scope of work unless otherwise noted.

Because this is a medical facility, the quality of work demanded will be very high in order to provide the optimal environment for our staff, our tenants and visitors. 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 to 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.

• We are requesting a 3-year contract at fixed pricing

• 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 Director of Facilities and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs.

1. Cost of Janitorial Services (40%)

2. Resources & Capability: Describe size of company, pertinent equipment, any experience in cleaning medical institutions (20%)

3. Reputation: Provide at least 3 references from other accounts serviced (20%)

4. Quality Assurance: Describe supervision and oversight methods (20%)

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 only and is not to be construed as an offer to contract or 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 as a result 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 – Service to be completed after normal business hours, Monday through Friday. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, 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 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 monthly, per location. ACCESS, by law, is exempt from State and Federal Taxes.

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.

 

 

 

Schedule A: Locations

ACCESS Community Health & Research Center 6450 Maple St, Dearborn MI 48126

 

ACCESS – Request for Proposal 4301 E 14 Mile Rd Janitorial 2021-2024

Please consider this document as formal Request for Proposal (RFP) for Janitorial Services for ACCESS at the ACCESS Main Office and Youth & Family Services Center. Bids should be submitted to procurements@accesscommunity.org by 5pm June 25th, 2021. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/contact/rfps-rfqs

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 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 facilities.

Scope of Work:

Description of Services: The Contractor shall provide comprehensive janitorial services. The Contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the cleaning scope of work unless otherwise noted.

The quality of work demanded will be very high in order to provide the optimal environment for our staff, our tenants and visitors. All cleaning products utilized must be in accordance with current industry standards and MSDS information must be kept onsite. Paper products, soap, garbage bags, and glass cleaner to 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.

• We are requesting a 3-year contract at fixed pricing.

• 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 Director of Facilities and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs.

1. Cost of Janitorial Services (40%)

2. Resources & Capability: Describe size of company, pertinent equipment, any relevant experience in cleaning similar institutions (20%)

3. Reputation: Provide at least 3 references from other accounts serviced (20%)

4. Quality Assurance: Describe supervision and oversight methods (20%)

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 only and is not to be construed as an offer to contract or 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 as a result 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 – Refer to the Housekeeping Guide for schedule. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, 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 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 monthly, per location. ACCESS, by law, is exempt from State and Federal Taxes.

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.

 

Schedule A: Locations

ACCESS Community Health & Research Center of Macomb County

4301 E. 14 Mile Rd, Sterling Heights, MI 48310

 

ACCESS – Request for Proposal – 6451 Schaefer Rd Janitorial 2021-2024

Please consider this document as formal Request for Proposal (RFP) for Janitorial Services for ACCESS at the ACCESS One Stop Employment & Human Services Center. Bids should be submitted to procurements@accesscommunity.org by 5pm June 25th, 2021. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/contact/rfps-rfqs

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 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 facilities.

Scope of Work:

Description of Services: The Contractor shall provide comprehensive janitorial services. The Contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the cleaning scope of work unless otherwise noted.

Because this is a high-volume facility, the quality of work demanded will be very high in order to provide the optimal environment for our staff, our tenants and visitors. All cleaning products utilized must be in accordance with current industry standards and MSDS information must be kept onsite. Paper products, soap, garbage bags, and glass cleaner to 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.

• We are requesting a 3-year contract at fixed pricing

• 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 Director of Facilities and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs.

1. Cost of Janitorial Services (40%)

2. Resources & Capability: Describe size of company, pertinent equipment, any experience in cleaning high volume office centers (20%)

3. Reputation: Provide at least 3 references from other accounts serviced (20%)

4. Quality Assurance: Describe supervision and oversight methods (10%)

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 only and is not to be construed as an offer to contract or 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 as a result 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 – Service to be completed after normal business hours, Monday through Friday. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, 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 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 monthly, per location. ACCESS, by law, is exempt from State and Federal Taxes.

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.

Schedule A: Locations

ACCESS One Stop Employment & Human Services Center 6451 Schaefer Rd, Dearborn MI 48126

 

ACCESS – Request for Proposal – 2651 Saulino Ct. Janitorial 2021-2024

Please consider this document as formal Request for Proposal (RFP) for Janitorial Services for ACCESS at the ACCESS Main Office and Youth & Family Services Center. Bids should be submitted to procurements@accesscommunity.org by 5pm June 25th, 2021. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/contact/rfps-rfqs

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 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 facilities.

Scope of Work:

Description of Services: The Contractor shall provide comprehensive janitorial services. The Contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the cleaning scope of work unless otherwise noted.

Because this is our headquarters, the quality of work demanded will be very high in order to provide the optimal environment for our staff, our tenants and visitors. All cleaning products utilized must be in accordance with current industry standards and MSDS information must be kept onsite. Paper products, soap, garbage bags, and glass cleaner to 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.

• We are requesting a 3-year contract at fixed pricing

• 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 Director of Facilities and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs.

1. Cost of Janitorial Services (40%)

2. Resources & Capability: Describe size of company, pertinent equipment, any relevant experience in cleaning company headquarters, schools, and gymnasiums or similar institutions (20%)

3. Reputation: Provide at least 3 references from other accounts serviced (20%)

4. Quality Assurance: Describe supervision and oversight methods (20%)

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 only and is not to be construed as an offer to contract or 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 as a result 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 – Refer to the Housekeeping Guide for schedule. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, 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 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 monthly, per location. ACCESS, by law, is exempt from State and Federal Taxes.

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.

 

 

 

Schedule A: Locations

ACCESS Main Office and Youth & Family Services Center 2651 Saulino Ct, Dearborn MI 48120

 

ACCESS – Request for Proposal – 16427 W. Warren Rd Janitorial 2021-2024

Please consider this document as formal Request for Proposal (RFP) for Janitorial Services for ACCESS at the ACCESS Detroit One Stop Employment Center. Bids should be submitted to procurements@accesscommunity.org by 5pm June 25th, 2021. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/contact/rfps-rfqs

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 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 facilities.

Scope of Work:

Description of Services: The Contractor shall provide comprehensive janitorial services. The Contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the cleaning scope of work unless otherwise noted.

Because this is a high-volume facility, the quality of work demanded will be very high in order to provide the optimal environment for our staff, our tenants and visitors. All cleaning products utilized must be in accordance with current industry standards and MSDS information must be kept onsite. Paper products, soap, garbage bags, and glass cleaner to 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.

• We are requesting a 3-year contract at fixed pricing

• 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 Director of Facilities and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all proposals, in-part or in-total, for any objective or subjective reason whatsoever. If a proposal is selected, it will be the most advantageous based on the 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 proposal is awarded, and negotiations will be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs.

1. Cost of Janitorial Services (40%)

2. Resources & Capability: Describe size of company, pertinent equipment, any experience in cleaning high volume office centers (20%)

3. Reputation: Provide at least 3 references from other accounts serviced (20%)

4. Quality Assurance: Describe supervision and oversight methods (10%)

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 only and is not to be construed as an offer to contract or 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 as a result 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 – Service to be completed after normal business hours, Monday through Friday. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, 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 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 monthly, per location. ACCESS, by law, is exempt from State and Federal Taxes.

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.

 

Schedule A: Locations

ACCESS Detroit One Stop Employment 16427 W. Warren Rd, Detroit MI 48228

 

 

Virtual Concert - Mixing and Mastering Musical Performance Audio

 

The Arab American National Museum (AANM) is hosting JAM3A, a virtual music festival starting on September 23-26 — and we are now accepting bids until June 4th for the editing and mixing of pre-recorded audio that will be synced to video by a separate vendor. This audio will be recorded by both remote and local teams showcasing performances by selected musicians/bands domestically and abroad. 

We are looking for vendors to intake the audio tracks submitted to us and edit each multi-instrument performance into a master performance track for the AANM Communications Team to use for broadcast. Below is the scope of work for the project. If you have any questions, please feel free to reach out to our multimedia specialist, Jacob Ermete at jermete@accesscommunity.org

Scope of Work – JAM3A Musical Performance Audio 

Editing of eight to ten individual musical performance multi-track recordings 

Audio Specifications & Components: 

  • Length: 30:00 – 40:00 minutes each 
  • 1 to 10 audio tracks per performance 
  • Will be edited and exported in 48Khrtz, 24 bits, in WAV format 
  • Tastefully treat, mix, and master all multi-track recordings 

Provided by AANM: 

  • Pre-recorded multi-track recordings 
  • AANM's multi-media specialist will be available for questions, support, and guidance in completeing

Dates – To Be Established: 

  • Date all Pre-Recorded content will be available to begin editing: August 1, 2021 
  • Final Delivery: August 16, 2021 
  • Media will be broadcasted: September 23-26 

 

 

Virtual Concert - Video Editing Musical Performance Footage

 

The Arab American National Museum (AANM) is hosting JAM3A, a virtual music festival starting on September 23-26 — and we are now accepting bids until June 4th for the editing of pre-recorded footage that will be premiered at the event. This footage will be recorded by both remote and local teams showcasing performances by selected musicians/bands domestically and abroad. 

We are looking for vendors to intake the audio and video submitted to us and edit each multi-camera performance into a single performance video for the AANM Communications Team to use for broadcast. Below is the scope of work for the project. If you have any questions, please feel free to reach out to our multimedia specialist, Jacob Ermete at jermete@accesscommunity.org

Scope of Work – JAM3A Musical Performance Videos 

Editing of eight to nine individual musical performance videos 

Video Specifications & Components: 

  • Length: 30:00 – 40:00 minutes each 
  • 2 to 4 camera angles 
  • FHD or UHD resolution footage to be exported in FHD. 
  • Syncing pre-edited audio track to footage. 
  • Making sure to tastefully cycle through camera angles. 
  • Tasteful color correction and retouching as needed for each performance. 
  • Exporting each video into a FHD h264 mp4 file. 
  • 1 to 2 Major revision cycles 
  • Being available for additional minor edits until September 26 

Provided by AANM: 

  • Pre-recorded Video files for each performance 
  • Pre-edited and mixed master audio track for each performance 
  • AANM's multi-media specialist will be available for questions, support, and guidance in completeing 

Dates – To Be Established: 

  • Date all Pre-Recorded content will be available to begin editing: August 1, 2021 
  • Draft I Delivery: August 31, 2021 
  • Final Draft Delivery: September 10, 2021 
  • Media will be broadcasted: September 23-26 

 

 

NNAAC Website Design

Proposal due date: March 12, 2021 at 5:00 PM (EST)

Responses must be submitted electronically using the method below:

  • Email proposal to: dmiddleton@accesscommunity.org and CC: rmeroueh@accesscommunity.org

  • To be properly received, email subject line must include: NNAAC Website Design RFP Response

  • Bid submission must include (1) completed PDF response to the overall RFP and (1) portfolio example of work

  • NNAAC WILL NOT ACCEPT PAPER/HARD COPY OR LATE PROPOSALS

Documents

Private Offices & Ancillary Spaces

Proposal due date: December 11, 2020 at 5:00pm (EST)

Responses must be submitted electronically using one of the methods below:

  • Email proposal to Rachid Elabed at relabed@accesscommunity.org.
  • To be properly received, Email Subject line must include: Private Offices & Ancillary Spaces RFP Response
  • ACCESS WILL NOT ACCEPT PAPER/HARD COPY OR LATE PROPOSALS

Documents

Furniture & Installation, Workstations & Storage

Proposal due date: November 30, 2020 at 5:00pm (EST)

Responses must be submitted electronically using the method below:

  • Email proposal to Rachid Elabed at relabed@accesscommunity.org.
  • To be properly received, email Subject line must include: Workstations & Storage RFP Response
  • Bid submissions must include (1) completed Excel pricing summary and (1) completed PDF response to the overall RFP (per Section VI. C. Submittal Information)
  • ACCESS WILL NOT ACCEPT PAPER/HARD COPY OR LATE PROPOSALS

Click here to download the request for proposal. 

Performance Management System Search 2021

Please consider this document as formal Request for Proposal (RFP) for a performance management system for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am November 12, 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 a performance management system through which we can conduct generalized new hire appraisals, and annual, competency based annual appraisals, with the option for self-appraisals as well. The system should also include the ability for performance documentation like recognition and employee correction documents.

Qualified firms wishing to respond to RFP – “Performance Management System” 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:

  • New hire appraisals
  • Competency-based annual appraisals (self-appraisal and supervisor appraisal)
  • Ability to integrate with current HMIS system
  • Data management for past appraisals

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:

  • Library of potential career competencies ~ 20 points
  • Ease of use of appraisals ~ 20 points
  • Additional performance management documentation ~ 20 points
  • Price ~ 20 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 performance management solutions services beginning January 31, 2021.

Dearborn, Mich. – ACCESS encourages smokers to make this the year they commit to quit. The start of a new year is an opportune time for giving up unhealthy habits, like using cigarettes, hookah and other tobacco products.

Quitting tobacco is challenging because nicotine is a highly addictive drug. However, there are resources and tools available to help tobacco users kick the habit. Planning ahead, seeking support from friends and family and talking to a health care provider can all increase the likelihood of quitting successfully. 

"Using the available resources can help people make 2015 tobacco-free, yielding a lifetime of health benefits,” said Ahlam Bokari, ACCESS Health Educator. 

According to the American Cancer Society, the benefits of quitting smoking are immediate. Within 20 minutes of quitting, blood pressure drops; and within 24 hours, a person’s chance of getting a heart attack decreases. The benefits continue for years, including reduced risk of lung cancer, stroke and heart disease. 

Counseling smokers to quit is ranked as one of the most cost effective and clinically preventable burdens of disease and injury, second only to vaccinating children, according to the Centers for Disease Control and Prevention (CDC). In addition to talking to a health care provider, there are numerous proven and effective methods available to help Michigan residents quit tobacco use, including:

  • The Michigan Department of Community Health (MDCH) Tobacco Quitline, 800-784-8669 provides free telephone coaching for the uninsured and those with Medicaid and Medicare, and free nicotine replacement medications for those who qualify. The Quitline includes extra help for pregnant women. Information on quitting smoking is available through MDCH at www.michigan.gov/tobacco.
  • Free, interactive website www.BecomeAnEX.org educates smokers on how to re-learn life without cigarettes. The site, developed by the American Legacy Foundation in partnership with Mayo Clinic, offers a free, personalized quit plan and an online support community.
  • The American Cancer Society also offers tools to help with quitting.  For more information contact the American Cancer Society at 800-227-2345.
  • The website www.smokefree.gov provides free, accurate, evidence-based information and professional assistance to help support the immediate and long-term needs of people trying to quit smoking.
  • Quit Tobacco: Make Everyone Proud, available at www.ucanquit2.org, is a Department of Defense-sponsored Web site for military personnel and their families.
  • CDC's Smoking and Tobacco Use website http://www.cdc.gov/tobacco/ also includes tips on how to quit smoking.

For more information, please contact ACCESS Public Health Coordinator Corey Beckwith at 313-216-2208 or cbeckwith@accesscommunity.org, or call the Michigan Tobacco Quitline at 800-QUIT-NOW (800-784-8669).

About ACCESS

Grounded in a grassroots commitment to serving our community, ACCESS has a 43-year history of providing health, education, employment and social services.  An Arab American nonprofit of excellence, ACCESS empowers residents of metro Detroit to lead healthy, informed and productive lives and extends this mission nationally through advocacy, arts, culture and philanthropy.  

FOR IMMEDIATE RELEASE

May 9, 2014

DEARBORN, Mich. -- It is with mixed emotions that we announce the retirement of Dr. Adnan Hammad from his current position as senior director of the Community Health and Research Center (CHRC), effective June 1.

For the past 20 years, Dr. Hammad has been an integral member of the leadership team at ACCESS. He will be genuinely missed. As a result of his dynamic and passionate advocacy, Dr. Hammad grew what was once a small health program, to the current tri-county operation, with a budget of over $7 million that has reached well over tens of thousands of clients.

Due to his tireless efforts, ACCESS’ health initiatives are now globally recognized and the CHRC is the only World Health Organization (WHO)-affiliated site in North America. Dr. Adnan has authored and co-authored over 170 publications and received numerous awards for his leadership in public health, including the American Cancer Society’s National Humanitarian Award, the Wayne State School of Medicine Pathfinder’s in Medicine Award and the St. George National Award, to name just a few.

Dr. Hammad will be assuming a new role as a senior consultant, spearheading national and international health and research initiatives, in particular the 7th International Conference on Health Issues in Arab Communities, which is currently scheduled to be held in Muscat, Oman, from March 1-7, 2015.

We are confident that, as ACCESS initiates a national search for a new director to lead the CHRC, our capable and talented staff will continue to serve our clients with professionalism and dedication to the mission of our organization. ACCESS Chief Operating Officer Lina Harajli will oversee the department during the transition.

“The number of human lives that were cared for during the past two decades because of Dr. Hammad’s commitment and passion to the well-being of our community is extraordinary,” says ACCESS Executive Director Hassan Jaber. “His exceptional talent to create programs that meet the needs of our clients serves as the foundation that the CHRC was built upon.”

“I have always been impressed with Dr. Hammad’s ability to connect with the clients we serve – he understands them, he cares about them, and he advocates for them,” added Deputy Executive Director and CFO Maha Freij. “This ability to relate to our clients is the driving force behind his comprehensive global vision, his exceptional leadership and his passion to serve our community.”

“As I embark on this new journey to strengthen the name of ACCESS and the Arab American community in the global health arena, I leave with great confidence and trust in the CHRC team,” Hammad said. “I know that, without them, the CHRC programs would not be where they are today.  I am certain that these wonderful individuals will continue my legacy of caring for the health of those in need each and every day.”

###

Grounded in the Arab-American tradition of hospitality, ACCESS has a 43-year history of providing social, health, education and legal services in greater Detroit to empower people to lead healthy, informed and productive lives. Today, ACCESS extends that mission to a national platform through advocacy, arts, culture and philanthropy. Visit us online at www.accesscommunity.org.

Mona Makki, ACCESS Community Health and Research Center (CHRC) Director, has been appointed to Michigan’s Opioid Advisory Commission. The Commission has 12 voting members and Makki was recommended for the post by Gov. Gretchen Whitmer.

“I am truly honored to have the opportunity to serve on this important commission,” says Makki. “Opioid addiction is tearing our communities apart. It’s destroying families and neighborhoods and robbing those who struggle with addiction of hope and a future. We must have the courage to step up to this crisis. We have lost far too many lives to addiction and we must ensure that sufficient funding is invested in saving lives, removing barriers and providing hope and opportunity to those who need it the most.”

Makki is a lifelong advocate and voice for those too often forgotten. During her more than 18 years with ACCESS, she has committed herself to improving and empowering the lives of individuals and families in Michigan. As the director of the CHRC, she oversees more than 70 programs providing a wide range of healthcare, mental health and public health services. These programs include a medical center with infectious disease specialty, a community mental health facility and various prevention programs including tobacco and substance use, domestic and sexual violence, cancer screening and much more.

“We have always been a leading force in providing programs and resources to ensure the health and wellbeing of our community,” says ACCESS President and CEO Maha Freij. “The current substance use crisis in our local communities and in our nation has created astonishing misery and is devastating lives and families. We have been combating substance use for many years, and I am so proud of the work we’re doing at ACCESS to address this issue. I want to congratulate Mona on her appointment to the Commission. She brings a wealth of experience, compassion and a keen understanding

of the cultural sensitivities of our Arab American communities to these efforts. She will make a pivotal contribution to the Commission and our state’s hard work to save lives.”

In addition to her work at ACCESS, Makki serves numerous other community organizations, including the Michigan Coronavirus Task Force on Racial Disparities; Beaumont Community Advisory Board; advisory board member for the Michigan Center for Contextual Factors in Alzheimer’s Disease (MCCFAD) and the Healthy Dearborn Steering Committee. She has also served as a member of the Arab American Coalition Against Domestic Violence; the Greater Detroit Area Health Council board; the University of Michigan-Dearborn’s Institutional Review Board; the Michigan Coalition Against Domestic and Sexual Violence and the Wayne County Council Against Family Violence. She was awarded the Esteemed Women of Michigan Award by the Gary Burnstein Community Health Clinic and Notable Women in Health Care award by Crain’s Detroit Business. She was also a partner, co-creator and site lead for COVID-19 mobile testing.

For more than a decade, ACCESS has been addressing the drug epidemic in a variety of capacities, from peer recovery coaching and counseling to the ACCESS Substance Abuse Prevention (ASAP) Coalition — a community coalition that raises awareness and reduces substance use among community members and youth. ACCESS’ Overdose Rapid Response Partnership with the Dearborn and Dearborn Heights Police departments has also documented steep increases in drug overdoses and overdose deaths among Arab Americans.

Drug overdose deaths — in Southeast Michigan and across the country — are at their highest levels ever. Treatment visits in Wayne County alone fell by 27% when compared to pre-pandemic levels.

Opioid Advisory Commission members review local, state and federal initiatives related to education, prevention, treatment and services for those affected by substance use disorders and make funding recommendations to the Michigan Legislature. The Commission’s report will be submitted in March 2023.

ABOUT ACCESS

ACCESS has been serving the community for 50 years. Founded by a group of dedicated volunteers in 1971 out of a storefront in Dearborn’s impoverished south end, ACCESS was created to assist the Arab immigrant population adapt to life in the United States. Today, ACCESS is the largest Arab American community nonprofit in the United States. With 10 locations and more than 120 programs serving metro Detroit, ACCESS

offers a wide range of social, economic, health and educational services to a diverse population.

October 11, 2021. 

 

Please see attached PDF. 

 

Noor Hindi (She/Her/Hers)| Communications Specialist |
ACCESS | 2651 Saulino Ct., Dearborn MI 48120 | 

Phone: 330-990-0232 

Connect with us ACCESS |Arab American National Museum |
National Network for Arab American Communities | Center for Arab American Philanthropy 

Please see attached PDF by clicking here

September 9, 2021 

 

In the coming weeks, the U.S. Congress will pass an additional budget reconciliation measure — the second in the last six months. In the last 41 years, the United States Congress has sent 26 budget reconciliation bills to the President’s desk to be signed into law. Only 22 have passed. As those numbers suggest, budget reconciliation is a relatively rare occurrence. In fact, reconciliation is an optional and highly formalistic procedure that allows Congress to bypass the 60-vote requirement to pass legislation, provided that the legislation meets several conditions. It effectively allows Congress to change current law in order to bring revenue, spending, and debt-limit levels into conformity with the policies of the annual budget resolution. Therefore, before passing a budget reconciliation measure, Congress must first adopt a budget resolution – the piece of legislation, presented in the form of a “concurrent resolution,” that the House and Senate agreed to in a matter of weeks. 

 

The budget resolution articulates the topline amounts budgeted to each Congressional Committee, as well as the “reconciliation instructions” by which each Committee will appropriate those aforementioned “toplines.” For instance, the “budget resolution agreement framework” issued from Democratic Party leadership to Senate Democrats instructed the “Agriculture Committee” to apportion “$135 billion” to a set of initiatives including “rural development and rural co-op clean energy investments,” “child nutrition,” and “debt relief,” among other items.  There, the authorized funding will go to various networks of state and local providers who will distribute the funding in the form of various contracts, grants, and cooperative agreements.  

 

In the time between now and formal passage of the budget reconciliation, committees will use these instructions to draft legislation that accomplishes the goals of the majority party — in this case, the Democratic Party. Senate Majority Leader Chuck Schumer, the Senior Senator from New York, has pinpointed September 15th as the target date for passage of the budget reconciliation measure.  

 

Between now and then, the National Network for Arab American Communities (NNAAC) is working with its congressional and coalitional partners to articulate and advocate for legislative solutions to the concerns of the communities which the 27 NNAAC member organizations serve across 11 different states. 

 

This is no small feat. Like many underserved populations, the Arab American and broader MENA community is subject to systemic exclusion from the established pathways for community advancement; our unique health needs, small business concerns, residential segregation in ethnic enclaves, and linguistic and cultural barriers to familial or professional development are underrepresented or outright excluded from consideration in Federal programs designed to address those very conditions. At the same time, the Biden administration has made racial equity a priority in its “Build Back Better” agenda. During the Presidential campaign, they articulated a “plan for partnership” with the Arab American community.  

This budget reconciliation affords Congress the opportunity to partner with the Arab American community as part of its effort to make good on their mandate to “support visionary and transformative investments in the health, well-being, and financial security of America’s workers and families.” NNAAC is excited to support such an ambitious promise. The reconciliation instructions provide for intra-Committee debate on aspects of President Biden’s Build Back Better agenda. For too long, the MENA community has been left out of such policy discussions.. We look forward to working with our partners in Congress and civil society to ensure our country and its people a stable and prosperous future through advancement of the following key initiatives.  

Recognition of the Unique Health Needs of the Arab American and broader MENA Community 

————————————————————————————————————————————————————

The congressional budget resolution calls for the Senate Committee on Health, Education, Labor, and Pensions (HELP) to allocate $762 billion between a set of initiatives including “health equity.” These include  maternal, behavioral, and racial justice investments. 

The existing data on the Arab American community is limited because the Federal statistical policy directives do not require disaggregated data on individuals from the (Middle East and North Africa) MENA region. Instead, Arab Americans are collapsed into the White reference category. In effect, this marginalizes the unique needs of a population with cultural and linguistic barriers, as well as pre-existing conditions that are inherited from either their descendants or their countries of origin. The lack of a racial/ethnic identifier for the Arab American community has also suppressed groups from trying to articulate the Arab American community as one of the groups for whom racism deleteriously affects health outcomes.  

Nevertheless, ethnicity and race are important determinants of health in Arab American infants.1 Arab American mothers have higher odds than non-Hispanic white mothers of initiating breastfeeding, giving birth to small-for-gestational-age infants, and having gestational diabetes.2Other recent research identifies disparities between Arabs in the United States and non-Arab White Americans in terms of poverty, language access, and insurance coverage.3  

Moreover, the MENA diaspora in America has experienced persistent and systemic stigma and discrimination, particularly due to the racist backlash at home from American geopolitical and military campaigns abroad. For example, the Arab-Israeli War of 1967, the War on Terror, and the Arab Spring, to name a few, accomplished a sort of second-order effect by creating a surplus population of Arab émigrés fleeing from violence or state breakdown. When they arrive from the Middle East and North Africa, they come to America as a racialized and under-resourced population.4 The most recent issue of the ACCESS Health Journal published studies which identified “a growing body of research” indicating that Arab Americans, particularly refugees, “are subject to a host of stressors, including discrimination, lack of social support, and economic hardship that could detrimentally influence their mental health” but which are under-emphasized without “the introduction of an Arab-origin or MENA identifier in nationally representative epidemiologic surveys.”5  

NNAAC is calling for the Senate HELP Committee to pass legislation that addresses maternal health disparities and authorizes funding for the inclusion of MENA within the Research Interest Areas of the National Institute of Minority Health and Health Disparities (NIMHHD). 

Addressing Social Determinants of Health within Arab American and broader MENA Community 

————————————————————————————————————————————————————

The $762 billion allocated to the Senate HELP Committee also includes a line item for “pandemic preparedness.” 

Policies and programs designed to bolster our pandemic preparedness will fall under the jurisdiction of the U.S. Department of Health and Human Services (HHS). Given the budget reconciliation rules and restrictions, this funding can only amend existing HHS policies and programs. On September 9th, NNAAC sent the HHS Secretary a letter which articulates the specific limitations to our existing pandemic preparedness infrastructure for the MENA community.  

NNAAC is calling for HELP to authorize funding for the following:   

  • A study of underserved or excluded community groups whose incorporation within the HHS’ data strategy would bolster the pandemic preparedness and response effort, pursuant to the Foundations for Evidence-Based Policymaking Act.  

  • Inclusion of the “Middle Eastern and North African” (MENA) community among the list of groups eligible for the REACH (Racial and Ethnic Approaches to Community Health) grant program within the Center for Disease Control and Prevention (CDC).  

  • Inclusion of a data collection category for the MENA community within the National Health and Nutrition Examination Survey (NHANES), the National Survey on Drug Use and Health (NSDUH), and the Immunization Information Systems within the CDC; and the Behavioral Risk Factor Surveillance System (BRFSS) within the Centers for Medicare & Medicaid Services (CMS). 

  • Usage of the Public Readiness and Emergency Preparedness (PREP) Act to recognize MENA healthcare workers who, due to differing licensure requirements, are barred from practicing in the United States.  

 

Recognizing and Addressing the Small Business Concerns of the MENA Community 

————————————————————————————————————————————————————

The congressional budget resolution calls for the Senate Committee on Small Business and Entrepreneurship to allocate $35 billion between a set of initiatives comprising “small business access to credit, investment, and markets.” These initiatives afford a significant opportunity to further develop the proximate factors of small business growth in the Arab American and broader MENA community.  

 

A 2012 study of the Arab American small business and entrepreneurial community in Detroit, MI found that Arab American entrepreneurship contributed a significant amount to the economic stability of Detroit after the Great Recession.6 It also identified success factors that are broadly replicable across the country, such as the necessity of community business assistance through social service organizations that close the gap between Arab American entrepreneurs and the linguistic or cultural barriers to small business ownership. Also crucial were capital investment funds, which facilitate the transfer of low or no interest rate startup or relief capital, as well as organizations that provide business training, opportunity searching, and instrumental support for start-up businesses. 

 

Consideration of different group characteristics is a necessary precondition for the development of opportunity structures through which small businesses flourish in underserved communities. Without disaggregated data, we are unable to estimate the impact of small business downturns to local economies that rely upon small business concerns of the Arab American and broader MENA community. We are also unable to direct sufficient resources to local economies which may rely upon small business ownership from the Arab American and broader MENA community.  

 

With these considerations in mind, NNAAC is calling for the Senate Small Business and Entrepreneurship Committee to include in the budget reconciliation any legislation which would support the formation of small businesses, through coverage of the associated technical assistance, seed capital, and start-up costs. NNAAC is also calling on the Small Business Administration to include individuals from the Middle Eastern and North African (MENA) community in its interpretation of “socially or economically disadvantaged individual.” 

  

Recognizing and Addressing the Environmental Injustices Facing the Arab American and broader MENA Community  

————————————————————————————————————————————————————

The congressional budget resolution calls for the Senate Committee on Environment & Public Works (EPW) to allocate $67 billion across a set of initiatives including “environmental justice investments in clean water affordability and access, healthy ports and climate equity.”  

 

This budget resolution instructive is part of the Biden administration’s holistic approach to environmental justice. On their first week in office, the Biden administration issued an Executive Order to authorize the Justice40 Initiative. The Justice40 Initiative effectively commits the Federal government to ensure that 40 percent of the benefits to Federal investments on climate and clean energy go to “disadvantaged communities.” The MENA community experiences a combination of factors which the Biden administration identified as part of their definition of “disadvantaged communities,” including “racial and ethnic residential segregation,” “linguistic isolation,” “distressed neighborhoods,” “disproportionate environmental stressor burden and high cumulative impacts,” “limited water and sanitation access and affordability,” “access to healthcare,” and “jobs lost through the energy transition.”  

 

In 2019, Sara E. Grineski, Timoty W. Collins and Ricardo Rubio, a group of sociologists and demographers, used ACS data to identify Arab ethnic enclaves in U.S. Census tracts. Grineski and others found “significant environmental injustices for Arab American enclaves,” with clear connections to the systemic disadvantage of Arab Americans “as a racialized minority group without minority status.”7 Namely, that MENA individuals across nearly all ethnic enclaves experience disproportionately elevated cancer risks driven by the fact that MENA enclaves in the US have higher hazardous air pollutant scores than the national average.8 Poor housing quality and barriers to quality health care in MENA- dense areas, including Detroit, further the environmental stressor burden felt by the community.9 Communities of color in the US, including Arab Americans and the broader MENA community, are more likely to live in proximity to industrial and chemical facilities, be exposed to lead and other pollutants, and experience extreme weather events that exacerbate environmental degradation.10 A 2011 study of lead poisoning among Arab American and African American children in the Detroit metropolitan area revealed that “immigrant children are at heightened risk of being poisoned by lead.”11 As a result, the community faces poorer health outcomes than non- Hispanic, non-Arab Whites, including high rates of asthma, cardiovascular issues, lung disease, and cancer. 

 

With these considerations in mind, NNAAC is calling for the Senate EPW Committee to include in the budget reconciliation measure any legislation which would require Federal agencies to recognize and address the environmental determinants of adverse health outcomes and life chances, including through the solicitation of public participation in Executive agencies’ data collection processes and consideration of the cumulative impacts of exposure to hazardous pollutants. NNAAC is also calling for the inclusion of legislation that would amend the Safe Drinking Water Act to increase funding for lead reduction projects. 

 

Articulating New Modes of Human and National Security 

————————————————————————————————————————————————————

The congressional budget resolution calls for the Senate Committee on the Judiciary to allocate $107 billion between a set of initiatives including development of a “Community Violence Intervention Initiative.” NNAAC represents communities who have historically experienced adverse relations with local law enforcement authorities. However, we have started to turn a new leaf in our communities. Following up on last summer, we hope to articulate a new dynamic between community groups and law enforcement. As such, NNAAC advocates for passage of legislation that authorizes funding for the Department of Justice to administer a program by which nonprofit community-based organizations can develop evidence- and community-based strategies to interrupt cycles of violence through expansions of economic opportunity or trauma-responsive care. Such legislation would offer a pathway to devising and demonstrating the efficacy of alternatives to extant law enforcement approaches.  

 

Establishing a Pathway to Citizenship for Qualified Immigrants and TPS Holders 

————————————————————————————————————————————————————

The congressional budget resolution calls for the Senate Committee on the Judiciary to allocate $107 billion between a set of initiatives including “lawful permanent status for qualified immigrants,” which would stabilize the living conditions for millions of people across this country who establish themselves and their families, oftentimes after fleeing deleterious conditions in their countries of origin and give back to their local communities. NNAAC recommends that Congress establish a pathway to citizenship for TPS holders, Dreamers, farmworkers and essential workers in the reconciliation bill. 

As the Biden administration rounds out its First 100 Days, ACCESS is taking stock of the Biden campaign’s promises to the Arab American community, which they detailed in their “Plan for Partnership.” The following will provide a status update of the nascent Biden administration in these areas, organized with respect to ACCESS’ policy priorities for this year. Each section will provide points on which ACCESS encourages deeper engagement on behalf of the Arab American and broader MENA community.

 

Economic Opportunity and Community Development

The Biden administration promised to “support the creation of a new Middle East North Africa (MENA) category…so that Arab Americans can be more fairly counted, and their needs studied and considered alongside other minorities.” On their first day, the Biden administration issued an Executive Order to “[advance] racial equity and support for underserved communities through the Federal government,” but excluded the Arab American and MENA community from their Domestic Policy Council’s “efforts to embed equity principles, policies, and approaches across the Federal Government.” Pursuant to section 8 of the Executive Order, which authorizes agencies to “consult with members of communities that have been historically underrepresented in the Federal Government and underserved by, or subject to discrimination in, Federal policies and programs,” ACCESS encourages the Executive Branch to explicitly include the Arab American and broader MENA community in their institutional approaches to racial equity, through the Office of Minority Health, the Census Bureau, and the Community Development Financial Institutions (CDFI) program, among other programs.

 

The Biden administration promised to “spur public-private investment through a small business opportunity plan that will fund successful state and local investment initiatives and make permanent the highly effective New Markets Tax Credit.” The American Rescue Plan allocated $1.5 billion to State programs authorized through the State Small Business Credit Initiative Act, which directs funds toward “socially and economically disadvantaged individuals,” a legal classification from which Arab Americans are definitionally and effectively excluded from. Additionally, the Treasury Department under President Biden invested $9 billion through a new Emergency Capital Investment Program and $3 billion for the Community Development Financial Institutions (CDFIs), which also exclude Arab Americans from the list of racial and ethnic minority groups to whom they target resources. The Biden administration can jointly a) facilitate inclusion of a MENA category within the list of racial and ethnic minority groups at the agency level and b) support legislation that would amend section 308 of the Financial Institutions, Reform, and Recovery, and Enforcement Act (FIRREA) to include MENA among the list of racial and ethnic minority groups.

 

Rejecting Hate, Protecting Civil Rights and Civil Liberties

The Biden campaign promised to “directly address the rise in hateful attacks, fix long-standing issues with how the government documents hate crimes, and enact legislation prohibiting someone convicted of a hate crime from purchasing or possessing a firearm.” The Biden administration has thrown their support behind the COVID-19 Hate Crimes Act, on which the Jabara-Heyer NO HATE Act was included as an amendment. The COVID-19 Hate Crimes Act passed resoundingly in the Senate and will likely pass the House upon consideration. Upon Senate passage, ACCESS issued a press release calling for Congress to follow up on this bill with additional steps to “directly address antagonisms between people in their local contexts” and to engage the “other factors which contribute to social stratification and persistent bias in local contexts,” including income inequality and rent-intensifying real estate development.

 

The Biden campaign promised to “update section 4 of the Voting Rights Act,” “develop a new process for pre-clearing election changes,” and “ensure that the Justice Department challenges state laws suppressing the right to vote. To that point, the Justice Department under President Biden has already reviewed state laws affecting the right to vote.

The Biden campaign promised to “root out systemic racism across our laws and institutions, including in policing.” To that end, ACCESS encourages the Biden campaign to reconsider the $20 million in discretionary spending they requested for the Department of Homeland Security’s (DHS) Targeted Violence and Terrorism Prevention (TVTP) program. Just as the Biden administration has promised to “condition federal funding on [police] departments undertaking reforms,” ACCESS encourages the Biden administration to condition TVTP funding on the DHS undertaking reforms of its prevention approach, which is ineffective and relies upon “overbroad and unproven criteria to label people dangerous and worthy of suspicion.”

 

The Biden campaign promised to “instruct the Department of Homeland Security to undertake a review of ‘watchlist’ and ‘no-fly list’ processes to ensure that they do not have an adverse impact on individuals or groups based on national origin, race, religion or ethnicity, and improve the process to remove names, when justified, from these lists.” To that end, ACCESS encourages the Biden administration to support, with action, a) the efforts of community-based organizations to work with DHS to produce and promulgate a clear process for removing names from the “watchlist” and no-fly list” and b) legislation that would impose nonpartisan oversight of the process by which individuals are placed on both the ‘watchlist’ and the ‘no-fly list.’

 

Building a Care-Based Social Infrastructure

The Biden campaign promised to “ensure everyone has access to free COVID-19 testing, treatment, and a safe and effective vaccine, when one is available.” They have delivered on the promise of vaccine access, and must now ensure that Arab American community-based organizations and social service agencies have the resources they need to develop vaccine education campaigns for their clients, many of whom express hesitancy in taking the vaccine. To best assess the inclusiveness of their COVID-19 treatment and testing efforts, the Biden administration should support establishment of a MENA category within their Federal demographic data collection and reporting standards.

 

Biden campaign promised to “ensure and expand protections for students against bullying, violence, and discrimination in schools”, “work with states to offer pre-K for all three- and four-year-olds,” “make public colleges and universities tuition-free for all students whose family incomes are below $125,000,” “invest in, and allow, Pell Grants to be used for dual-enrollment programs,” and “build on the Affordable Care Act” through “more choice” and “lowering the [Medicare] eligibility age to 60,” among other things. American Rescue Plan (ARP) provided emergency relief to several programs germane to ACCESS’ vision of a care-based social infrastructure, but the real test of lasting change will be the American Families Plan, a $1.8 trillion proposal which extends key aspects of the ARP and follows through on several of the aforementioned promises.

 

Citizenship and Integration for Immigrants

President Biden promised to “rescind the un-American Muslim travel and refugee bans” and to “cease the immoral family separation policy." On his first day in office, President Biden issued a proclamation on ending discriminatory bans on entry to the United States. Earlier this month, the Democrat-controlled House passed the NO BAN Act, which would require future Presidents to provide a basis of evidence for future immigration bans and also include religious discrimination among the nondiscrimination conditions of Federal immigration policy. These are significant steps taken to oppose and prevent repeat instances of racist immigration policy.

 

President Biden promised to work toward “setting the annual global refugee admissions cap” at 125,000. However, his team cautioned that they would “need to “raise it over time commensurate with our responsibility, our values, and the unprecedented global need.” Within a few weeks, President Biden had signed a new Executive Order “on rebuilding and enhancing programs to resettle refugees.” By initially setting the cap at 15,000, the all-time low set by the Trump administration, the Biden administration made an early determination on his view of our national responsibility to immigrants, values as a diverse nation, as well as the unprecedented need of the more than the need conveyed a determination that the cap at 62,500. They have since backtracked, and intend to set a new cap. ACCESS encourages the Biden administration to set the maximum cap for refugee admissions at the 125,000 figure and increase funding to reception, resettlement, and integration programs.

 

The Biden campaign promised to “put real political capital into passing legislative immigration reform that provides a roadmap to citizenship for nearly 11 million undocumented immigrants enriching our communities.” On his first day in office, President Biden sent to Congress the U.S. Citizenship Act of 2021, a bill that would establish a pathway to citizenship for lawful prospective immigrants, Dreamers, and holders of Temporary Protected Status (TPS) and Deferred Enforced Departure (DED). In his Joint Address to Congress, President Biden called upon the legislative branch to pass immigration reform legislation, whether his U.S. Citizenship Act or H.R.6, the American Dream and Promise Act, or H.R.1603, the Farm Workforce Modernization Act.

 

The Biden campaign promised to “reverse Trump’s public charge rule”, which they promptly did through the Judiciary branch. However, more is to be done to avoid a repeat of the “chilling effect,” which refers to the effect of Trump’s immigration policy on many immigrant families’ decision to not access the public benefits to which they are entitled. During the pandemic, the “chilling effect” persisted in many districts, which further exacerbated the health and economic hardships associated with the pandemic and lockdown restrictions. ACCESS encourages the DHS to: produce renewed field guidance on the public charge rule; ensure the field guidance expresses the sense of the Biden administration that America is a “land of opportunity that is open and welcoming to all, not just the wealthy”; develop culturally and linguistically appropriate educational materials for community-based organizations (CBOs); and appropriate the necessary funds for CBOs to promulgate these materials to immigrant beneficiaries.

 

The Biden campaign promised to ensure “that Immigration and Customs Enforcement (ICE) and Customs and Border Protection (CBP) personnel abide by professional standards and are held accountable for inhumane treatment of individuals.” To that point, the DHS under President Biden has instructed ICE and CBP to stop using terminology such as “alien” or “illegal alien.” They have also placed upon ICE and CBP “new limits on civil immigration enforcement actions in or near courthouses.” ACCESS encourages the DHS to produce and promulgate field guidance on this new rule change, which still relies upon ambiguous language, such as the condition that law enforcement can be taken against an immigrant whose case is a “national security matter.” In addition, ACCESS encourages follow-up from the administration on the “rampant abuse and unchecked culture of impunity within ICE and CBP” detailed in the National Immigration Project report: “Complaints Ignored, Abuses Excused: Why the Department of Homeland Security’s Internal Accountability Mechanisms Must Be Reformed.”

 

 

###

 

ABOUT ACCESS

Grounded in a grassroots commitment to empowerment, ACCESS is the largest Arab American community nonprofit in the U.S., with a 50-year history of nonprofit of excellence. Guided by our vision of a just and equitable society for all, with the full participation of Arab Americans, we empower communities in Southeast Michigan to improve their economic, social and cultural well-being through an extensive network of health, education, employment and social services programming. Our mission extends nationally through our highly esteemed institutions—The National Network for Arab American Communities (NNAAC), the Arab American National Museum (AANM) and the Center for Arab American Philanthropy (CAAP)—which are focused on making an impact through advocacy, the arts and philanthropy.

 

ABOUT NNAAC

The National Network for Arab American Communities (NNAAC), an institution of ACCESS, is a growing network of independent Arab American community-based organizations around the country. Established in 2004, NNAAC currently has 27 members in 12 states. The strength of these member organizations is built around the grassroots constituencies they serve through a range of programs, outreach and advocacy. NNAAC’s primary mission is to build the capacity of Arab American nonprofit organizations that focus on the needs and issues impacting their local community while collectively addressing those issues nationally. To support its mission, NNAAC has three main programs: Capacity Building, Advocacy and Civic Engagement (ACE), and Youth and Community Service.

ABOUT TAKE ON HATE

Take on Hate, a national campaign of ACCESS, addresses bigotry and discrimination, particularly toward Arab and Muslim Americans, and stands against hate toward all people. Through grassroots organizing, we challenge this country’s growing prejudice and persistent misconception of Arab and Muslim Americans, including refugees. For more information, visit www.takeonhate.org.

For a PDF version of this policy report, click here.

 

 

Date: 
Fri, 06/12/2020 - 11:00am to Sat, 06/13/2020 - 2:45pm
Event Type: 
Venue Name: 
ACCESS
Venue Address: 
ACCESS
2651 Saulino Court
Dearborn, MI 48120

We are offering COVID-19 testing for community members and vulnerable populations. Both nasal swab testing and antibody testing will be available. Tests will be administered on a first come, first served basis. You may pre-register by texting the word "CARE" to (313) 251-6538.

In solidarity with the Black community and the Black Lives Matter movement, we will be fundraising for The Bail Project. Each donation comes with a complimentary shirt from our campaign to TAKE ON HATE.

This event also includes meal distribution, voter registration and Census 2020 information on site.

Ford Motor Co., Wayne State University, the Wayne State University Physician Group and ACCESS are launching a new initiative that will improve access to COVID-19 testing for symptomatic first responders, health care workers and corrections officers in Michigan.

Ford is providing vehicles, drivers and equipment to help create the first mobile testing service in Michigan.

The effort is an extension of drive-through testing sites that opened in Detroit and Dearborn on March 20 with financial backing from Wayne State University’s Office of the President. To date, 3,300 police officers, firefighters and health care professionals have been tested at those sites, by WSUPG and ACCESS health care professionals and volunteers.

Ford’s in-house incubator, Ford X, is providing Lincoln Navigators and drivers from the Lincoln Personal Driver pilot service, and is equipping them with tents, sanitation, power and Wi-Fi to support mobile testing. Each vehicle will be fully equipped for mobile COVID-19 testing with staff and medical kits provided by WSU and ACCESS.

“This support for those on the front lines of the pandemic is critical, and we felt we needed to respond urgently by testing first responders and health care workers with drive-through testing,” said WSU President M. Roy Wilson. “Now we can expand our efforts with ‘drive-to’ testing for those first responders across the region who lack access to testing. We are extremely grateful to Ford for helping us expand this initiative and bring mobile testing to these high-risk individuals, and to the United Way for its support of both our drive-through and drive-to initiatives.”

Each vehicle will be fully-equipped for mobile COVID-19 testing and will be capable of testing as many as 100 people a day, with test results returned within 24 to 36 hours. The mobile testing program launched April 13.

          
“As a community nonprofit with longtime partnerships with both Ford and Wayne State, we are pleased to expand this critical collaboration, said Lina Hourani-Harajli, chief operating officer of ACCESS. “When we look back at this defining moment in history, it is truly gratifying to see how many incredible institutions have stepped up to be a small part of helping our frontline heroes fight against this pandemic.”
 

Each vehicle in the mobile testing fleet will be fully-equipped for mobile COVID-19 testing and will be capable of testing as many as 100 people a day, with test results returned within 24 to 36 hours. The mobile testing program launched April 13.

“We believe this work with Wayne State and their coalition to improve access to testing for Michigan first responders is a meaningful opportunity to use our mobility knowledge and resources to help our community during this pandemic,” said Kristin Welch, manager, Strategy & Operations, Ford X. “This work is in addition to that being done by our colleagues throughout the company to help produce and distribute critical medical equipment including face masks and ventilators to support those that are caring for, and protecting others during these uncertain times.”
Clinicians and professionals from the WSUPG and ACCESS will provide free testing that does not require a prescription from a physician.

Testing will begin in southeast Michigan, and is expected to branch out to other regions of the state, including Battle Creek, Lansing and Grand Rapids. Testing will take place as long as the virus continues to impact communities.

In addition to the mobile testing initiative, Ford has already produced more than 3 million face shields in Plymouth, Mich., and Ford-designed powered air-purifying respirator production started this week. Ford also is now producing face masks and leading an effort to scale production of reusable gowns for health care workers with more the 5,000 gowns already supplied to Beaumont Health in metropolitan Detroit.

Agencies interested in hosting a testing site can call 313-269-1952 or email Mseredynski@accesscommunity.org.

Dearborn, Mich.–Nearly 200 individuals attended the ACCESS Substance Abuse Program’s (ASAP) second annual Community Town Hall to better understand how addiction impacts disparate communities and how these communities can come together to effectively address the national epidemic. 

The event took place Tuesday, January 30 at 6 p.m. at the Arab American National Museum (AANM) Annex, 13642 Michigan Ave, Dearborn, MI 48126, where the crucial and interactive discussion featured a panel of experts that helped encourage a conversation with community members on how to best address addiction in communities that often face social disparities.

The Town hall was an opportunity for community members to learn more about the work the Community Coalition has been doing and ask a panel of experts questions related to opioid addiction. Dearborn Mayor Jack O’Reilly, one of several dignitaries in attendance, also gave remarks about the importance of addressing the issue, following an uptick in opioid related overdoses and deaths.

“Our goal was to create a safe space for people to come together to be able to talk about a very sensitive topic,” said Director of ACCESS Community Health and Research Center Mona Makki. “No one has all the answers and the resources are limited, but coming together will certainly make a difference. As a community, we can no longer be silent. This issue has impacted our very own and it’s a shared responsibility to address this.”

Panelists included medical researcher Dr. Kamal Khalil of the Team Wellness Center in Detroit; Imam Ibrahim Kazerooni of the Islamic Center of America in Dearborn; Pharmacist Ghada Abdallah; Director of Community Relations for Growth Works Brian Spitsbergen; Mental Health Therapist and certified recovery coach Sean McGraw; Coordinator for Affective Education of Dearborn Public Schools Danene Charles; Dearborn Heights Police Chief Lee Gavin; Wayne County Executive Office's Assad Turfe; Meridian Health Services' Diane Morris and ACCESS Peer Recovery Coach Nader Habhab.

The Centers for Disease Control and Prevention (CDC) estimates that more than 42,000 people died in 2016 from prescription opiod, heroin and fentanyl overdoses. This amount is higher than any prior year, further attesting that the epidemic continues to worsen.

In the City of Dearborn, latest data reveals that drug-related arrests have more than doubled; having climbed from 500 in 2011 to more than 1,000 in 2016.

Since its inception, the ASAP Community Coalition has been working to break stigmas in the community by addressing addiction, head on. These passionate and driven individuals have placed medication disposal boxes around their communities, formed a substance abuse prevention youth group, continue to speak at various community events and have provided educational resources to community members who are seeking a deeper understanding of addiction.

 

###

 

About ACCESS

 

Grounded in a grassroots commitment to serving our community, ACCESS has a 47[RT1] -year history of providing health, education, employment and social services.  An Arab American nonprofit of excellence, ACCESS empowers communities in Southeast Michigan to improve their economic, social and cultural well-being and extends this mission nationally through its three national institutions— the Arab American National Museum (AANM), the Center for Arab American Philanthropy (CAAP) and the National Network for Arab American Communities (NNAAC). Learn more at www.accesscommunity.org.