THIS IS NOT AN ORDER! REQUEST FOR QUOTATION

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

May 22, Dear Proposed Vendor:

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

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

City of El Centro Park & Recreation Division

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

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INVITATION TO BID JANITORIAL SERVICES

SHORT TERM USE AGREEMENT

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

CONTRACTED CLEANING

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

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

County of Siskiyou Department of General Services

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

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

Citylink Bus Maintenance Facility Janitorial Services

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

Master Service Agreement (Updated 9/15/2015)

SAFETY FIRST GRANT CONTRACT

Request for Proposals

GROUNDS MAINTENANCE AGREEMENT

ROCK ISLAND COUNTY FOREST PRESERVE DISTRICT REQUEST FOR PROPOSAL (RFP) ZOO SECURITY SERVICES FOR NIABI ZOO

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

AGREEMENT FOR SERVICES

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

Union College Schenectady, NY General Purchasing Terms & Conditions

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

High Point University Greek Village

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

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

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

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

Liquor Fee (Minimum) $350. $250. $100. $200. $70.

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

CITY OF MASCOTTE CIVIC CENTER 121 North Sunset Ave. City Hall Hours Monday-Thursday 7:00AM-5:30PM USER AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

RFP GENERAL TERMS AND CONDITIONS

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Information, Guidelines, Rental Rates and Fee Schedule

CITY OF BURIEN, WASHINGTON

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OGC-S Master Facility Use Agreement for Conference and Training Center

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

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

St. Stephen s United Methodist Church. Space Rental License Agreement: Standard Terms

Middlesex County College Edison, New Jersey

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

RENTAL SPACE AVAILABLE

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

Subcontract Agreement

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

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Dalton Farm Homeowners Association Roosevelt House Reservation Forms

COMMUNITY CENTER FEE SCHEDULE & FACILITY USER REGULATIONS

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

Mold Remediation and Clean Up of Central High School

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

RFQ #2766 Sale of Surplus Scrap Metal

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

RENTAL AGREEMENT. Person Responsible Organization (if applicable) Date. Estimated Attendance (#) Facility Requested Main Hall Kitchen

Request for Proposal for Cleaning Services

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

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

7/14/16. Hendry County Purchase Order Terms and Conditions

Telemetry Upgrade Project: Phase-3

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

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

NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES

INSTRUCTIONS FOR AGREEMENTS WITH AN INDEPENDENT CONTRACTOR (IC)

PICK-A-PECK KITCHENS FACILITIES USE AGREEMENT

Terms & Conditions Community CFS Family Center

FIXTURING/INSTALLATION AGREEMENT

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

PROPOSAL LIQUID CALCIUM CHLORIDE

Transcription:

3000 NW 83 rd Street Gainesville, Fl 32606 THIS IS NOT AN ORDER! Contact Name: Tyffany Wishart Tyffany.wishart@sfcollege.edu Phone: 352-395-5217 RETURN FAX NUMBER: 352-381-3720 Department: Purchasing Submit quote by the following date/time: June 21, 2018 @ 3:00pm F.O.B. Destination unless specified below If you are not submitting a quotation, please check the box and fax the form back to us. Santa Fe College is seeking quotes for office cleaning services at the GTEC, 2153 SE Hawthorne Rd, No 1, Gainesville, Florida 32641 in accordance to specifications herein. Scope of Work: Cleaning services, to include all supplies necessary to clean the GTEC locations. A detailed cleaning schedule and requirements are listed on page 2. NOTE: vendor shall provide all supplies such as can liners, soap, paper towels, toilet paper, and cleaning products which shall be included in the monthly cost below. NOTE room 114 is available for storing supplies/equipment. Site Visit: A site visit walk-through will be held on Thursday, June 14, 2018 at 3:00pm at the GTEC location. This provides an opportunity for interested parties to view the location where services are needed and ask any questions that may arise. The Contractor shall maintain control of his/her employees and subcontractors. Any employee/subcontractor whose work performance or conduct is objectionable shall be immediately removed from the premises when requested. Contractor will assure that any employee of the Contractor or Subcontractor coming upon the premises, for any reason whatsoever, is not a registered sex offender or sexual predator. The Contractor will not allow any persons to work on College premises if their background indicates that they would pose a threat to other persons or property. The Contractor shall be held fully responsible for the actions of its employees/subcontractors. Monthly Price: (7/1/18 6/30/19) Monthly price: (7/1/19 6/30/20) Monthly price: (7/1/20 6/30/21) PRICE INFORMATION AND THE INFORMATION BELOW TO BE FILLED OUT BY VENDOR VENDOR NAME: ADDRESS: PHONE #: FAX #: FEDERAL ID NUMBER OR SOCIAL SECURITY NUMBER NAME, PRINT OR TYPED: SIGNATURE: E-mail: TITLE: DATE:

Cleaning services needed at GTEC. Sunday Friday: Clean 3 sets of bathrooms (2 downstairs, 1 upstairs): clean (disinfect) stainless steel, mirrors, sinks, toilets, urinals, counters, fill paper towel holders, replace/fill soap dispensers, toilet paper, empty trash, sweep and mop. Monday - Friday Vacuum 3 main rugs East main entrance way, Northside entrance way, Southside entrance way Clean 2 Glass doors (inside and outside) Eastside entrance way Northside entrance way Mon. Wed. Fri. 2 Conference rooms (rm107 & 109) Vacuum, wipe tables, straighten chairs, empty trash, wipe window sills Administrative Suite (rm 101 and adjoining office). Cleaning only as available due to access. Vacuum, wipe tables, straighten chairs, empty trash, wipe window sills Stairways (East and West) Sweep, mop, wipe handrails. Clean the treads on the EAST stairway. 3 kitchenettes Wipe counters and tables, fill paper towel holders, soap dispenser, check refrigerator (wipe out as needed), sweep and mop, empty trash, wipe out microwave Hallways and entranceways Sweep, mop, empty trash, vacuum rugs. Recycling 96 gallon toter containers (with wheels) to be set outside the back door for pick up 2 times per week. Water fountains: wipe down Carpet hallway areas: vacuum Every 6 months Dust all baseboards and vents Rm 135 & Rm 138 should be cleaned on an as needed basis

General Conditions: THIS IS NOT AN ORDER! 1. Term of Contract: It is anticipated that the initial term of the contract resulting from this Quote shall be for a1-year period, effective July1, 2018 through June 30, 2019. At its sole discretion, the College may renew the contract for 2 additional one-year periods. Renewals shall be contingent, at a minimum, on satisfactory performance of the contract by the Contractor as determined by the College, and subject to the availability of funds. If the College desires to renew the contract, a written notice to the Contractor will be provided no later than thirty (30) days prior to the contract expiration date. Each renewal year term shall be considered separate and shall require the exercise of the renewal option for each year the College chooses to renew the Contract. 2. Payment/Invoices: The College payments to Contractor(s) are to be Net 30 or greater. A College purchase order, furnished to the successful Contractor shall result in a binding contract without action by either party. The Contractor shall provide detailed invoices on a monthly basis to include purchase order number, billing time period (dates) and price 3. Public Entity Crime Information: As per Florida Statutes, Section 287.133(2)(a), A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide goods and services to a public entity, may not submit a bid on a contract with a public entity for construction or repair of a public building or public work, may not work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 4. Termination: The Contract resulting from this quote may be terminated by either party upon no less than thirty (30) calendar days notice, without cause, unless a lesser time is mutually agreed upon by both parties. Notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained, or in-person with proof of delivery. 5. Availability of Funds: The obligations of the College under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida. 6. Disputes: In case of any doubt or difference of opinions as to the items/services to be furnished hereunder, the decision of the SF Purchasing Director shall be final and binding on both parties. However, should an administrative hearing occur, the party requesting the hearing shall be held accountable for any and all cost relating thereto. 7. Assignment: The Contractor shall not assign its responsibilities or interest under any contract resulting from this quote to another party without prior written approval of the College s Purchasing Director. Any Purchase Order issued pursuant to this quote and the monies which may become due hereunder are not assignable except with the prior written approval of the Director of Purchasing. 8. Governing Law and Venue: Any Contract resulting from this quote is executed and entered into in the State of Florida, and shall be construed, performed and enforced in all respects in accordance with the laws, rules and regulations of the State of Florida. Any action hereon or in connection herewith shall be brought in Alachua County, Florida. 9. Liability (Hold Harmless Agreement): The successful Contractor agrees, by accepting the award of this quote, to the following: During the term of this quote the Contractor shall indemnify, hold free and harmless, assume legal liability for and defend the District Board of Trustees of Santa Fe College, Gainesville, Florida and the College, its agents, servants and employees from any and all costs and expenses, including but not limited to, attorney's fees, reasonable investigative and discovery costs, court costs and all other sums which the Board, its agents, servants and employees may pay or become obligated to pay on account of any, all and every claim or demand or assertion or liability, or any claim or action founded thereon, arising or alleged to have arisen out of the products, goods or services furnished by the Contractor, the presence or activity of the Contractor, his agents, servants or employees, or any of his equipment when such persons or equipment are on premises owned or controlled by the Board for the purpose of performing services, delivering goods or products, installing equipment, or otherwise transacting business, whether such claim or claims, action or actions be for damages, injury to person or property, including the Board's property, or death of any person, made by any person, group organization, whether employed by the Contractor or the Board, or otherwise, or for breach of warranty by Contractor either express or implied. 10. Additional/Deletions: The College reserves the right to add or delete services and/or buildings as needed. The Contractor will be contacted to obtain a price on any new services that are needed to be added. 11. References: Bidders shall provide a minimum of three (3) references, including company name, address, contract liaison, and phone number for entities that the Bidder has similar services to for a period of at least one year within the last two years, and the start/term dates when those services were provided.

12. License: The awarded vendor must be licensed to conduct business in the State of Florida and shall provide a copy of appropriate insurance coverage to protect the college from any/all liability & property damage hazards which may result in the performance of these services (if required). 13. Insurance: The Contractor agrees to provide adequate insurance coverage on a comprehensive basis and to hold such insurance at all times during the existence of any Contract resulting from this quote. Insurance requirement are included below. The Contractor shall furnish the College written verification of such insurance coverage prior to any work commencing.

REFERENCES List experience record showing 3 references: REFERENCE #1 COMPANY NAME ADDRESS CONTRACT LIAISON/e-mail PHONE NUMBER REFERENCE #2 COMPANY NAME ADDRESS CONTRACT LIAISON/e-mail PHONE NUMBER REFERENCE #3 COMPANY NAME ADDRESS CONTRACT LIAISON/e-mail PHONE NUMBER Number of years in this type of business? List any currently held College, Public School, or other Florida Public Institution contracts: Do you maintain service personnel within the Gainesville/Starke Area? Yes No Have any contracts or agreements for services held by your firm ever been cancelled or terminated before the end of the term by either party? Yes No (If yes, attach a separate sheet and state the location and circumstances.)

INSURANCE REQUIRED Comprehensive General Liability required in the contract shall include contractual liability, personal injury liability, property damage and products liability. The definition of products hazard shall be amended by endorsement to delete the requirement for the injury and damage to occurrence away from premises. TYPE OF INSURANCE MINIMUM (S) General Liability General Aggregate $1,000,000 Products Liability $1,000,000 Personal Injury Liability $1,000,000 Each Occurrence $1,000,000 Automobile Liability (Includes owned, non-owned and hired autos) Combined single limit $1,000,000 Worker s Compensation Statutory Limits The Comprehensive General Liability Policy shall be endorsed to indicate that the persons insured provision be amended to include the following: a. Santa Fe College b. Members of the District Board of Trustees c. Employees and volunteer workers while acting within the scope of their duties as such. These policies shall contain a covenant requiring thirty (30) days written notice to Santa Fe College Insurance and Risk Management office before cancellation, reduction or other modification of coverage. In the event that the Contractor fails to maintain and keep in force the insurance and Worker s Compensation is herein provided, the College shall have the right to cancel and terminate the contract forthwith and without notice. The Contractor shall advise each insuring agency to automatically renew all policies and coverage in force at the start of and resulting from this contract until notified coverage requirements are revised. Insurance certificates indicating the required minimum coverage and signed by Florida Resident Agent shall be furnished by the Contract prior to contract award and forwarded to the Director of Purchasing, Santa Fe College. The Contractor shall indemnify, keep and hold harmless and defend the District Board of Trustees of Santa Fe College and its employees and agents against any and all liability, claims and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property (College or otherwise) occurring in connection with or in any way incident to or arising out of the occupancy, use service, operations, or performance of work in connection with this contract, resulting in whole or part from the negligent or intentional acts of omissions of Contractor, or employee(s), agent(s) or representative of Contractor. The Contractor shall bear the full responsibility for all risk, loss, or equipment damage, including that owned or leased by the College and for money or product loss resulting from vandalism or theft, caused by contractor or its employee(s).