CUSTODIAL SERVICES FOR MARINA ONLY BID NO. 38-01
RECEIVED
Jll ".. 2 ~;UU!
CONTRACT
~~ ~t:
This CONTRACT made and entered into this ~ day of Augttsr', 2001 ,by and between
the City of Clearwater, Florida, a municipal corporation, hereinafter designated as "City" and
Foster and Associates Janitorial, 302 W. Genesee Street (33603), P. O. Box 8606, Tampa, FL
33674, a sole proprietorship,
hereinafter designated as "Contractor."
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and
agreements on the part of the other herein contained, do hereby undertake, promise and agree as
follows:
The Contractor, and his or its successors, assigns, executors or administrators, in
consideration of the sums of money as herein after set forth to be paid by the City to the Contractor,
shall and will at its own cost and expense perform all labor, furnish all materials, tools and equipment
as detailed in:
Request for Bid Number
38-01 (Marina Only)
, Custodial Services
In accordance with the City's attached technical specifications and the Contractor's bid
response, together with any instructions to bidders, general conditions, and proposal, which may
be hereto attached, are hereby made a part of this contract, and all of said work to be performed
~
Page I of 5
r/.l
'';'~'':I'~ '. ::;) <"J _
- ,
'.. j
-'
')
and completed by the Contractor and its successors and assigns shall be fully completed in a
good and workmanlike manner to the satisfaction of the City.
If the Contractor shall fail to comply with any of the terms, conditions, provisions or stipulations as
contained herein within the time specified for completion of the work to be performed by the Contractor,
then the City may, at its option, avail itself of any or all remedies provided on its behalf and shall have
the right to proceed to complete such work as Contractor is obligated to perform in accordance with the
provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY
AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE
BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES
ARISING OUT OF THIS CONTRACT, AND FURTHERMORE, IN CONSIDERATION OF
THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, THE
CONTRACTOR AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY
AND ALL CLAIMS FOR DAMAGES, COSTS OR SUITS, JUDGMENTS OR DECREES
RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE
CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS,
AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE
AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENTS, SERVANTS OR
EMPLOYEES.
THE CONTRACTOR SHALL PROVIDE INSURANCE OF THE FOLLOWING TYPES
AND LIMITS OF COVERAGE, FOR THE LIFE OF THE CONTRACT.
Page 2 of 5
f"
A. WORKERS' COMPENSATION INSURANCE COVERING ALL EMPLOYEES
WITH LIMITS MEETING ALL STATE AND FEDERAL LAWS.
B. GENERAL LIABILITY INSURANCE WITH MINIMUM LEVELS OF
COVERAGE OF $500,000 PER OCCURRENCE. COVERAGE SHALL
INCLUDE PREMISES AND OPERATIONS, INDEPENDENT CONTRACTORS,
PRODUCTS AND COMPLETED OPERATIONS AND CONTRACTUAL
LIABILITY. THIS POLICY SHALL PROVIDE COVERAGE FOR DEATH,
BODILY INJURY, PERSONAL INJURY OR PROPERTY DAMAGE THAT
MAY ARISE DIRECTLY OR INDIRECTLY FROM THE PERFORMANCE OF
THIS CONTRACT.
C. BUSINESS AUTOMOBILE LIABILITY WITH MINIMUM LIMITS OF
COVERAGE OF $500,000 PER OCCURRENCE, COMBINED SINGLE LIMIT
FOR BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY.
THIS COVERAGE SHALL BE AN "ANY AUTO" TYPE POLICY.
D. THE CITY SHALL BE INCLUDED AND IDENTIFIED AS AN ADDITIONAL
INSURED UNDER THE GENERAL LIABILITY AND BUSINESS AUTOMOBILE
LIABILITY POLICIES.
In addition to the foregoing provisions, the Contractor agrees to conform to the following
requirements:
In connection with the performance of work under this contract, the Contractor agrees not
to discriminate against any employee or applicant for employment because of race, sex,
religion, color, or natural original. The aforesaid provision shall include, but not be limited
Page 3 of 5
~
to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; lay-off or termination; rates of payor other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post hereafter in
conspicuous places, available for employees or applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of the non-discrimination
clause.
The Contractor further agrees to insert the foregoing provisions in all contracts hereunder,
including contractors or agreements with labor unions and/or workers' representatives,
except sub-contractors for standard commercial supplies or raw materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract, and in
the event that the work to be performed by the Contractor is not completed within the time stipulated
herein, to the satisfaction of the City, then it is agreed that the City may cancel the contract or service to
any facility, upon thirty days written notice.
Page 4 of 5
~
,
IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and
seals and have executed this Agreement, in duplicate, the day and year first above written.
Brian J.1b- j 4- ff
Mayor-Commissioner
By:
CITY OF CLEARWATER, FLORIDA
p~~.~.:n
iIIiam B. Horne, II
IRtorim City Manager
Countersigned:
Approved as to form:
Attest:
ne C. Hayman
ssistant City Attorney
(Contractor must indicate whether
Corporation, Partnership, Company
or Individual.)
~t~~'
OvJ~ / O~,
(The person signing shall, in
his own handwriting, sign the
Principal's name, his own name,
and his title; where the person
is signing for a Corporation,
he must, by Affidavit, show his
authority to bind the Corporation).
. of Florida
"'....~' Notarv Public,
",,', . J ..."",nc:F
liP.....'" \~ J. G. W l\JNooll
~ 'iAh ___..Inn # CC 715890
, ,,... '= IJUIlA''''''''-' 2002
......i......~ Comm. ElCpireS Feb. 11,
...,~,~\",......
Page 5 of 5
~
,"
..
Request for Bids (RFB)
To Provide
CUSTODIAL SERVICES
For The
MARINA FACiliTY
AND
SAiliNG CENTER FACiliTY
CITY OF CLEARWATER
GENERAL SUPPORT SERVICES DEPARTMENT
BUilDING & MAINTENANCE DIVISION
Release Date: April 13, 2001
REQUEST FOR BID (RFB) TO PROVIDE
CUSTODIAL SERVICES
GENERAL SCOPE - The City of Clearwater (hereinafter called "City"), Building and
Maintenance Division, is seeking custodial services for two (2) Municipal facilities.
Services are to include general office, entrance, stairway, restroom and locker room
cleaning - as applicable - as well as scheduled floor cleaning and maintenance. It
is required that after the first month of service a formal inspection be performed by
City representative(s) to establish an acceptable level of performance. After
acceptance by the City, this level of service quality shall be maintained throughout the
contract period. The successful bidder (hereinafter called "Contractor") shall provide
all personnel, equipment, tools, materials and supplies to perform the agreed-upon
cleaning responsibilities to the satisfaction of the City's Building and Maintenance
Superintendent.
CALENDAR OF EVENTS
RFB Release Date - April 13, 2001
Site Tours - April 30, 2001
Bidders are to meet at the main entrances of the Sailing Center, 1001 Gulf Blvd, at
9:00 AM and at the Marina, 25 Causeway Blvd, at 10:00 AM.
Questions from bidders due: May 9, 2001
Bids Due by May 18, 2001 at 3:30 PM
Bid Package due to City Clerk: May 25, 2001
Commission Approval: June 21, 2001
Award of Contract to Successful Bidder - July 2, 2001
CONTRACT START DATE - AUGUST 1ST
INSTRUCTIONS TO BIDDERS
The length of the Contract will be for one year. Work is required to begin on August 1,
2001. The Contract may be renewed, at the city's request, for up to two (2) one-year
periods providing no requested annual price adjustment will exceed the Consumer
Price Index for all goods and services in the latest twelve (12) month period.
Site inspections are required - prior to submittal of bids - to determine building
sizes/details, the extent of the work to be done and actual working conditions. No
allowances will be made for a bidder's failure to obtain all pertinent information prior
to submitting a bid. The man-hour requirements as specified herein are the City's
minimum man-hour requirements which must be met or exceeded at each location
and shall not be interpreted as limitations which could restrict performance in any
manner whatsoever. If the bidder feels that a situation exists wherein a specified
1
minimum appears inadequate to provide quality service, then quality of service shall
take precedence and it is therefore the responsibility of the bidder to include - as
part of hislher bid submittal - any additional man-hours that he/she considers
essential to provide high quality service. No requests for revisions or cost
increases will be considered after submittal of bid. It is the intent of these
Specifications to ensure that the minimum man-hour mandates are met or exceeded
and that a high level of service quality is maintained throughout the Contract period.
Each facility is to be quoted as a separate entity. While it is the City's preference that
a single contractor provide services for both of the subject facilities, the City reserves
the right to accept or reject the bids for either or both facilities.
All bids and questions are to be submitted in writing to the attention of:
City of Clearwater, Purchasing Department
George McKibben, Purchasing Manager
100 S. Myrtle Ave
Clearwater, FL 33756
Questions may also be faxed to Mr. McKibben at (727) 562-4635, Submitted
questions will be answered in writing by the purchasing manager. Responses will not
be made to questions received after May 9,2001.
Once submitted, the City will not accept any requests for corrections or additions to
any bidder's bid details or pricing.
Each bidder is required to submit one (1) copy of their bid.
The City, as an entity of government, is subject to the appropriation of funds by its
legislative body in an amount sufficient to allow continuation of its performance in
accordance with the terms and conditions of this contract for each and every fiscal
year following the fiscal year in which this contract shall remain in effect. In the event
and upon notice that sufficient funds are not available in subsequent fiscal years, the
City shall thereafter be released of all terms and other conditions.
Any actual or prospective bidder who is aggrieved in connection with this solicitation or
award of a contract may seek resolution of his/her complaints by contacting the
Purchasing Manager.
Written competitive proposals, other submissions, correspondence, and all records
made thereof, as well as negotiations conducted pursuant to this RFB, shall be
handled in compliance with Chapters 119 and 286 Florida Statutes. The City gives no
assurance as to the confidentiality of any portion of any proposal once submitted.
2
REQUIRED SUBMITTALS - TO BE FURNISHED ON SEPARATE SHEET(S)
EACH BID MUST INCLUDE ALL OF THE FOLLOWING SUBMITTALS:
1.) Statement of Qualifications
a. Date the firm was incorporated or went into business.
b. Resumes of primary members of staff to be associated with the execution of
the contract.
c. Name, address and phone number of a contact person or persons.
d. List of all contracts in the last three years, including the name and phone
number of the client, that are similar in size and complexity to the work
described in these specifications.
2.) Cost per square foot per month (unit pricing) for the addition or deletion of work for
areas to be cleaned at each location.
3.) The number of full-time supervisors that will be dedicated to performing quality
control and the frequency in which they will be inspecting each facility.
4.) Proposed methods for minimizing non-performance due to absence of employee(s)
and for the improvement of substandard work.
By offering a submission to this RFB, the bidder certifies that they have
not divulged to, discussed with or compared their competitive bids or any
information contained therein relevant to this bid with other competitors
in any manner.
Lack of required submittals or furnishing inadequate information may be
cause for rejection of Bid.
3
TERMS & CONDITIONS
1.) The Contractor shall provide all personnel, equipment, tools, materials and
supervision to perform the services defined in these specifications and the
resulting Contractor's submittals.
2.) Payment for services performed under this contract will be made on a monthly
basis, in arrears, with a requirement for the submission of monthly invoices and
documented verification of conformance to City-mandated man-hour obligations.
Verification of said man-hour requirements shall be by means of City-provided time
clocks and time cards, showing date and time, shall be obtained by Contractor's
supervisory personnel on a ~ basis, and shall be submitted with the monthly
invoices. The Contractor's supervisor(s) shall meet with a City representative on
site each morning after scheduled service to verify quality of service and
adherence to manpower requirements. Quality of service and adherence to man-
power requirements shall be continuously monitored by the Building &
Maintenance Superintendent and his representatives and the City has the
unencumbered right to cancel the contract to any or all facilities upon thirty days
written notice for non-conformance to these requirements.
3.) If the Building & Maintenance Superintendent finds that repairs to a building, its
contents or appearance, which in his opinion, are necessary as the result of the
use of materials, equipment or workmanship which are inferior, defective or not in
accordance with the terms of this contract, the Contractor shall promptly, upon
notice, place in satisfactory condition all of such work. If the Contractor fails to
comply, the City will have such work performed and deduct the cost from the
current invoice of the Contractor.
4.) The Contractor shall maintain an adequate number of employees to satisfactorily
fulfill all mandatory minimum man-hour obligations and properly complete all
scheduled operations in a timely manner. Staffing levels shall also be such that
the performance of additional non-daily cleaning activities (Per "Appendix A") will
not reduce the number of employees available for maintaining the performance
levels of daily cleaning activities. Additionally, Contractor shall assure that:
a. Incompetent or disorderly contract employees shall be removed and
replaced when ordered by the City.
b. Contractor's employees shall not have friends, family members or other
unauthorized persons present on City property while at work.
c. Contract personnel shall present a neat and clean appearance and are
required to wear uniforms with the company's and employee's names
clearly displayed.
d. At least one Contractor employee at each facility shall effectively
communicate orally and understand written documentation in English.
5.) The Contractor shall assign a Contract Administrator who shall be responsible for
the performance of all work under the contract. This Contract Manager shall have
4
authority to act for the Contractor on all matters relating to the daily operations of
the contract and shall be readily accessible at all times.
6.) The Contractor must respond to a call for corrective services within two (2) hours.
7.) The penalty for non-performance or unacceptable work shall be 110% of the
charges for the affected room(s) based on square footage.
8.) The contractor shall provide copies of Material Safety Data Sheets (MSDS) for all
chemicals used in performing work. All containers need Hazmat labels affixed to
them before delivery to the facilities.
9.) The Contractor shall be furnished access to all areas to be cleaned. The
contractor shall be responsible for the following:
a. Insuring that all keys provided are not lost, misplaced or used by
unauthorized personnel.
b. Insuring that no key provided is duplicated.
c. Securing all City property during and after services are provided.
d. Turning off lights after services are provided.
e. Forbidding the use of City/Employee property including telephones,
televisions, radios, computers and other office equipment.
f. Insuring that protected electrical circuits for electronic equipment are not
used for powering cleaning equipment.
g. Enforcing a "No Smoking" policy while contractor's employees are on City
property.
h. Insuring that the consumption of food and drinks are restricted to assigned
locations.
10.) The following tasks are to be performed every day that services are required in
each facility:
ROOM CLEANING
a. Sweep and dust mop hard surface floors
b. Vacuum carpets and rugs
c. Spot clean carpets, rugs and fabric on modular office furniture
d. Damp mop kitchen and break room floors
e. Clean sinks with non-abrasive, non-acidic, cleaner/disinfectant, wet wipe
and polish faucets and refill dispensers
f. Empty trash receptacles and replace bags
g. Clean and polish mirrors
h. Dust office furniture, filing cabinets and other storage devices. Do not move
papers Dust around office machines
1. Damp wipe all glass surfaces including interior windows - without streaks
J. Dust all horizontal surfaces
k. Spot clean walls, doors and door frames
1. Clean the interior and exterior of microwave ovens in all break areas
m. Wash all interior glass surfaces of doors and adjacent glass panels
5
LOBBIES. CORRIDORS. ENTRANCES & STAIRWELLS
a. Sweep and damp mop resilient and tile floors, including elevator floors
b. Vacuum, edge and spot clean carpets, including elevator floors
c. Vacuum and spot clean mats and rugs.
d. Vacuum, sweep, dust mop or vacuum stairwells
e. Vacuum and clean elevator tracks
f. Empty trash receptacles and replace bags
g. Empty, damp wipe and polish ash trays and receptacles
h. Dust furniture, display cases and light fixtures
1. Damp wipe all glass surfaces, including the interior of windows leaving
surface non-streaked
J. Dust all horizontal surfaces
k. Damp wipe water fountains
1. Damp wipe all counters, tables and desks
m. Remove cobwebs wherever found
n. Clean and dust all elevator doors, walls and floors
o. Spot clean wall surfaces
p. All interior glass surfaces of doors and adjacent glass panels
q. At the exterior of all entrances, empty all receptacles (e.g., trash cans, ash
trays, etc.), pick up debris and render area broom clean.
TOILET AND LOCKER ROOM CLEANING
a. Sweep floors
b. Damp mop floors with water and disinfectant
c. Clean all fixtures with a non-abrasive, non-acidic cleaner/disinfectant
d. Clean partition walls, doors and all other horizontal surfaces
e. Dust moldings and ledges
f. Empty trash receptacles and replace bags
g. Empty sanitary napkin receptacles and replace bags
h. Fill all dispensers (soap and paper products)
1. Wet wipe and polish bright metal
J. Clean and polish mirrors
k. Thoroughly clean and disinfect shower stalls
1. Thoroughly clean and disinfect waste receptacles
m. Scrub ceramic tile floors and grout around all plumbing fixtures
11.) The following tasks are to be performed weekly in each facility:
ROOM CLEANING
a. Sweep, damp mop, and buff resilient floors to a high shine
b. Damp clean telephones with disinfectant
c. Clean and polish water fountains
d. Vacuum edge between carpet and baseboards
e. Dust all window blinds
f. Damp wipe all window frames and sills
6
g. Dust transoms, clocks, moldings around ceilings, tops of partitions, pictures
and ceiling fan blades
LOBBIES. CORRIDORS. ENTRANCES & STAIRWELLS
a. Dust walls and horizontal surfaces
b. Damp clean telephones with disinfectant
c. Clean and polish water fountains
d. Dust all window blinds
e. Damp wipe all window frames and sills
f. Dust transoms, clocks, moldings, around ceilings, tops of partitions, pictures
& ceiling fan blades
g. Clean all door push plates and kick plates
TOILETS AND LOCKER ROOM CLEANING
a. Clean all ceramic tile walls to a shiny, spot free appearance
b. Clean baseboards and baseboard grout as needed
c. Damp wipe window frames and sills
d. Remove stains from porcelain fixtures
e. Thoroughly clean and polish all bright metal
f. Damp wipe exterior of lockers
12.) The Contractor is responsible for providing the following items along with all
necessary cleaning supplies:
a. Toilet tissue (two ply, facial quality)
b. Paper towels (single, multi-fold and roll - as appropriate)
c. Sanitary napkins and tampons for existing dispensers (money is to be
collected and kept by the contractor)
d. Used sanitary product disposal bags
e. Liquid hand soap
f. Trash receptacle liners
g. Toilet seat covers for existing dispensers
13.) All waste will be bagged or placed in closed containers and put into dumpsters.
14.) The Contractor shall provide insurance of the following types and limits of
coverage, for the life of the contract:
a. Workers' Compensation Insurance covering all employees with limits
meeting all applicable state and federal laws. This coverage shall include
Employees' Liability, with limits meeting all state and federal laws.
b. General Liability Insurance with minimum limits of coverage of $500,000
per occurrence. Coverage shall include Premises and Operations,
Independent Contractors, Products and Completed Operations and
Contractual Liability. This policy shall provide coverage for death, bodily
7
injury, personal injury or property damage that may arise directly or
indirectly from the performance of this contract.
c. Business Automobile Liability with minimum limits of coverage of $500,000
per occurrence, combined single limit for Bodily Injury Liability and Property
Damage Liability. This coverage shall be an "Any Auto" type policy.
d. The City shall be included and identified as an additional insured under the
General Liability and Business Automobile Liability Policies.
The Contractor shall defend, indemnify, save and hold harmless from
any and all claims, suits, judgments and liability for death, personal
injury, or property damage arising directly or indirectly from the
performance of this contract by the contractor, its employees, or
subcontractors, including legal fees, court costs, or other legal
expenses.
15.) Before work can be started, the contractor is required to submit a personal data
form, on every employee who will be associated with this contract. These forms
will include the employee's name, current and past address and social security
account number. This information will be used to perform background checks.
16.) The facilities to be included in this bid are:
A. Marina facility - 25 Causeway Boulevard
B. Sailing Center facility - 1001 Gulf Boulevard
17.) Prior to award of contract the selected Contractor will be required to sign a
contract similar to the draft copy attached to this request for bid. Additions
to this draft will be made to incorporate the specifics provided during the
submittal and award process.
FACILITIES TO BE CLEANED
1. MARINA BUILDING
25 Causeway Boulevard
4,772 Square Feet Estimated (Bidder to verify)
Services required on the first floor include only the lobby, corridor,
restrooms and stairways. Services on the second floor include the lobby,
corridor, restrooms, Harbormasters office areas, conference room and stairways.
Service required seven days a week starting at no earlier than 9:00 p.m. with
completion no later than 8:00 a.m. (excluding corrections)
Staffing/manpower requirements: Minimum - 8.0 man-hours per day with at least
one (1) full-time person assigned to this facility.
8
2. SAILING CENTER
1001 Gulf Boulevard
10,994 Square Feet Estimated (Bidder to verify)
NOTE: This facility is rented out for private functions and flexibility of
scheduling is required. A schedule of special events will be provided by
Sailing Center Staff on a monthly basis.
Service is required on two floors. First floor - Daily: Office and rest rooms (storage
areas are excluded). Second floor - four (4) days per week as specified:
Conference room, including interior glass, and rest rooms.
Service required on both floors Monday, Thursday, Saturday & Sunday starting no
earlier than 2:00 a.m. with completion no later than 8:00 a.m. (excluding
corrections ).
Staffing/manpower requirements: Minimum - 6.0 man-hours per day.
Service required on first floor only Monday through Sunday starting no earlier than
2:00 a.m. with completion no later than 8:00 a.m. (excluding corrections). Office
area and restrooms only.
Staffing/manpower requirements: Minimum - 3.0 man-hours per day.
9
APPENDIX A
(Non-Daily Cleaning Requirements)
ROOM CLEANING
a. Vacuum all upholstered furniture - Monthly
b. Clean all fabric backed furniture, including partitions - Quarterly*
c. Deep clean carpets using the extraction method - Quarterly* at the Marina and
Monthly at the Sailing Center
d. Clean light fixtures & lenses and HV AC grilles - Monthly
e. Strip and refinish all resilient floors - Quarterly*
f. Buff and polish all resilient floors - Monthly
g. Thoroughly clean window blinds - Monthly
h. Wash all interior glass window surfaces - Quarterly*
LOBBIES. CORRIDORS. ENTRANCES & STAIRWELLS
a. Wash all interior glass window surfaces - Quarterly*
b. Vacuum all upholstered furniture. Vacuum or dust fabric partitions - Monthly
c. Clean light fixtures & lenses and HV AC grilles - Monthly
d. Scrub ceramic tile floors and grout - Monthly
e. Buff and polish all resilient floors - Monthly
f. Strip and refinish all resilient tile floors - Quarterly*
g. Clean and extract all fabric backed furniture - Quarterly*
h. Deep clean carpet using extraction method - Quarterly*
1. Thoroughly clean window blinds - Monthly
TOILET & LOCKER ROOM CLEANING
a. Scrub ceramic tile floors and grout - Monthly
b. Thoroughly clean window blinds - Monthly
c. Clean light fixtures & lenses and HV AC grilles - Monthly
Note: If more frequent cleaning of a specific item/location is indicated on the
daily/weekly schedule, that schedule shall prevail.
*Quarterly cleanings shall be performed as follows:
AUGUST, NOVEMBER, FEBRUARY and MA Y
10
9VRCIlftlSE ORDER:
P.O. BOX 4748
Ct.EARWATER. FlORIDA 33758-4748
FLORIDA SALES TAX EXE ~.134859-54C
78-01051<
P.O. DATE
08/01/01
BPO Elm: 11/01/2001
j
.J
~
No.699 0000029268 000
MAIL TWO COPI!I 0' INVOICI TO:
CITY OF CLEARWATER
FINANCE DEPARTMENT
P.O. BOX 4748
CLEARWATER, FLORIDA 3376 .
J16!O
SHIP TO:
BUILDING AND MAINTENANCB
CITY OF CLEARWATBR
1900 GRAND AVENUE
CLEARWATBR FL 33765
VENDOR NAME:
FOSTER AND ASSOCIATES
POBOX 8606
TAMPA
FL
33674
ATTENTION: 24 HOUR ADVANCE NOTIFICATION REQUIRED
ON ALl SHIPMENTS TO CITY OF ClEARWATER LOCATIONS.
DIRECT ALL COMMUNICATIONS ON THIS ORDER TO:
JIM WOOD
727/562-4710X2805
EPARTMENT
F.O.B.
PAYMENT TERMS
BUILD & HAIRT
CLEARWATER
NET 30
001 5000
UNIT
DESCRIPTION
UNIT PRICE
TOTAL PRICE
ITEM
Doll BLANKBT PURCHASE ORDER TO 1.00 5000.00
PROVI B CUSTODIAL SERVICES FOR THE MARINA FACILITY
UNTIL COMMISSION APPROVAL CAN BE OBTAINED
Y PRICES PER BID NO. 38-01.
CT PBRIOD: 8/1/01 THROUGH 11/01/01.
CITY S NOT RESPONSIBLE FOR UNUSED PORTIO S OF THIS CONTRAC
DISCOUNTS: On any discount, time will be computed
rom date of satisfactory delivery of all items or from
late correct invoice is received. whichever is the later dale.
00
A;z~~,
.t.0RG McKIBBEN, CPPB, CPPO. C.P,M.
PURCHASING MANAGER
THE CITY OF CLEARWATER MAY CANCEL THIS ORDER. EITHER ORALLY
OR IN WRITING. AT NO COST TO THE CITY, IF ANY ITEMS DO NOT ARRIVE
BY THE DATE REQUIRED AND/OR IF ANY DO NOT CONFORM TO SPECIFI-
CATIONS. NON-CONFORMING ITEMS WILL BE HELD FOR THIRTY (30) DAYS,
PENDING RECEIPT OF DISPOSITION INSTRUCTIONS FROM VENDOR, AFTER
WHICH TIME THEY WILL BE DISPOSED OF AS SURPLUS CITY-OWNED PROPERTY.
TITLE
REQUISITIONERS COpy
CITY OF CLEARWATER
BID 38-01 BLACK TIE CLEANING & SUPPLIES FOSTER & ASSOC. GROSVENOR BLDG. MILLENNIUM CARE PRIORITY CARE SHAMROCK BLDG.
MARINA AND SAILING CENTER
BID OPENING 5118101 SAFETY HARBOR, FL TAMPA, FL. TAMPA, FL. ORLANDO, FL. CLEARWATER, FL OLDSMAR, FL. CLEARWATER, FL.
ITEM DESCRIPTION MONTHLY MONTHLY MONTHLY MONTHLY MONTHLY MONTHLY MONTHLY
COST COST COST COST COST COST COST
1 MARINA - 25 CAUSEWAY BLVD. $2,669.33 $ 477.20 $ 1,627.00 $ 3,885.00 $ 5,726.40 $ 4,299.22 $ 894.75
2 SAILING CENTER - 1001 GULFBLVD. $1,00100 $ 1,099.40 $ 2,100.00 $ 2,917.80 $13,192.80 $ 6,289.93 $ 2,061.38
TOTAL MONTHLY $3,670.33 $ 1,576.60 $ 3,727.00 $ 6,80280 $18,919.20 $10,589.15 $2,95613
START DATE 81112001 81112001 81112001 81112001 81112001 81112001
PAYMENT TERMS: 1% NET 10 NET 30 30 DAYS UPON 30 DAYS NET 30 DAYS 30 DAYS
RECEIPT
SUMMARY OF BID 38-01
BIDS SOLICITED 11
BIDS RECEIVED 7
NO BID RESPONSE 2
NO RESPONSE 2
SUMMARY OF NO BID RESPONSE
SCHEDULE NOT PERMIT 1
OTHER HOSPITALIZED 1