Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2009-144Temporary Resolution #11708 October 12, 2009 Page 1 of 3 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2009- 4// A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING AN AGREEMENT BETWEEN THE CITY AND ACAI ASSOCIATES, INC. FOR THE SPECIFICATION WRITER AND ADMINISTRATOR OF COMMUNITY DEVELOPMENT — HOUSING REHABILITATION PROGRAMS; AUTHORIZING AND DIRECTING THE APPROPRIATE CITY OFFICIALS TO TAKE ANY AND ALL ACTION NECESSARY TO EFFECTUATE THE INTENT OF THIS RESOLUTION; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on or about July 27, 2009, the City of Tamarac ("City") issued Request for Proposals No. 09-12B in an effort to procure a specification writer and administrator for Community Development — Housing Rehabilitation Programs, a copy is attached hereto as Exhibit "A" and incorporated herein; and WHEREAS, the City received several bids in response to RFP. No. 09-1213, including a bid from ACAI Associates, Inc. ("ACAI"), a copy of ACAI's bid is attached hereto as Exhibit "B" and incorporated herein; and WHEREAS, after reviewing the bids received, City Staff has determined that ACAI is the lowest responsive and responsible bidder; and WHEREAS, City Staff recommends that the City Commission award the contract pursuant to RFP No.09-1213 to ACAI; and WHEREAS, the City Commission has reviewed the bids submitted and considered the recommendations of City Staff, and finds that awarding a contract to Temporary Resolution #11708 October 12, 2009 Page 2 of 3 ACAI is in the best interests of the citizens and residents of the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: That the City Commission hereby approves the agreement between the City and ACAI Associates, Inc. for a specification writer and administrator for Community Development — Housing Rehabilitation, attached hereto as Exhibit "C" and incorporated herein. SECTION 3: All appropriate City officials are hereby authorized and directed to take any and all action necessary to effectuate the intent of this resolution. . SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. I r-, u Temporary Resolution #11708 October 12, 2009 Page 3of3 PASSED AND ADOPTED BY THE ITY OMMISSION OF THE CITY OF TAMARAC, FLORIDA THIS 2 DAY C . � �� , 2009. CITY OF TAMARAC, FLORIDA 8 � � ( ; dz�241&4 � � --t BETH TALABISCO,"MAYCO ATTEST: RECORD OF COMMISSION VOTE: fMARION SWEiNSON, CM MAYOR FLANSBAUM-TALABISCO CITY CLERK DIST 1: COMM BUSHNELL DIST 2: VM ATKINS-GRAD f I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 11till-L- A UE GOREN CITY ATTORNEY u DIST 3: COMM. GLASSER DIST 4: COMM. DRESSLER INVITATION TO BID BID NO. 09-12B SPECIFICATION WRITER & ADMINISTRATOR FOR COMMUNITY DEVELOPMENT- HOUSING REHABILITATIONS J U LY 27, 2009 City of Tamarac Purchasing Division 7525 NW 88th Avenue Room 108 (954) 597-3570 On Behalf of the Community Development Department Housing Division 7525 NW 88th Avenue, Room 107 Tamarac, FL 33321 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW WH AVENUE TAMARAC, FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknowledgement BID NO. 09-12B BID TITLE: SPECIFICATION WRITER & ADMINISTRATOR FOR TAMARAC HOUSING REHABILITATION PROGRAMS BID OPENING DATE/TIME: THURSDAY, AUGUST 20, 2009 - 3:OOPM EST BUYER NAME: JIM NICOTRA, SENIOR PROCUREMENT SPECIALIST, CPPB BUYER PHONE: 954-597-3569 PRE -BID CONFERENCE: TUESDAY, AUGUST 11, 2009 - 9:30AM -Room 105 BONDING: Not Applicable Bid Document Fee: $15.00 I GENERAL CONDITIONS I These instructions are standard for all bids for commodities/services issued by the City of Tamarac. The City of Tamarac may delete, supersede or modify any of these standard instructions for a particular bid by indicating such change in the Instructions to Bidders, in the Special Conditions of the bid, or in the Specifications/Statement of Work. Any and all Special Conditions that may vary from these general conditions shall prevail over these General Conditions and any conflicting provision within any vendor's standard terms and conditions regardless of any language in vendor's documentation to the contrary. SEALED BIDS This form should be submitted with all Bid Forms in a sealed envelope. The face of the envelope shall contain the above address, the Bid number and the Bid title. Bids not submitted on the attached Bid Form may be deemed non -responsive. All Bids are subject to the terms and conditions specified herein. Those bids that do not comply with these conditions may be deemed non -responsive. BIDDER COMPANY NAME: COMPANY ADDRESS: COMPANY PHONE: NAME OF AUTHORIZED AGENT: TITLE OF AUTHORIZED AGENT: AUTHORIZED AGENT EMAIL ADDRESS: BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: I certify that this Bid Acknowledgement is made without prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder. It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6-141 et seq. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division, 7525 N.W. 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specified on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified, the Bidder must use the bid form furnished in the bid document. The Bidder is requested to submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for ninety (90) days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. 2. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds. 3. BONDING When required by the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the City's forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish the required bonds within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's failure to furnish said bonds. 4. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 5. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform worts 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. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and submit this form with the bid/proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Bidders shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. 8. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. marac Purrhas;Og and ConUacts Division 11 .......................... ._....... ------- ..._--------- ..........._................... ......... _........................ _..... _.......................... _.... _........... _.._._.__............ __........................ ... ....... _............................................... _..... ............. _.................................................................. _.... ................................ _.__.......... 9. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid prices shall be fixed and firm for a period of ninety (90) calendar days. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder should enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Florida Prompt Payment Act, F.S. Chapter 218. 10. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturer's name, trade name, brand name information and/or model/catalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid. The Bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and model/catalog number. Bidder shall submit complete descriptive literature and/or specifications with the bid. The burden of proof for specification compliance is solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid disqualification. If Bidder fails to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Bidder intends to furnish goods identical to the bid standard. 12. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 13. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Broward County Sheriff's Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidder's qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Project Manager prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 15. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards, if applicable. 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 19. TERMINATION a. DEFAULT In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such %ity of Taman ac neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE The final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. .FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 21. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the ads and omissions of all employees working under its directions. 22. EQUAL EMPLOYMENT OPPORTUNITY During the performance of the Contract, the successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, martial status, political affiliation, familial status, sexual orientation, or disability if qualified. The successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national origin, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection of training, including apprenticeship. The successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The successful Offeror further agrees that he/she will ensure and Contracts Division that Subcontractors, if any, will be made aware of and will comply with this clause. 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 24. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Purchasing Division certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Line of Business/ Occurrence Aggregate Coverage Commercial $1,000,000 $1,000,000 General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Statutory Compensation & Employer's Liability Builder's Risk Insurance is required in an amount not less than the replacement cost for the construction of the work. Coverage shall be "All Risk" coverage for one hundred (100%) of the completed value. City o ; arnaaac �'� Tchasing and Contracts Divisi�On ...........................................-,.........................._,_.__..........................................................................._._.._..._...._..............__...................___......._......_._......._........._..._._.........__._..__......................................_.__........................... ....... _...........................__...........__..... .._.._............... The City reserves the right to require higher limits interpretations given by any City employee or its depending upon the scope of work under this Agreement. representative. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attomeys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 27. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral 28. BID TABULATION Bidders may download the bid tabulation on-line at hfti)://www.tamarac.oralcurrentsolicitations/bidresults The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §120.57(3xa), or within 10 days after bid/proposal opening, whichever is earlier. 29. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 30. UNBALANCED BIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Bidder's submitted Schedule of Bid Prices or Price Proposal Form, the unit prices shall prevail. City of Tamarac INVITATION TO BID BID NO. 09-12B Sealed bids, addressed to the Senior Procurement Specialist of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 3:00 PM, local time, August 20, 2009, at which time bids will be publicly opened and announced for, Specification Preparer & Administrator for the Community Development Department, Housing Division. All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. Submit one (1) original document, marked "Original" on its exterior, prior to the bid opening deadline. Late bids will not be accepted. Two (2) photocopies should accompany your original. Bids shall be submitted on the official Bid Forms furnished within this bid package; and those submitted otherwise will not be considered responsive. The submittal should be plainly marked "SPECIFICATION WRITER & ADMINISTRATOR LIASION FOR COMMUNITY DEVELOPMENT - HOUSING REHABILITATION PROGRAMS" on the outside of the envelope. A Pre -Bid Conference will be held Tuesday, August 11, 9:30AM, located at 7525 NW 88th Ave, Tamarac, Florida 33321, Room 105. All parties interested in bidding this project are highly encouraged to attend this meeting. The City's Community Development Department, Housing Division, administrates CDBG, HOME, SHIP and NSP Grant Programs for rehabilitation of eligible local properties. Current program funds are estimated to cover the cost to rehab an estimated 100 properties annually with possible receipt of additional funds later in 2009, to rehab another 60-80. The awarded firm shall be a Certified General, Certified Building Contractor or Licensed Structural Engineering firm qualified to represent the City as the Specification Writer, Program Administrator Liaison between the City, the property owner, and the Contractors that perform the actual rehab work. The awarded firm shall prepare rehab specifications for each property under direction from the Housing Division, within Grantor requirements, and City designated budget and administrative guidelines. The awarded firm shall issue notification and conduct mandatory pre -quote meetings to review the specifications at each property with eligible Contractors. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and purchase for $15.00 in the Purchasing Office, Room 108. This fee is payable by cash or check made out to the City of Tamarac. For non -technical inquiries, contact the Purchasing Office at (954) 597-3570. For technical issues, direct questions in writing, to Angela Bauldree, Housing Administrator, Fax (954) 597-3544, or via email to angelab(a-)_tamarac.org. Be sure to include the Project Title and Bid Number on all correspondence. Q A�40_, �Z4 James Nicotra, CPPB Senior Procurement Specialist Publish Sun Sentinel: Sunday, July 26 and Sunday, August 2, 2009 City of 7<?tt &ac TABLE OF CONTENTS Bid No. 09-12B att£'z f)nlr,T..?cts Mlisi n General Terms and Conditions2-6 - 6 Instructionsto Bidders...................................................................................................9 -10 SpecialConditions........................................................................................................11-12 SpecialProvisions........................................................................................................13-20 Bid Coversheet Checklist.................................................................................................. 21 Bid Form and Schedule of Bid Prices ......................................................SCH 22 - 28 Non -Collusive Affidavit................................................................................................. 29-30 CertificationForm.............................................................................................................. 31 Bidder's Qualification Statement....................................................................................... 32 ReferenceForm................................................................................................................ 33 Vendor Drug -Free Workplace Form.................................................................................. 34 List of Subcontractors Form............................................................................................. 35 Certified Resolution Form.................................................................................................. 36 Application for Payment Form .................................................. ........................37 Sample Form of Agreement......................................................................................... 38-49 0 %ity Cif 7 C2T r aC r% (?ContractsVt5ion INSTRUCTIONS TO BIDDERS BID NO. 09-12B SPECIFICATION WRITER & ADMINISTRATOR FOR THE TAMARAC COMMUNITY DEVELOPMENT DEPARTMENT — HOUSING DIVISION It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to recommend multiple award term contracts if it is determined a single firm is not capable, as solely determined by the City, to adequately meet anticipated demand for grant program requirements for services. Should a multiple award contract be recommended by City, the contract fee of the lowest responsive/responsible bidder shall be offered to the next responsive / responsible bidder for same services. If the next lowest bidder is unable or unwilling to provide the same services at the low bidder's unit prices, City may offer same option to the third lowest priced responsive/responsible bidder as so on. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. DESCRIPTION OF WORK The City's Community Development Department through the Housing Administration Division, administrates separate CDBG, HOME, SHIP and NSP Grant funded Programs. The Specification Writer / Administrator / Liasion shall prepare written property rehab specifications and provide administrative services, under the direction of the Housing Division, for an estimated (100) properties annually under the guidelines of these various grant programs. There may be additional grant funds available later in 2009 that could add to this property rehab estimate. The scope of work requires the services of a licensed Certified General, Building Contractor or licensed Structural Engineering firm exhibiting excellent communication skills able to prepare clear, unambiguous industry standard acceptable rehab specifications as well as, represent the City as the liaison between City, Property Owner, and the City's Pre - Qualified General Contractors. The awarded Specification Writer/Administrator (SWA) shall develop a standard quotation form, subject to City approval, to be used in tandem with the issuance of the rehab specifications to Contractors. The SWA under the direction of the City's Housing Administrator, shall meet all program required process timelines and maintain project files. The scope of work includes conducting a single mandatory pre -quote walk-through meeting at each job site where rehab work is to be performed to review specifications with the attending Pre -Qualified Contractors (PQC). Notification and scheduling of all pre -quote meetings to all PQC shall be the responsibility of the SWA. The SWA shall provide copy of the written specification and quotation form to each attending PQC attending the mandatory pre -quote walk thru. The SWA shall address Contractor questions and secure a Sign -In sheet of all attendees. (See Scope of Work Specifications for further details). r(v of 7" amar ac; Purchasing and C, ;1f t �s t�ivisir„ TERM OF CONTRACT The initial term of this contract shall be for one (1) year from date of award. An additional two (2), one (1) years period renewals shall be contingent upon satisfactory SWA work performance and desire of both parties to renew the agreement under same terms, conditions and prices, and as may be in the best interest of City. The number of rehab properties through this contract period are estimates only, based on City's current knowledge of grant funds. The City does not guarantee any specific quantity of rehab work as available funds are not the same from year to year. LICENSES To be eligible for award of this project, the Contractor must possess at time of bid opening, one of the following State Certified and/or County Competency licenses or any license that can meet, exceed, or legally perform the scope of work will be acceptable, as determined by state or county licensing agency. State: Certified General Contractor or Building Contractor, defined by F.S. 489.105 3a or Licensed Structural Engineer, defined by F.S. 471 or County: General Building Contractor Class A, B or C (State Registration Required) Occupational license must be in effect as required by Florida Statute §205.065. Successful Contractor shall also have a minimum of five (5) years, full time, verifiable experience as a qualified licensed Contractor with performance of similar scope of work experience and outstanding references. CONTACT INFORMATION For technical inquiries, contact the Housing Division, Housing Administrator, Angela Bauldree, Community Development Department, (954) 597-3539. For non -technical general inquiries regarding this solicitation, contact the Purchasing Office (954) 597-3570. Cityof % n z r ;; Porr;hasir,c and Conlracts Division ............................. ..... .................................................. .......................... _._.__._.__....._............__......... ........ ....... ___ .............. _.._.............. .... .......... ....................... ......... _........................................ ..... .... ............... ..._.......................... __........................ _........._......... ._........................................ SPECIAL CONDITIONS BID 09-12B SPECIFICATION WRITER & ADMINISTRATOR FOR THE TAMARAC COMMUNITY DEVELOPMENT DEPARTMENT —HOUSING DIVISION 1. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform all assigned work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified person present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. It shall be the responsibility of the Contractor to remove from the job site and properly dispose of all residues at the end of each and every workday. 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard public and private property while conducting the scope of this contract. The Contractor shall repair and/or replaced in equal or better condition at no additional cost to the City, damage resulting from any activities through the performance of this contract. The Contractor shall use all means to protect existing property. In the event of damage, Contractor shall make immediate repair and replacement to property, at no additional cost to City. In the event of such damage, Contractor shall immediately contact the City's Community Development Department by telephone (954) 597-3549 and inform the appropriate staff member about the location and extent of the damages. of Tamarac 4. SITE INSPECTION — CITY and Contracts Division All work by Contractor will be under the direction of the Community Development Department's Housing Division and is subject to inspection by the City or City representative to ensure compliance with the terms of the contract. All rehabilitation specification shall be in full compliance with all current local, state and county building codes and ordinances. The presence or absence of an Inspector does not relieve the Contractor from any requirements of the contract. 5. DELIVERY Written Site Specification and Final Inspection(s) by Contractor shall commence and be completed within (10) calendar days of City's Notice to Proceed. If multiple final inspections are required, the same time frame shall apply. 6. PAYMENT Prompt payment will be made monthly for work that has been completed and properly invoiced. Invoices must be submitted to the Housing Administration Office and must reference the property owner name, address and quote number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. 7. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form of Agreement, Bid Proposal executed and submitted by the Contractor, plans and specifications (where applicable), any addenda or amendments, change orders, insurance certificate(s), and the City's Resolution awarding the bid. 8. CHANGE ORDERS The City reserves and shall have the right to make increases, decreases or other changes to the scope of work as may be considered necessary or desirable to complete a rehab project in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a written change order setting forth the adjustments is approved in writing by both the City and Contractor. Once the Change Order is executed, the Contractor shall promptly proceed with the work. 9. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. of Tama ac SPECIAL PROVISIONS BID 09-12B arfY Contracts Dwision SPECIFICATION WRITER & ADMINISTRATOR FOR COMMUNITY DEVELPMENT - HOUSING REHABILITATION PROGRAMS 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified Certified General and Building Contractors or Licensed Structural Engineering firms qualified to represent the City as Specification Writer/Program Administrator Liaison between the City, Property Owners, and the Contractors that perform the actual rehab work. The awarded firm(s) shall prepare rehab specifications for each property under direction from the Housing Division, within Grantor requirements, and City designated budget and administrative guidelines. 2. BASIC DEFINITIONS Wherever used in the Agreement or in other Contract Documents, the following terms have the meanings indicated, which are applicable to both the singular and plural of each: 2.1 Addenda — Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the bidding requirements or the contract document. 2.2 Agreement — The written agreement between the City and the Contractor covering the Work to be performed including other Contract Documents that are attached to the Agreement and made a part thereof. 2.3 Application for Payment — the form acceptable to the City's Housing Administrator which is used by the Contractor during the course of the work in requesting payment and which is accompanied by such supporting documentation as is required by the Contract Documents. 2.4 Change Order — A document that is signed by the Contractor and City authorizing an addition, deletion or revision in the Work within the general scope of this Agreement, or an adjustment in the Contract Price or the Contract Time, issued after the Effective Date of the Agreement. 2.5 City — The City of Tamarac, Florida. Also referred to as Owner. 2.6 Contractor — May also be referred to as; Specification Writer / Administrator / Liaison or SWA. 2.7 Contract Documents — The contract documents consist of the executed Agreement, conditions of the contract (General, Supplementary and other Conditions), scope of work -specifications of Bid No. 09-12B, all addenda issued prior to, all modifications issued after execution of this Agreement, Notice of Award, Notice to Proceed, Certificate(s) of Insurance and any additional modifications and supplements, Change Orders and Work directive changes issued on or after the effective date of the Contract. Gityof (arni .v atc These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2.8 Contract Times — the number of consecutive calendar days stated in the Contract Documents to complete the specification writing phase of the service. 2.9 Defective — An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents. 2.10 Effective Date of the Agreement — The date indicated in the Agreement executed by the appropriate City award authority. 2.11 Program Housing Administrator — The City's authorized grant rehabilitation program/project representative. 2.12 Notice to Proceed — A written notice given by the City to Contractor fixing the date on which the Project Time will commence to run and on which the Contractor shall start to perform the Contractor's obligations under the Contract Documents. 2.13 Pre -Qualified Contractor — (PQC) Those firms pre -qualified by City through prior solicitation to perform the actual property rehabilitation work. 2.14 Program — All elements of work to be performed during the entire contract period. 2.15 Project — the scope of work for a single property rehab including all labor, materials and equipment used or incorporated into the project. 2.16 Specifications — Those portions of the Contract Documents consisting of written technical descriptions of the scope of work, standards and Workmanship as applied to the Work and administrative details applicable herein. 2.17 Subcontractor — An individual, firm or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site. 2.18 Completion — "Completion" means finishing or accomplishing performance of the Work scope as proscribed in the Contract Documents. That there has been no willful departure from the terms of the Contract Documents and the Work has been honestly and faithfully performed. The term "Completion" means the City's acceptance of the project. 2.19 Supplier — A manufacturer, fabricator, supplier, distributor, materialman or vendor. 2.20 Unit Price Work — Work to be paid for on the basis of bid unit prices. 2.21 Work — The entire completed Scope of Work or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work is the result of performing services, specifically, including but not limited to specification preparation, furnishing labor, testing, and City of Tarnarr c and Contracts Division administrative documentation used or incorporated in the Scope of Work for the project. The words "Project" and "Work" are used interchangeably. 2.22 Written Amendment — A written amendment of the Contract Documents, signed by the CITY and the Contractor after the Effective Date of the Agreement and normally dealing with the non -Engineering, or non -technical aspects rather than strictly Work related aspects of the Contract Documents. 3. ENUMERATION OF CONTRACT DOCUMENTS If any portion of the Contract Documents appears to be in conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: 1. The Scope of Work -Specifications 2. The Special Provisions 3. Special Conditions 4. The Instructions to Bidders and General Terms and Conditions 5. The Sample Agreement 4. INTENT It is the intent of the Contract Documents to describe a functionally complete contract in accordance with the Scope of Work - Specifications. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words that have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implications, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of the City, the Contractor, or any of their consultants, agents or employees from those set forth in the Contract Documents. 5. SUPPLEMENTS, MINOR VARIATIONS OR DEVIATIONS In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized in one or more of the following ways: 5.1 The City's Housing Administrator's approval variation; or 5.2 The City's Housing Administrator's written interpretation or clarification. Cityr of Tannar ac Purchasing and Contracts Division 6. CONTRACTOR'S ADDITIONAL RESPONSIBILITY 6.1 The Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. 6.2 The Contractor shall provide a qualified, English speaking, superintendent present on the property site at all times. The superintendent shall be a fully authorized agent of the Contractor, and have full authority to make on -site decisions and commitments regarding the Contractors Work. 6.3 The superintendent shall be satisfactory to the City and shall not be changed except with consent of the City's Housing Administrator. 6.4 If Contractor employs any subcontractor to perform scope of work under this contract, they shall be qualified in all respects equal to the Contractor, with respect to proper license and insurance in effect at all times and capable of making field decisions. The Contractor shall only utilize competent, qualified, and physically capable employees, having the requisite skill and experience to perform the work in a workmanlike manner. The City may require the Contractor to remove any employee working for or under the Contractor that the City deems careless, incompetent, insubordinate or otherwise objectionable. The Contractor shall be responsible to the City for the acts and omissions of all subcontractors and personnel working under the Contractor. 6.5 The Contractor shall be aware that the job may be subject to vehicular and pedestrian traffic and shall direct as appropriate, to keep it's safe and adequate flow. 6.6 Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 6.7 The Contractor is responsible for familiarizing itself with the nature and extent of the Contract Documents, the Work, the locality, and with all local conditions, verifying all pertinent figures and applicable field measurements, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the Work. The Contractor is responsible for making or causing to be made any examinations, investigations, tests and studies as it deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with other terms and conditions of the Contract Document. 6.8 The Contractor shall promptly report to the City's Housing Administrator or designee any conflict, error or discrepancy which the Contractor may discover and shall obtain a written interpretation or clarification from the City's Housing Administrator before proceeding with any Work affected thereby. 1 ¢i of Tamarac Pt.*rhasioq and Contracts D�vision 6.9 The Contractor shall be responsible for and shall coordinate all scope of work means, methods, techniques, sequences and procedures. 6.10 The Contractor shall keep the City's Housing Administrator or designee, informed of the progress and quality of the Work on a weekly basis. 6.11 If requested in writing by the Contractor, the City, with reasonable promptness and in accordance with time limits agreed upon, shall interpret the requirements of the Contract Documents and shall decide (subject to other provisions in the Contract Documents governing claims, disputes and other matters in question) matters relating to performance. 6.12 Contractor shall correct all Work, which does not conform to the Contract Documents. 6.13 Contractor shall give notices and comply with laws, ordinances, rules, regulations and lawful orders of public authorities relating to the Project. 6.14 Contractor shall be responsible to the City for acts and omissions of the Contractor's employees and parties in privity of contract with the Contractor to perform any portion of the Work, including their agents and employees. 6.15 The City's Housing Administrator shall prepare Change Orders as deemed necessary in accordance with the Contract Documents. Any work, which is commenced without a Change Order or Work Directive being approved, shall constitute a waiver of any claim of compensation for such work. All Change Orders must be approved by the City, identified as such in writing. 6.16 Contractor must repair any pavement, concrete, brick pavers, etc., disturbed as a result of any work within the scope of this contract to all applicable codes and City standards. 7. FAMILIARITY WITH THE TOTAL SCOPE OF THE PROJECT Contractor shall be familiar with the total scope of the project prior to commencement of any work. In case of any questions or conflict, they must be brought to the attention of the City's Housing Administrator or designee prior to any work. 8. BASIS OF PAYMENT, UNIT PRICES AND RIGHT TO CHANGE QUANTITIES Payment at the contract unit price shall be inclusive of all labor, materials, equipment and incidental items. 117 Ci(V of <3t"Ygt=i ac �'Pdt��� asF3 ,y and Cont'f'r�cts Division _......._.................................................................................._._...._......._............................ ........................_._..........................._..._........_.__.._.._._.._._................... .............._......___................._...__..............................................................._......._...__.._.._..___.._.......... __..... .................. 9. CHANGE QUANTITIES/CHANGE ORDERS The City, without invalidating this Agreement, may order additions, deletions or revisions to the Work. A written Amendment, Change Order or Work Change Directive shall authorize such additions, deletions or revisions. 9.1 All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior Change Orders for this Project, increase the cost of the Work to the City or which extend the time for completion, must be formally authorized and approved by the appropriate City authority in writing prior to commencement or effect of the change. 9.2 No claim against the City for extra Work in furtherance of a Change Order shall be allowed unless prior written City approval pursuant to this section has been obtained. 9.3 The Contract Price and Contract Time shall be changed only by Change Order or written Amendment. 9.4 The City Housing Administrator shall prepare Proposed Change Orders on forms provided by the City. When submitted for approval, they shall carry the signatures of the authorized City representative and the Contractor. 9.5 If the City and the Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract times that should be allowed as a result of a Work Change Directive, a claim may be made therefore. 9.6 The Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented. 9.7 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice will be the Contractor's responsibility and the amount of each applicable bond shall be adjusted accordingly. 9.8 Any claim for adjustment in the Contract Price or time shall be based upon written notice delivered by the party making the claim to the other parties and to the City's Housing Administrator not later than fifteen (15) calendar days after the occurrence or event giving rise to the claims and stating the general nature of the claim. No claim for an adjustment in the Contract Price or an extension of the contract time will be valid if not submitted in accordance with this Paragraph. C ii jv of iamai c, Purc has`„< �r„ ' C t>rtfr �r.,f � L?ivisi n .........................................................................................................._.............._...._._...._......._......_........................................_._.......................................__.................. .........................__....._........_.................... ... _............................... 9.9 The cost or credit to the City from a change in the Work shall be determined by one or more of the following ways: 9.9.1 By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation where unit prices do not exist in the contract documents; 9.9.2 By unit prices stated in the Contract Documents or subsequently agreed upon; or 9.9.3 By cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. 10. REGULATORY CHANGES The Contractor shall be compensated for changes in the Work necessitated by the enactment or revision of codes, laws, or regulations subsequent to the submission of the Contractor's proposal. 11. CITY'S RIGHT TO WITHHOLD PAYMENT 11.1 The City may withhold in part, final payment to such extent as allowed under Florida statute, necessary to protect itself from loss on account of: 11.2 Defective Work not remedied. 11.3 Failure of the Contractor to make payments to Subcontractors or Suppliers for materials or labor. 11.4 Reasonable evidences that the Work will not be completed within the Contract time. 11.5 Failure to carry out the Work in accordance with the Contract Documents. 12. CORRECTION PERIOD 12.1 The Contractor warrants the prepared technical specifications shall be in compliance with all applicable local, county and state building codes, laws and ordinances. Any work found to be non -compliant by City whether observed before or after acceptance by City, the Contractor shall commence and complete corrective revisions of the prepared specifications within seven (7) days after notice of the non -compliant work, without cost to the City. If Contractor does meet this time frame to amend the non -compliant specification and delay would cause a hardship or additional financial obligation to the property owner, City or Contractor performing the actual rehab, the City may have the non -compliant specification amended and all direct, indirect and consequential costs of such necessary amended work shall be paid by the Contractor. 12.2 Nothing contained in this Article shall be construed to establish a period of limitation with respect to other obligations that the Contractor might have 9 arrayac Pur hasing and Con& ar is Divisbn under the Contract Documents. Establishment of the time period as described in Article 29, relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to 12.3 establish the Contractor's liability with respect to the Contractor's obligation other than specifically to correct the Work. 13. PROTECTION OF PERSONS AND PROPERTY 13.1 Contractor shall be solely responsible for initiating, maintaining and providing supervision for compliance with Occupational Safety and Health Act (OSHA) standards for safety precautions and programs in connection with the Work. 13.2 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to (1) employees on the Work and other persons who may be affected thereby; (2) and other property at or adjacent to the site. 13.3 The Contractor shall comply with applicable laws, ordinances, rules, regulations and orders of public authorities bearing on the safety of persons and property and their protection from damage, injury or loss. 13.4 The Contractor shall be liable for damage or loss to property at the site caused in whole or in part by the Specification Writer & Administrator, a Sub - Contractor, or anyone directly or indirectly employed by either, or by anyone for whose acts they may be liable related to the conduct of his/her duties specific as specification writer and quote administrator. 13.5 The Contractor as a part of this Bid shall include the cost of all safety equipment necessary for the performance of the Work. 14. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. ` itv of Tamara:; Rirrhasinc, and Conftacls Dvision COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. ❑ Sign the Certification page. Failure to do so may result in your Bid being deemed non -responsive. 2. ❑ Carefully read the General Terms & Conditions, Special Conditions and Special Provisions. 3. ❑ Properly fill out the Bid Forms / Bid Schedule for Prices.(Use only these Forms) 4. ❑ Sign the Certification Form. Failure to do so may result in your Bid being deemed non -responsive. 5. ❑ Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 6. ❑ Fill out the Bidder's Qualification Statement. 7. ❑ Fill out the References Page. 8. ❑ Sign the Vendor Drug Free Workplace Form. 8. ❑ Fill out the List of Subcontractors Form included herein. 9. ❑ Fill out and sign the Certified Resolution. 10. ❑ Include Proof of Insurance. 11. ❑ include copy of State Certified or County Competency License(s) 13. ❑ Return and/or acknowledge all Addendums Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID 21 _ C�i�y of Tamarac �'r. r .hasing and C o �i, pacts Division _ ...................._.................____....._.................................._...... ... ..................................._......_...........................................__.__ ...................__...._...._...._._�..__ ......._.__............................................. .................................................._...._..._.........._............._.._____......................_..__....._.. BID FORM BID NO. 09-12B SPECIFICATION WRITER & ADMINISTRATOR FOR COMMUNITY DEVELPMENT - HOUSING REHABILITATION PROGRAMS The scope of work under this program shall be under City budgetary program guidelines. The City of Tamarac is hereby requesting Bids from qualified Contractors to prepare industry standard written Specifications for property rehabilitation under the guidelines and the direction of the City's Community Development Department, Housing Administration. In addition, the firm shall be responsible to be liaison and administrator between the City, the Property Owners, and the City's Pre -qualified List of Contractors. In order to be considered for this project, the Bidder shall possess, at time of bid opening, one of the following State Certified or County Competency licenses or any license that meet, exceed, or legally perform the scope of work will be acceptable, as determined by state or county licensing agency. State: Certified General Contractor or Building Contractor, defined by F.S. 489.105 3a with at least five (5) years of verifiable full-time successful experience on similar size and scope projects. or Licensed Structural Engineer, defined by F.S. 471, with at least five (5) years of verifiable full-time successful experience on similar size and scope projects. C•Ii County: General Building Contractor Class A, B or C (State Registration Required) with at least five (5) years of verifiable full-time successful experience on similar size and scope projects. We propose to furnish the following items in conformity with the specifications and at the indicated bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm for the full term of this contract and applicable extensions and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. For each bid item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein. SC14-22 Bid Form & sch-eduh..) of Bid Pries City of 1aPt"c'3f"ac BID SCHEDULE Bidder understands and agrees the unit bid prices entered below are all inclusive of labor, equipment, materials, insurance, incidental and accessory items as needed. ITEM DESCRIPTION OTY UNIT PRICE NO. Initial contact, inspection, preparation of Specs "before pictures" and 2"d home meeting with Customer to explain Specs and obtain Owner's signature / acceptance of 1. written Specifications. Prepare all necessary paperwork and fax "Notification of Pre -Bid Meeting" to Contractors. Conduct Pre -Quote Meeting at 2. Job Site. Final Inspection and "After Pictures" — includes 1st Final Inspection and 2"d Final, if 3. necessary. 4 Additional Final Inspections (After 2"d) NAME OF BIDDER: EA $ EA $ EA $ EA $ C t-23 Bid Form & Schc;cftrlc cif Bid' Ptkx,,s of T narac BID FORM (continued) BID NO. 09-12B 81"O'Conh,acls Division SPECIFICATION WRITER & ADMINISTRATOR FOR COMMUNITY DEVELPMENT - HOUSING REHABILITATION PROGRAMS Submitted by: Date THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88tt' Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a. Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. C. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. ft1 Cif ..... fte:? Pttr'f.;hasing land if€1nM�i ic(S Di,4-sit`n ............._..__.__.__.............._._..._...._...............................................................__.._....._._........_.............................................................................................._...........................................I- __.................... .............. .......................__..__..................._.._.._............._.........._......... ..... .......... BID FORM (continued) BID NO. 09-12B SPECIFICATION WRITER & ADMINISTRATOR FOR COMMUNITY DEVELPMENT - HOUSING REHABILITATION PROGRAMS The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Authorized Signature Typed/Printed Name Telephone Fax Email address for above signer (if any) Company Name Address City, State, ZIP Federal Tax ID Number Contractor's License Number SC! i 25 Bid Farm & SCIIedvie of Bi <t laices C iby o 3 (fibn1a; a,,. Pr.iri,f{L"'2sing and ifi�si�rf�.�t�. is Division .........................._..._.................................... ..............._............................. __,.,,,,,....,,,.................. ,....,..,..,................. .................._..__................................................._..,,,_..,...,....,._..,........."............................._._.............. ........................................._,.,.....,......... ...._..._.,.........,....... .............................. BID FORM (continued) BID NO. 09-12B SPECIFICATION WRITER & ADMINISTRATOR FOR COMMUNITY DEVELOPMENT — HOUSING REHABILITATION PROGRAM Bidder's Name: Delivery/completion of a property specification calendar days after receipt of City's Notice to Proceed, however specification writing completion time shall not exceed (10) calendar days from City's Notice to Proceed. To be considered eligible for award, one (1) original and two (2) copies of this bid form should be submitted with the Bid. One original bid must be submitted at time of bid opening. Copies must be provided within (3) business days of City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder, as evidenced by completion of the Certified Resolution form contained herein (or acceptable Corporate Resolution) may be deemed non -responsive and ineligible for award. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why Bid Proposal is not being submitted at this time. Return Bid Form to avoid removal of Bidder from City of Tamarac's vendor listing. Contractor Accepts Credit Card Payment YES NO SCH-26 Bich Form & Schedule of Bid Prices `_h'y cif Tamaac^ Pr.rrchasinq ano' Conifacts Dwisi«n ........_...._...................... _............................__.__._..............._.......�....m._....._-............................................................................_........_.__.._............................................................__....._.__._._......_.........._.........__........_..._.................... SCOPE OF SERVICES - SPECIFICATIONS The City of Tamarac's Housing Division, administrates multiple grant programs known as CDBG, HOME, SHIP and NSP that provide funds for property rehabilitation in the local community. Grant funds from these various programs and potential future grant programs of a similar nature; are used to identify and qualify property owners for certain construction property rehabilitation within Grantor and City administrative and budget guidelines. Tamarac has established a List of Pre -Qualified General Contractors through periodic marketplace solicitations. Only City's Pre -Qualified Contractors are eligible to perform the actual rehabilitation construction work. The number of Pre -Qualified Contractors (PAC's), normally range between 15 - 25. The awarded Specification Writer / Administrator(s) (SWA) must possess the ability to prepare industry standard specifications and to effectively communicate clear and unambiguous instructions and information among the program participants that include; • City Housing Division Representatives • Property Owners • Pre -Qualified Contractors All specification writing shall be in accordance with current applicable Building Codes, state, county and local building codes, laws and ordinances. There are Two (2) basic functions the SWA will perform under this contract; • Specification Writing for designated properties to be rehabilitated • Administrative liaison between City, Property Owner & Pre -Qualified Contractors During the term of this contract, the Specification Writer/Administrator Contractor(s) (SWA) shall not be eligible to directly or indirectly quote, perform, or subcontract the actual construction repair/rehab work, in whole or in part. The SWA shall be notified by the City's Housing Division of eligible properties for spec writing rehab/repair services. The SWA shall work under the direction of the City's Housing Administration and within the program guidelines and budget assisting to identify and prioritize specific property areas most in need of rehab, roof, windows, etc. Prior to release of written specifications, SWA shall verify with the City's Building Department that any structural modifications to the property were completed with appropriate permits. Illegal conversions must be reported to the City's Housing Division and addressed within the written work specifications. After the rehabilitation scope of work is approved, the SWA shall prepare industry standard written specifications. Once the specification is finalized, The SWA shall notify all PQCs, a minimum of one (1) week in advance via faxed letter or other documentable method, advising date, time and address of upcoming Pre -Quotation meetings. It is required SWA send all notifications on the same day, providing equal and unbiased advanced notice. All fax transmittals and all project related communication shall be maintained by SWA in separate hard copy rehab specific files. The City shall provide to the SWA the most current Pre -Qualified Contractor List with contact names, addresses, phone and fax numbers. SG -27 Bid Form & Schedule of Bid Prices City of Tang ac F'vrchas#,cg and Contracts Dv�ision ....__._...__.................................................._.__._..._.............._.,__.........._..__.._._.._..... __......................___.._._..�_..___...........................................................I................____..._.........................__.____.__......_..._........................__-___....................__........._...__.._. Copies of the written specifications shall only be distributed to the Pre -Qualified Contractors that attend that specific mandatory pre -quote meeting. SWA may use verbal instruction to supplement the written specification as long as all attending Contractors can hear the same verbal instruction. The SWA shall be responsible to secure an accurate account of all attendees at the pre -quote meeting via a "Sign -In" sheet, required for each pre -quote meeting. The "Sign -In" sheet is important toward documenting PQC eligibility. It must be identified by quote number, property owner name or address. It must list all meeting attendees, the firm they represent and phone their numbers. In addition to the distribution of the written specification to all attending PQC and copy to the Housing Division, the SWA shall conduct a brief visual walk through of the property and answer PQC questions relative to the scope of rehab. If substantial revision to the prepared written specifications become necessary, the SWA must prepare spec revisions, at no additional cost to City, and distribute the revised spec to only the original attending PQCs, one (1) week prior to the quotation due date. At the Pre -Quote meeting, the SWA shall also distribute copies of a standardized City approved quotation form to all attending Contractors. The quotation form shall have pre- printed information indicating property owner name & address, a sequentially numbered project quote number the date, time and address the quotation is to be returned. The PQC shall use this form and no other, to document their quote price for the designated rehab. The priced quotations shall be returned directly to the City in a sealed envelope for evaluation of the low responsive/responsible bidder. NOTE: In the event the City awards to two (2) qualified Contractors for Specification Writing / Administration Services, the City will endeavor to split the number of spec writing projects equitably. However, the exact equal split of work shall not be guaranteed as may be in the best interest of the City. SWA PROJECT FILE MAINTENANCE For program audit purpose, the SWA shall be required to establish and maintain a file system acceptable to City. The integrity of the program requires the SWA's understanding that all communication and instructions with the PQCs, be provided timely and uniformly to all Contractors as not to favor "one" PQC over another in all matters of administration of this program. All written communication shall be maintained in proper file. The SWA project files must identify on its tab, property owner name, address and quotation number for each separate project file. Each file shall contain all fax confirmation notices and/or attempts to notify Contractor. Additionally, all subsequent project correspondence shall be kept in file. The SWA by execution of this contract for these services, understands and agrees that the City reserves the right to exam all files with a minimum of three (3) day written notice to the SWA to ensure compliance of certain Grant Program requirements. SWA acknowledges that the program files created and maintained by SWA are the property of the City. The SWA agrees to release all files for this program to the City upon ten (10) day written notice by City. All priced quotations by the General Contractors (PQC) shall be returned directly to the City's Housing Division for evaluation. Quotes will remain sealed and secured unopened in the Housing Division until the designated due date and opening time. SCH-28 Bid Form & Schedule of Bid Prices �F!. �._.............................. ...._..._...._......................................................................__..._.__.........._.._....._._...__.__._-___........._.__........._.__......................................... .............................._.,...................................._......................... _..__._.__......._.................. _......................... NON -COLLUSIVE AFFIDAVIT State of )ss. County of ) and says that: being first duly sworn, deposes He/she is the , (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness By Printed Name Title 29 Bid Form & Sd I eduip of Bia Prices of Tamarac Purchasing and Conhset is D vision __........................................_....._......................._.....................................................___......._.._.............._._....._..._.._.._........_..._._...................._............................_..........................__ ......_......_.................__....___............................_........................... ....... . ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath ant,' C onl�r ,acts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ If "Other', Explain: Authorized Signature Typed/Printed Name Telephone Fax Company Name Address City, State, ZIP Federal Tax ID Number Email address for above signer (if any) Contractor's License Number 3i City of Tamarac Pvrchasirty and Contracts Division _.....:..................................................................... __... ___............................_.........................__....__....._................ __...... _.......... __................. _.._......................................................................._....._.._..__.................................................................................... ..................................... ................... .. BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company Address City State Zip Telephone Fax Number E-Mail Address 1. How many years has your organization been in business under its present name? Years 2. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified?Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License 6. Has your company ever declared bankruptcy? Yes ❑ No ❑ If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No ❑ If yes, explain (date, service/project, bid title etc.) 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑ If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ❑ If yes, explain: 32 ai y of T3/4 ar,,-:; REFERENCES and CxnlT,.icts Division, Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name of Tan,,,�wac Purchasinr,, and Contnacfs Dvisiare VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature >4 Company Name .,, f:f t, LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed % Total Contractor Subcontractor Contract License No. Name/Address 3,13 C<it✓ r,/ T"Wi-trac Purchasing and C;or;' a= ,.I.s ,ivi,s0rt CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE Given under my hand and the Seal of the said corporation this (SEAL) NOTE: By: SIGNATURE . day of , 20_. Secretary Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. of Tama ac APPLICATION FOR PAYMENT Contract Title: Rurhasino and Conlrads Division Contract/Purchase Order No.: Original Contract Value: Contract Change Order Value: Current Contract Value: Cumulative No. Change Orders: Application for Payment is made, as shown below: 1. Original Contract Sum $ 2. Net Change by Change Orders $ 3. Contract Sum to Date (line 1 (+) or (-) line 2) $ 4. Total Completed and Stored to Date $ 5. Retainage a. % of Completed Work $ b. % of Stored Material $ c. Total Retainage (line 5a + line 5b) $ 6. Total Earned less Retainage (line 4 — line 5c) $ 7. Less Previous Application For Payment (subtract line 6 from prior A.F.P.) $ 8. Current Payment Due $ 9. Balance to Finish, plus Retainage (line 3 — line 6) $ Submitted by: Date: Contractor Approved for Payment Date 7 City of Tamarac Purch-Isingand Contracts Division SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this _ day of , 20_ by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and a corporation with principal offices located at _ (the "Contractor') to provide for Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Bid Document No. 09-12B, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between 09-12B as issued by the City, and the Contractor's Proposal, 09-12B as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 38 Agreement Cty of Tclma?ac Purdie sitic] ane Contracts C ivisiorP 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion 4.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be completed withindays from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, completion shall mean the issuance of final payment. 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule 39 At9 reemera included in the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 5) Contract Sum The Contract Sum for the above work is Dollars and cents ($ ). 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until 50% of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. The City desires to be able to make payments utilizing City's Visa Procurement Card as a means of expediting payments. It is highly desirable that the successful proposer have the capability to accept a Visa Procurement/Credit card as a means of payment. 7) Remedies 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 40 Agreement City of Tartrarac 8) Change Orders Purchasing and Contracts Division 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 8.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency 41 c reerner t City of Tamarac Purchasing and Contracts Division time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) 42 AgrpPment. ......... ..- _ -. ......;dry;f Tamarac ,slnq . card Coriracfs Division years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 10) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 11) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid. 12) Indemnification 12.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 12.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 13) Non -Discrimination & Equal Opportunity Employment During performance of Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or 43 Ag eerneof C,•fy of Tarnerec Purchasing and Division disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 14) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 15) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 16) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: 44 Agreermeot City of Tarrarac CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 Parchass,,g and Gonlrac.Ps Division With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR 17) Termination 17.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 17.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 18) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. City of Tamarac Purchgsing and Contracts Division 19) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 20) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 21) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 22) Uncontrollable Circumstances 22.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 22.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 46 Agar een= eot ......................-..._.........._._._..................... ....� ...........__....-_...._..............................................................._................_._................____..__. City ref Tamarac Purchas,ng and Contracts Division 23) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 24) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank 47 Agreement _... ...... --- ......... .......... ...... ___._.................................................................................................. ._.............................................................._.........................._............._.__................_..__..__.................._................................................................................................ ._..._.................... City of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: Signature of Corporate Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Beth Flansbaum-Talabisco, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date ............................ .................................... .._............ ................... ...... ............. ............................................................................................................................................................................................ ................... ................._................_.......... ...... ____.... ______.... ___...................... .... .... . 8 Agreement City of Tamarac Purchasing ard Con'tracts Dhvision CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of , a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this _ day of , 20_ Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. of Tamarac AGREEMENT BETWEEN THE CITY OF TAMARAC /,L` U7 & Contracts Division ACAI ASSOCIATES, INC. THIS AGREEMENT is made and entered into thisdFday of 414A�_,200� by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88th Ave., Tamarac, FL 33321 (the "City") and ACAI Associates, Inc., a Florida corporation with principal offices located at 2937 W. Cypress Creek Road, Fort Lauderdale, FL 33309 (the "Contractor") to provide specification writing and administration services for various grant funded property rehabilitation programs for the Community Development Department, Housing Division. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, Bid No. 09-12B, including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by the Contractor, specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to prepare and administrate the specification writing program under direction of the Community Development Department. 2.1.2 Contractor shall maintain all records and files in accordance with grant funded and City provided guidelines. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and priorto any schedule change with the exception of changes caused by inclement weather. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws, codes and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the of Tamarac Purchasing & Contracts Division Contractor, its employees, agents or sub -Contractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid or proposal document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's General Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The term of this contract shall be for one (1) year from date of award with two (2) additional, one (1) year renewals, contingent upon satisfactory performance, mutual agreement to renew at same terms, conditions and pricing of the original contract, available funding, and as in the best interests of the City. 5) Contract Fee The fee for services shall be as bid by Contractor, Bid 09-12B, Bid Schedule. Each specification writing residential rehab project, as directed in writing by City, shall be at a cost of Seven Hundred Thirty Five Dollars and no cents ($735.00). A contingency item with City approval, may apply for required additional Final Inspections, after 2"d, at a cost of One Hundred Forty Dollars and no cents ($140.00). 6) Payments The City shall make payments in accordance with this Agreement and Bid Schedule 09-12B. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. of Tamarac 7) Indemnification & Contracts Division 7.1. GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any sub - Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or c). liens, claims or actions made by the Contractor or any sub -Contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Contractor. 7.2. Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 7.3. To the extent permitted by law, the Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 7.4. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and City of Tamarac Purchasing & Contracts Division selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Sub -Contractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 10) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: City of Tamarac Purchasing & Contracts Division Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR ACAI Associates, Inc. 2937 W. Cypress Creek Road Fort Lauderdale, FL 33309 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 12.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 13) Uncontrollable Forces 13.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in orfailure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 13.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. City of Tamarac Purchasing & Contracts Division 14) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 15) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 19) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. of Tamarac Purchasing & Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President, duly authorized to execute same. ATTEST: �arionSwensson,CIVIC CC City Clerk ('h ho Date Adolfo J. Cotilla, Jr. Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Beth Flansbaum-Talabisco, ayor Date Jeffrey L. MilYer, City Manager � �-2,pGov Date: Appr ed s form and legal sufficiency: Citp A orn M �� Adolfo J. Cotilla, Jr., Type/Print Name of President la/W 0 f Da CORPORATE ACKNOWLEDGEMENT STATE OF rLo--4��A :SS COUNTY OF Pecr �7 I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared, Adolfo J. Cotilla Jr., President of ACAI Associates, Inc., a Florida Corporation, to me known to be the person(s) described herein and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of �1 , 20 A NOTAWPl3BLIC-ff=OFFLORMnature f Notary Pu is Sandra Smerkers •-Commission#DDb93145 State of Floridaaa Large g , Expires: AUG.AUG.19, 2011 •.,`�?t BONDED MU ATLANTIC BONDING CO., INC, r_ Gi Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath.