Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-100Temp. Reso. # 10975 June 14, 2006 Page 1 of 3 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2006-_0 Q_ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID #06-2013 TO SMITH BROTHERS CONTRACTING (BOBCAT OF BROWARD) FOR THE PURCHASE OF REPLACEMENT HEAVY EQUIPMENT; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $25,957.66; AUTHORIZING BUDGET TRANSFERS AS NEEDED FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Adopted Fiscal Year 2006 Capital Improvement Program Budget authorized the purchase of replacement heavy equipment for the Public Works Department; and WHEREAS, the timely replacement of City equipment is necessary in order to ensure the effective and efficient delivery of services by City departments; and WHEREAS, the City publicly advertised Bid #06-12B for the purchase of a Bobcat S-185 Skid -Steer Loader; and WHEREAS, Invitation to Bid #06-20B is attached hereto as Exhibit "V; and WHEREAS, On May 16, 2006 two (2) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specification; and WHEREAS, a copy of the bid tabulation showing all bids for Bid #06-2013 is included herein as Exhibit "2"; and WHEREAS, Smith Brothers Contracting (Bobcat of Broward), the lowest responsive and responsible bidder, submitted a bid for the purchase of a Bobcat S-185 Skid -Steer Loader for an amount not to exceed 25,957.66; and Temp. Reso. # 10975 June 14, 2006 Page 2 of 3 WHEREAS, the Director of Public Works and Purchasing and Contracts Manager have determined that it is in the City's economic interests to purchase replacement equipment utilizing Smith Brothers Contracting (Bobcat of Broward); and 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 upon adoption hereof. SECTION 2: The purchase of replacement heavy equipment utilizing Smith Brothers Contracting (Bobcat of Broward) is hereby approved. SECTION 3: Replacement heavy equipment shall be awarded to the vendor shown for the specific item in the existing purchase agreement at the cost indicated in the agreement, as summarized in the "FY06 Heavy Equipment Replacement Summary" attached hereto as Exhibit °3". SECTION 4: An expenditure in the amount of$25,957.66 for said purpose is hereby authorized. SECTION 5: All budget transfers required for proper accounting purposes are hereby authorized. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. 1 1 1 SECTION 8 passage and adoption. Temp. Reso. # 10975 June 14, 2006 Page 3 of 3 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this �9 day of 2006. ATTEST: MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. F 20 MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: VIM PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER Temporary Reso. No. 10975 — Exhibit 1 INVITATION FOR BID Bid No. 06-20B Bobcat S-4 85 Skid -Steer Loader Issued on behalf of the Public Works Department City of Tamarac Purchasing Division 7525 NW 88`h Avenue Room 108 Tamarac, Florida 33321-2401 (954) 597-3570 Temporary Reso. No. 10975 — Exhibit 1 City„o, Tamarac J. j CQ11traCrS DiV.isioli COMPANY NAME: (Please Print):. ; "R i 0 . V L 7��� INC., `�_S�I - '7(c 3 - `� �"�G Fax: .� `7 �" �l - �iC�sPg BEFORE SUBMITTING YOUR BID, MAKE SURE:: YOU... Z 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 0 2. Properly fill out the Bid Form. Z 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 0 4. Sign the Certification page. Failure to do so will result in your Bid bein deemed non -responsive. g 25. Fill out the Offeror's Qualification Statement. 26. Fill out the References page. 7. Sign the Vendor Drug Free Workplace Form. 8. Fill out and sign the Certified Resolution_ Z 9, Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clear) marked with the BID NUMBER AND BID NAME 0,11 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. page, of ; - - id Check Lis: Temporary Reso. No. 10975 — Exhibit 1 F r r � y O Purchasing and Contracts Division ADDENDUM NO. 1 BOBCAT S-185 SKID STEER LOADER BID NO.06-20B DATE OF ADDENDUM: May 12, 2006 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Bid Documents for ADA COMPLIANT MODIFIED MINI VANS. 1. BIDDER'S QUALIFICATION STATEMENT -Lines #4 & #5: There are no requirements for either certification or licensing for this bid. The answers to these questions are irrelevant and will not be considered in the evaluation or award of this bid. These questions may be answered either with yes, no or not answered at all. All other terms, conditions and specifications remain unchanged for Bid No. 06-20B. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. This Addendum should be signed below and returned with your bid. NAME OF z1v a- 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 N (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer Temporary Reso. No. 10975 — Exhibit 1 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88r" AVENUE TAMARAC, FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknnwlarimmn%e. * BID NO.: 6-208 BID TITLE: Bobcat S-185 Skid -Steer Loader BID OPENING DATE/TIME: May 16, 2006, 4:00 P.M. BUYER NAME: Steven J. Beamsderfer, C.P.M. BUYER PHONE: 954-597-3566 BUYER EMAIL: Stevenb@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: None BONDING: Not required for this bid. GENERAL CONDITIONS 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 OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER 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 EXECUTED AND 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 "rO THE TERMS AND CONDITIONS SPECIFIED HEREIN, THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NAME: �S I ors COMPANY ADDRESS: ] � Q�n ,yi r! �v�, COMPANY PHONE: 25-L4 NAME OF AUTHORIZED AGENT: 1'Yl i C TITLE OF AUTHORIZED AGENT: Ales AUTHORIZED AGENT EMAIL ADDRESS: rr, BIDDER TAXPAYER ID OR SOCIAL SE( SIGNATURE OF AUTHORIZED AGENT: e s I rTq-V-. I certify that this Bid Acknowledgement is made without prior understanding, agreement of 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. Temporary Reso, No. 10975 — Exhibit 1 of Tamarac F,'0r0!76s109 C0176acisDi'J.'51Gt) 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: I. 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. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. 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 Stites or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. 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. 6. 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 cart' tAhis form complies fully with the above regwre,,ents. Authorized Signature C p ny Name F':agt5 I of 1 �...�..� Drug -Free W0/:1fphaL6 Temporary Reso. No. 10975 — Exhibit 1 SUBMIT BID To: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISIOP,l 7525 NW 887W AVENUE TAMARAC, FL 33321 954-597-3570 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. 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 bids shall be submitted in the English language. All prices, terms and conditions quoted in the submitted bid shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar 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 :.,hall furnish a Performance and Payment bond, an,:l/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 contact 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 bit 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. WITHDRAWA,I.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. Temporary Reso. No. 10975 — Exhibit 1 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISIOr�l 7525 NW 88T" AVENUE TAMARAC, FL. 33321 954-597-3570 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 work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall 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. 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 sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of mai:erials/services. Cash discounts may be offered for prompt payment; however, such discounts shall noi: 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 shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bid ter 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 Local Govemment 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 EQUIVALENT'S Manufacturer's naine, trade name, brand name information and/or model/catalog numbers are used in these specificati ins 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 Didder fails to name a substitute, it will be assumed Ihat the Bidder has submitted a bid which conform::; in all aspects to the requirements of the bid document, and that the Bidder intends to fi.irnish goods identical to the bid c - 3 Temporary Reso. No. 10975 -- Exhibit 1 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISIOlq 7525 NW 88TH AVENUE TAMARAC, FL 33321 954-597-3570 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 Bidders 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 Sheriffs Office. Bidders submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in detenrrining 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 Purchasing Division prior to final acceptance and payment. The warranty period ,shall commence upon final acceptance of the product. 1S. 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 Oc.:,upational 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, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contact for failure to perform. The date of termination shall be stated in the notice. The City shall be the sale judge of nonperformance. 18. INSPECTICN The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of saic 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. TERMINATIDN a. DEFAULT In addition to all ot-ier remedies available to the City, this Agreement shall be subject to cancellation by the City for cau.;,e, should the Contractor neglect or fail to perform oir 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. b. TERMINL4TION FOR CONVENIENCE OF CITY Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating parry to the other party for such termination in which event the Contractor shall be paid its compensation Temporary Reso. No. 10975 -- Exhibit 1 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS ❑IVISIOIV 7525 NW 88r" AVENUE TAMARAC, FL 33321 954-597-3570 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 acts and omissions of all employees working under its directions. 22. 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, religion, color, gender, national origin, sex, age, 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, religion, color, gender or national original, 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 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. 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local tuxes. An exemption certificate will be provided where. applicable upon request. 24. OMISSION OF DETAILS Omission of any e-;sential 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 hereinaftor enacted during the term of this agreement that area applicable to Contractor, its employees, agent.., or subcontractors, if any, with respect to the wart: and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the CitVs Risk & Safety Officer before beginning work un,ter 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 Risk & Safety Officer 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 ate 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 Temporary Reso. No. 10975 — Exhibit 1 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISIOId 7525 NW 88TH AVENUE TAMARAC, FL 33321 954-597-3570 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 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 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 attorneys' fees) ir, 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. City reserves the right to select itsown legal counsel to conduct any defense in any sach proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 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 ConditionsE and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all mati.ers relating to the adequacy and accuracy of such cocuments. If, upon review, any material errors in Specifications are found, the Bidder shall contact the Purchasing Office immediately. Any I squires, suggestions, requests concerning clarification, or requests for additional information shall b.:� 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 aarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 28. BID TABULATION Bidders may download the bid tabulation directly from the Internet al: htt a/www.tamarar,.or /De t/fin/ urch/results.html. The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section Temporary Reso. No. 10975 — Exhibit 1 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS Dlvisiopi 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-597-3570 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(3)(a), 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 nominal 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. 31 • 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. 1 Temporary Reso. No. 10975 — Exhibit 1 cf Tamarac & 'It; acts aimisian GENERAL REQUIREMENTS BID 06-20B T. MATERIALS, WORKMANSHIP AND COMPATIBILITY INFORMATION All furnished equipment, materials and workmanship shall be of the highest grade in accordance with modern industry practices. The equipment supplied shall be new, of the current or next model year and unused except for the necessary testing, calibration and transportation. 2• WARRANTY All items furnished in accordance with these specifications shall be covered by .the manufacturer's and supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be for the period specified in the Technical Specifications herein, for .all parts and labor. 3. EXCEPTIONS Any exceptions to the component list and specification requirements, or failure to submit requested information will be considered sufficient cause for rejection of a bid. Temporary Reso. No. 10975 — Exhibit 1 City of 7amarec T" TW l Purchasirrrr & Contrac'S Division TECHNICAL SPECIFICATIONS BID NO. 6-20B BOBCAT SKID -STEER LOADER The City of Tamarac currently owns a Bobcat Skid Steer Leader. This Loader is approaching the end of its useful lifespan and the City is seeking a replacement unit. During the period of time in which the current Loader was operated, the City purchased a number of Bobcat brand attachments thereby increasing the range of tasks the Loader was capable of performing. The list of Bobcat attachments owned by the City includes, but is not limited to, a trencher and two backhoes. Because the investment in these attachments is estimated to be in excess of $40, 000 and ecause Of and liability concerns, this bid is being restricted to a Bobcat brand, model compatibility Steer Loader only.S 85 Skid - The followin items shall be included on our bid: 1 ea. Bobcat S-185 Skid Steer Loader with liquid cooled 56 FOP Kubota v2003-M-DI with all Standard Equipment. Part #M0009 als 1 ea. High Flow Hydraulics —Part # M0009-R03-0O3. 1 ea. Attachment Control Device ---Part #M0009-A01-001 1 ea. Alarm/Horn Package --Part #M0009-P02-001 1 ea. Rotating Beacon Kit —Part #6719854 1 ea. Mounting Kit for 709 and 607 Backhoes 1 ea. 68" Low Profile Bucket --Part #6731418 1 ea. Bolt -on Cutting Edge, 68"—Part #6718006 8 ea. Bolts for Cutting Edge--Part#39C001031 B 8 ea. Nuts for Cutting Edge—Part#85D0000106 The following items shall also be included and made a artof our bid: 1 ea. Operators manual and full shop repair manual. 1 ea. Full 12-month, unlimited hour, parts and labor warranty on loader and options Temporary Reso. No. 10975 — Exhibit 1 CiiY of TaMar-aC r'urci:asi?x9 & Cat !; acts Division BID FORM BID NO. 6-20B BOBCAT S-185 SKID -STEER LOADER Submitted by: Em, A, 2 riz. 0 - (04I"') Date � O THIS BID IS SUBMITTED TO:�P City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88" Avenue Tamarac, Florida 33321 1. 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 sixty (60) 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 exl,ent 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 lidding; 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. aF Temporary Reso. No. 10975 — Exhibit 1 City of Tamarac � tµ. F>i1; L?)r?S ;?GJ __. �,Id Contra cis Dhdiior 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 5►�,��...r�S, Conrczc^�, �41 me,� „�� Address 1109 m)" j Ul"Ile City State Zip �(� r L 3 �, r Telephone 01514 .- `?1. 3 - DUO Fax Number q , rq _ - 09 IR 1. How many years has your organization been in business under its present name? --,Z 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 50 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.) 5 iY 77 s Al S ' ©4 1tOacoo, 41 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: Page 9 of Qua rication htaterne-!t Temporary Reso. No. 10975 — Exhibit 1 of Tamar-ac f'c;rch� sine G rt; acts ,'vrsron G � REFERENCES 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 E-mail 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 3 -99TO aC, 1_4,4 O_" /:3 9 b rn6'-O ke PI-A)(.- �r-o.« e f✓' nl�S t-f3 � -/// l r.__.__P_....__...,..._._......�......._......... ...... _..... Q _E_i3C_ - %� Sy- 1f143 -`fS'`f 95 �f - 35 to c) [c S Y 9.5 �/ L3 57 ',' 11 o srn er References Temporary Reso. No. 10975 - Exhibit 1 of Tamarac L l= urc ,(side` & C011c ac,s Ciiuysioct BID FORM (continued) BID NO. 6-20B The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide a Bobcat S-185 Steer -Skid Loader with listed options, accessories and attachments. Price quoted shall include all dealer preparation, factory delivery and make ready charges. We propose to furnish the following in conformity with the specifications and at the prices indicated below. Said bid prices have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder upon successful completion of its obligation as specified in the contract documents. uuscrn Lion Quantit Unit Price Total Cost Bobcat S-185 Steer -Skid Loader as configured in the Technical Specifications section of this 1 Ea $ a��� $ as 5(,�(� document. 7, Delivery of Bobcat 5-185 Steer - Skid Loader to 6011 Nob Hill Road, Tamarac, FI. 33321 1 Ea $ Total $ c9S957. 6,6 ios. i'1! al (Gi meA1. -r,, Company Name Authorized AS-ignaturLe— M c[-,CP-e C q r- e-s Print Name m' C i14442CL m. h corn 1 Above signers email address (if any) LSSr- Title L - 9 9�g x li Direct Phone Number BF-21 Temporary Reso. No. 10975 — Exhibit 1 City' of Tamarac 19 BID FORM (continued) BID NO. 06-20B f'timhas;ng & Contracts t'irvi;ra;; 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 :;>pecific 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 wi lh 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. LL Authorized ignature 5�, ��, D- C 0o 7t^aC „_I cc i�7rcilt � Company Name 1�1 �e ha e j �.5 Typed/Printed Name �''� m C ,►) d L/" 1 Pi Address vx l err, all(Teo c� FL :3 � C�' �o n Telephone City, tate, ZIP 7 Fax Federal Tax ID Number Email address for above signer (if any) Contractor's License Number SF: Temporary Reso. No. 10975 — Exhibit 1 of 7 amarac BID FORM (continued) BID NO. 06-20B Bidders Name: < i . fl 1 I r TERMS: ----1 �4j $k��L I ��AIC -- % (percent discount, if any, if payment mal,lie within DAYS; otherwise, terms are NET 30 days. — Delivery/completion: �� fJ calendar days after receipt of Notice to Proceed or Purchase Order, whichever is applicable for this project. To be considered eligible for award, one (1) original and three (3) copies of this bid form should be submitted with the Bid. Copies must be provided within :'3 business days of City's req uest. 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. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from listing. the Cit)r of Tamarac's vendor BF-4 Temporary Reso. No. 10975 -- Exhibit 1 City of Tamarac ; ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of -Lim 8e On this the & day of , 20 D6, before me, the undersigned Notary Public of the State of Florida, personal y appeared (Name(s) of ividual(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: 9;�t� 4_o NOTARY PUBLIC, STAT ;FFLORID!A (Name of Nota blic: Print, Stamp, or Type as issioned) ?Pers,anally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Pace 2 of 2 1D Temporary Reso. No. 10975 — Exhibit 1 City of Tamafac �....PulCl'asiI1g & CWltrdC;S lViSf !; CERTIFIED RESOLUTION I' smvth&05 4 tJ C sq ! TH (Name), the duly elected Secretary of d• /�b a#e Title), a corporation organized and existing under the laws of the State of A , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Director,; 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 c (M. S M t T I i duly elected (Name)", the srn nth "�1 (Corporate Title be and is hereby(Title of Officer) of authorized to execute Ad submit a id 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, dernands, 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 noi� 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 ATU E M� 51 say rn � Given under my hand and the Seal of the said corporation this /6r"day of 2Q O (SEAL) By. Secretary S� G�Ce NOTE; 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. Page I of I certifiec' ,Resolution Temporary Reso. No. 10975 — Exhibit 1 Cit;; of Tamarac CERTIFICATION f'un hash g & Cot�trac_s wivision 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(I) 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 M OTHER ❑ 1f Authorized Signature Typed/Printed Name g 5q - - p Telephone 54- Fax Email add above signer (if any) Sri," f-j"\.. �'on�► c3cT� :�n,f�, f Company Name llvg Address City,�ta,ZIP 5 9 /?g S-93c' Federal Tax ID Number Contractor's License, Number Ceafficatior, Temporary Reso. No. 10975 - Exhibit 1 of Tamarac ur'ctrasing & Contracts L`i vision NON -COLLUSIVE AFFIDAVIT State of 47L0 R 1DA ) County of Pp�, � )ss. SWORN, DEPOSES AND SAYS THAT: BEING FIRST DULY 2. K3 4 61 He/she is the 'P2-6.s c D Representative or Agent) of r�ct-rN ,�� , (Owner, Partner rC)ffiMer, that has submitted the attached Proposal; �-- ---- Ne 01'feroC. � 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 ihis 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. Witness in the presence of: B C Y_ —5 Printed Name Title Page 1 or 2— ___ --- �' ri•- c�licrsnre 4fFidSc,i; Temporary Reso. No. 10975 -- Exhibit 2 co 0 0 N ti r Q eY M 0 N co Cl u ■.4 9 m § 2% K ' �--=�� � ( ) : mod¢ ; .---tea : 2 � CL )i / ,;� � �i I --—\ / \ §; 2 � )� ---. £ o \ ' • 2� r( - R; - a ������a d §; 0: q §1 ; t: k \ \ \ #� ƒCL: � k �----- s $L a g Q &�£°g � q E� e a w — ; [---—§ K / \ � k' ma. \ z, � 3. �. ]: . — --- j \ ƒ Q . Q, 2; - ± .---. e �� »: t7.: