HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-141Temp. Reso, #10165 —June 11, 2003
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2003-141
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA AWARDING RFP NO. 03-10R TO
AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS
TO EXECUTE AN AGREEMENT WITH STREET FURNITURE
ADVERTISING GROUP, INC. TO FURNISH BUS SHELTERS
FOR THE CITY OF TAMARAC FOR A TEN YEAR PERIOD
BEGINNING JULY 3, 2003 THROUGH JULY 2, 2013 WITH AN
OPTION TO RENEW FOR AN ADDITIONAL FIVE YEAR
PERIOD; PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the current agreement for bus shelters expires on July 2, 2003; and
WHEREAS, a competitive process was undertaken to solicit proposals from
qualified companies to provide bus shelters for the citizens and residents of the City of
Tamarac, and
WHEREAS, the City of Tamarac published RFP # 03-10R on February 28, 2003,
attached hereto as Exhibit "1" of Attachment "1" to provide for Bus Bench and Shelter
Design, Construction, Installation and Maintenance; and
WHEREAS, the City reserved the right to award separate agreements for the
provision of bus benches and bus shelters; and
WHEREAS, no companies proposed to provide both bus benches and bus shelters;
and
WHEREAS, only one proposal was submitted to provide for bus shelters; and
Temp. Reso, #10165 —June 11, 2003
Page 2
WHEREAS, Street Furniture Advertising Group, Inc. submitted a proposal for the
provision of bus shelters; and
WHEREAS, upon serious review and consideration by the Evaluation Committee
consisting of the Assistant to the City Manager, Director of Community Development,
Building Official, Public Works Project Manager and Management Analyst it was
determined that Street Furniture Advertising Group, Inc. is the most responsible and
responsive proposer; and
WHEREAS, it is the recommendation of the Assistant to the City Manager and
Interim Purchasing and Contracts Manager that RFP # 03-10R providing for the Design,
Construction, Installation, and Maintenance of Bus Shelters be awarded to and an
agreement executed with Street Furniture Advertising Group, Inc. for furnishing bus
shelters within the City of Tamarac for a period beginning July 3, 2003 through July 2, 2013
with an option to renew for an additional five year period: and
WHEREAS, the City Commission of the City of Tamarac deems it to be in the best
interest of the citizens and residents of the City of Tamarac to award RFP No. 03-10R to
and authorize execution of an agreement with Street Furniture Advertising Group, Inc.
providing for installation and maintenance of bus shelters within the City limits of the City of
Tamarac.
Temp. Reso, #10165 -June 11, 2003
Page 3
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
SECTION 1: That 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 appropriate City Officials are hereby authorized to award the
Request for Proposal (RFP # 03-10R), hereto attached as Exhibit 1" of Attachment 1",
and execute the agreement between the City of Tamarac and Street Furniture Advertising
Group, Inc., hereto attached as Attachment "I", for providing bus shelters in the City of
Tamarac for a ten year period beginning July 3, 2003 through July 2, 2013, with and option
to renew for an additional five year period.
SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby
repealed to the extent of such conflict.
SECTION 4: 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.
IJ
Temp. Reso, #10165 —June 11, 2003
Page 4
SECTION 5: This Resolution shall become effective immediately upon its passage
and adoption.
PASSED, ADOPTED AND APPROVED this 25th day of June, 2003.
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
MITCHELL S. KRA T
CITY ATTORNEY
jngLo�'
E SCHREIBER
Mayor
RECORD OF COMMISSION VOTE:
MAYOR SCHREIBER
AYE
DIST 1:
COMM. PORTNER
AYE
DIST 2:
COMM. FLANSBAUM-TALABISCO
NAY
DIST 3:
COMM. SULTANOF
AYE
DIST 4:
V/M ROBERTS
NAY
1
1
1
EXHIBIT 1
-F - 7-17T
ri r
r� rl
1
REQUEST FOR PROPOSALS ;
pil r�
r
ri
�� *q ri
y I
r � �
ri
f j
rl� rl
rl 0 R ri
p ri
rl
rl� rl
r� RFP NO. 03-1OR
rJ
r BUS BENCH AND SHELTER DESIGN, r
rl CONSTRUCTION, INSTALLATION AND rr
rl MAINTENANCE rr
��� rl
ri r�
171
ri
ri r
r
rl City of Tamarac r
FPurchasing Division 7525 NW 88'h Avenue r
Room 108 ri
Tamarac, Florida 33321-2401 rl
r� 954 724-2450 rl
�i
r� ri
rr��r_r�rr���rr�rrl-r_�rrrlrr�r����'"-171
Cit of Tamarac 0 Purchasing & Contracts Division
Table of Contents
RFP 03-10R
Requestfor Proposals..................................................................................................................
I. Purpose, Background, Term and Scope of Service....................................................... 5
A.
Purpose....................................................................................................................5
B.
Introduction and Background...................................................................................5
C.
Term.........................................................................................................................
5
D.
Scope of Services and Specifications......................................................................
6
II. Shelter and/or Bench Specifications..............................................................................7
A.
General.....................................................................................................................7
B.
Maintenance and Cleaning.......................................................................................8
C.
Advertisements.........................................................................................................9
D.
Location....................................................................................................................9
III. Proposal Requirements................................................................................................10
1.
Firm Qualifications..................................................................................................10
2.
References.............................................................................................................10
3.
Revenue Proposals.......................................................................................:........10
4.
Proposal Copies.....................................................................................................11
5.
Addenda, Additional Information............................................................................11
IV. Evaluation
of Proposals...............................................................................................11
1.
Evaluation Committee............................................................................................11
2.
Technical Quality....................................................................................................12
3.
Revenue Quality.....................................................................................................12
4.
Pre -Award Survey..................................................................................................13
5.
Overall Ranking......................................................................................................13
6.
Evaluation Method and Criteria..............................................................................13
V. General Information and Schedule of Events...............................................................14
VI. Award of Contract.........................................................................................................14
Instructions
to Offerors, Standard Terms & Conditions..............................................................15
1.
Defined Terms........................................................................................................15
2.
Special Conditions..................................................................................................15
3.
Examination of Contract Documents and Site........................................................15
4.
Specifications.........................................................................................................15
5.
Interpretations and Addenda..................................................................................16
6.
Costs and Compensation.......................................................................................16
7.
Non -Collusive Affidavit Form..................................................................................17
8.
Conflict of Interest..................................................................................................17
9.
Performance Bonds and Insurance........................................................................17
..... ...... ....... ._....
City of Tamarac 0 Purchasing & Contracts Division
10. Summary of Documents to be Submitted. ........ .......................
11. Submission of Proposals..........................................................
12. Modification and Withdrawal of Proposals ...............................
13. Rejection of Proposals.............................................................
14. Qualifications of Offerors..........................................................
15. Insurance ................................. ................. .......... I ........ I ........ I...
16. Indemnification........................................................................
17. Warranties...............................................................................
18. Non -Discrimination and Equal Opportunity ........I ....................
19. Taxes.......................................................................................
20. Permits, Fees and Notices ......................................................
21. Termination for Cause and Default .........................................
22. Termination for Convenience of City .......................................
23. Audit Rights.............................................................................
24. Assignment.............................................................................
Offeror's Certification.....................................................................................
CertifiedResolution........................................................................................
Offeror's Qualification Statement...................................................................
Non -Collusive Affidavit...................................................................................
Foreign Corporations Statement....................................................................
Vendor Drug -Free Workplace........................................................................
References.....................................................................................................
Sample Insurance Certificate.........................................................................
Attachments:
I' t
...........................17
....... I ............ I ...... 18
...........................18
...........................19
...... I ............ I ....... 19
........................... 20
........................... 21
............................ 22
.......I .................... 22
............................ 23
............................ 23
............................ 23
..................... I...... 23
............................ 24
............1. .............. 24
.......................1 of 1
........................1 of 1
........................1 of 5
.......I................1 of 2
........................1 of 1
........................1 of 1
........................1 of 1
.........I..............1 of 1
Current Bus Shelter/Bus Bench Locations - is .......................... I ......... I ........
..
Locations of Tamarac Bus Stops - map...........................................................
City of Tamarac Boundary and Bus Stops - map .............................................
BCTRidership Survey ......................... .................................... I.,.....................
3
1 of 3
1 of 1
1 of 1
1 of 5
Purchasing and
Contracts Division
DATE:
Citv of Tamarac
"Committed to Excellence... Always"
February 28, 2003
REQUEST FOR PROPOSALS
RFP NO.03-10R
The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals
in the Purchasing and Contracts Office at Tamarac City Hall, 7525 NW 88th Avenue,
Tamarac, Florida 33321, for furnishing the services described below:
BUS BENCH AND SHELTER DESIGN, CONSTRUCTION,
INSTALLATION AND MAINTENANCE
Sealed Proposals must be received and time stamped in the Purchasing and Contracts
Office, either by mail or hand delivery, no later than 2:00 p.m. local time on March 26,
2003. Any Proposals received after 2:00 p.m. local time on said date will not be accepted
under any circumstances. Any uncertainty regarding the time a Proposal is received will be
resolved against the Offeror.
A mandatory Pre -Proposal Conference will be held on Wednesday, March 12, 2003 at
10:00 a.m., at the City of Tamarac, City Hall, Conference Room 204, 7525 NW 88th
Avenue, Tamarac, Florida. All parties interested in proposing on this project are
suggested to attend this meeting.
Proposals are subject to the attached Standard Terms and Conditions contained in the
Instructions to Offerors.
CITY reserves the right to reject any or all Proposals, to waive any informalities or
irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or
in part to one or more Offerors, or take any other such actions that may be deemed to be in
the best interests of the CITY.
Bid documents will be available for review and may be obtained from the Purchasing Office
at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450.
Lynda S. Flurry, CPPO
Purchasing and Contracts Manager
Publish: Sunday, March 2, 2003 & March 9, 2003
7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 0 Fax (954) 724-2408 • www.tomarac.org
Equol opportunity Employer
of Tamarac Purchasing & Contracts Division
I. PURPOSE, BACKGROUND, TERM AND SCOPE OF SERVICE
A. PURPOSE
The City of Tamarac is soliciting proposals from qualified firms to provide all required labor,
materials, equipment and services necessary to provide, install, repair and maintain --at no
cost to the City --attractive, clean and safe bus passenger shelters and/or benches within
the City of Tamarac.
B. INTRODUCTION AND BACKGROUND
In an effort to improve the quality of life in Tamarac, over the past five years the City has
undertaken significant public projects that enhance the City's "sense of place". These
include an on -going road resurfacing project that will address every City street, landscape
improvements that have been completed along major thoroughfares and on public
property, entry signs that have been installed to welcome people to Tamarac, a new
Community Center with numerous facilities, as well as future projects such as the
development of Southgate Linear Park. Through these projects and future projects, the
City has demonstrated its commitment to the ongoing, citywide beautification plan.
To continue to improve the aesthetics of the City and further its identity, Tamarac wishes to
address its facilities for public transportation. Bus shelters and benches provide the City a
great opportunity to make a statement and develop a theme that is unique to Tamarac.
Improvements to these facilities may also attract new riders, increase the frequency of
individual ridership and promote the City's transit system as well as the County's bus
system. To accomplish this goal of attractive, functional bus shelters and benches that
provide a consistency throughout the community, Tamarac is seeking input for creative
concepts from private firms.
The City's current agreements for the provision of bus shelters and bus benches within the
City limits are due to expire on June 25, 2003. The contract allows the Contractors up to
ninety (90) days from the end of the contract to remove all shelters and benches to which
they have title. Although the City's bus shelter and bus bench agreements allow for the
sale of advertisements to be placed on the bus shelters and benches and provide for
payments to the City based upon the number of shelters and benches incurring advertising
revenue, the primary purpose of the City bus shelter and bus bench agreements is to
provide City residents access to safe, clean, and attractive bus shelters and benches.
C. TERM
The term of the contract that may be awarded as a result of this Request for Proposal is
sixty (60) months from the date of Notice to Proceed, with an option to renew for one (1)
extension period of sixty (60) months, exercised at the sole option of the City Commission
or its designee. At the end of the term of the contract the parties herein shall be released
from the terms of the contract unless the renewal option is exercised.
In the event that the contract is not renewed, Contractors shall have a period of thirty
(30)days from the end of the contract to remove all benches and ninety (90) days to
remove all shelters to which they have title. In no event shall advertising be sold for
f,..._... ..
City of Tamarac Purchasing & Contracts Division
placement upon the public shelters and/or benches beyond the awarded sixty (60) month
period.
D. SCOPE OF SERVICES AND SPECIFICATIONS
The CONTRACTOR, at no cost to the City, shall provide all required permits, labor,
materials, equipment and services necessary for providing, installing, repairing and
maintaining public bus shelters and/or benches. Shelters and/or benches will be placed
on public property or within the public right-of-way at locations approved by the CITY.
Shelters and/or benches shall be constructed in full accordance with the latest edition of
the Florida Building Code and meet standards detailed herein and approved by the City
Engineer. Shelters specified in the plans for approval must be the shelters supplied to the
City. The City encourages the submission of alternate design/construction structures. The
design of the shelters and/or benches should be consistent with the City's beautification
efforts.
The City reserves the right to award one contract for installation, repair and maintenance of
both bus benches and bus shelters, or to award separate contracts for each.
1. The Contractor shall furnish and maintain public bus shelters and/or benches at no
cost to the City and will place said shelters and/or benches at locations approved
by the City and shall be placed to achieve the maximum pedestrian safety and
convenience.
2. All shelters and/or benches shall be constructed of top grade materials. Contractor
shall, at Contractor's expense, maintain all such shelters and/or benches in "like
new" condition during the entire term of the Agreement and the City shall have the
right to inspect such shelters and/or benches periodically to determine their
condition. Contractor shall replace or recondition to the satisfaction of the City any
shelters and/or benches that the City determines are no longer in "like new"
condition.
3. The Contractor shall be authorized to provide, install and maintain, at its sole cost
and expense, high quality, expertly designed commercial advertising displays to be
placed upon bus shelters and/or benches approved and designated by the City;
however, advertising of liquor, tobacco or tobacco products, political matter, adult
book stores, adult theaters, adult escort services and pornographic or obscene
matters is prohibited. The determination of objectionable, obscene or
pornographic advertising shall be the right of the City whose decision on these
matters shall be final.
4. Any shelter and/or bench deemed to endanger life or property by the City Engineer
and/or Chief Building Official shall be removed within one (1) day from notification
of same.
& Cit of Tamarac :�. _ ision
Purchasm Contracts iv
5. All bus shelters and/or benches shall be placed in accordance with the provisions
of Florida Administrative Code Chapters 14-20 as amended and Florida Statute
Section 337.407 and 337.408 as amended. In addition, the location of bus shelters
and/or benches shall be subject to approval of the appropriate governmental
agencies, including the City, Broward County Mass Transit Division, and Florida
Department of Transportation.
6. All shelters and/or benches shall meet the accessibility criteria for persons with disabilities as set
out in Federal, State and Local law and regulations including but not limited to,
Florida Statute Section 337.408 and 553.503, as amended. Contractor shall install accessible
concrete sidewalk pathways from the roadway edge of pavement to the bus shelter and/or bench
and from directly behind or beside the shelter and/or bench to an existing sidewalk abutting a
right-of-way. All shelters shall contain a seating bench. Size of the bench to be approved
by the City. The Contractor shall be responsible for applying for and obtaining all
necessary building permits and paying all fees for the bus shelter and/or bench
structures. The Company and/or its qualifier shall be responsible for requesting
and passing all necessary inspections.
II. SHELTER AND/OR BENCH SPECIFICATIONS
The City requires that the Contractor ensure that the proposed shelters and/or benches
meet or exceed the technical specifications described herein. The City encourages the
submission of alternate design/construction structures.
A. GENERAL
. If electrical power is to be provided to the bus shelter and/or bench in any
form, the preferred method is from a self-contained system such as
batteries or solar panels. Electrical power may come from an outside
power source such as an FPL hook-up. The Broward County street light
system shall not be accessed for any electrical power to shelters and/or
benches.
2. Contractor shall be familiar with applicable planning, engineering, public
works and electrical codes and comply with said codes at all times.
3. All liability related to operation, electrical connections, construction,
installation and repair of transit shelters and/or benches shall be the sole
responsibility of the Contractor.
4. Shelters shall be illuminated at night from dusk until dawn, but shall not be
illuminated in such a way as to be hazardous to passing vehicle operators.
5. Contractor shall obtain an annual premises permit for shelter repair and
maintenance from the City's building department.
6. All shelters and/or benches shall be identified by a separate number to be
installed on the bench or shelter in an area mutually agreeable to the
parties.
a
CiYot Tamarac
Purchasing & Contracts Division
7. Shelters must be able to withstand the high winds and storms common to
South Florida by meeting or exceeding the latest edition of the Florida
Building Code.
B. MAINTENANCE AND CLEANING
1. The Contractor shall be responsible for maintaining shelters and/or
benches, as well as associated trash receptacles, in "like new" condition
throughout the life of the contract, including refurbishing, reconditioning,
and, if necessary, replacing worn shelters and/or benches.
2. The Contractor shall maintain each shelter and/or bench in a whole,
structurally safe and cosmetically attractive condition and the area
surrounding each will be kept free of insects, debris, high grass, weeds and
other rubbish for a radius of ten (10) feet from the perimeter of the bench
and/or shelter. Failure to properly maintain the bench and/or shelter or the
surrounding area will constitute cause for cancellation of the applicable
permit and removal of the bench and/or shelter.
3. The City may elect to maintain the shelter and/or bench and surrounding
area if the Contractor fails to consistently comply with maintenance
standards and charge back the costs to the Contractor.
4. The Contractor shall be required to provide at no cost to the City, the
placement of a trash receptacle adjacent to or in each shelter and at certain
bench locations, as specified by the City. The Contractor will empty the
trash receptacle on a weekly basis, or sooner if necessary, also at no
expense to the City.
5. The Contractor is required to keep a timely record of all maintenance
performed describing shelter and/or bench location by number and type of
work.
6. Should a shelter and/or bench be damaged or destroyed, regardless of
fault, the Contractor is responsible for the shelter's and/or bench's timely
repair or replacement. Repair or replacement of a shelter and/or bench will
not exceed twenty-four (24) hours from the time such a discrepancy is
reported to the Contractor. In the event damage to a shelter and/ or bench
results in it becoming a clear safety hazard to the public, the Contractor is
expected to take immediate corrective action in order to protect the public
from any potential harm. All incidents of damage to a shelter and/or bench
as well as the Contractor's subsequent repair to or replacement of such
shelter and/or bench will be reported in writing to the City within one (1)
week of the incident.
7. The City reserves the right to require the removal of any shelter and/or
bench that is in need of repair or maintenance upon written notice to
Contractor. Any shelter and/or bench not maintained or repaired within
notice period cited above may be removed or repaired by the City at the
expense of the Contractor. Removal or repair does not exempt the
Contractor from fee obligation.
...........
............................
f
Gity of_Tamarac cvisipn
Purchasin � Contracts Di
8. Inspection nd Clean -Up;
a. Contractor shall make routine inspection calls on each shelter and/or
bench and trash receptacle at least once per week, or more often if
conditions warrant. Contractor will keep a record of all maintenance
performed, including date, shelter and/or bench location, type of work
performed and submit the log at the end of every month or as
otherwise required by the City.
b. At each inspection call, if needed, Contractor shall clean, wash and
fumigate each shelter and/or bench and surrounding area, as well as
inspect lighting fixtures and replace defective lights, as needed.
Contractor shall pressure clean shelter and/or bench and pads at
least annually.
C. The Contractor will ensure that the shelters and/or benches are
maintained in a structurally safe and cosmetically attractive condition.
C. ADVERTISEMENTS
1. The Contractor may provide, install and maintain, at its sole cost and
expense, professionally designed commercial advertising displays on bus
shelters and/or benches approved by the City.
2. No advertising on the bus shelters and/or benches shall contain any
duplication of traffic control devices, e.g. stop or yield signs. It is permitted
however, to state directions i.e., "Turn left at next stop sign."
3. Whenever possible, the installation of advertising displays, devices and
materials will take place during hours of minimum passenger activity.
4. The Contractor shall make available up to five (5) non -advertising shelters
and up to fifteen non -advertising (15) benches for placement at
locations as designated by the City. These locations shall be non revenue
with no fees paid to City.
5. Any revenues due and payable to the City under the terms of this
Agreement shall be remitted to the City's finance department semi annually
by the 10t" of the months of January and July for the preceding 6 month
period. Payment shall be remitted with the following information for each
shelter and /or bench location: bench and/or shelter #, location and name of
advertiser.
D. LOCATION
1. Benches and/or shelters shall be located in accordance with the clear sight
distance standards published by the office of the City Engineer.
2. The location of benches and/or shelters shall provide the minimum roadside
clear zone for rural facilities in accordance with the Florida Department of
Transportations Manual of Minimum Standards for Design, Construction
and Maintenance for Streets and Highways", latest edition, Section 3.7.e.
cf
...............
of Tamarac hasin Contracts Division
3. All shelters shall be installed parallel to the adjacent roadway. Benches
without shelters may be placed with the length dimension either parallel or
within 30 degrees of the adjacent roadway or as approved by the City.
Benches shall be secured and/or fastened so as to maintain a permanent
position.
4. No bus shelter and/or bench installed under the terms of this Agreement may
be removed except with the express consent of the City.
5. No single location may contain more than one bench and/or shelter without the
express consent of the City.
6. All benches and shelters will be located at County transit bus stops unless
otherwise specified by the City.
7. All shelters shall contain a seating bench. There shall only be one shelter or
bench per bus stop.
The following documents are being provided for your information:
• Current Bus Bench/Bus Shelter Locations List
Locations of Tamarac Bus Stops Map
• City of Tamarac Boundary and Bus Stops Map
BCT Ridership Survey
III. PROPOSAL REQUIREMENTS
1. Firm Qualifications
This section of the Proposal should give a description of the firm, including the size,
range of activities, etc. Particular emphasis should be given as to how the firm -wide
experience and expertise in the area of bus bench and shelter design, construction,
installation and maintenance will be brought to bear on the proposed work. It would be
beneficial to provide the firm's proposed plan and layout as well. This section must
also identify the supervisory personnel and specific contact person who will be
responsible for the provision of services.
2. References
Provide a list and description of similar services satisfactorily performed within the past
three (3) years. For each engagement listed, include the name and telephone number
of a representative for whom the engagement was undertaken who can verify
satisfactory performance.
3. Revenue Proposals
The Proposer must submit the Revenue Proposal in a separate sealed envelope or
package (separate from the Technical Proposal) clearly marked on the envelope or
package "Revenue Proposal", together with the Proposer's name, RFP number
and RFP title. The Proposer may submit the separate sealed Revenue Proposal
inside the same container or package together with the separate Technical
Proposal.
....................
10
it of Tamarac t Division
Y— _—_. _.....� .Purchasing &Contracts
C -0
—
If the Proposer wishes to submit an alternative pricing scenario, it must first submit
pricing in accordance with the Revenue Proposal, and then include a separate
alternative pricing scenario in a separate sealed envelope marked "ALTERNATIVE
REVENUE PROPOSAL" on the sealed envelope and on the first page of the
alternative pricing. Proposers who do not submit pricing in accordance with this
requirement will not receive evaluation points for the Revenue portion. The
alternative pricing will not be scored for evaluation purposes, but may be
considered if the Proposer is selected for negotiations.
Note: The Revenue Proposal shall consist of one original and six (6) copies.
4. Proposal Copies
One (1) Original and six (6) copies in two (2) sealed envelopes marked (A) and (B),
bound together shall be submitted by each Proposer to the City of Tamarac, City Hall,
7525 NW 88th Avenue, Tamarac, Florida 33321, to the attention of Lynda S. Flurry,
CPPO, Purchasing and Contracts Manager. The first sealed envelope (A) shall
contain the Proposer's technical proposal. The second sealed envelope (B) shall
contain the Proposer's revenue proposal_
5. Addenda, Additional Information
Any addenda or answers to written questions supplied by the City to participating
offerors become part of this Request for Proposal and the resulting contract. This
Proposal form(s) shall be signed by an authorized company representative, dated and
returned with the Proposal.
No negotiations, decisions or actions shall be initiated or executed by the Offeror as a
result of any discussions with any City employee. Only those communications, which
are in writing from the Purchasing and Contracts Manager or designee, may be
considered as a duly authorized expression. Also, only communications from Offerors,
which are signed, and in writing will be recognized by the City as duly authorized
expressions on behalf of the Offeror.
CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE
ABOVE -NAMED OFFICIAL(S) REGARDING THIS REQUEST FOR PROPOSALS
MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS.
IV. EVALUATION OF PROPOSALS
1. Evaluation Committee
A selection panel/team appointed and comprised of City of Tamarac staff will review
and evaluate all proposals received using the criteria listed below. The panel may
short list or select several firms, deemed by them to be the most highly qualified to
perform the required services. All firms will be notified in writing of the firms which
were short-listed, should this be the result. The firms that make the short list may
be asked to make a formal presentation to the selection committee. The presentation
should last approximately fifteen to twenty (15-20) minutes. Appointments for the
formal presentation will be made via telephone and followed up in writing. Upon
conclusion of the formal presentations, the selection committee will make a final
ranking.
19
City of Tamarac_ .—_-..
2. Technical Quality
Proposals will be evaluated using the criteria listed below:
CRITERIA
A. Qualifications and Experience of Proposer and Staff
This includes, but is not limited to, financial capability and
experience-
B. Design, Creativity and Innovation
Purchasing & Contracts Division
C. Technical Response
This includes, but is not limited to, the proposed plan to
implement and perform the services required in this RFP as
listed in Scope of Services.
Maximum Points
3. Revenue Quality
POINT RANGE
0-25
0-50
0-25
100
After the Evaluation/Selection Committee re-evaluates proposals in light of the oral
presentation (if necessary), it will then evaluate the revenue proposals of those
Proposers remaining in consideration. The revenue proposal submission will be
assigned a maximum of twenty-five (25) points based on a monthly minimum
guarantee revenue offer.
3.1 Monthly Minimum Guarantee = 25 points
The monthly minimum guarantee revenue offer will be evaluated in the following
manner:
a) The responsive proposal with the highest monthly minimum guarantee will be
given the maximum points (25 points).
b) Every other proposal will be given points proportionately in relation to the
highest monthly minimum guarantee. This point total will be calculated by
dividing the monthly minimum guarantee of the proposal being evaluated by
the highest monthly minimum guarantee with the result being multiplied by
the weight (25 points) to arrive at a revenue score of less than the full score
for monthly minimum guarantee.
Example:
Highest Monthly Minimum Guarantee X
MONTHLY MINIMUM GUARANTEE OFFERS:
Company A $10,000
Company B $7,500
Company C $5,000
12
Total Points
for Min. Guarantee = Points
Cif of Tamarac Purchasing & Conn tracts Divisio
Company A would be assigned 25 points because it proposed the highest monthly
minimum guarantee. The ratings of the other proposals would be calculated as follows:
Company B:
$7,500 divided by $10,000 = .75 x 25 = 18.75
Company C:
$5,000 divided by $10,000 = .50 x 25 = 12.50
4. Pre -Award Survey
After proposal receipt and prior to contract award, the City reserves the right to
perform, or to have performed an on -site survey of the Proposer's facilities. This
survey shall serve to verify the data and representations submitted, and to
determine that the Proposer has overall management and financial capability
adequate to meet the service and other requirements. Should the City determine
that the size or nature of the Proposer's facilities or the number or experience of its
personnel is not reasonably adequate to insure successful contract performance;
the City has the right to reject the proposal.
5. Overall Ranking
The Evaluation/Selection Committee will then determine the overall ranking by
adding the total Revenue Proposal evaluation score with the Technical Quality
score to determine the overall ranking.
Following the evaluation and ranking of the proposals, the Evaluation Committee
will recommend to the City Manager that a contract be negotiated with the highest
ranked responsive and responsible Proposer. Upon concurrence of the City
Manager, a contract will be negotiated and submitted to the Board of City
Commissioners for their approval.
6. Evaluation Method and Criteria
These weighted criteria are provided to assist the Proposers in the allocation of their
time and efforts during the submission process. The criterion also guides the
Evaluation Committee during the short -listing and final ranking of Proposers by
establishing a general framework for those deliberations.
Short listed Proposals will be selected for an interview prior to a recommendation
being presented to the City Commission. As the best interest of the CITY may require,
the right is reserved to reject any and all Proposals or waive any minor irregularity or
technicality in Proposals received. Proposers are cautioned to make no assumptions
unless their Proposal has been evaluated as being responsive.
The successful Proposer shall be required to execute a City contract covering the
scope of services to be provided and setting forth the duties, rights and responsibilities
of the parties. This contract must be executed by the successful Proposer prior to
recommendation of award and presentation to the City Commission.
13
of Tamarac Purchasing & Contracts Division
V. GENERAL INFORMATION AND SCHEDULE OF EVENTS
For information concerning this Request for Proposal (RFP), contact the City's Purchasing
and Contracts Manager, Lynda S. Flurry, at (954) 724-2450. Such contact is to be for
clarification purposes only. Material changes, if any, to the scope of services, or Proposal
procedures will only be transmitted by written addendum.
The schedule of events, relative to the procurement shall be as follows:
Event
1. Issuance of Request for Proposals
2. Pre -proposal Conference
3. Opening of Proposals
4. Proposal Evaluations
Date (on or by)
February 28, 2003
March 12, 2003
March 26, 2003
March 26-April 4, 2003
5, Presentations April 8, 2003
6. Complete Negotiations April 22, 2003
7. Award of Contract May 14, 2003
CITY reserves the right to delay scheduled dates.
VI. AWARD OF CONTRACT
The contract or contracts shall be awarded to the responsible Offeror(s) whose Proposal(s)
is/are determined to be the most advantageous to CITY, taking into consideration the
evaluation factors and criteria set forth in the Request for Proposals.
Be advised that the CITY is prepared to award individual contracts for each service or
multiple services or any other combination of services as CITY deems in its best interests.
14
City of Tamarac Purchasing & Contracts Division
INSTRUCTIONS TO OFFERORS
STANDARD TERMS AND CONDITIONS
RFP 03-1OR
DEFINED TERMS
Terms used in these Instructions to Offerors are defined and have the meaning
assigned to them. The term "Offeror" means one who submits a Proposal directly to
CITY as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. The term
"Successful Offeror" means the qualified, responsible and responsive Offeror to whom
CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award.
The term "CITY" refers to the City of Tamarac, a municipal corporation of the State of
Florida. The term "Proposal Documents" includes the Request for Proposals,
Instructions to Offerors, Proposal, Qualifications Statement, Non -Collusive Affidavit
and Public Entity Crime Statement, Corporate Resolution or Letter of Transmittal,
Proposal Security and Specifications, if any, and the proposed Contract Documents, if
any, (including all Addenda issued prior to receipt of Proposals). The term
"CONSULTANT" shall mean the individual(s) or firm(s) to whom the award is made
and who executes the Contract Documents.
2. SPECIAL CONDITIONS
Any and all Special Conditions that may vary from the General Conditions shall have
precedence.
3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
3.1 Before submitting a Proposal, each Offeror must (a) visit the site to familiarize
themselves with the facilities and equipment that may in any manner affect cost,
or performance of the work; (b) consider federal, state and local laws,
ordinances, rules and regulations that may in any manner affect cost, or
performance of the work, (c) study and carefully correlate the Offeror's
observations with the Proposal Documents; and (d) notify the Purchasing and
Contracts Manager or designee of all conflicts, errors and discrepancies, if any,
in the Proposal Documents.
3.2 The Offeror, by and through the submission of a Proposal, agrees that they shall
be held responsible for having examined the facilities and equipment;
familiarized themselves with the nature and extent of the work and any local
conditions that may affect the work to be done and the equipment, materials,
parts and labor required.
4. SPECIFICATIONS
4.1 The apparent silence of the Specifications as to any detail, or the apparent
omission from it of a detailed description concerning any point, shall be regarded
as meaning that only the best commercial practice is to prevail and that only
material and workmanship of the finest quality are to be used.
..... .... .........----
7:
of Tamarac 0 .
Purchasing &Contracts division
All interpretations of the Specifications shall be made on the basis of this
statement.
4.2 For the purpose of evaluation, the Offeror must indicate any variance or
exceptions to the stated Specifications, no matter how slight. Deviations
should be explained in detail. Absence of variations and/or corrections will be
interpreted to mean that the Offeror meets all the Specifications in every
respect.
4.3 Any manufacturers' names, trade names, brand names, information and/or
catalog numbers used herein are for the purpose of describing and
establishing a general standard of quality, performance and characteristics and
are not intended to limit or restrict competition. The Offeror may offer any
brand, which meets or exceeds the specifications for any item(s). If a Proposal
is based on equivalent products, indicate on the Proposal the manufacturer's
name and catalog number. Offeror shall submit with their Proposal complete,
descriptive literature and/or specifications. The Offeror should also explain in
detail the reason(s) why and submit proof that the proposed equivalent will
meet the specifications and not be considered an exception thereto. The
determination of equivalency shall rest solely with the CITY. If Offeror fails to
name a substitute, it will be assumed that they are bidding on and they will be
required to furnish goods identical to Proposal standards.
5. INTERPRETATIONS AND ADDENDA
If the Offeror should be in doubt as to the meaning of any of the Proposal Documents,
is of the opinion that the Conditions and Specifications contain errors or contradictions
or reflect omissions, or has any question concerning the conditions and specifications,
they shall submit a written request directed to the Purchasing and Contracts Manager
or designee for interpretation or clarification. Such request must reference the date of
Proposal opening and Proposal number and should be received by the Purchasing
and Contracts Manager or designee at least ten (10) calendar days before the date of
the formal opening of the Proposals. Questions received less than ten (10) calendar
days prior to the Proposal opening shall not be answered. Interpretations or
clarifications in response to such questions will be issued in the form of written
addenda by certified mail, return receipt requested, mailed to all parties recorded by
CITY'S Purchasing and Contracts Manager or designee as having received the
Proposal Documents. The issuance of a written addendum shall be the only official
method whereby such an interpretation or clarification will be made.
6. COSTS AND COMPENSATION
6.1 Costs and compensation shall be shown in both unit amounts and extensions
whenever applicable. In the event of discrepancies existing between unit
amounts and extensions or totals, unit amounts shall govern.
16,
of Tamarac 0 Purchasin & Contracts division
6.2 All costs and compensation shall remain firm and fixed for acceptance for
ninety (9W calendar days after the day of the Proposal opening.
6.3 The costs and compensation proposed shall include all franchise fees,
royalties, license fees and other costs arising from the use by such design,
equipment and/or materials in any way involved in the work as well as all costs
of transporting and service to the required locations.
7. NON -COLLUSIVE AFFIDAVIT FORM
Each Offeror shall complete the Non -Collusive Affidavit Form and shall submit the
form with the Proposal. CITY considers the failure of the Offeror to submit this
document to be a major irregularity and may be cause for rejection of the Proposal.
8. CONFLICT OF INTEREST
The award of any contract hereunder is subject to the provisions of Chapter 112,
Florida Statutes. Offerors must disclose with their Proposal the name of any officer,
director, partner, proprietor, associate or agent who is also an officer or employee of
CITY or any of its agencies. Further, all Offerors must disclose the name of any officer
or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or
more in the Offeror's firm or any of its branches or affiliate companies.
9. PERFORMANCE BONDS AND INSURANCE
Prior to acceptance of the proposal, the Successful Offeror, when required by the
Special Conditions, shall submit performance bonds, certificates and/or policies of
insurance in the manner, form and amount(s) specified in the Special Conditions.
10. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS
The following is a summary of documents, which are attached, MUST to be submitted
by the Offerors:
a) Proposal
b) Offeror's Certification
c) Certified Resolution
d) Offeror's Qualification Statement
e) Non -Collusive Affidavit
f) Public Entity Crimes Statement
g) Foreign Corporation Statement
h) Vendor Drug Free Workplace Statement
i) Proof of Insurance
of Tamarac 0 Purchasing & Contracts Division
11. SUBMISSION OF PROPOSALS
11.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted.
All corrections to prices made by the Offeror must be initialed.
11.2 Proposals must contain a manual signature of the authorized representative of
the Offeror. Proposals shall contain an acknowledgment of receipt of all
Addenda. The address and telephone number for communications regarding
the Proposal must be shown.
11.3 Proposals by corporations must be executed in the corporate name by the
President or other corporate officer accompanied by evidence of authority to
sign. The corporate address and state of incorporation must be shown below
the signature.
11.4 Proposals by partnerships must be executed in the partnership name and
signed by a partner, whose title must appear under the signature and the
official address of the partnership must be shown below the signature.
11.5 Proposals shall be submitted at or before the time and at the place indicated in
the Request for Proposals and shall be submitted in a sealed envelope (faxed
proposals will not be accepted under any circumstances). The envelope shall
be clearly marked on the exterior "PROPOSAL FOR BUS BENCH AND
SHELTER DESIGN, CONSTRUCTION, INSTALLATION AND MAINTENANCE",
and shall state the name and address of the Offeror and shall be accompanied by
any other required documents. No responsibility will attach to the Purchasing and
Contracts Office for the premature opening of a Proposal not properly
addressed and identified.
11.6 In accordance with Chapter 119 of the Florida Statutes (Public Records Law),
and except as may be provided by other applicable state and federal law, the
Request for Proposal and the responses thereto are in the public domain.
However, the Offerors are requested to identify specifically any information
contained in their Proposals which they consider confidential and/or proprietary
and which they believe to be exempt from disclosure, citing specifically the
applicable exempting law.
11.7 All Proposals received from Offerors in response to the Request for Proposal
will become the property of CITY and will not be returned to the Offerors. In
the event of Contract award, all documentation produced as part of the
Contract shall become the exclusive property of CITY.
12. MODIFICATION AND WITHDRAWAL OF PROPOSALS
12.1 Proposals may be modified or withdrawn by an appropriate document duly
executed (in the manner that a Proposal must be executed) and delivered to
the place where Proposals are to be submitted at any time prior to the deadline
- ........
._...--
78
of Tamarac Purchasing & Contracts Division
for submitting Proposals. A request for withdrawal or a modification must be in
writing and signed by a person duly authorized to do so. Evidence of such
authority must accompany the request for withdrawal or modification.
Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a
new Proposal prior to the Proposal opening date and time. After expiration of
the period for receiving Proposals, no Proposal may be withdrawn or modified.
12.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a
duly signed, written notice with CITY and within five (5) calendar days
thereafter demonstrates to the reasonable satisfaction of CITY by clear and
convincing evidence there was a material and substantial mistake in the
preparation of its Proposal, or that the mistake is clearly evident on the face of
the Proposal but the intended correct Proposal is not similarly evident, then
Offeror may withdraw its Proposal and the Bid Security will be returned.
Thereafter, the Offeror will be disqualified from further bidding on the subject
Contract.
13. REJECTION OF PROPOSALS
13.1 To the extent permitted by applicable state and federal laws and regulations,
CITY reserves the right to reject any and all Proposals, to waive any and all
informalities not involving price, time or changes in the work with the
Successful Offeror, and the right to disregard all nonconforming, non-
responsive, unbalanced or conditional Proposals. Proposals will be considered
irregular and may be rejected if they show serious omissions, alterations in
form, additions not called for, conditions or unauthorized alterations, or
irregularities of any kind.
13.2 CITY reserves the right to reject the Proposal of any Offeror if CITY believes
that it would not be in the best interest of the CITY to make an award to that
Offeror, whether because the Proposal is not responsive or the Offeror is
unqualified or of doubtful financial ability or fails to meet any other pertinent
standard or criteria established by CITY.
14. QUALIFICATIONS OF OFFERORS
14.1 Each Offeror shall complete the Qualifications Statement and submit the same
with his Proposal. Failure to submit the Qualifications Statement and the
documents required thereunder with the Proposal may constitute grounds for
rejection of the Proposal.
14.2 As a part of the Proposal evaluation process, CITY may conduct a background
investigation, including a record check by the Broward Sheriffs Office of
Offeror. Offeror's submission of a Proposal constitutes acknowledgement of
the process and consent to such investigation.
14.3 No proposal shall be accepted from, nor will any contract be awarded to, any
person, who is in arrears to CITY, upon any debt or contract, or who is a
defaulter, as surety or otherwise, upon any obligation to CITY, or who is
deemed irresponsible for unreliable by CITY.
EK
of Tamarac 0 Purchasing & Contracts Division
14.4 CITY reserves the right to make a pre -award inspection of the Offeror's
facilities and equipment prior to award of Contract.
15. INSURANCE
15.1 Contractor 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.
Contractor shall obtain at Contractor's expense all necessary insurance in
such form and amount as required by the City's Risk and Safety Manager
before beginning work under this Agreement. 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 insurance required under this section prior to beginning any work under
this Agreement.
Contractor shall indemnify and save the City harmless from any damage
resulting to it for failure of either Contractor or any Subcontractor to obtain
or maintain such insurance.
15.2 The following are required types and minimum limits of insurance coverage,
which the Contractor agrees to maintain during the term of this contract:
Line of Business/ Coverage
Commercial General Liability
Including:
Premises/Operations
Contractual Liability
Occurrence Aggregate
$1,000,000 $1,000,000
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' Compensation & Employer's Statutory
Liability
Professional Liability (Errors and $1,000,000
Ommissions) Insurance
Builder's Risk Insurance: In an amount not less than THE REPLACEMENT COST
for the construction of the work. Coverage shall be "All Risk" coverage for one
hundred percent (100%) of the completed value with a deductible of not more
than five thousand and xx/100 dollars ($5,000) per claim.
20
Cit of Tamarac Purchasing & Contracts Division
The City reserves the right to require higher limits depending upon the scope of work
under this Agreement.
15.3 Neither Contractor 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 Contractor will ensure that all
Subcontractors will comply with the above guidelines and will maintain the
necessary coverages throughout the term of this Agreement.
15.4 All insurance carriers shall be rated at least A-VII per 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 Contractor's liability insurance policies shall be endorsed to add the
City of Tamarac as an "additional insured". The Contractor's Workers'
Compensation carrier will provide a Waiver of Subrogation to the City.
The Contractor shall be responsible for the payment of all deductibles and
self -insured retentions. The City may require that the Contractor purchase a
bond to cover the full amount of the deductible or self -insured retention.
If the Contractor is to provide professional services under this Agreement, the
Contractor 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.
15.5 The Successful Contractor agrees to perform the work under the Contract as
an independent Contractor, and not as a subcontractor, agent or employee of
CITY.
PLEASE HAVE YOUR INSURANCE REPRESENTATIVE CAREFULLY REVIEW ANY
INSURANCE COVERAGES AND CONDITIONS PRIOR TO SUBMITTING YOUR
PROPOSAL TO ENSURE COMPLIANCE WITH THE INSURANCE REQUIREMENTS
OF THE INSTRUCTIONS TO OFFERORS.
16. INDEMNIFICATION
16.1 GENERAL INDEMNIFICATION: To the fullest extent permitted by laws and
regulations, successful Offeror shall indemnify, defend, save and hold
harmless the CITY, its officers, elected officials, agents and employees,
from any and all claims, damages, losses, liabilities and expenses, direct,
indirect, consequential or inconsequential arising out of or alleged to have
arisen out of the products, goods or services furnished by or operations of
the Successful Offeror or their subcontractors, agents, officers, employees
or independent Contractor pursuant to the Contract, specifically including
but not limited to those caused by or arising out of (a) any act, omission or
default of the Successful Offeror and/or their subcontractors, agents,
servants or employees in the provision of the goods and/or services under
21
of Tamarac 0
Purchasing &Contracts Division
the Contract; (b) any and all bodily injuries, sickness, disease or death; (c)
injury to or destruction of tangible property, including the loss of use
resulting there from; (d) the use of any improper materials; (e) a defective
condition in any goods provided pursuant to the Contract, whether patent or
latent; (f) the violation of any federal, state, county or municipal laws,
ordinances or regulations by Successful Offeror, their subcontractors,
agents, servants, independent Contractor or employees; (g) the breach or
alleged breach by Successful Offeror of any term, warranty or guarantee of
the Contract.
16.2 The Successful Offeror 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.
16.3 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 Successful Offeror 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.
17. WARRANTIES
17.1 Successful Offeror warrants to CITY that the consummation of the work
provided for in the Contract documents will not result in the breach of any term
or provision of, or constitute a default under any indenture, mortgage, contract,
or agreement to which Successful Offeror is a party.
17.2 Successful Offeror warrants to CITY that it is not insolvent, it is not in
bankruptcy proceedings or receivership, nor is it engaged in or threatened with
any litigation, arbitration or other legal or administrative proceedings or
investigations of any kind which would have an adverse effect on its ability to
perform its obligations under the Contract.
17.3 Successful Offeror warrants to CITY that it will comply with all applicable
federal, state and local laws, regulations and orders in carrying out its
obligations under the Contract.
17.4 All warranties made by Successful Offeror together with service warranties and
guaranties shall run to CITY and the successors and assigns of CITY.
18, NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT
During the performance of the Contract, the Successful Offeror shall not discriminate
against any employee or applicant for employment because of race, religion, color, sex
or national origin. The Successful Offeror will take affirmative action to ensure that
employees are treated during employment, without regard to their race, creed, color, or
22
Citv of Tamarac 0 Purchasing & Contracts Division
national original. Such action must include, but not be limited to, the following:
employment, upgrading; 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 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.
19. TAXES
Successful Offeror shall pay all applicable sales, consumer use and other similar taxes
required by law.
20. PERMITS, FEES AND NOTICES
Successful Offeror shall secure and pay for all permits and fees, licenses and charges
necessary for the proper execution and completion of the work. The costs of all
permits, fees, licenses and charges shall be included in the price Proposal, except
where expressly noted in the specifications requirement.
21. TERMINATION FOR CAUSE AND DEFAULT
In the event Successful Offeror shall default in any of the terms, obligations,
restrictions or conditions in any of the Proposal documents, CITY shall give written
notice by certified mail, return receipt requested to Successful Offeror of the default
and that such default shall be corrected or actions taken to correct such default shall
be commenced within ten (10) calendar days thereof. In the event Successful Offeror
has failed to correct the conditions of default or the default is not remedied to the
satisfaction and approval of CITY, CITY shall have all legal remedies available to it,
including, but not limited to termination of the Contract in which case Successful
Offeror shall be liable for all procurement and reprocurement costs and any and all
damages permitted by law arising from the default and breach of the Contract.
22. TERMINATION FOR CONVENIENCE OF CITY
Upon seven (7) calendar days written notice delivered by certified mail, return receipt
requested, to Successful Offeror, CITY may without cause and without prejudice to
any other right or remedy, terminate the Agreement for CITY's convenience whenever
CITY determines that such termination is in the best interests of CITY. Where the
Agreement is terminated for the convenience of CITY, the notice of termination to
Successful Offeror must state that the Contract is being terminated for the
convenience of CITY under the termination clause and the extent of termination. Upon
receipt of the notice of termination for convenience, Successful Offeror shall promptly
discontinue all work at the time and to the extent indicated on the notice of termination,
terminate all outstanding subcontractors and purchase orders to the extent that they
relate to the terminated portion of the Contract and refrain from placing further orders
and subcontracts except as they may be necessary, and complete any continued
portions of the work.
23
Cify of Tamarac _ _ sontracts Division
. PurcMasin & C
23. AUDIT RIGHTS
CITY reserves the right to audit the records relating to this contract of Successful
Offeror at any time during the performance and term of the Contract and for a period
of three (3) years after completion and acceptance by CITY. If required by CITY,
Successful Offeror shall agree to submit to an audit by an independent certified public
accountant selected by CITY. Successful Offeror shall allow CITY to inspect,
examine and review the records of Successful Offeror at any and all times during
normal business hours during the term of the Contract.
24. ASSIGNMENT
24.1 Successful Offeror shall not assign, transfer or subject the Contract or its
rights, title or interests or obligations therein without CITY'S prior written
approval.
24.2 Violation of the terms of this paragraph shall constitute a breach of the
Contract by Successful Offeror and CITY may, at its discretion, cancel the
Contract and all rights, title and interest of Successful Offeror shall thereupon
cease and terminate.
24
City of Tamarac Contracts Division
..... -- ........ ..... Purchasing &._..._ .. _...__ ........
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(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 El OTHER ❑
If "Other", Explain:
Authorized Signature
Title
Company Name
City/State/Zip
Fax Number
Name (Printed Or Typed)
Federal Employer I.D./Social Security No.
Address
Telephone
Contact Person
Page q of 9 Certification
of Tamarac ..... g.. ..............Division
_..._._...__................._.....Purchasin & Contracts
CERTIFIED RESOLUTION
I (Name), the duly elected Secretary of
(Name of Corp.), 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
(Name of Corp.) 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)
By:
SIGNATURE
day of , 20—.
Secretary
Corporate Title
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 1 of 9 Certified Reso/ution
of Tamarac Purchasing & Contracts Division
OFFEROR'S QUALIFICATION STATEMENT
The undersigned certifies under oath the truth and correctness of all statements and of
all answers to questions made hereinafter:
SUBMITTED TO: City of Tamarac
Purchasing and Contracts Manager
7525 NW 88t" Avenue
Tamarac, Florida 33321
Company:
Contact Name:
Address:
City, State, Zip
Telephone No.
Fax No.
Check One
Corporation
Partnership
Individual
00ther
1. State the true, exact, correct and complete name of the partnership, corporation,
trade or fictitious name under which you do business and the address of the place
of business.
The correct name of the Offeror is:
The address of the principal place of business is:
If Offeror is a corporation, answer the following:
a) Date of Incorporation:
b) State of Incorporation:
c) President's name:
d) Vice President's name:
e) Secretary's name:
f) Treasurer's name;
g) Name and address of Resident Agent:
Page 9 of 5 offeror's Oualification Statement
City of Tamarac
Purchasing & Contracts Division
3. If Offeror is an individual or a partnership, answer the following:
a) Date of organization:
b) Name, address and ownership units of all partners:
c) State whether general or limited partnership:
4. If Offeror is other than an individual, corporation or partnership, describe the
organization and give the name and address of principals:
5. If Offeror is operating under a fictitious name, submit evidence of compliance with
the Florida Fictitious Name Statute.
6. How many years has your organization been in business under its present
business name?
a) Under what other former names has your organization operated?
7. Indicate registration, license numbers or certificate numbers for the businesses or
professions, which are the subject of this Bid. Please attach certificate of
competency and/or state registration.
8. Have you personally inspected the site of the proposed work?
F-1 YES ❑ NO
9. Do you have a complete set of documents, including drawings and addenda?
F-1 YES ❑ NO
10. Did you attend the Pre -Proposal Conference if any such conference was held?
El
YES El
NO
Page 2 of 5 Offeror's Qualification Statement
Citv of Tamarac
& Contracts Division
11. Have you ever failed to complete any work awarded to you? If so, state when,
where and why:
12. State the names, telephone numbers and last known addresses of three (3)
owners, individuals or representatives of owners with the most knowledge of work
which you have performed and to which you refer (government owners are
preferred as references).
Name Address Telephone
13. List the pertinent experience of the key individuals of your organization (continue
on insert sheet, if necessary).
14. State the name of the individual who will have personal supervision of the work:
15. State the name and address of attorney, if any, for the business of the Offeror:
16. State the names and addresses of all businesses and/or individuals who own an
interest of more than five percent (5%) of the Offeror's business and indicate the
percentage owned of each such business and/or individual:
17. State the names, addresses and the type of business of all firms that are partially
or wholly owned by Offeror:
Page 3 of 5 Offeror's Qualification Statement
City of Tamarac
Purchasing & Contracts Division
18. State the name of Surety Company which will be providing the bond, and name
and address of agent:
19. Bank References:
Bank Address.—----.- Telephone
20. Attach a financial statement including Offeror's latest balance sheet and income
statement showing the following items:
a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials, real estate, stocks and
bonds, equipment, furniture and fixtures, inventory and prepaid expenses):
b) Net Fixed Assets
c) Other Assets
d) Current Liabilities (e.g., accounts payable, notes payable, accrued
expenses, provision for income taxes, advances, accrued salaries, real
estate encumbrances and accrued payroll taxes).
e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding
shares par values, earned surplus, and retained earnings):
21. State the name of the firm preparing the financial statement and date thereof:
22. Is this financial statement for the identical organization named on page one?
YES NO
23. If not, explain the relationship and financial responsibility of the organization whose
financial statement is provided (e.g., parent -subsidiary).
--- - .. - — -- - ....._ --- .... ........ ...... ...... -- -
Page 4 of 5 offeror's Qualification Statement
City of Tamarac Purchasing & Contracts Division
The Offeror acknowledges and understands that the information contained in response
to this Qualification Statement shall be relied upon by owner in awarding the contract
and such information is warranted by Offeror to be true. The discovery of any omission
or misstatement that materially affects the Offeror's qualifications to perform under the
contract shall cause the owner to reject the proposal, and if after the award, to cancel
and terminate the award and/or contract.
Signature
ACKNOWLEDGEMENT
OFFEROR'S QUALIFICATION STATEMENT
State of
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
Page 5 of 5 Offeror's Qualification Statement
of ... Purchasing .. .........................__ .._ .. ... .......... Division
f Tamarac
_...._.__._._.....,. _._._.........
asin & Contracts ...... _ .............
State of
County of
deposes and says that:
1.
2.
3.
4.
5.
NON -COLLUSIVE AFFIDAVIT
)ss.
He/she is the
Representative or Agent) of
that has submitted the attached Proposal;
being first duly sworn,
, (Owner, Partner, Officer,
, the Offeror
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
Page 1 of 2 Non -Collusive Affidavit
City of Tamarac ... g _...... _ ,s Division
— -- _ .-- ....................... Purchasing Contract.. -----..
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
Page 2 of 2 Non -Collusive Affidavit
City of Tamarac Division
-......._-....__...........__ .— .................. ---._....................Purchasing &....Contracts.... .-...-...-.on
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:
1. 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 States 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
certify that this form complies fully with the above requirements.
Authorized Signature Company Name
Page 1 of 1 Drug -Free Workplace
of Tamarac Purchasing Division
------ -- ................ ...._, rchasin & Contracts D......_sion
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
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
Page 1 of 7 References
0
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NSR POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTJL TYPE OF INSURANCEWIT, U11IM"'my
GENERAL LIABILITY EACH OCCURRENCE
COMMERCIAL GENERAL LIA131LITY FIRE DAMAGE (Any one fire
f
CLAIMS MADE OCCUR MED EXP (An one person)
Must Include General Liability PERSONAL BADVINJURY
GENERAL AGGREGATE
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGO
Policy F I project loc
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS -
SCHEDULEDAUTOS SAMPLE CERTIFICATE
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT
pNY AUTO OTHER THAN EA ACC
AUTO ONLY: AGG
EXCESS LIABILITY EACH OCCURRENCE
OCCUR CLAIMS MADE AGGREGATE
DEDUCTIBLE
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY E.L. EACH ACCIDENT
E.L. DISEASE - EA EMP
E.L. DISEASE - POLICY
OTHER
Certificate must contain wording similar to what appears below
"THE CERTIFICATE HOLDER IS NAMED AS ADDITIONALLY INSURED WITH REGARD TO GENERAL LIABILITY"
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Tamarac AJL 3O DAYS WRITTEN
7525 NW 88th Avenue City Must Be N.-nu:d as Ce:'t11`Icate Bolder LEF`-
Tamarac FL 33321
AUTHORIZED REPRESENTATIVE
ACORD 25-S (7197) (DACORD CORPORATION 1988
of Tamarac Purchasing & Contracts Division. ......... .. I ........... . . .......... . . . .......... . ........ . ......... it
Bus Bench Locations
W. Commercial Blvd. - Prospect Rd. -SW corner
W. Commercial Blvd. - 2855 Block - North side-FR Willowwood
W. Commercial Blvd. - NW 28th Ave -SE corner
W. Commercial Blvd. - 2901 Block-FR Burger King
W. Commercial Blvd. - NW 29 Ave - Tamarac Lakes Dev.
W. Commercial Blvd. - S/SE of Continental Plaza-3300 Block
W. Commercial Blvd. - 3511 Block - West side
W. Commercial Blvd. - 3660 Block - South side
W. Commercial Blvd. - SR441 - NE corner
W. Commercial Blvd. - 1 st light west of SR441 - NW corner
W. Commercial Blvd. - 2 blocks west of SR441 -
W. Commercial Blvd. - Mainland Rd - SE corner
W. Commercial Blvd. - 6500 Block - North side
W. Commercial Blvd. - West of NW 70 Ave - North Side
W. Commercial Blvd. - West of NW 70 Ave - North Side
W. Commercial Blvd. - 7300 Block - North Side
W. Commercial Blvd. - East of University - North Side
W. Commercial Blvd. - East of Pine Island - North Side
W. Commercial Blvd.- West of 82 Avenue - North side - W of Bedding Barn
NW 64 Ave - 100' N of Commercial Blvd. - West side - Opposite of Stake & Ale
NW 64 Ave - N of Commercial Blvd. - East side
N. University Dr - NW 58 Street - SE corner
N. University Dr - 100' North of Commercial Blvd. - East side
N. University Dr - NW 61 Street - SW corner
N. University Dr - North of NW 61 Street - 6000 Block - East side
N. University Dr - NW 61 Street - 100' north of NE corner
N. University Dr - 100' S of NW 64 Street - West side - South of middle entrance Concord Village
N. University Dr - 100' N of NW 64 Street - East side
N. University Dr - 100' S of NW 64 St - West side-S. of entrance Concord Village
N. University Dr - West side - South of McNab Rd
N. University Dr - 100' North of McNab Rd - West side
N. University Dr - West side - 7301 Block - Opposite Piccadilly cafeteria
N. University Dr - NW 76 St - East side - near school crossing bridge
Rock Island R. - Commercial Blvd. - NE corner
Pine Island Rd - N of Commercial Blvd - East side
Pine Island Rd - West side - N. of 81 street - Union Planters Bank
Nab Hill Rd - West side - S of McNab Rd
Nob Hill Rd - Westwood Dr - NE corner
N Pine Island Rd - N of Southgate Blvd - East side
North SR 7 - NW 49 St - NE corner - in front of Dunkin Donuts
North SR 7 - 300' South of Commercial Blvd - West side
North SR 7 - 100' South of Commercial Blvd - West side - in front of IHOP
North SR7 - 5300 Block - West side - in front of Commercial Plaza
North SR 7 - 200' South of Prospect Rd - 5400 Block - in front of Lakeside Plaza
Page 1 of 3
of Tamarac ....... .... Contracts Division
---.....-_....................._._Purchasing&...Contr.........._.-........_-..........................-.-....
Bus Bench Locations (con't).
North SR 7 - Prospect Rd - SW corner
McNab Rd - NW 70 Ave - NE corner
McNab Rd - NW 70 Ave - NW corner
McNab Rd - 7201 Block - North Side - First Union
McNab Rd - 1/4 Mi. East of University Dr - South side
McNab Rd - E. of University Dr - NE corner - Brookwood Blvd.
McNab Rd - 1/4 Mi. East of University Dr - South side-w/bench
McNab Rd - 1 Block west of University Dr - South side
McNab Rd - 100' West of University Drive - North west corner
McNab Rd - Universtiy Drive - NW corner
McNab Rd - NW 80 Ave - Opposite Concorde Village - North side
McNab Rd - 1 Block west of Lagos de Campo Blvd. - South side
McNab Rd - 8333 Block - North side - NE corner of Colony Center
McNab Rd - Pine Island Rd - 100 yards E. of SE corner on McNab
McNab Rd - 150' West of Pine Island Rd - North side
McNab Rd - NW 94 Ave - South side
W. Commercial Blvd - 441-NW corner
W. Commercial Blvd - 150' west of NW 49th Ave - North side
W. Commercial Blvd - North side - 150' west of Woodlands Ave
W. Commercial Blvd - NW 64th Ave - NE corner - east bench
W. Commercial Blvd - 200' west of University Drive - North side
W. Commercial Blvd - 1 00'west of NW 79th Ave - North side
W. Commercial Blvd - 100' west of 82nd Ave- North side -Bedding Barn
W. Commercial Blvd - 100' east of 91 st Ave - North side
W. Commercial Blvd - 100' west of 94th Ave - North side
W. Commercial Blvd - 1000'East of Nob Hill Rd - North side - @ bus pull over
Nob Hill Rd - 100'South of 81st St - East side
Nob Hill Rd - 81 st St - West side
Nob Hill Rd - 1 00'south of Nob Hill Circle - West side
Nob Hill Rd - 80th and 81 st St - East side
Nob Hill Rd - Nob Hill Circle - East side
Nob Hill Rd - 100' south of 80th - West side
Nob Hill Rd - McNab Rd - NW corner
W. Commercial Blvd - Sunshine Plaza - NW corner
Page 2 of 3
of Tamarac ,_... Purchasing &Contracts Division
Bus Shelter Locations
7010 University Dr - McNab Road - East side
7200 University Dr. - In front of Piccadilly Cafe - East side
7800 University Dr - In front of Kidney Center - East side
7912 University Dr - Tropical Plants Business - East side
8290 University Dr - First Medical Bldg. - East Side
2340 University Dr - Southgate Blvd. - East Side
7825 Southgate Blvd - University Drive - North side
8299 University Dr - Amoco Station - West side
7707 University Drive - Woodmont - West side
5000 Commercial Blvd - Sabal Palm - South side
4999 Commercial Blvd - Sabal Palm - North side
5825 University Drive - Midway Plaza - West side
McNab Rd - NW 93 Ave - South side
5703 University Dr - Midway Plaza - West side
9910 McNab Rd - Nob Hill Rd - North side
5369 SR 7- West side
9910 McNab Rd - Nob Hill Rd - South side
4102 Commercial Blvd. - W of SR 7 - South side
8161 University Dr - University Club Apts. - West side
6799 University Drive - McNab Rd - West side
8245 NW 88 Ave - East side
8600 NW 88 Ave - East side
8275 NW 88 Ave - West side
8759 NW 57 St - North side
7911 NW 57 St - North side
6734 University Drive - McNab Rd - East side
SE Corner of Commerical Blvd -State Road 7--fronting Commercial Blvd.
Page 3 of 3
No Text
LL
{0 afwllw- vm n N
� y �
m cn
� V ^
m �
C)
0
p
u
fJ
— eawulf• �w
M
e
z
VJ �,
0
N @
r+ w o
U �
a
�Icnacn m i
� v
J Z
r F
C .. V_,
CO
co
V
ca
r -.90-2
E
�'�( A I b
\V
T ,y
Fc
J i �
.'l y. ?,-Lam.} �• .r J � N•Il 1 J M ` Y
�.. ----..-.w...... µw---fir•-�
Average Daily Ridership Statistics for the Municipality of Tamarac - 2001
Routes
Daily
Daily
Loc. ID
Description
Served
Boardin s
Ali htin s
193
UNIV DR/NW 58 S
2
0.00
23.00
194
UNIV DR/NW 61 S
2
0.00
0.00
195
UNIV DR/NW 64 S
2
0.00
0.00
196
UNIV DR/MCNAB RD (S)
2
0.00
46.67
197
UNIV DR/MCNAB RD (N)
2,57
61.77
51.48
198
UNIV DR/NW 72 S
2,57
12.36
12.36
199
UNIV DR/#7910
2
0.00
23.33
200
UNIV DR/SLATE B
2
0.00
0.00
250
UNIV DR/NW 78 S
2
0.00
11.67
251
UNIV DR/MCNAB RD
2
116.67
35.00
252
UNIV DR/MCNAB RD
2
105.00
11.67
253
UNIV DR/NW 61 S
2
0.00
0.00
254
UNIV DR/NW 57 S
2
23.33
105.00
1271
441/LAKESIDE DR
18
34.00
30.00
1272
441 /NW 53 ST
18
24.00
4.00
1273
441/COMM BLVD
18
106.00
54.00
1676
COMM BLVD/PROSPECT RD
55
4.28
3.67
1682
COMM BLVD/NW 47 T
55,57
10.55
9.17
1683
COMM BLVD/NW 49 AVE
55,57
1.83
3.06
1684
COMM BLVD/NW 70 AVE
55,57
1.22
20.02
1685
MCNAB/WESTWOOD B E
62
0.60
0.00
1686
MCNAB RD/NW 84 AVE
62
0.00
0.00
1687
MCNAB RD/SNNLAND BNK
62
2.40
1.20
1693
COM B/NW 31 A
55
13.44
20.78
1694
COM B/NW 29 A
55
6.11
4.89
1695
COM B/NW 28 A
55
2.44
1.83
1696
COM B/NW 26 T
55
1.83
2.44
1697
COM B/PROSPECT R
55
8.56
1.83
2223
PROSPECT R/NW 26 A
11
0.00
0.00
2224
PROSPECT R/NW 27 A
11
0.00
0.00
2225
PROSPECT R/ NW 28 A
11
0.00
0.00
2228
PROSPECT R/NW 28 A
11
2.56
1.28
2229
PROSPECT R/NW 27 A
11
0.00
0.00
2230
PROSPECT R/NW 26 A
11
0.00
0.00
2255
RK IS RD/COM BLVD
57
1.38
0.69
2256
RK IS RD/SBL PLM B
57
4.13
1.38
2262
NW 64 AVE/NW 57 CT
57
0.00
0.00
2263
WSTWD D/NW 74 C
62
6.00
0.60
2264
WSTWD D/NW 97 A
62
0.00
0.00
2265
WSTWD D/NW 100 A
62
7.80
1.20
2266
NW 70 AVE/NW 74 PL
57
0.00
0.00
Tamarac Boarding and Alighting 2001.xls Page 1
Average Daily Ridership Statistics for the Municipality of Tamarac - 2001
Routes
Daily
Daily
Loc. ID
Description
Served
Boardin s
Ali htin s
2267
NW 70 AV/NW 71 ST
57
1.38
0.00
2268
NW 64 AV/NW 57 CT
57
0.69
0.00
2269
NW 64 AV/NW 24 ST
57
0.00
1.38
2270
NW 64 AWBAILEY RD
57
5.50
3.44
2271
BAILEY RD/NW 61 ST
57
1.38
1.38
2427
441 /#4699
18
32.00
28.00
2517
NW 64 AWCOMM BLVD
57
2.75
4.81
2528
PRSPCT RD/CHURCH
11
23.04
0.00
2533
NW 77 ST/NOB HILL RD
62
2.40
2.40
2595
PN ISLAND RD/MCNAB RD
88
0.55
1.10
2803
COMM B/441
11, 55, 57
14.29
68.38
2805
MCNAB RD/NW 70
62
5.40
4.80
2806
NW 76 ST/UNIV DR
57
0.00
2.06
2807
NW 76 ST/NW 72 AVE
57
0.69
0.69
2808
NW 76 ST/NW 70 AVE
57
0.00
0.00
2809
MCNAB RD/BRKWD BLVD
57,62
4.98
15.69
2810
BAILEY RD/SHAKER VL
57
2.06
2.06
2811
COMM BLVD/NW 73 AVE
65,57
0.61
5.50
2812
MCNAB RD/LIME BAY L
62
7.80
0.60
2827
MCNAB RD/NW 100 AVE
62
9.60
1.20
2828
MCNAB RD/UNIV DR
62
5.40
21.00
2829
MCNAB R/BRKWD DR
62
4.20
1.20
2870
MCNAB RD/UNIV DR
57,62
22.55
48.95
2871
MCNAB RD/SNNLND BANK
57,62
0.00
0.00
2872
MCNAB RD/NW 84 AVE
57,62
0.60
0.60
2873
MCNAB RD/SHOPS-TMRC
57,62
6.09
12.44
2874
MCNAB RD/NW 94 AV
62
0.60
1.20
2875
WSTWD DR/NW 99 AV
62
0.00
1.20
2876
WSTWD DR/NW 97 AV
62
1.20
0.00
2877
WSTWD DR/NW 74 C
62
3.00
2.40
2878
SGTE B/NOB HILL RD
62
0.00
4.20
2879
SGTE B/NW 93 A
62
0.60
0.60
2883
MCNAB RD/UNIV DR
62
34.80
7.80
2884
MCNAB RD/LAGOS-CAMPO
57,62
5.75
6.60
2885
MCNAB RD/NW 89 AVE
57,62
0.60
3.78
2936
CRL SPR DR/SGTE B
88
8.77
2.19
2937
SGTE B/CRL SPR D
62
5.40
3.00
2938
SGTE B/NW 93 A
62
2.40
1.20
2939
SGTE B/NW 95 A
62
0.00
0.00
2940
SGTE B/NW 91 T
62
0.60
1.20
2990
MCNAB RD/NW 98 AV
62
1.20
0.60
Tamarac Boarding and Alighting 2001.xls Page 2
Average Daily Ridership Statistics for the Municipality of Tamarac - 2001
Routes
Daily
Daily
Loc. ID
Description
Served
Boardin s
Ali htin s
2991
MCNAB R/SW 83 AV
62
3.00
4.20
2992
MCNAB RD/NW 70 AV
57,62
3.26
6.00
2993
MCNAB RD/BRK PLAZA
57,62
0.00
9.00
3006
MCNAB RD/NW 94 AV
62
3.60
0.60
3011
SGTE B/NW 95 A
62
0.00
0.00
3021
BAILEY RD/NW 55 LN
57
0.00
0.00
3204
UNIV DR/NW 78 S
2
35.00
0.00
3205
UNIV D/NW 82 S
2
11.67
0.00
3207
UNIV DR/NW 82 S
2
46.67
0.00
3208
UNIV DR/UNIV CL APT
2
0.00
0.00
3209
UNIV DR/NW 72 S
2
11.67
0.00
3222
UNIV DR/NW 57 ST
2
46.67
35.00
3223
UNIV DR/#6000
2
0.00
0.00
3228
UNIV DR/CNCRD VL
2
11.67
0.00
3229
UNIV DR/OVERPASS
2
0.00
0.00
3230
UNIV DR/STHGT B
2
0.00
0.00
3231
UNIV DR/CNCRD VL
2
0.00
0.00
3232
UNIV D/NW 58 S
2
23.33
23.33
3245
SGTE B/NW 91 T
62
0.60
0.60
3250
NOB HILL/SGTE B
62
3.00
0.00
3251
WSTWD D/NW 77 S
62
4.20
2.40
3252
WSTWD D/NW 77 S
62
2.40
4.80
3253
NW 77 ST/KINGS PT
62
0.00
3.00
3270
NW 77 ST/NW 96 A
62
1.80
3.00
3323
MCNAB RD/PN IS RD
57,62
2.49
15.00
3324
NW 64 AVE/COMM BLVD
57
1.38
1.38
3325
COMM BLVD/NW 66 T
55,57
1.30
8.10
3326
NOB HILL RD/NW 81 ST
62
6.00
4.20
3388
441/SNSHN PLZ EN
18
48.00
18.00
3392
MCNAB RD/NOB HILL R
62
0.60
12.00
3482
PRSPCT RD/NW 52 S
11
0.00
2.56
3571
BAILEY RD/BNYN LK EN
57
2.75
0.00
3637
MCNAB RD/SHOPS-TMRC
62
4.80
7.20
3710
NOB HILL RD/NOB HILL CT
62
1.80
0.60
3711
NOB HILL RD/NOB HILL CT
62
0.60
9.00
3756
PN IS RD/MCNAB RD
88
2.74
0.00
3773
PRSPCT RD/COMM BLVD
11
15.36
8.96
3774
PRSPCT RD/OAK TREE
11
3.84
1.28
3775
NW 21 AV/PRSPCT RD
11
5.12
2.56
3888
SR 7/COMM BLVD
11
17.92
24.32
4010
NW 77 ST/NW 97 AVE
62
3.00
0.00
Tamarac Boarding and Alighting 2001.xls Page 3
Average Daily Ridership Statistics for the Municipality of Tamarac - 2001
Routes
Daily
Daily
Loc. ID
Description
Served
Boardin s
Ali htin s
4011
MCNAB RD/PN IS RD
62
3.60
3.00
4023
WSTWD D/NOB HL R
62
3.60
7.80
4025
NW 64 AV/#5830
57
N/A
N/A
4110
COMM B/NW 50 AV
55,57
4.28
9.39
4111
COM B/UNIV DR
55,57
3.13
36.82
4112
NW 76 ST/NW 73 T
57
0.00
0.00
4326
NW 57 S/NW 79 AV
57
3.44
4.81
4327
NW 57 ST/NW 82 AV
57
0.00
0.69
4328
NW 57 ST/NW 84 T
57
0.69
0.00
4329
NW 57 ST/NW 87 AV
57
0.00
0.69
4330
NW 57 ST/NW 87 AV
57
0.00
0.00
4331
NW 57 ST/PINE IS RD
57
1.38
0.69
4332
PINE IS RD/#5902
57,88
1.24
0.69
4333
NW 61 ST/NW PINE IS RD
57
0.00
2.06
4334
NW 61 ST/NW 84 T
57
2.06
1.38
4335
NW 84 T/LAGOS-CAMPO
57
0.00
0.00
4336
LAGOS-CAMPO/SND PT B
57
4.13
1.38
4337
LAOS-CAMPONRSLLS G
57
0.69
0.00
4339
MCNAB/LAGOS-CAMPO
57,62
5.40
2.40
4343
MCNAB/NW 95 T
57,62
1.80
1.80
4344
MCNAB/NW 98 AV
57
0.00
2.06
4345
NOB HILL RD/MCNAB
57
2.06
8.94
4346
NOB HILL RD/NW 67 ST
57
0.00
2.06
4347
NOB HILL RD/PLUM BAY
57
0.00
0.69
4351
MCNAB RD/NW 92 AV
57,62
4.29
4.29
4352
MCNAB RDIWESTWOOD B
57
0.00
4.13
4353
COMM B/UNIV DR
55,57
14.52
54.39
4610
COMM B/SR 7
55,57
82.35
47.06
4777
BAILEY RD/WOODLND B
57
2.06
2.75
4782
COMM B/NOB HILL RD
55,57
5.50
1.38
5033
RK IS RD/BAILEY
57
0.69
2.06
5034
RK IS RD/SPRNG HOUSE
57
0.00
2.06
5035
COMM B/NW 50 AV
55,57
11.31
3.82
5036
COMM B/NW 49 AV
55,57
1.30
0.00
5037
COMM B/NW 47 TR
55,57
8.02
10.55
5064
COMM B/RK IS R
55
2.44
4.28
5065
COMM B/WDLD B
55
4.89
4.89
5066
COMM B/NW 57 W
55
3.67
4.89
5067
COMM B/NW 58 W
55
3.67
4.28
5068
COMM B/WHITE OAK L
55
1.22
3.06
5069
COMM B/NW 64 AVE
55
4.89
11.61
Tamarac Boarding and Alighting 2001.xis Page 4
Average Daily Ridership Statistics for the Municipality of Tamarac - 2001
Routes
Daily
Daily
Loc. ID
Description
Served
Boardin s
Ali htin s
5070
COMM B/NW 79 A
55
0.00
5.50
5071
COMM B/NW 82 AVE
55
0.61
1.22
5072
COMM B/NW 84 T
55
0.00
0.00
5073
COMM B/TMRC COM CTR
55
0.00
2.44
5074
COMM B/PINE IS RD
55
1.22
11.00
5075
COMM B/NW 91 AVE
55
0.61
3.06
5076
COMM B/NW 94 AV
55
0.00
5.50
5077
COMM B/SNRS MUSIC T
55
0.00
1.83
5090
COMM B/#6701
55
9.78
0.61
5091
COMM B/#6510
55
1.22
0.61
5092
COMM B/NW 64 AVE
55
17.11
9.78
5093
COMM B/WHITE OAK L
55
3.06
3.06
5094
COMM B/BANYAN L
55
6.72
4.28
5095
COMM B/WDLD B
55
1.22
3.06
5096
COMM B/RK IS R
55
6.11
2.44
5097
COMM B/MNLD D
55
29.33
50.11
5098
COMM B/SR 7
55
84.94
6.72
5099
COMM B/NW 37 A
55
12.83
1.22
5110
PRSPCT R/NW 53 ST
11
1.28
2.56
5130
PN IS R/NW 81 ST
88
5.48
0.00
5131
PN IS R/NW 79 ST
88
1.65
1.10
5132
PN IS R/NW 78 ST
88
1.10
0.55
5133
PN IS R/NW 77 ST
88
1.65
1.10
5134
PN IS R/TMRAC CITY HALL
88
0.55
0.00
5135
PN IS R/WOODMONT A
88
1.10
0.00
5136
PN IS R/NW 70 S
88
4.39
1.65
5137
PN IS R/NW 67 C
88
1.10
0.00
5138
PN IS R / PARADISE D
88
0.00
0.00
5139
PN IS R/NW 58 ST
88
2.74
0.55
5167
SGTE B/PN IS R
62
0.60
3.00
5188
PN IS R/COMM B
88
3.29
2.74
5190
PN IS R/NW 61 S
88
1.10
0.55
5191
PN IS R/COLONY WEST
88
1.10
1.65
5192
PN IS R/WOODMONT A
88
1.65
4.94
5193
PN IS R/CITY HALL
88
0.00
0.55
5194
PN IS R/NW 77 ST
88
3.29
6.58
5195
PN IS R/AZALEA C
88
0.55
3.84
5315
COMM B/BLUEJK OAK CIR
55
1.83
0.61
5327
COMM B/NOB HILL D
55
0.00
4.89
5329
PN IS R/MCNAB RD
88
0.55
3.84
5333
PRSPCT R/HENDERSON
11
7.68
0.00
5359
COMM B/PINE IS RD
55
N/A
N/A
Tamarac Boarding and Alighting 2001.xls Page 5
Purchasing and
Contracts Division
City of Tamarac
"Committed to Excellence... Always"
ADDENDUM NUMBER 1
RFP NO. 03-10R
BUS BENCH AND SHELTER DESIGN, CONSTRUCTION,
INSTALLATION AND MAINTENANCE
DATE OF ADDENDUM: MARCH 12, 2003
Proposers are hereby notified that this Addendum shall be made part of the
above named Request for Proposal document.
The following information responds to questions from the mandatory Pre -
Proposal Meeting held on March 12, 2003. Please note the following changes to
the Request for Proposals:
1. RFP 03-10R Page 5 Section I. Purpose, Background, Term and Scope of
Service. Subsection C.,. Term: "The term of the contract that may be
awarded as a result of this Request for Proposal is"...:
a. for bus shelters, the term shall be for a period up to ten (10) years, with
an option to renew for one (1) extension period of five (5) years.
b. For bus benches, the term shall be for a period of sixty (60) months (5
years), with an option to renew for one (1) extension period of sixty (60)
months (5 years).
2. RFP 03-10R Page 9 Section II Shelter and/or Bench S 12ecifications,
Subsection C., Advertisements Item 4: "The Contractor shall make
available up to five (5) non -advertising shelters"...:
a. This changes to "up to two (2) non -advertising shelters"...
3. RFP 03-10R Page 11 Section III Proposal Requirements, Item 4 Proposal
Copies: ..."to the attention of Lynda S. Flurry, CPPO, Purchasing and
Contracts Manager."
a. This changes to "to the attention of James Nicotra, Senior Procurement
Specialist."
All other requirements included in the RFP shall remain the same.
If you have any questions regarding this addendum, please call (954) 724-2450.
James Nicotra, CPPB
Senior Procurement Specialist
7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 IN (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org
Equal Opportunity Employer
Page Two
Addendum #1
RFP 03-1 OR
March 12, 2003
Please sign below and submit this addendum
with your proposal.
Company Name
Authorized Signature Date
RFP 03-1 OR 2 Addendum #1
-L OF TA -
�, City of Tamarac
"
"Committed to Excellence... Always"
�<pR�
Purchasing and
Contracts Division
ADDENDUM NO. 2
RFP NO. 03-10R
BUS BENCH AND SHELTER DESIGN, CONSTRUCTION,
INSTALLATION AND MAINTENANCE
DATE OF ADDENDUM: MARCH 25, 2003
Proposers are hereby notified that this Addendum shall be made part of the
above named Request for Proposal document.
The following RFP specified document forms were omitted from the RFP.
1. Public Entity Crimes Statement
2. Foreign Corporation Statement
NOTE: The attached forms should be submitted with your RFP; however, said
forms must be submitted within 4 days of the City's request.
All other requirements included in the RFP shall remain the same.
Submittal date of Wednesday, March 26, 2003 by 2:00 pm remains the
same.
If you have any questions regarding this addendum, please call (954) 724-2450.
James Nicotra, CPPB
Senior Procurement Specialist
7525 NW 88th Avenue a Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org
Equal Opportunity Employer
Page Two
Addendum #1
RFP 03-1 OR
March 12, 2003
Please sign below and submit this addendum
with your proposal.
Company Name
Authorized Signature Date
RFP 03-1 OR 2 Addendum #1
of Tamarac 0 Purchasing & Contracts Division
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid, Proposal or Contract No.
to the City of Tamarac for
2. This sworn statement is submitted by
(Name of entity submitting sworn statement)
Federal Employer Identification Number (FEIN)
(If the entity has no FEIN, include the Social Security Number of the individual signing
this sworn statement:
3. My name is
(Print name of individual signing)
My relationship to the entity named above is
4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(9), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not limited
to, any bid or contract for goods or services, any lease for real property, or any contract
for the construction or repair of a public building or public work, involving antitrust, fraud,
theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non -jury trial, or entity of a plea of guilt or nolo contendere.
6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management of
the entity and who has been convicted of a public entity crime. The term "affiliate"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The owner
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
an arm's length agreement, shall be a prima facie case that one person controls
another person. A person who has been convicted of a public entity crime in Florida
during the preceding 36 months shall be considered an affiliate.
of Tamarac -e Purchasing & Contracts Division
7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which bids or
applies to bid on contracts led by a public entity or which otherwise transacts or applies
to transact business with a public entity. The term "person" includes those officers,
directors, executives, partners, shareholders, employees, members and agents who are
active in management of an entity.
8. Based on information and belief, the statement, which I have marked below, is true in
relation to the entity submitting this sworn statement. (Please indicate which statement
applies.)
❑ Neither the entity submitting this sworn statement, nor any of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, nor any affiliate of the entity were charged
with and convicted of a public entity crime after July 1, 1989.
❑ The entity submitting this sworn statement, or one or more of the officers, directors,
executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or an affiliate of the entity was charged with
and convicted of a public entity crime after July 1, 1989.
❑ The entity submitting this sworn statement, or one of its officers, director,
executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or the affiliate of the entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding before a Hearing Officer of the State
of Florida, Division of Administrative Hearings and the Final Order entered by the
Hearing Officer determined that it was not in the public interest to place the entity
submitting this sworn statement on the convicted vendor list. (Attach a copy of the
final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR
THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31
OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT
IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED
IN THIS FORM.
(Signature)
(Date)
of Tamarac
ACKNOWLEDGMENT
State of Florida
County of
purchasing & Contracts Division
On this the day of , 2003, 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
City of Tamarac Purchasing
..........._----...._._... ..._._.._._.................... . __.._.Amk _.—.......urchasm . ,& Contracts vision
FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM
DEPARTMENT OF STATE CORPORATE CHARTER NO.
If your corporation is exempt from the requirements of Section 607.1501, Florida Statutes, YOU MUST
CHECK BELOW the reason(s) for the exemption. Please contact the Department of State, Division of
Corporations at (850) 245-6051 for assistance with corporate registration or exemptions.
607.1501 Authority of foreign corporation to transact business required.
(1) A foreign corporation may not transact business in this state until it obtains a certificate of
authority from the Department of State.
(2) The following activities, among others, do not constitute transacting business within the
meaning of subsection (1):
❑ (a) Maintaining, defending, or settling any proceeding.
❑ (b) Holding meetings of the board of directors or shareholders or carrying on other activities
concerning internal corporate affairs.
❑ (c) Maintaining bank accounts.
❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the
corporation's own securities or maintaining trustees or depositaries with respect to those
securities.
❑ (e) Selling through independent contractors.
❑ (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise,
if the orders require acceptance outside this state before they become contracts.
❑ (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal
property.
❑ (h) Securing or collecting debts or enforcing mortgages and security interests in property
securing the debts.
❑ (i) Transacting business in interstate commerce.
EJ (j) Conducting an isolated transaction that is completed within 30 days and that is not one in
the course of repeated transactions of a like nature.
[] (k) Owning and controlling a subsidiary corporation incorporated in or transacting business
within this state or voting the stock of any corporation which it has lawfully acquired.
[] (1) Owning a limited partnership interest in a limited partnership that is doing business within
this state, unless such limited partner manages or controls the partnership or exercises the
powers and duties of a general partner.
❑ (m) Owning, without more, real or personal property.
(3) The list of activities in subsection (2) is not exhaustive.
(4) This section has no application to the question of whether any foreign corporation is
subject to service of process and suit in this state under any law of this state.
Please check one of the following if your firm is NOT a corporation:
(1) ❑ Partnership, Joint Venture, Estate or Trust
(II) ❑ Sole Proprietorship or Self Employed
NOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II
above. If you do not check I or II above, your firm will be considered a corporation and subject to all
requirements listed herein.
BIDDER'S CORRECT LEGAL NAME
SIGNATURE OF AUTHORIZED AGENT OF BIDDER
Page 1 of 1 Foreign Corporations Statement
Purchasing and
Contracts Division
ADDENDUM NUMBER 1
RFP NO. 03-1OR
BUS BENCH AND SHELTER DESIGN, CONSTRUCTION,
INSTALLATION AND MAINTENANCE
DATE OF ADDENDUM: MARCH 12, 2003
Proposers are hereby notified that this Addendum shall be made part of the
above named Request for Proposal document.
The following information responds to questions from the mandatory Pre -
Proposal Meeting held on March 12, 2003. Please note the following changes to
the Request for Proposals:
1. RFP 03-10R, Page 5, Section I. Purpose, Background. Term and Scope of
Service, Subsection C., Term: "The term of the contract that may be
awarded as a result of this Request for Proposal is"...:
a. for bus shelters, the term shall be for a period up to ten (10) years, with
an option to renew for one (1) extension period of five (5) years.
b. For bus benches, the term shall be for a period of sixty (60) months (5
years), with an option to renew for one (1) extension period of sixty (60)
months (5 years).
2. RFP 03-10R, Page 9, Section II, Shelter and/or Bench „Specifications,
Subsection C., Advertisements, Item 4: "The Contractor shall make
available up to five (5) non -advertising shelters"...:
a. This changes to "up to two (2) non -advertising shelters"...
3. RFP 03-1 OR, Page 11, Section III, Proposal Requirements, Item 4, Proposal
C_opies:..."to the attention of Lynda S. Flurry, CPPO, Purchasing and
Contracts Manager."
a. This changes to "to the attention of James Nicotra, Senior Procurement
Specialist."
All other requirements included in the RFP shall remain the same.
If you have any questions regarding this addendum, please call (954) 724-2450.
James Nicotra, CPPB
Senior Procurement Specialist
7525 NW 88th Avenue m Tamarac, Florida 33321-2401 a (954) 724-2450 w Fax (954) 724-2408 ■ vwvw.tamarac.org
Equal Opportunity Employer
Page Two
Addendum #1
RFP 03-1 OR
March 12, 2003
Please sign below and submit this addendum
with your proposal.
Company Name
Authorized Signature Date
Purchasing and
Contracts Division
City of Tamarac
"Committed to Excellence... Always"
ADDENDUM NO.2
RFP NO. 03-10R
BUS BENCH AND SHELTER DESIGN, CONSTRUCTION,
INSTALLATION AND MAINTENANCE
DATE OF ADDENDUM: MARCH 25, 2003
Proposers are hereby notified that this Addendum shall be made part of the
above named Request for Proposal document.
The following RFP specified document forms were omitted from the RFP.
1. Public Entity Crimes Statement
2. Foreign Corporation Statement
NOTE: The attached forms should be submitted with your RFP; however, said
forms must be submitted within 4 days of the City's request.
All other requirements included in the RFP shall remain the same.
Submittal date of Wednesday, March 26, 2003 by 2:00 pm remains the
same.
If you have any questions regarding this addendum, please call (954) 724-2450.
James Nicotra, CPPB
Senior Procurement Specialist
7525 NW 88th Avenue a Tamarac, Florida 33321-2401 w (954) 724-2450 e Fax (954) 724-2408 a www,tamorac.org
Equal Opportunity Employer
Page Two
Addendum #1
RFP 03-1 OR
March 12, 2003
Please sign below and submit this addendum
with your proposal.
Company Name
Authorized Signature Date
F
TR 10165
Attachment 1
City of Tainatac 6 Purchasing and Contracts Division
r-1WIN441 A1:4:11
BETWEEN THE CITY OF TAMARAC
AND
STREET FURNITURE ADVERTISING GROUP, INC.
THIS AGREEMENT is made and entered into this c2.5 day of,1uk, 20 CL3
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 Street Furniture Advertising
Group, Inc., a Florida corporation with principal offices located at 4040 N. 29th Avenue,
Hollywood (the "CONTRACTOR") to provide for Bus Shelter Design, Construction,
Installation and Maintenance, pursuant to RFP No. 03-1 OR.
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, conditions of the RFP No. 03-
10R set forth in Exhibit 1, attached hereto and incorporated herein as if set forth in
full, (General, Supplementary and other Conditions), drawings, specifications, all addenda
issued prior to, and all modifications issued after execution of this Agreement. These
contract documents form the Agreement, and all are as if fully a part of the Agreement as
if attached to this Agreement or repeated therein. This agreement shall supersede any
conflicting terms and conditions included in RFP No. 03-1OR.
2. TERM
The initial term of this Agreement shall be for a Ten (10) year period commencing
on July 3, 2003 and ending July 2, 2013.
CONTRACTOR shall begin installation of shelters not later than ninety (90) days
from execution of agreement or on a space available basis.
CITY shall have the sole option to renew this Agreement for one (1) additional five
(5) year term. Written notice of the CITY's intent to renew shall be provided to
CONTRACTOR one hundred twenty (120) days prior to the expiration of this Agreement.
3. TERMINATION
This Agreement may be terminated by CITY or CONTRACTOR for cause or by the
City for convenience, upon thirty (30) 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
No Text
City of 7-0marac Purchasing and Contracts Division
`• _ --- =-------
to this termination.
Default by CONTRACTOR: In addition to all other remedies available to the City,
this Agreement shall be subject to cancellation by the City 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.
4. THE WORK
The CONTRACTOR shall perform all work for the CITY as set forth in
CONTRACTOR's proposal and as required by the contract documents as set forth below:
a) CONTRACTOR shall furnish all labor, materials, and equipment necessary to install
and maintain bus shelters at public transit stops within the City limits.
b) CONTRACTOR shall have the exclusive right to construct, erect, install, repair and
maintain public bus shelters at no cost to the CITY, and to place such shelters at locations
on public property or within the public right-of-way approved by the CITY. The shelters
shall remain the sole property of the CONTRACTOR and must be removed within sixty (60)
days of termination of this Agreement. Upon termination of this Agreement, the
CONTRACTOR shall no longer possess the right to maintain, operate or install shelters
within the City .The CITY has approved placing and/or replacing shelters at the locations
set forth in Exhibit "A" to this Agreement. Placement of shelters at additional locations are
subject to the approval and/or direction of the City. All locations shall be public transit
stops. All locations and shelter installations must conform to federal, state, county and
municipal laws, ordinances and rules and regulations, including but not limited to the
American's With Disabilities Act, and have the approval of the CITY prior to installation of
the shelters in accordance with the provisions of this Agreement. CONTRACTOR shall
have the sole responsibility, at its sole cost expense, to obtain all necessary local, county,
state and federal permits. All shelters shall be located within twenty-five (25) feet of a bus
stop. Only one (1) shelter is permitted at a bus stop, unless agreed by CITY and
CONTRACTOR that it is necessary to have more than one shelter at a location. There shall
not be an advertising bus bench allowed at the same transit location as a permitted bus
shelter. It is not the intent of the CITY to allow unrestricted advertising.
c) All shelters shall be constructed of top grade materials and conform to the Florida
Building Code as well as all applicable state, county and municipal codes, as described in
the specifications and model as set forth in Exhibit "B" to this Agreement, attached hereto
and incorporated herein as if set forth in full. The CONTRACTOR shall obtain all
necessary permits for all shelter construction. However, the City shall cooperate with the
CONTRACTOR on permitting to the fullest extent possible and in accordance with the
Florida Building Code and State Statutes.
d) The CONTRACTOR shall install new shelters at all locations, as specified in Exhibit
"A". CONTRACTOR shall install a minimum of five shelters per month. Shelter locations
and order of replacement to be agreed upon between the CITY and CONTRACTOR.
No Text
City of Tamarac Pwc haswy and Contracts Vivision
The CONTRACTOR shall not be responsible for the removal of the existing bus
shelters installed by the previous bus shelter contractor; nor shall the CONTRACTOR be
responsible for removing any previous improvements, concrete pads or any other additions
utilized for the benefit of the previous bus shelter contractor.
e) The CONTRACTOR shall at its sole cost and expense maintain all such shelters in
good and serviceable condition during the entire term of this Agreement. Each shelter
shall be routinely visited for maintenance a minimum of every three days. Each shelter and
associated pad shall be power washed as needed however on a minimum of one time per
year. The CITY reserves the right to periodically inspect such shelters to determine their
condition. The CONTRACTOR shall remove, replace or recondition, to the satisfaction of
the CITY, any shelters, which the CITY determines, are not at an approved location or no
longer in good or serviceable condition. The style and construction of any replacement
shelters shall be the same as the shelter replaced, unless prior written CITY approval is
received. In the event CITY inspects and determines that shelter is in need of cleaning or
maintenance, CITY shall notify CONTRACTOR who shall perform maintenance within 2
business days. This section shall supercede any conflicting terms and conditions
included in RFP No. 03-10R.
f) 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.
g) 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.
h) 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.
5. REPAIR/REPLACEMENT/REMOVAL
In the event the CITY shall determine that a shelter should be repaired or replaced,
or constitutes unrestricted advertising in the CITY's sole opinion, or that a shelter does not
comply with this Agreement, it shall give the CONTRACTOR notice, identifying the exact
location of the shelter and corrective measure to be taken.
a) CONTRACTOR shall repair, replace, remove the shelter or take corrective
No Text
City of Tamarac F 'reusing and Conttacts Division
measures specified by CITY within two (2) business days of receipt of such notice.
b) In the event the CITY determines that a shelter or advertisement within a shelter,
constitutes a hazard to persons, pedestrians, property or vehicular traffic or seriously
disrupts the public right-of-way, the CITY shall notify CONTRACTOR who shall remove the
shelter or advertisement immediately upon receipt of - notice, but no longer than two (2)
business days from receipt of verbal or written notification, whichever occurs first.
c) In the event the CONTRACTOR fails to repair, replace or remove the shelter within
the above -specified periods, the CITY shall have the right to repair, replace or remove and
store the shelter at the expense of the CONTRACTOR.
d) If a shelter is to be removed under this provision, it may be moved to another
location agreed upon between the CITY and CONTRACTOR.
e) Upon termination CONTRACTOR shall have sixty (60) days to remove shelters.
Upon expiration of sixty (60) days CITY shall have the option to remove and store shelters
at CONTRACTORS expense. After sixty (60) days storage CITY shall have the option to
dispose of shelters at CONTRACTORS expense.
GG�JJ_11►1921►.1_1►103t
It will be the CONTRACTOR' responsibility, at CONTRACTOR' expense, to
maintain the shelter site and surrounding area for a minimum distance of ten (10) feet
from the shelter to insure that the site is free of trash, high grass, weeds or other rubbish,
fumigating the shelter as needed. Trash receptacles shall be located at all shelter sites;
the "CONTRACTOR" will provide trash pick up and disposal at no cost to City. Collection
and disposal service to be provided by CONTRACTOR on at a minimum one time per
week or on a more frequent basis as determined by the City.
7. REPAIR/REPLACEMENT OF PUBLIC/PRIVATE PROPERTY
The CONTRACTOR shall repair or replace all structures or facilities on public or
private property, which may have been damaged during construction, operation or removal
of bus shelters owned by the CONTRACTOR. The work shall include but not be limited to
sidewalks, driveways, posts, poles, walls, fences, gates, footing, trees, shrubs, lawns,
sprinklers, curbs, gutters, utilities (both overhead and underground), manholes, catch
basins, inlets, parkways, parkway drains, street surfaces, and landscaping in the parkway
areas. The work shall include furnishing and replacing planting soil, trees, shrubs, grass
sod and other ground cover planting as required to conform to the original surface
condition and cross-section as specified, and cleanup and removal of all surplus
materials, rubbish and trash of every nature remaining after the construction has been
completed. The CONTRACTOR further agrees to repair or replace public or private
property in a manner acceptable to the CITY. All repairs and replacements shall
incorporate materials and methods similar to those used in the original structure, unless
otherwise specified. This section shall survive termination of the agreement.
No Text
City of Tamarac Purchasing and Contracts Division
8. RELOCATION OF SHELTERS
In the event of a change in transit stops or other transportation system designations,
changes in street design or rights -of -way or changes the CITY deems necessary for the
public health, safety, welfare and convenience, or changes in demographics which
materially affect the pedestrian and vehicular traffic flow at or near shelters established in
connection herewith, the CONTRACTOR, at the CITY's written request, shall relocate a
designated shelter to another location mutually agreed to by the CITY and the
CONTRACTOR. The expense in connection with such relocation shall be borne by the
CONTRACTOR, and the CONTRACTOR shall act expeditiously in order to relocate such
shelters, and in the event that a change of street design or right-of-way location shall
require the relocation of a shelter, the CONTRACTOR shall coordinate its work with the
CONTRACTORS or other personnel performing labor in connection with the change of
street design or right -of way location in order to accomplish the relocation expeditiously
and without interference to the work in connection with the relocation of streets or right-of-
way. CONTRACTOR shall not place, remove or relocate shelters unless directed to do so
in writing by the City.
9. ADVERTISING
The CONTRACTOR shall be authorized to sell and install professionally designed,
commercial advertising to be placed upon specified shelters as set forth in Exhibit "A".
Provided, however, that advertising of tobacco, firearms, massage parlors, adult book
stores, adult theaters, adult escort services and pornographic or obscene matters are
prohibited. The determination of objectionable, obscene or pornographic advertising shall
be the right of the CITY whose decisions on these matters shall be final. All advertising
signs shall have a maximum size of forty-eight (48) inches by sixty-nine (69) inches.
CONTRACTOR shall provide at a minimum two non advertising shelters at
locations designated by City. The CONTRACTOR shall not be obligated to pay CITY for
these shelters.
CONTRACTOR shall provide space for CITY sponsored advertising messages on a
space available basis. In the event space is available for CITY sponsored advertising
messages, the CONTRACTOR shall provide the CITY with one (1) advertising panel, per
month, for each three (3) shelter locations that are in place from time to time. In no event
shall a paying customer be removed from an ad space that the CITY wants to utilize for
CITY messages. The CONTRACTOR shall not be responsible for paying for public service
message material. The CITY shall provide all necessary materials at its sole cost and
expense. However, the CONTRACTOR, will install at no additional cost to the CITY, such
public service advertisements within a reasonable time after said advertisements are
provided to the CONTRACTOR for installation.
No Text
City of Tamarac Purchasing and Conlracts Division
�T�-�: r��zr•T�r�r �tl, i
Each shelter shall be identified with a shelter number, the name of the
CONTRACTOR and an 800 or local telephone number.
11. TELEPHONE SERVICE
CONTRACTOR shall have during working hours personnel to answer the phone
when citizens call concerning shelters. A log of complaints about shelters, including the
subject of the complaint and the action taken, shall be kept and made available upon CITY
request.
12. AVAILABILITY
CONTRACTOR shall maintain an office in Broward County and shall within 10 days
of award of contract provide with the name, address, phone and fax number of local
supervising employee whom City may contact on a 24 hour basis.
13. REPORTS/INSTALLATIONS/MAINTENANCE
The CONTRACTOR shall submit to the CITY a quarterly report within fifteen (15)
days of the end of each contract quarter with first report due by October 15, 2003. Each
report shall contain the following:
(a) The location and date of installation of shelters installed during the prior quarter.
(b) The location and date of removal of shelters removed during the prior quarter.
(c) A listing of all shelters located within the CITY and their locations, at the end of the
prior quarter.
(d) A record of all maintenance performed including date, shelter location(s) and type
of work performed.
All reports shall be sent to the CITY's Building Official. The form of the report to be
developed by the CONTRACTOR is subject to the approval of the CITY. The CITY's
approval shall not be unreasonably withheld.
14. CONSENT OF PROPERTY OWNER
In the event the proposed location or removal of the shelter is on private property or
on property owned by a governmental agency other than the CITY, the CONTRACTOR
shall provide written consent from the property owner or governmental agency for the
6
No Text
A
City of Tamarac Porrhasinq anti Contracts Division
location or removal of the shelter on the property. Such written consent shall be submitted
with the CONTRACTOR's application for permission to install or remove the shelter. The
CITY agrees to cooperate with the CONTRACTOR to help secure said written consent. In
the event that a State Shelter Permit is required the CITY shall submit all necessary paper
work for said permit on CONTRACTOR's behalf. All costs associated with securing the
state permit shall be borne by the CONTRACTOR. Further, the CONTRACTOR shall be
responsible for preparing all necessary paper work submitted by the CITY.
15. PAYMENT
In consideration of the right, privilege, and license to display advertising on transit bus
shelters throughout the CITY, CONTRACTOR agrees to pay CITY a guaranteed rate of:
Year 1-3 30 per shelter per month
Year 4-5 $40 per shelter per month
Year 6-7 $50 per shelter per month
Year 8-9 $57 per shelter per month
Year 10 $65 per shelter per month
a) CONTRACTOR shall compensate the CITY at the guaranteed rate as set out above
or 15% of the net advertising revenues, whichever is greater, beginning on the date the
shelter is placed in service or advertising panel installed, whichever is sooner.
b) Net Advertising Revenues -The gross annual amount of revenues generated by the
CONTRACTOR pursuant to this agreement, less an industry standard deduction of fifteen
percent (15%) for licensed marketing and advertising agency commissions when
applicable. No other deductions shall be permitted under the term net advertising
revenues.
c) CONTRACTOR shall remit payment to the CITY on a semi-annual basis with first
payment being due January 15, 2004. CONTRACTOR shall submit a report with payment
to the CITY's Director of Finance documenting basis of and verifying accuracy of payment.
At a minimum, report shall detail the number and location of shelter sites, name(s) of
advertiser(s) and the total advertising revenue for the previous six month period.
d) Upon renewals guaranteed rate to be remitted by CONTRACTOR to CITY shall
increase to $75 per shelter per month for the term of the renewal.
16. DELIQUENCY
In the event CONTRACTOR fails to make the payment within 10 business days of
date due as hereinabove provided, CONTRACTOR shall pay an interest charge for each
day, or a fraction thereof, that payment is late. An Interest Factor shall be based on the
prime rate for the Chase Manhattan Bank, N.A. plus one percent (1 %). Calculation will be
illustrated as follows:
No Text
City of Tamarac Fw(,hasing and Contracts Division
Prime rate + 1%/365 days = Daily Interest Rate,
DIRxDays Payment Late = Interest charge (DIR)
Note: Regardless of the foregoing, the interest rate referred to in this section will
comply with all applicable state laws
17. INSURANCE
The CONTRACTOR shall not commence work under this Agreement until it has
obtained all insurance under this Paragraph and evidence of such insurance coverage has
been approved by the CITY. CONTRACTOR shall obtain at CONTRACTOR's expense all
necessary insurance in such form and amount as required by the CITY's Risk and Safety
Officer 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 Officer 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.
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.
a. COMMERCIAL GENERAL LIABILITY;
The minimum limits of liability shall be as follows:
General Aggregate $1,000,000
Each Occurrence $1,000,000
Personal & Advertising $1,000,000 aggregate
Injury $1,000,000 each occurrence
The CITY shall be named as an additional insured on each policy.
b. COMPREHENSIVE AUTOMOBILE LIABILITY: CONTRACTOR shall also carry
comprehensive Automobile Liability Insurance, which shall include coverage for "any auto"
within minimum combined single limit of $1,000,000.
C. WORKERS' COMPENSATION: The CONTRACTOR and its subcontractors shall
annually furnish proof of Workers' Compensation and Employer's Liability insurance to the
CITY in no less than the minimum limits required by the State of Florida.
d. CERTIFICATE OF INSURANCE: The CONTRACTOR and subcontractors shall
annually furnish the CITY proof of the insurance required. The COMPANY has provided
proof of existing insurance and the certificate is attached as Exhibit "C" to this Agreement.
To be acceptable to the CITY each insurance certificate shall name the CITY as an
No Text
A
City of Tamarac ;Pimchasing and Contracts Division
additional insured and should contain a clause substantially as follows:
Should any of the above -described policies be canceled or undergo material change
before the expiration date, the issuing insurance CONTRACTOR will mail thirty (30) days'
written notice to the Risk Manager of the CITY of Tamarac, FL.
18. AMENDMENTS/ ASSIGNMENT OF AGREEMENT
a) The Agreement, or any portion of the Agreement, shall not be assigned by
CONTRACTOR without prior written consent of CITY, which consent will not be
unreasonably withheld.
b) Amendments which are consistent with the purposes of this Agreement may be
made with the mutual consent of the parties which consent shall be contained in a written
document executed with the same formality as the Agreement.
CONTRACTOR warrants that it has not unlawfully employed or retained any
company or person, other than bona fide employees, consultants or advisors to solicit or
secure this Agreement and that it has not unlawfully paid or agreed to pay any company or
person any fee, commission, percentage, gift or other consideration contingent upon or
resulting from the award or making of this Agreement. This language is not intended to
prevent the CONTRACTOR from retaining bona tide consultants and advisors. For the
breach or violation of this provision, CITY shall have the right to terminate the Agreement
without liability at its discretion and to otherwise recover damages it incur as a result of the
termination.
20. RECORDS RETENTION
CONTRACTOR shall keep at a location within Broward County accurate and
complete records and accounts of all advertising sales, expenses and other business
being transacted under this contract throughout the term of the contract, including any
options, terms, and for two (2) years following its expiration or cancellation including all
extensions. The CONTRACTOR agrees to allow duly authorized agents of the CITY to
access any books, documents, papers or records which are directly pertinent to the
Agreement for the purposes of making audit examinations, excerpts, and transactions and
to maintain all required records for one (1) year after the CITY's final payment and all other
pending matters are closed.
21. BANKRUPTCY
This agreement shall terminate in the case of bankruptcy (voluntary or involuntary)
or insolvency of CONTRACTOR. In the case of bankruptcy, such termination shall take
effect on the day and at the time that the bankruptcy action is filed.
No Text
City of T olatac Purchasing and Contracts Division
22. HEADINGS
Headings hereon are for convenience of reference only and shall not be considered
on any interpretation of this Agreement.
23. COMPLIANCE
CONTRACTOR shall promptly comply with all statutes, ordinances, rules, orders,
regulations and requirements of all local, state and federal agencies that are applicable to
the services rendered under the terms of this Agreement. Furthermore, CONTRACTOR
shall secure all applicable permits necessary for the fulfillment of CONTRACTOR's
obligations under the terms and conditions of this Agreement.
24. CONSTRUCTION
The parties to this Agreement hereby acknowledge that they have fully reviewed
this Agreement and have had the opportunity to consult with legal counsel of their choice,
have participated in the negotiation and drafting of this Agreement, and therefore, this
Agreement is not to be construed against either party as if they were the drafter of this
Agreement.
25. LIQUIDATED DAMAGES
The CONTRACTOR shall pay to the CITY $150.00 per day in liquidated damages
for any non -monetary breach not cured within the required time frames as set forth in this
Agreement. This liquidated damages provision shall not apply to the CONTRACTOR's
failure to pay fees as required in Section 15 herein. The liquidated damages shall accrue
and be payable on a per diem basis until the breach is corrected. The imposition of
liquidated damages is based on the inability of the parties to ascertain the losses the CITY
will suffer because of this non -monetary breach.
26. TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
The work to be performed under this Agreement shall be commenced no later than
thirty (30) days after execution of the Agreement by the CITY. Shelter installations shall
begin within ninety (90) days of execution and be substantially completed no later than
April 30, 2004.
27. INDEMNIFICATION
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
No Text
City of Tamarac Purchasing and Contracts Division
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.
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.
28. NON-DISCRIMINATION
The CONTRACTOR agrees that it shall not discriminate against any of its
employees or applicants for employment because of their age, handicap, race, color,
religion, sex, or national origin, and to abide by all federal and State laws regarding non-
discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all
subcontracts hereunder except subcontracts for standard commercial supplies or raw
materials. Any violation of such provisions shall constitute a material breach of this
Agreement.
41>l1►167:J4:117:4►1i0101ZII 1101a
CONTRACTOR is an independent CONTRACTOR under this Agreement. Personal
services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and
subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of
the CITY. Personnel policies, tax responsibilities, social security and health insurance,
employee benefits, purchasing policies and other similar administrative procedures
applicable to services rendered under this Agreement shall be those of the
CONTRACTOR.
KI����9.C�I:lul=1.� �>i_1:1 ��'��LI�*7: � �:L[•� � I: C�
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.
31. 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, sent by registered United States mail, with
return receipt requested, addressed to the party for whom it is intended at the following
addresses.
CITY
City Manager
City of Tamarac
7525 N.W. 88`" Avenue
No Text
City of Tamarac Purchasing acid Contracts Division
------------
Tamarac, FL 33321
With a copy to City Attorney at the same address.
CONTRACTOR
Barry Kutun, President
Street Furniture Advertisina Grouo. Inc
!'IiMi7ill W. RO1:�
Hollywood, Florida 33020
With a Copy to:
Barry Kutun _
2012 Fisher Island Dr.
Fisher Island, FL 33105
32. 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.
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.
34. 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.
35. 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.
36. MERGER; AMENDMENT
This Agreement constitutes the entire Agreement between the CONTRACTOR and
12
No Text
a
City of Tamarac harchasing and Contracts Division
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.
FM
No Text
9
City of Tamarac 1 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, through its Mayor and
signing by and through its duly authorized to execute same.
ATTEST -
Marion Swenson, CMC
City Clerk
3c03
Date
vn �J
Mitchell S. Kraft, City Atfomey
-r c.•u �C.. aa3
CITY OF TAMARAC
CJ e Schreiber, Mayor
/.Z-sJ/o3
Date
7-t#'Z.
Jeffrey . M ler, City Manager
ovd043
Date
ATTEST:
(Co orat c tary)
F�R.R Y It u'�v �►
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
Approved as to form and legal sufficiency -
Date
CONTRACTOR:
STRee_r YvCuw't-rwae_ o'Duera-rrlslti]
Contractor (Name Qi- R0v P, I
Signar of Pr76nY"0 ner
NR2 V-
Type/Print Name of President/Owner
Date
a
No Text
. 9
4
City of Tarnarac Purchasing and Contracts Division
_ ...... ------- -
CORPORATE ACKNOWLEDGEMENT
STATE OF FLORIDA
:SS
COUNTY OF ►�-W OA- d,
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
W-7 -0 , , 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 2-0 day of _ , 20 0-3
.
commission 0 D00188824
Expires 12=006
Bonded through
Florida Notary Assn„ Inc.
%ignature of Notary Public
State of Florida at Large
Print, Type or Stamp
Name of Notary Public
F] Personally known to me or
Produced Identification
-K550-OG6- i -31v- p
Type of I.D. Produced
.k DID take an oath, or
❑ DID NOT take an oath
15
No Text
EXHIBIT A
Existing and Proposed Shelter Locations
City of Tamarac
Address
ID
Qty
7010 Universi Dr. - McNab Road- East side
251
1
7200 University Dr,- In front of Piccadilly Club - East Side
3209
2
7800 University Dr.- In front of Kidney Center - East side
250
3
791.2 University Dr. -Tropical Plants Business - East side
199
4
8290 University Dr.- First Medical Bld . - East side
3205
5
2340 University Dr. - Southgate Blvd, - East Side
3207
6
7825 Southgate Blvd - University Dr.- North side
3230
7
8299 University Dr. - Amoco Station - West side
3205
8
7707 University Dr. - Woodmont - West side
3204
9
5000 Commercial Blvd. - Sabal Palm - South side
4110
10
4999 Commercial Blvd. - Sabal Palm - North side
5035
11
5825 University Dr.- Midway Plaza - West side
5067
12
McNab Rd. - NW 93 Ave. South side
2812
13
5703 University Dr, - Midway Plaza - West side
254
14
9910 McNab Rd. North side
3392
15
5369 SR7 - West side"
3388
16
9910 McNab Rd. - Nob Hill Road - South side
2827
17
4102 Commercial Blvd. - W of SR 7 - South side
5097
18
8161 University Dr. - University Club Apts. - West side
3208
19
6799 University Dr, - McNab Rd - West side
252
20
8245 NW 88 Ave, - East side
5130
21
8600 NW 88 Ave. - East side
5167
22
8275 NW 88 Ave. - West side
2936
23
8759 NW 57 St - North side
4330
24
7911 NW 57 St -North side
4326
25
6734 University Dr. - McNab Rd. - East side
2870
26
SE Corner of Commercial Blvd - SR 7 - fronting Commercial Blvd.*
1273
27
7400 McNab Road
28
9618 Westwood Drive (BCT shelter in City limits
29
30
* no current shelter -potential sites
No Text
EXHIBIT B
Street
Furniture
Advertising
No Text
EXHIBIT B
Street -
=—Furniture
Advertising
SPECIFICATIONS
9' DOME ROOF BUS SHELTER
MODEL 9ALD VICPMI
Tolar Mfg. Co., Inc.
Advertising Model with Perforated Metal Walls
• Roof dimensions: 8' 7 7/8" x 4' 8" Height: 7' to bottom of roof perimeter
• The roof design 'eature:, two ,.Arcular 3iiapes running horizontally_ One is used as a rain, gov.—, dio
other houses the electrical wiring in those shelters which feature lighting in the roof.
• The one-piece roof is welded from four lengths of aluminum extrusion, no snap together corners
which can be vandalized.
• Two roof beams are welded to the roof perimeter for placement of the supporting legs. Roof beams
are pre -drilled to facilitate field installation.
• Shelter advertising kiosk illuminated by solar lighting provided by others.
• 1/4" bronze tint double -wall Lexan Thermoclear twin wall acrylic panels in the roof allow
approximately 20% light transmission while completely blocking ultra violet and infrared rays.
Lexan panels are secured with flat bars and rubber gaskets, attached by Tek screws. No silicone
sealer is required.
• 16 gauge perforated metal panels with a custom Victorian style design form the rear wall. The
panels are radiused at the top with three 1 '/4" tubes supporting the top panel. Two of the tubes are
44 degrees from center. Two 4" diameter rings accent each side of the perforated panel. The
perforated panels have ``/4" diameter holes on 3/8" centers and are held in place with stainless steel
glass supports which anchor to the concrete pad or sidewalk.
• Adjustable leveling shoes allow for up to 12" grade variation.
• The 2-sided flat back-to-back advertising kiosk features 3/16" clear tempered safety glass panels in
the two side -hinged display doors. Tamper proof fasteners secure the doors.
• All materials are top quality - we use only ASTM A-36 grade 3.5" schedule 40 pipe for structural
steel members and 6063-T6 grade aluminum extrusion with a minimum thickness of 1/8 inch. The
color selected for the City of Tamarac is RAL 6005 Moss Green
• All of the structure's metal surfaces feature a durable baked polyester powder coat finish, 4-5 ml
thick. The powder coating process produces no volatile organic compounds (VOCs). Powder coat
finish was created for durability in outdoor use and to withstand graffiti removal solvents.
• The shelter is supplied with all hardware, concrete anchors and electrical wiring for site installation.
Perforated Metal Bench
• 40" perforated metal bench. No back, one anti vagrant bar, durable baked powder coat finish
color RAL 6005 Moss Green, zinc anchors
Trash Receptacle
+ 16 Gallon smooth side pole mount trash receptacle, hinged lid, durable baked powder coat finish
color RAL 6005 Moss Green, hardware
No Text
......
EXHIBIT C
OATE (MMtDb/YVI
6/20/03
PRODUCER 305-591-0090
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
SEITLIN
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
2001 NW 107 AVE., SUITE 200
COMPANIES AFFORDING COVERAGE
MIAMI, FL 33172
COMPANY
A Mt. Hawley Insurance Company
INSURED
Street Furniture Advertising
COMPANY
B Progressive Insurance Co.
Mr. Barry Kutun
4040 Na. 29th Avenue
COMPANY
C Zenith Insurance Company
Hollywood FL 33020
COMPANY
D Executive Risk Indemnity
yr�R; 1! �1! N 1�. zv
Ell,• k k,"H
TO CERTIFY T
THIS IS THAT THE POLICIES OF INSURANCE LISTED BELOW
3!.''lip1.�1151
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY "PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
L CO
TR
TYPE Or INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
DATE (MMIDDIM
DATE (MMIODNY)
A GENERA6 UAPTLITY MGLO132316
7/26/02 7126/03 GENERAL AGGREGATE 9 2000000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE 7XI OCCUR
PRODUCTS - COMPIOP AGG 0 1000000
PERSONAL & ADV INJURY S 1000000
OWNER'S & CONTAACTOR1 PROT
EACH OCCURRENCqL 1000000
FIRE DAMAGE IArky one We) 6 $0000
MED EXP (Any one pErson) $ 5000
AUTOMOBILE LIABILITY CAOI 714595-1
5/30/03 5/30/04
ANY AUTO
COMOINCO 51NOUE LIMIT 0 1000000
X ALL OWNED ALITO$
BODILY INJURY
SCHEDULED AUTOS
War Defs.rd
X HIRED AUTOS
X
BODILY INJURY
NON -OWNED AUTOS
[Per au
PROPERTY DAMAGE 4
GARAGE UAQJUTY
AUTO ONLY - 6A ACCIDENT 0
ANY AUTO
_7
_OTHER THAN AUTO ONLY:
EACH ACCIDENT 9
AGGREGATE 4
A ExcEss LIABILITY XTA0003034
7/26/02 7126103 EACH OCCURRENCE S 1000000
RUMBRELLA FORM
AGGREGATE 0 1000000
OTHER THAN UMBRELLA FORM
C V rom ATI r)
DMER8 pr" 0",
7/26/02 7111103 X WCSTATU- !'.)TH.,::,
CRY Ut.IT�S Eli
tMPLU_7ckS' LIAWFLrry
EL EACH ACCIDENT 9 10D000D
THE PROPRIETOR/ INCIL
PARTNERS/EXECUTIVE
EL DI5FA5F - POLICY LIMIT 9 1000000
OFFICERS ARE: D(CL
EL DISEASE - EA EMPLOYEE 9 ID00000
D OTHER 8170-1340
7/26/02 7/26/03
PROFESSIONAL
41,000,000 LIMIT PER CLAIM
LIABILITY
S1,000,000 AGGREGATE LIMIT
— -------------------------------
810,000 DEDUCTIBLE
DESCRIPTION OF OPEFtA'nONSJLOCATIONSIV6MCLWISPECIAL ITEMS
CERTIFICATE HOLDER IS NAMED INSURED WITH RESPECTS TO THE FOLLOWING:
GL, AUTO, EXCESS LIABILITY, AND PROFESSIONAL LIABILITY.
PROOF OF WORKERS COMPENSATION COVERAGE-
A,
111,5 RENO..!, INS
CITY OF TAMARAC
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
7525 NW 88TH AVENUE
9XMRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
LO_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
TAMARAC, FL 33321
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LJAOiury
OF VON THW_% COMPANY, ITS AGENTS OR WASSENTATIV
AUTHO qE
ij � . ?�,, 0 @A *!00 X
g gi a
6#411. "'N" . , g Riffi'�Nlld 91 ".
a M
------ -----
2'. - —
No Text