Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (98)1 Temp. Reso. #9735 Page 1 of 1 March 18, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-98 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02- 13B TO ONESOURCE FACILITY SERVICES, INC. FOR JANITORIAL SERVICES; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH ONESOURCE FACILITY SERVICES, INC.; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $119,064.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, janitorial services are required to maintain the cleanliness and good appearance of City facilities; and WHEREAS, in 1998 the City privatized janitorial services previously performed by the Public Works Department; and WHEREAS, the final renewal period of the agreement with Cleaning Systems Inc. for janitorial services was to expire on March 24, 2002; and WHEREAS, the City of Tamarac publicly advertised Bid No. 02-13B for janitorial services, a copy of which is hereto attached as Exhibit 1, on December 23, 2001 and December 30, 2001; and WHEREAS, on January 23, 2002, the following seven (7) bids were received and reviewed in order to determine the lowest responsive and responsible bidder, a copy of the bid tabulation attached hereto as Exhibit 2; and Temp. Reso. #9735 Page 2 of 2 March 18, 2002 Bidder Bid Amount Chi -Ada Corporation $108,822.48 OneSource Facility Services, Inc. $119,064.00 Jani King of Miami, Inc. $120,792.00 Cleaning Systems, Inc. $122,700.00 Sunshine Cleaning Systems, Inc. $210,192.00 Day & Night Properties Non -responsive Gold Star Janitorial Non -responsive WHEREAS, upon review and analysis of bid results, Day & Night Properties and Gold Star Janitorial did not meet the City's bid bond requirement and were rejected; and WHEREAS, the apparent lowest bidder, Chi -Ada Corporation did not meet the City's insurance requirements and was therefore rejected as non -responsive; and WHEREAS, OneSource Facility Services, Inc. was subsequently found to be the lowest responsive and responsible bidder; and WHEREAS, reference checks and site visits to current facilities cleaned by OneSource were conducted and proved to be satisfactory; and WHEREAS, based upon the results of the bidding process and satisfactory references, it is recommended that the City award Bid #02-13B to OneSource Facility Services, Inc., for janitorial services in an annual amount not to exceed $119,064; and WHEREAS, funding is available for said purpose within the General Fund Operating Budget; and WHEREAS, the Director of Public Works, Director of Parks & Recreation, Building Official, and the Purchasing and Contracts Manager recommend the award of Bid No. 02-13B to OneSource Facility Services, Inc. in an annual amount not to exceed $119,064 for janitorial services; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award of Bid No. F_J Temp. Reso. #9735 Page 3 of 3 March 18, 2002 02-13B to OneSource Facility Services, Inc. in an annual amount not to exceed $119,064 for janitorial services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are HEREBY authorized to award Bid No. 02-13B to OneSource Facility Services, Inc. for janitorial services. SECTION 3: The appropriate City Officials are HEREBY authorized to execute an Agreement with OneSource Facility Services, Inc., a copy of said Agreement attached hereto as Exhibit 3. SECTION 4: An annual expenditure in an amount not to exceed $119,064 is HEREBY authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. �J Temp. Reso. #9735 Page 4 of 4 March 18, 2002 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 10th day of April, 2002. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RF.B`CiiLUTION as to form. ITC19ELE S. CITY ATTO JOVE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER A e,, DIST 1: V/M. PORTNER Ay DIST 2: COMM. MISHKIN Al . Me, DIST 3: COMM. SULTANOFA-ye' DJST-4. COMM. ROBERTS A el UAadm correspond ence\agenda\9735RES-Citywide Janitorial Services Bid Award.doc 1 - r - - -- - - r - - r r - - - - - - - - - - - - - - - EXHIBIT 1 t:. TEMP. RESO. No. INVITATION TO BID �y U &1 r a - J BID NO. 02-13B _j; CITYWIDE JANITORIAL SERVICES City of Tamarac Purchasing Division 7525 NW 88t`' Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 05t,Z-'PZL (VS6) Wvz-! Z£££ epia01d `aeaewel gp � WOON anuany 4,99 MN 5Z5L uoisinia'6uiseyaand aeiewel 10 AI!O sEIOIA�13S -lVll:lOilNdr 301AAJlIIO i 8E VZO 'ON 0113 "o- 40O QI$ 01 NOI.LV.LIANI TABLE OF CONTENTS Bid No. 02-13B Citywide Janitorial Services INVITATIONTO BID.....................................................................................................................................3 INSTRUCTIONSTO BIDDERS....................................................................................................................4 DESCRIPTIONOF WORK............................................................................................................................4 GENERAL TERMS AND CONDITIONS.......................................................................................................4 1. SUBMISSION OF THE BID..........................................................................................................4 2. BONDING......................................................................................................................................5 3. WITHDRAWAL OF BID.................................................................................................................5 4. PUBLIC ENTITY CRIMES FORM.................................................................................................5 5. NON -COLLUSIVE AFFIDAVIT.....................................................................................................5 6. QUANTITIES.................................................................................................................................5 7. PRICES, PAYMENTS AND DISCOUNTS....................................................................................6 8. DELIVERY.....................................................................................................................................6 9. BRAND NAMES............................................................................................................................6 10. SAMPLES AND DEMONSTRATIONS.........................................................................................6 11. CONDITIONS OF MATERIALS....................................................................................................6 12. COPYRIGHTS OR PATENT RIGHTS..........................................................................................7 13. SAFETY STANDARDS.................................................................................................................7 14. PERFORMANCE..........................................................................................................................7 15. DEFAULT......................................................................................................................................7 16. TERMINATION FOR CONVENIENCE OF CITY..........................................................................7 17. ASSIGNMENT...............................................................................................................................8 18. EMPLOYEES................................................................................................................................8 19. TAXES...........................................................................................................................................8 20. BID PREPARATION EXPENSE...................................................................................................8 21. SITE INSPECTION.......................................................................................................................8 22. OMISSION OF DETAILS..............................................................................................................8 23. INSURANCE REQUIREMENTS...................................................................................................8 24. INDEMNIFICATION....................................................................................................................10 25. CLARIFICATION TO TERMS AND CONDITIONS.....................................................................10 26. BID TABULATION.......................................................................................................................10 27. RECORDS/AUDITS....................................................................................................................10 SPECIALCONDITIONS.............................................................................................................................11 1. ASSIGNMENT OF CONTRACT.................................................................................................11 2. CONTRACTOR'S RESPONSIBILITY.........................................................................................11 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY............................................................11 4. PERMITS AND LICENSES........................................................... 5. SITE INSPECTION - CONTRACTOR .......................................... 6. SITE INSPECTION - CITY........................................................... 7. SUBMITTALS................................................................................ 8. WAIVER OF LIENS....................................................................... 9. PAYMENT..................................................................................... 10. CONTRACT DOCUMENTS.......................................................... 11. CHANGE ORDERS...................................................................... 12. CONTRACT PRICE...................................................................... 13. CITY'S OPTION........................................................................... 14. BONDS......................................................................................... 15. PERFORMANCE, PAYMENT AND WARRANTY BONDS ......... TECHNICAL SPECIFICATIONS................................................................. BIDCOVER PAGE...................................................................................... ATTACHMENT "A„ BID FORM.................................................................. ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT .................................. ATTACHMENT "C" CERTIFICATION........................................................ ATTACHMENT "D" OFFEROR'S QUALIFICATION STATEMENT........... ATTACHMENT "E" REFERENCES........................................................... ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE ..................... ATTACHMENT "G" LIST OF SUBCONTRACTORS ................................. ATTACHMENT "H" BID BOND................................................................. ATTACHMENT "I" CHANGE ORDER .......................................... ATTACHMENT "K" FINAL RELEASE OF LIEN ....................................... STANDARD CONTRACTOR AGREEMENT .............................................. ....12 ..........................................12 ..........................................12 ..........................................12 ..........................................12 ..........................................13 ..........................................13 ..........................................13 ..........................................13 ..........................................14 ..........................................14 ...........................................14 ..........................................15 ........................................... 24 ...........................................25 ........................................... 31 ...........................................33 ........................................... 34 ........................................... 39 ...........................................40 ...........................................41 ............................................42 ............................................44 ............................................46 ............................................ 47 INVITATION TO BID BID NO. 02-13B Sealed bids; addressed to the Purchasing and Contracts Manager of the -City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, January 23, 2002 at 2:00 p.m., at which time bids will be publicly opened and announced for: CITYWIDE JANITORIAL SERVICES All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend -the -opening. One (1) original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 02-13B, CITYWIDE JANITORIAL SERVICES opening Wednesday, January 23, 2002 at 2:00 p.m." on the outside of the envelope. A MANDATORY Pre -Bid Conference will be held on Tuesday, January 8, 2001, at 10:00 A.M., at the City of Tamarac, City Hall, Conference Room 105, 7525 NW 881' Avenue, Tamarac, Florida. All parties interested in bidding on this project must attend this meeting. Bid Security: Each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 5% of the total bid price payable to the City of Tamarac as guarantee that the Bidder, if its Bid is accepted, will promptly execute the Agreement. A 100 % Performance and Payment bond will be required prior to commencement of work. The work to be performed consists of the Contractor furnishing all labor, supplies, materials, - tools, and equipment necessary to provide janitorial services for City facilities as per the specifications contained within this bid package. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Jean Dupuis at (954) 724-1357. Anne M. Lodato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, 12/23/2001 and 12/30/2001 INSTRUCTIONS TO BIDDERS CITYWIDE JANITORIAL SERVICES BID NO. 02-13B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. DESCRIPTION OF WORK The City of Tamarac is interested in obtaining bids from qualified Contractors to provide Citywide Janitorial Services for several City facilities within the City of Tamarac, FL. The work consists of furnishing all labor, supplies, materials, equipment, tools, service and supervision necessary to properly perform and maintain each City facility in a neat, clean and orderly manner as per the specifications listed within this bid. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac. by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on Wednesday, January 23, 2002 at 2:00 p.m. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time -and date -of -the bid opening on -the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany the bid. Additional bonding may be required in the Special Terms and Conditions of this invitation. The Bonding must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES FORM A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT --.--- Each Contractor shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in• the bid. 9. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. Approved equal is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise ---- stated ' in the bid. Each sample must be marked with the bidder's name -affd -" manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms in all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. In compliance with Chapter 442, Florida Statutes, any toxic substance delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet should also be submitted to the City of Tamarac Risk Management Division, 7525 NW 88th Avenue, Tamarac FL 33321-2401. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt - - - requested, to the Bidder, the CITY may without cause and without -prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -Contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. 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. 17. ASSIGNMENT T' e Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. _ 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. SITE INSPECTION It shall be the responsibility of. the- Bidder__tQ_inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 22. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 23. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to 11 Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Bidder agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Limits 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 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 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 Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the N Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims - Made" forms are acceptable for Professional Liability insurance. 24. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss -of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or_ independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 26. BID TABULATION Bidders who wish to receive a mailed copy of the bid tabulation should enclose a stamped, self-addressed envelope with their bid, or request a faxed copy by including a fax number. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 10 SPECIAL CONDITIONS 1. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating. that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed prior to 6:00 PM and all work shall be completed by 7:00 AM, with the following exceptions: Water Treatment Plant all work can only be performed between 5:00 PM and 9:00 PM; Recreation Center, Multi Purpose Building and Community Center where all work is to be performed between 9:30 PM and 6:00 AM Monday through Friday ONLY. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified supervisor present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the sites are not secure, and as such are subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the sites at all times during and after cleaning to protect the general public from harm, and remove from the sites and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and -prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. Any questions that arise during the term of the agreement shall be directed to 1) Vinny Rutigliano, Building Maintenance Supervisor, and 2) Jean Dupuis, Project Manager. 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public a and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Works Department by telephone (954) 724-2410 and inform the appropriate staff member about the location and extent of the damages. 4. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as identified in the Technical Specifications. Cost of permits will be paid for from the bidding and permits allowance included in the bid schedule, if applicable. 5. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed sites as shown within the Technical Specifications prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. 6. SITE INSPECTION — CITY All work will be conducted under the general direction of the Public Works Department and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization from the Director of Public Works nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. 7. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, and insurance certificates within 15 days from the Award. 8. WAIVER OF LIENS Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Agreement. Payment of the invoice and acceptance of such payment 12 by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. 9. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. Invoices must bear the City's purchase order number(s). The City has up to thirty (30) days to review, approve and pay all invoices after receipt. 10. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, - specifications (where applicable), any addendums or change orders, bond(s), insurance certificate(s), and the City Resolution awarding the bid. 11. CHANGE ORDERS Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 12. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. 12.1 Change Order The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 13 13. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change o`der for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 14. BONDS The Contractor shall furnish a 5% bid bond in the amount of the total bid amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. The Contractor shall furnish a separate Performance Bond in the amount of 100% of the total bid award amount as security for the faithful performance of all of the contractor's obligations under the contract documents, per City Code Section 10-156. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 15. PERFORMANCE, PAYMENT AND WARRANTY BONDS All bid bonds must be written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract. They shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. 14 TECHNICAL SPECIFICATIONS JANITORIAL SERVICES BID NUMBER 02-13B Scope of Services The City of Tamarac is interested in obtaining proposals from qualified Contractors, to provide Janitorial Services as described herein for several City facilities. The work consists of furnishing all labor, supplies, equipment, tools, service and supervision necessary to perform and maintain the work conducive with a neat, clean and orderly condition. The successful Bidder, as stated herein, will provide all supplies. General Provisions 1. Contract Period: The initial contract period shall be for two (2) years. The City reserves the right to renew the Contract for two (2) additional two (2) year periods based on the successful Bidder agreeing to the same terms and conditions a-nd by giving written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the Contract amount. Contract renewal will be based on satisfactory performance, mutual acceptance, and determination that the Contract is in the best interest of the City. 2. Termination: Probation: Contractor will have a probationary period of ninety (90) days beginning the first day actual services begin. City reserves the right to terminate the Contract at any time during this period without written notice. Performance: City is sole judge of nonperformance. Failure of Contractor to comply with conditions, terms, specifications, and requirement of bid is just cause for termination of the Contract. 3. Damages/Loss: The successful bidder shall at all times guard against damages or loss to the property of City of Tamarac or of other vendors or contractors and shall be held responsible, at the City's discretion, to replace, repair, rebuild, or restore any such damage or loss. 4. Health & Safety: Contractor certifies that all material, equipment, etc. contained in their bid meets all O.S.H.A. requirements. 15 In compliance with Chapter 422, Florida Statutes, Material Safety Data Sheets (MSDS) must accompany any items included in the latest edition of "Florida Substance List" which are used as a result of this bid. The MSDS sheets must be maintained by the user agency and must include the following information: A. The chemical name and the common name of the toxic substance. B. The hazards or other risks in the use of the toxic substance, including: • The potential for fire, explosion, corrosiveness, and reactivity. • The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance. • The primary routes of entry and symptoms of overexposure. C. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. D. The emergency procedure for spills, fire, disposal, and first aid. E. A description in lay terms of the known specific potential health risks posed by the toxic substances intended to alert any person reading this information. F. The year and month, if available, that the information was compiled and the name, address and emergency telephone number of the manufacturer responsible for preparing the information. G. All substances shall remain in manufacturer's container with manufacturer's labeling. 6. Environmental: Energy conservation and recycling are issues of great concern to the City of Tamarac. To this end, Contractor agrees to: A. Leave only designated night -lights burning upon departure from any City facility. B. Use only sufficient lighting to accomplish cleaning. 16 C. Use only vacuums with high efficiency particulate filter bags with filters retaining particle sizes below one (1) micron. D. Not change any thermostat settings at any time. E. Maintain the separation of trash and designated recyclables, and deposit each in the appropriate containers and/or dumpsters: • Cleaning staff will not be expected to sort through garbage and/or recycling receptacles to extract recycling. • Contractor shall report to City areas where participation is low and provide assistance as needed. Recycled items include: newspapers, office paper and aluminum cans. Items can be removed or added at any given time. III. Security Requirements & Liquidated Damages A - Liquidated damages: City security measures shall be strictly enforced. The parties agree that damages consequent to a breach of this article are not readily ascertainable at the time of execution of the Agreement, and agree that $50 per incident is an amount proportionate to the cost incurred by the City as a result of that breach. B - Security Requirements: 1. All contractor employees shall be neatly attired in a company uniform, which clearly displays the Company logo. Additionally, all contractor employees shall clearly display an identification badge at all times while present in City facilities. The identification badge shall at a minimum include a photograph of employee, the employee's full name, and the name of firm. 2. Contractor shall provide the City a listing of all contractor employees to be assigned to work in City facilities. This listing shall include the employee's first and last name, date of birth and social security number. This listing shall be maintained and updated by the contractor. In the event of any changes to assigned contractor personnel, the Contractor shall remit to the City a revised listing at least 48 hours prior to initiating any changes. 3. All Contractor personnel assigned to City facilities shall be subject to a criminal background check. The result of this background investigation shall be provided to the City's Project Manager. 17 4. The Contractor shall procure and maintain, for the life of the Contract, a Fidelity Bond with limits of $25,000 covering all employees that will be working within any City facility. 5. The City reserves the right to deny entry or to permanently bar access to individual contract employees. 6. Facility keys shall not be identified by either City name or address. Keys shall be tagged with a numerical code known only to the Janitorial Operations Management Staff. Under no circumstances will Contractor be allowed to make a copy of any key. 7. All windows and doors shall be positively locked during the cleaning operations and when leaving following completion of the cleaning activities. 8. Unauthorized personnel shall not be permitted to enter any City facility. 9. Contractor shall not begin work prior to 6:00 pm and shall have all work completed by 7:00 am, except where otherwise noted. The Contractor's employees shall conduct themselves in a courteous manner and make every effort to avoid any disruption to City employees or patrons. 10. Work shall be supervised and a working supervisor shall be on premises at all times. 11. The Contractor's employees are not to use City equipment (i.e., coffee makers, typewriters, adding machines, copiers, radios, telephones, machinery, etc.) for any reason unless approved in writing by the Public Works Director or designee. 12. Only discarded items either for garbage or recycling shall be removed by cleaning staff. Cleaning staff shall not make assumptions as to the status of unattended items. 13. A lost and found policy shall be implemented by Contractor and communicated to the Public Works Director or designee. 14. Contractor shall immediately report suspicious activity, unusually occurrences, damage, and/or vandalism to the City's Project Manager. IV. Additional Provisions 1. Supplies: Contractor will be responsible for all supplies including, but not limited to, paper towels, seat covers, toilet tissue, trash liners, cleaning supplies, sanitary supplies, soap, etc. as necessary to meet conditions, terms, specifications, and requirement of bid. The Contractor must furnish and maintain, in good repair, all equipment including, but not limited to mops, brooms, floor machines, etc. and any other equipment necessary to perform assigned duties. All cleaning products shall be reviewed and approved by City prior to usage. • No acid based cleaning products shall be used. • Only manufacturer recommended cleaning products shall be utilized on rubber flooring. 2. Dispenser refilling: Overlooked items shall be handled. promptly. Upon notification of oversight from City, Contractor will be expected to provide corrective actions within four (4) hours. 3. Meetings: The Contractor or a designated representative, at the discretion of the Public Works Director or designee, shall be made available for periodic meetings with City personnel. 4. Schedule: Within thirty (30) days of Contract commencement the Contractor shall provide the Facilities Maintenance Supervisor or designee with a schedule identifying which days of the week, month, and quarter, periodic tasks will be performed for the entire term of the Contract. 5. Holidays: Contractor's services will not be required on the following City observed Holidays: 1. New Years Day 2. Martin Luther King's Birthday 3. President's Day 4. Memorial Day 5. July 4tn 6. Labor Day 7. Veteran's Day 8. Thanksgiving day (Thursday) 9. Day after Thanksgiving (Friday) 10. Christmas Day 6. Storage closet areas: Dirty mops and soiled water left in bucket will not be acceptable. Such areas shall be well kept as to avoid fouled odors. 7. Communication log book: This book shall be kept at City Hall in the lower storage closet. Entries shall be made as needed and only Contractor's supervisor and City shall be allowed to make entries. This book will serve as a communication tool between the City Public Works designee and Contractor's supervisor. 19 8. Dispute resolution: All disputes pertaining to this Bid between the City and the Contractor shall be settled internally with the appropriate City staff making the final determination and through the following chain of command: 1) Facilities Division Supervisor; 2) Project Manager, 3) Assistant Director of Public Works, 4) Director of Public Works, and 5) City Manager. The Purchasing and Contracts Manager shall be present and included in all dispute resolution meetings pertaining to this Bid. In the event a dispute cannot be settled through the chain of command set forth in this section, the dispute shall be brought forward in a court of competent jurisdiction. The laws of Florida shall be controlling. Venue shall be in Broward County, Florida. V. Frequency of Duties NIGHTLY (Monday thru Friday): GENERAL FACILITIES Clean & disinfect drinking fountains Clean & disinfect fixtures Dust mop/sweep non -carpeted floors & stairs, including Ballroom Dust mop/sweep non -carpeted floors in m, aerobics room and stage Damp mop & disinfect Fitness Room floor Damp mop non -carpeted floors/stairs Dust building surfaces Dust furniture surfaces Spot clean building surfaces/walls Sot clean furniture Empty trash/recyclingtrash/recycling receptacles Replace trash liners as needed Remove carpet stains Clean/sanitize telephones Vacuum all carpeted areas completely Clean sills and jambs Overhead cleaning Remove cobwebs Clean glass at entranceways & exits wee / vacuum entrance mats Polish conference tables/receptionlean counters behind & underneath bleachers TC NIGHTLY (Monday thru Friday): RESTROOMS, BREAK ROOMS, KITCHEN Fill all dispensers (toilet tissue, soap, etc. Clean & sanitize dispensers Empty & clean trash receptacles Clean & disinfect surfaces/sinks Clean, sanitize & descale toilets and urinals Polish stainless steel surfaces Clean all mirrors Mop floors with disinfectant Clean partitions & walls Dust & clean vending machines & appliances Clean all tables & chairs Dust sink traps and ledges Clean & sanitize exercise equipment Clean & sanitize exercise equipment in Fitness Room 20 WEEKLY (One time per week) Clean glass partitions Dust a/c grills and returns Dust blinds, verticals, & draperies Clean baseboards Dust all horizontal surfaces Dust picture frames & office furnishings Wet mop non -carpeted floors/open stairways Dust & damp mop enclosed stairways Remove fingerprints & marks from light & door switches Clean mirrors in Fitness & Aerobics I Room MONTHLY (One time per month) Clean & refill floor drains Machine scrub all floors S ra buff all resilient floors Polish Chamber woodwork Dust light fixtures Clean a/c rooms Wash a/c grills & returns Wash exterior windows Steam clean carpet in the Ballroom and Coconut Palm Room EVERY 2 MONTHS (Six times per year) at the Community Center ONLY Steam clean all car eted areas Polish office furniture QUARTERLY (Four times per year) Strip, seal & wax all resilient floors at the Community Center and Water Treatment Plant ONLY Carpet shampooing (bonnet method) Wet mop enclosed stairways SEMI-ANNUAL (Two times per year) Strip, seal, & wax all resilient floors Pressure wash entrance the Carpet shampooing bonnet method Wet mop enclosed stairways Clean & Shampoo upholstered furniture at the Community Center ONLY 21 ANNUALLY (One time per year) Carpet shampooing extraction method Wet mop enclosed stairways These activities will be scheduled and communicated to City as per Article IV -"Additional Provisions -Schedule." Changes to set dates will be given to City at least two (2) weeks prior to due date. VI. Special Events ' The City shall occasionally, for whatever reason, have special events that will require janitorial attention unique to the regularly scheduled services. To this end, the Contractor will include a separate cost listing (per square foot) for the following services: Spray buff of resilient floors Floor stripping, waxing and sealing Carpet shampooing bonnet method Carpet shampooing extraction method Furniture polishing Upholstery shampooing Glass cleaning Pressure cleaning Contractors' prices for the above -mentioned services will remain fixed and firm for the entire term of the Contract. Additionally, Contractor agrees to provide any or all of the above -mentioned services upon no less than twenty-four (24) hours' notice from the City. 22 VII. City Facilities The City, at its own discretion, may choose to expand or reduce contracted janitorial services to City facilities in the future under the same General Terms and Conditions, Special Conditions, and Technical Specifications described herein. Therefore, Contractor shall supply a separate cost (cost per facility) listing for providing janitorial services to the following facilities: CITY FACILITY NAME AND ADDRESS - HOURS WHEN CLEANING CAN BE DONE City Hall, 7525 NW 88th Avenue, Tamarac 6:00 PM to 7:00 AM Fire Department Administration Offices in the Broward Sheriff' Office Building, 7515 NW 88th Avenue, Tamarac 6:00 PM to 7:00 AM Recreational Center, 7501 North University Drive, Tamarac 9:30 PM to 6:00 AM (Monday to Friday) Multi Purpose Center, 7531 North University Drive, Tamarac 9:30 PM to 6:00 AM (Monday to Friday) Public Works Building, 6011 Nob Hill Road, Tamarac (including Operations trailers 6:00 PM to 7:00 AM Utilities Building, 6001 Nob Hill Road, Tamarac 6:00 PM to 7:00 AM Water Treatment Plant, 7803 NW 61st Street, Tamarac 5:00 PM to 9:00 PM Satellite City Hall, 4267 W Commercial Blvd., Tamarac 6:00 PM to 7:00 AM Building Department, 8191 NW 88 Avenue, Tamarac 6:00 PM to 7:00 AM Community Center, 8601 W. Commercial Blvd., Tamarac 9:30 PM to 6:00 AM (Monday to Friday) Contractor's prices for the above -mentioned facilities will remain fixed and firm for the entire term of the Contract. Additionally, Contractor agrees to begin providing regularly scheduled services to any or all of the above facilities within thirty (30) days of notification from the City. 23 COMPANY NAME: (Please Print):OVIESOURCE FACILTY SERVICES, INC. Phone: (954) 974-4446 Fax: (954) 974-5388 ---NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 0 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. Q 2. Carefully read the Detailed Specifications, and then properly fill out the BID FORMS (Attachment "A"). 0 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B") and have it properly notarized. 0 4. Sign the CERTIFICATION page (Attachment "C"). Failure to r'o so will result in your Bid being deemed non -responsive. 0 5. Fill out the BIDDERS QUALIFICATION STATEMENT (Att chment "D"). ❑x 6. Fill out the REFERENCES page (Attachment "E"). Q 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") 0 8. Fill out the LIST OF SUBCONTRACTORS (Attachment "G"). 0 9. Include a 5% BID BOND. (Attachment "H"). Failure to provide a bond will result in automatic rejection of your bid. 0 10. Include proof of insurance. 11. Carefully read the CHANGE ORDER (Attachment "I"), and the STANDARD FORM OF AGREEMENT. 712. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. 0 13. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 24 ATTACHMENT "A" BID FORM BID NO. 02-13B Submitted by:ONESOURCE FACILTY SERVICES, INC.(Bidder) 1/22/02 (Date) TH'fS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 25 ATTACHMENT "A" BID FORM (continued) BID NO. 02-13B The City of Tamarac is hereby requesting Bids, from qualified vendors, to furnishing all labor, supplies, materials, equipment, tools, service and supervision -necessary to properly perform and maintain each City facility in a neat, clean and orderly manner. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. City Facility Name and Location Total $ /Month City Hall, 7525 NW 88th Avenue, Tamarac Fire Department Administration Offices in the Broward Sheriffs Office Building, 7515 NW 88th Avenue, Tamarac $ 320.00 Recreational Center, 7501 North University Drive, Tamarac $ 518.00 Multi Purpose Center, 7531 North University Drive, Tamarac $ 1, 266.00 Public Works Building, 6011 Nob Hill Road, Tamarac (including Operations trailers $ 518.00 Utilities Building, 6001 Nob Hill Road, Tamarac $ 637.00 Water Treatment Plant, 7803 NW 61st Street, Tamarac $ 320.00 Satellite City Hall, 4267 W Commercial Blvd., Tamarac $ 320.00 Building Department, 8191 NW 88 Avenue, Tamarac $ 518.00 Community Center, 8601 W. Commercial Blvd., Tamarac 2, 292.00 $ TOTAL ANNUAL COST FOR ALL ABOVE LISTED FACILITIES [PLEASE NOTE PAYMENTS WILL BE MADE BY FACILITY ON A MONTHLY BASIS ONESOURCE FACILITY SERVICES, INC. Company Name / �14'4j�L Aluthlbrizea gignaAt 26 ATTACHMENT "A" BID FORM (continued) BID NO. 02-13B We propose to furnish the following Special Events in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. The City shall occasionally, for whatever reason, have special events that will require janitorial attention unique to the regularly scheduled services. The Contractor will include square foot for the following services. Contractor's prices for these services will remain fixed and firm for the entire term of the Contract. Additionally, Contractor agrees to provide any or all of these services upon no less than twenty-four (24) hours' notice from the City. Special Events $/ Square Foot Spray buff of resilient floors $ • 07 Floor stripping, waxing and sealing $ .18 Carpet shampooing bonnet method $ • 05 Carpet shampooing extraction method $ .08 Furniture polishing $ .02 Upholstery shampooing $ .08 Glass cleaning $ .085 Pressure cleaning i .08 ONESODRCE FACILITY SERVICES, INC. Company Name 27 ATTACHMENT "A" BID FORM (continued) BID 02-13B The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is dee ed to be in the best interest of The City of Tamarac. The City resery the right to and thq bid on a split order basis, lump sum or individual item basis un,Ye s otherwise st, ted. / ONESOURCE FACILITY SERVICES, INC. Company Name 3260 N.W. 23rd AVENUE Address POMPANO BEACH, FL 33069 City, State, ZIP N/A Contractor's License Number Au ture ROBERT GOLDEN Typed/Printed Name (954) 974-4446 Telephone & Fax Number 13-3083344 Federal Tax ID# 28 ATTACHMENT "A" BID FORM (continued) Bidders Name: ONESOURCE FACILITY SERVICES, INC. TERMS: O % DAYS: Delivery/completion: calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. N/A 29 ATTACHMENT "A" BID FORM (continued) Bidder's Name: ONESOURCE FACILITY SERVICES, INC. Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. NONE 30 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of )ss. County of '6wa-la'd - ) Robert Golden being first duly sworn, deposes and says that: 1. He/ is the Officer (Owner, Partner, Officer, Representative or Agent) of Onesource Facility services, Inc. the Offeror that has submitted the attached Proposal; 2. He/zl4w is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. 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; 5. 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 PrAence qfa Witness Witness Printed Name Senior Vice President Title 31 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT continued ACKNOWLEDGMENT State of FloriAieazvo-d County of O n this the,2.2 day of y-d1mla-W, 2001, before me, the undersigned Notary Public of the State of Florida, person Ily peared le� 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, STATE OF FLORIDA NOTARY PUBLIC ,� Ct����� SEAL OF OFFICE: S/ v / S cc. (Name of Notary Public: Print, Stamp, or Type as Commissioned) tj,N SIN18 swfzer * ' _ * MY commission CC973771 Personally known to me, or ef Expirecodonera.2oa ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or 06 DID NOT take an oath 32 ATTACHMENT "C" 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 ❑ If "Othk/", Explain: Sihnatu SENIOR VICE PRESID"' Title PARTNERSHIP ❑ CORPORATION ® OTHER ❑ ROBERT GOLDEN Name (Printed Or Typed) 13-3083344 Federal Employer I.D./Social Security No. ONESOURCE FACILITY SERVICES, INC. 3260 N.W. 23rd AVENUE Company Name Address POMPANO BEACH, FL ##)e,( City/State/Zip (954) 974-5388 Fax Number (954) 974-4446 Telephone RICHARD COSBY Contact Person (954) 647-7826—CELL 33 ATTACHMENT "D" 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 ADDRESS: 7525 NW 88th Avenue Tamarac, Florida 33321 Submitted By: ROBERT GOLDEN Name: ONESOURCE FACILITY SERVICES, INC. Address: 3260 N.W. 23rd AVENUE Principal Office: POMPANO BEACH, FL Telephone No. (954) 974-4446 Fax No. (954) 974-5388 Check One ® Corporation ❑ Partnership ❑ Individual ❑ Other 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: ONESOURCE FACILITY SERVICES, INC. The address of the principal place of business is: 2 0 3260 N.W. 23rd AVENUE POMPANO BEACH, FL 33069 If Offeror is a corporation, answer the following: a) Date of Incorporation: 7/17/81 b) State of Incorporation: Delaware Chairman c)-PresideRO name; Eddie Turner C.F.O. -name: pet er Gaze d) Vice Presioent s ► �ame:__(Sr.) Debra Loss e) Secretary's name: Ann Olbert f) Treasurer's name: Ann Olbert *** g) Name and address of Resident Agent: Prentice -Hall Corporate Systems Inc. 27-11 Centerville Road, Suite 400, Wilmington, DE 19808 If Offeror is an individual or a partnership, answer the following: a) Date of organization: *** Ass't Sec. &,S.V.P. name: Scott Friedlander 34 b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. 4f 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? 3 Years a) Under what other former names has your organization operated? ISS-International Service Systems Inc. 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. Florida Department of State Certificatp A tanhari 8. Have you personally inspected the site of the proposed work? ® YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? ® YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? ® YES ❑ NO 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No 35 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 See Enclosed 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). See Enclosed 14. State the name of the individual who will have personal supervision of the work: See Enclosed 15. State the name and address of attorney, if any, for the business of the Offeror: In House Counsel 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: OneSource Facility Services, Inc.-100x Wholly owned by OneSource Services Holdings Inc. 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: See Encolsed 141 18. State the name of Surety Company which will be providing the bond, and name and address of agent: Travelers Property Casualty Corp. 4400 North Point Parkway Alpharetta, GA 30022 19. Bank References: Bank Address Telephone First Union National Bank 1950 W. Hillsboro Blvd. (954)596-6889 Second Floor Contact: Jackie Bourbouse Deerfield Beach, FL 33442 20. Attach a financial statement including Proposer'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). Parent Subsidiary 37 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS 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 CAUSFf/'T HE OWN �TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CA CEL AND T MINA E THE AWARD AND/OR CONTRACT. (Sighat&e ACKNOWLEDGEMENT State of Florida County of _eiQDGeXz-l�. On this the - .-L day of_ , 2001, before me, the undersigned Notary Public of the State of Florida, personally ppeared 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: ekN Min Symer *,IW* My Commission CC973771 •+''? October 8 2004 �o NOTARY PUBLIC, STATE gOF FLORIDA S' /,C Y/G�/Z- (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 15 DID NOT take an oath 38 ATTACHMENT "E" REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name SEE ATTACHED 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 39 ATTACHMENT "F" 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. Oake a goo f ith effort to continue to maintain a drug -free workplace through plementat' n f this section. As the person authorized to sign the statement, I certify h is r c mplies fully with the above requirements. ONESOURCE FACILITY SERVICES, INC. Authorized' ignaturk 01 Company Name 40 ATTACHMENT "G" LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Contractor Percent License of Total Work to be Performed Number Contract 1.1RoNE 2 3 4. 5 6. Subcontractor's Name and Address 41 ATTACHMENT "H" BID BOND STATE OF FLORIDA ) (SEE ATTACHED) ) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, , as Principal, and as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of Dollars ($ ), lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, date , 200 for: • VN� NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. 42 Signed and sealed this day of , 20 IN PRESENCE OF: (AFFIX SEAL) ATTEST: Secretary ATTEST: Secretary *Impress Corporate Seal (Principal) (Business Address) (City/State/Zip) (Business Phone) Surety* By: (Title) Attorney -In -Fact* M 43 t Jan IS 02 O2:55p p.3 PROFIT CORPORATION ON TO FILE APPLICATION BY FOREIGN PROFIT D�RIOZ� ION O TRANSACT TO APPLICATION FOR A BUSINESS IN FLORIDA (pursuant to s. 607.1 504, F.S. n c9�9 �1 c (1-3 must be completed) ISS INTERNATIONAL SERVICE SYSTEM, INC. Name of corporation as it appears on the records of the Department of State. Delaware 3. October 1, 1987 2 Date authorized to do business in Florida Incorporated under the laws of SECTION 11 (4-7 complete only the applicable changes) 4. If the amendment changes the name of the corporation, 99n was the change effected under the laws of its jurisdiction of incorporation? under One Source FacilitySe vi Name of corporation after the amendment, adding suffix "corporation", "company" or "incorporated," or appropriate abbreviation, if not contained in new name of the corporation. 6. If the amendment changes the period of duration, indicate new period of duration. no change New Duration 7. If the amendment changes the jurisdiction of incorporation, indicate new jurisdiction. -- rhan Signature E11 D 5Q1aanf jc.ld Typed or printed name February 26 , 1999 Date Assistant Secretary Title O1/18/02 FRI 14:52 [TX/RX NO 89401 Q 003 FORT LAUDERDALE 1 FIRST BAPTIST CHURCH 300 East Broward Boulevard Fort Lauderdale, FL 33301 (954) 527-6800 Fax (954) 453-5144 Contact: Ken Null Provide janitorial and landscaping service seven (7) times Der week FORT LAUDERDALE JET CENTER 1100 Lee Wagener Boulevard Fort Lauderdale, FL 33315 (954) 359-3650 Contact: Evelyn Quinn, Director, Properties and Leasing Provide janitorial service seven (7) times per week PUBLIC SERVICES DEPARTMENT City of Fort Lauderdale 949 N.W. 38" Street Fort Lauderdale, FL 33309 (954)492-7816 Contact: Marcia Perry Providing janitorial service seven (7) times per week BROWARD COUNTY HOUSING AUTHORITY 1773 North State Road 7 Lauderhill, FL 33133 (954) 739-1114 ext. 323 Contact: BJ Solomon Provide janitorial service five (5) times per week BROWARD COUNTY SHERIFF DEPARTMENT 2601 North Broward Boulevard Fort Lauderdale, FL 33312 (954)831-8170 Contact: Ann Fulford Provide janitorial service five (5) times per week MIAMI AREA LOUIS DREYFUS PROPERTY GROUP Douglas Entrance 800 Douglas Road Coral Gables, FL 33134 (305)444-1941 Fax (305) 443-9972 Contact: Kenn Powell, Property Manager Provide janitorial service five (5) times per week MARTIN LAMAR UNIFORMS 72 30 N. W. 46`ft Street Miami, FL 33166 (305) 477-2958 Contact: Kathy Jones CITY OF CLEARWATER — 5 Locations Janitorial Service — 7 Days Per Week Contact: Peter Hegedus, Supervisor (727) 562-4710 Ext. 2813 FLORIDA DEPARTMENT OF HEALTH $35,940.00 38754 State Road 80 Contract Commenced 9/l/99 Belle Glade, Fl 33430 Contact: Ms. Judy Carter (561) 840-4524 CITY OF HOLLYWOOD — 6 Locations $42,043.44 Janitorial Service — 7 Days Per Week Contract Commenced 6/l/98 Contact: Jose Vazquez (954) 967-4224 CITY OF GREENACRES — 9 Locations $45,780.00 Janitorial Service — 5 Days Per Week Contract Commenced 10/l/98 518 Martin Avenue Greenacres, FL 33463 Contact: Bob Hal hill (561) 642-2071 DEPARTMENT OF CHILDREN & FAMILY $15,300.00 Janitorial Service — 5 Days Per Week Contract Commenced 3/25/99 401 Colorado Avenue Immokalee, FL 34141 Contact: Tammy Yzaguirre (941) 657-3635 CITY OF DELRAY BEACH - 13 Locations $81,510.00 Janitorial Service — 5 Days Per Week Contract Commenced 7/l/99 100 N.W. I' Avenue Delray Beach, FL 33444 Contact: Jackie Rooney (561)243-7163 DELRAY BEACH HRS — 2 Locations $32,244.00 Janitorial Service — 5 Days Per Week Contract Commenced 7/l/99 Contact: Judy Carter (561) 840-4524 CITY OF FORT LAUDERDALE — 14 Locations $135,403.00 Janitorial Service — 5/7 Days Per Week Contract Commenced on 10/1/99 Contact: Marsha Perri (954) 492-7816 OSCEOLA COUNTY — 26 Locations Janitorial Service — 5 Days Per Week Contact: Debbie Lambert (407) 343-3131 CITY OF POMPANO — 4 Locations Janitorial Service — 3 Days Per Week Contact: Ann Fulford (954) 931-8900 BROWARD COUNTY HOUSING AUTHORITY Janitorial Services — 5 Days Per Week Contact: BJ Soloman (954) 739-1114 ext. 323 S157,919.76, . Contract Commenced on 7/l/99 198,515 Square Feet S24,172.92 Contract Commenced on 10/15/99 S8,340.00 Contract Commenced 10/ 1 /99 OneSource Facility Srvs 954 974 5389013050 P.01 03-29-2002 02:48PM mar-n,uz UJ:1413111, from- _ MURPHY 8 JORDAN, INC. )NE SEAPORT PLAZA, 7TH FLOOR IEW YORK, NEW YORK 10038 ;Umo ONESOURC15 HOLDINGS, INC. AND AFFILATES 1500 PARKW60D CIRCLE ATLANTA, GA 30339 T-894 P-002/002 F-365 FORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. -HIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFF699fRU COVERAGE f1G COMPA AMERICAN HOME ASSURANCE CO. ! f Co"IB "N NATIONAL UNION FIRE INSURANCE CO. CO1"PAI"r AMERICAN HOME ASSURANCE COMPANY C .4+t / 1 COMPANY D .. THIS lS TO CERTIFY T} jAT THE POLICIES OF INSVRANCE LIST@D BELOW W BEEN I SUED TO TtiE INSUR NAMED A6CVE FOR Tt1E POIiCY PfoIbD INDICATED, NOTWITHSI7ANDING ANY REQUIRV.MENT, TERM OR CONDtT10N OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WMICH THIS CERTIFICATE MAY BE ISSUED OR MAY pegTAIN, THE INSURANCE AFFORDED 13 Y THE POLICIES DESCMED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY WFECTIVE POKY EXpIRA110N LIMITS R TYPE OF INSURMCS POLICY NUMBER DATE (MMIDWM DATE (UMODMY) I GENtnRAL IJABILrTY I4GN41►AL At3GGATE S , I�X ICOMMERCIALGENBRALLiA8R17Y IPRODUCTS-COMPIOPAGG $ �$00,000 l r CLAIMS MADE occuR RMGL 6124708 6/30/01 6/30/02 PER$QNAL 8 ADV INJURY s i3"�O A00 [6wNEI7S 6 CONTRACCOR'S PROT EACH or-CuRRENCE Ss. _.. . w — f1RE OAMAGE (AnYene fm) ! S . • ��0 --- — I MeO GXP (Any one person) S ROT CtJ t ',AUIVMV61l.0 Lt/10.u,. i ANY AUTO L� ALL OWNED AUTOS 3 I SCHEDULI^D AUTOS, HIRED AUTOS �j NON -OWNED AUTOS I ANY AUTO C/-r-.7a Lv%oow I 1 UMBRELLA FORM OTHER THAN UMBRUiA FORM WORKER'S COMPENSATIO4 AND empLOYER9' LIABILITY 1 C "11PROMETOR/ INCL P�.f.TkG!S+EkECU1T4E C�':5Z5 Ate: F�='- _ , COMBINED SINGLE 6IMIT I S 2,000,000 S RMCA5348635 -'6/30/01 6130/02 u� DwYrlo�)URY i S PAY i PROPERTY DAMAGE„ 3 I AUTO ONLY - EA ACCIDENT S y I OTHERTHAN AUTO ONLY:Y ^• _• I I EAGi ACCIDENT S . I AGORMIATE S ^_ OCCUNRENCo IS . A BB 8713610 8/30/01 6/30/02 , REGATE ,S X . TC0.Y LIMITS I Ea WC 5277045 : 6/30/01 6/30/02 EL EACN ACCIDENT_: 1,40'0;(f00 &• bm6 sC • poocY uMrr S ,OOO' tIO — EL DISO - EA EMPLOYEE $ - 1,T5 naO ADDITIONAL INSURED: CITYWIDE JANITORIAL SERVICES_ CITY OF TAAMARAC 7525 Nw 88TH AVENUE TAMARAC; FL 33321 .2401 ANNE M. LODATO (954) 724-2408 SHOULD ANY OF THE ABOVE DFSCR19W POLICIES BE CANC%6= BEFORE THE EXPIRATION OATS THenOF, TM MURiG COMPANY YYILL M.WAVOR TO MAIL 30 pgyg WNTT9i NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 8UT FAILURE TO MAIL. SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY "t) UPON THE COMPANY, ITS AGENTS OR ItI5PRR5EN7rATIVES. TOTAL P.01 Vendor: Date of ReY1eW; Acceptable v s Not Acceptable_,�� {Noce Deficiencies Below) Au ed Signature EXHIBIT 2 co w U w U Q 0 z w 0 RMR MO. Ha O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O o to no n_ Lo N 0 `_� 6n U o OID LO o N M C C N N N 60 M 0 '7 n O n 00 M N r- n CO n r-O N O O O O o O O Na L •C �' O V h M M b M N N N N N CU N N N N C l0 CO N a O } } } } } } } } } } } C U N 613. 69 V! Vi V! 69 to 69 Vi VA 69 Vi 69 Vl 606 69 VT 6H 11 V! O O O O O O O O O O O O O O O O O O O O O O n O O LO O O O N O O O M O M O M O OD CO M r-O O M N V' O O O O O O O O 0� y` N t0 N U') CO M m LLO N O N N N N N N N N N N O =O C6 N M } } } } } } } N } } } } V! 6fT V3, V3 V3 69 EA 0% 6» 69 Vi 69 6A Val 69 69 VT 6A 69 O O O O Cl, O O O O O O O O O O O O O O O O O N O n w O w O N O m O n O M O cm •- et C'M CV n N W w N N m N CD O (D O O O O C C E 20 O O N to v 0 O r, M r- 0 LID M N O 0 M 0 O n y N N 0) N tU N N N 0) N N N N N N M N w N 60 0) C Cl) N } } } } } } } } } } } O O V) 69 V). 68, 69 b) Vi 6A 69 EA 6a 6/9 6A 69 64 619, 69 V) Wi e0 6n H U LL co 0 f4 O J W O D z O 0 m v -* e C a 0�>> rNjJ a� V 6n = 0 O m Z Q W H U'� F m Z Z N Q'L LL° 0 z ui m — ca N H V LL rn 0 m Q W 3 W W Q Z C z C J W m 2 N W 2 0 m ca EL n > > R' O V 6A CcC=0°0°°�°awza�� �mZZmao.Ozwm CO — 0 0 0 0 0 0 0 0 0 0 0 60 In M O N O NLID o LO O LO CD O LO r- o O o CD o 0 •C Lo N 60 w W M v N M v r-N N N N to N N N N N t0 N N N y N M N (A N N N .O-� N 67 ' N N } } } } } } } } } } } _ T U U Vl 6% 6H 6N 69 69 60+ 6H 691643, V), 64 16,9, 64 6A fA V► 69 Vi 00 c0 O o CO M o a W O o O o O o O o o st LO o n 0 6n 0 O N o m o O •- O MI N O t0 0 W O O N O N O O O O O O O O .O E' t0 M M w n L0 v M t0 v N W .- C0 M O N CC N N N O O O ¢ U M N CID N } 0) } N } N } N } } } } Z Z Z 691 69 6% 69 64 69 69 64 6H 64 69 6A 6A 69 6A Vi Vi 6A 69 C 4) Y Z r z N G CLU m�+ O O E L a W 41 V E W C1 CZ OCL C C E E H C E C° F W O �C C r 0 V v C �`, 6a t p 6R o E _ �o u� a O W o o ca 66 _ c p 60 C O 0 E C O H �_ O Q U! N O O E C •C � .� :_ r`+ Y Q M J Q to 41 a 1•.• " 6R !E L� 0 O O N O c y C L � C— i 5 H H- r D C FO- Uq a o Q. E E O W C d � 0 C 6a rn V C y O d° Ci �' C ►+ p FO- ` H +`+ F N N d O .0ON �' cOi O m 3 �'' d im V G�i N a0 ° Cp1 V li t9 'O O p F- v y G1 F w E Z O = y �+ d ♦+ d 3 != In V 7 N U_ V 0 d 6_ w p 0' LL C� C E�` N d U�= °.' °�,' ° E V >•+ �° 6. a° E s° rn Q c tE d w°; oo 0 m E° .19 vLL��a:�v)mc) 0 d a O, O 7 O a v)LLUc)u.�c9a O O 3 p- 6a — ayi g 0 zc)Ow�c d d to 6. \ c,a 01 200 0 AGREEMENT BETWEEN THE CITY OF TAMARAC AND ONESOURCE FACILITY SERVICES, INC. THIS AGREEMENT is made and entered into this I. 0 day of , 20 02- 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 Onesource Facility Services, Inc., a Delaware corporation with principal offices located at 3260 NW 23r' Avenue, Pompano Beach, FL 33069 (the "Contractor') to provide for Citywide Janitorial Services. 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 contract (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 fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary as indicated in Bid 02-13B "Citywide Janitorial Services" specifications. b) Contractor shall furnish all labor, supplies, materials, equipment, tools, service and supervision necessary to properly perform and maintain each City facility in a neat, clean and orderly manner as per the specifications listed within the bid document. c) Contractor shall clean up and remove each day all debris and material created by the work at the Contractor's expense. d) 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. e) 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. f) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subContractors, if any, with respect to the work and services described herein. 3) Insurance 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. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than ten (10) days after the date that Contractor receives Purchase Order. The initial contract period shall be for two (2) years. The City reserves the right to renew the agreement for two (2) additional two (2) year periods based on satisfactory performance, mutual acceptance, and determination that the Agreement is in the best interest of the City. 5) Contract Sum The Contract Sum for the above work is One Hundred and Nineteen Thousand and Sixty -Four Dollars and no cents ($119,064.00) annually for the ten (10) city facilities listed within the bid document. 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 2 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subContractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Warranty In the event that Contractor causes damages during this time, Contractor shall perform such steps required in Paragraph 2 of this Agreement to the affected areas of city facilities. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 9) 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 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. 10) 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. 11) Independent Contractor 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. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) 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. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Kevin G. Keegan Division President Onesource Facility Services, Inc. 3260 NE 23' Avenue Pompano Beach, FL 33069 14) 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 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 15) 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. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) 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. 18) 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. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 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 Onesource Facility Services, Inc. (Name of party with whom Agreement is made), signing by and through its Division President (President, Owner, CEO, etc.) duly authorized to execute same. ATTEST: Marion Swenson, CMC City Clerk Date ATTEST: quff 7'h4AnL-:� - (Corporat a retary) Assistant Scott E. Friedlander Type/Print Name of Corporat�Secy. 4 (C,QRPeK�XT"EAL) CITY OF TAMARAC 6010' Schreiber, Mayor E�6Uf /2,O2 Date � ( . /11 t'd,4„ effrey L. Moer,,tity Manager ��� / 2 , G 2 Date Apl*ovgi as to forand M�tc�Nell Kra , City Atto r�y 0� Date ONESOURCE FACILITY SERVICES, INC. L w Atil. Signat Presid nt/ )w;w Vice Kevin G. Keeg ivision nt Date C. CORPORATE ACKNOWLEDGEMENT GEORGIA STATE OF 9I&M1 A COBB :SS COUNTY OF BIO) ARUD : I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared Kevin G. Keegan, Division President of Onesource Facility Services, Inc., a Delaware Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he executed the same. WITNESS my hand and official seal this I q� day off , 200� Signature of Notary Public _ State of BEKWM at Large Georg• a; Genie B. Brummett Print, Type or Stamp Name of Notary Public personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or v� DID NOT take an oath. 1. ONESOURCE FACILITY SERVICES, INC. ASSISTANT SECRETARY'S CERTIFICATE THE UNDERSIGNED, Scott E. Friedlander, certifies that he is the duly elected Assistant Secretary of ONESOURCE FACILITY SERVICES, INC., a Delaware corporation (the "Corporation "), and that he is duly authorized to deliver this Certificate on behalf of the Corporation and further certifies as follows: Attached hereto as Exhibit "1" is a true, correct and complete copy of the resolution duly adopted, by the Board of Directors of the Corporation; 2. That the resolution described in Exhibit 1 is the only resolution which has been adopted by the Board of Directors of the Corporation with respect to the matters referred to therein and such resolution has not been amended, modified or rescinded and remains in full force and effect on the date hereof. IN WITNESS HEREOF, the undersigned has executed this Certificate as of the date set forth below. lI EXHIBIT "1" RESOLVED, that Kevin G. Keegan, Division President of OneSource Facility Services, Inc., be and hereby is, duly appointed to sign contract documents for the Corporation, and is hereby given said authority effective as of the date hereof, until the next annual meeting of the Board of Directors of the Corporation and until his successor is duly elected and qualified or until his earlier resignation or removal.