Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (266)Temp Reso. #9893 Page 1 September 14, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-266 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO SUBMIT AN APPLICATION TO THE FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES FOR AN URBAN AND COMMUNITY FORESTRY GRANT IN THE AMOUNT OF $10,000, PROVIDING FOR A MATCH OF $16,650 AND A TOTAL PROJECT COST OF $26,650, FOR A MEDIAN ENHANCEMENT TREE PLANTING PROJECT ON SOUTHGATE BOULEVARD BETWEEN PINE ISLAND ROAD AND NOB HILL ROAD; PROVIDING FOR A MAINTENANCE MEMORANDUM OF AGREEMENT BETWEEN THE CITY AND THE DEPARTMENT OF AGRICULTURE IN THE EVENT THE GRANT IS AWARDED; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac realizes that trees provide many benefits to residents including energy conservation, wildlife habitat, decreased storm water runoff and cleaner air; and WHEREAS, the City of Tamarac realizes the importance of maintaining, restoring and expanding the tree canopy within the City; and WHEREAS, The City of Tamarac is committed to enhancing the medians throughout the City through the installation of landscaping and trees; and WHEREAS, the Department of Agriculture and Consumer Services through the Urban and Community Forestry Grant Program provides funds to municipalities for the expansion of the tree canopy through site specific projects on public spaces; and C Temp. Reso. # 9536 Page 2 September 14, 2002 WHEREAS, should the application be approved and grant awarded, the City agrees to maintain the trees which are the subject of this application on an ongoing basis; and WHEREAS, the City of Tamarac is willing to match a grant request of $10,000 with $16,650 for a total project cost of $26,650; and WHEREAS, the City Manager and the Director of Public Works recommend filing of the application (attached hereto as "Exhibit A"); and WHEREAS, the application process requires that the City of Tamarac indicate that it will maintain the trees and agrees to, upon approval of the application and award of the grant, execute a Maintenance Memorandum of Agreement with the Department of Agriculture a sample of which is attached hereto as "Exhibit B"; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to submit an application to the Florida Department of Agriculture and Consumer Services Urban and Community Forestry Grant Program for $10,000 for the enhancement of Southgate Boulevard as part of the Street Improvement Program, NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Section 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. Section 2: The appropriate City officials are hereby authorized to submit the Urban and Community Forestry Grant Application (attached hereto as "Exhibit A"), which is made a part hereof, and request $10,000 in grant funds providing for a $16,650 match. Temp. Reso. # 9536 Page 3 September 14, 2002 1 1 1 Section 3: It is hereby agreed that the City will maintain the trees on an ongoing basis and will enter into a maintenance memorandum of agreement with the Department of Agriculture and Consumer Affairs should the application be approved and the grant awarded. Section 4: All resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in application, it shall not affect the validity of the remaining portion or applications of this Resolution. Section 6: This Resolution shall become effective immediately upon its adoption. PASSED, ADOPTED AND APPROVED this 251h day of September, 2002. /s1a9�"15 MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. �1 f MITCHELL . KI CITY ATTOR JOE SCHREIBER f MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE Exhibit "A" TR9893 SUBrdLTFqFW®QrURE AND CONSUMER SERVICES STATE OF FLORIDA PURCHASING - MAYO BUILDING, ROOM SB-7 407 SOUTH CALHOUN STREET REQUEST FOR PROPOSAL TALLAHASSEE, FLORIDA 32399-0800 CONTRACTUAL SERVICES (850) 488.7552 Bidder Acknowledgment Telephone Number: Page 1 of 74 PROPOSALS WILL BE OPENED PROPOSAL "FPIDF-02103.01 90 pages and may not be withdrawn within days after such date and time. AGEN AugU5=1N"Ci @ATE: PROPOSahXI�6NAL URBAN AND COMMUNITY FORESTRY GRANT PROGRAM STATE PURCHASINGSUBSYSTEM(SPURS) VENDOR NUMBER 59-1035992 VENDOR NAME REASON FOR NO PROPOSAL City of Tamarac VENDOR MAILING ADDRESS 7525 NW 88th Avenue POSTING OF BID TABULATIONS CITY - STATE - ZIP Bid tabulations with recommended awards will be posted for review by interested parties at the Tamarac, FL 33321 location where bids were opened and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.57(3), or failure to h ��j]pprry�y�r other security required by law within the time allowed for filing a band shall constitui��eLt11 ceedings under AREA CODE PHONE NUMBER 718 - 3 0 51 Chapter 120, Florida Statutes. Posting will be on or about: FREE NUMBER 954 I certity that this Proposal is made without prior understanding, agreement, orconnection with any corporation Jeffrey f f r e L. M i 11 e r C l t Miller y y firm, or person submitting a proposal for the same materials, supplies or equipment, and is in all respects . r fair and without collusion or fraud. 1 agree to abide by all conditions of this Proposal and certify that I am AUTHORIZED SIGNATURE (MANUAL) authorized to sign thus Proposal for the proposer and that the Proposer is in compliance with all requirements of the Request for Proposal including but not limited to, certification requirements. In submitting a Proposal to an agency for the State of Florida, the Proposer offers and agrees that if the Proposal is accepted, the Proposer will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action itmay now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by AUTHORIZED SIGNATURE (TYPED) TITLE the State of Florida. At the State's discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the Proposer. GENERAL CONDITIONS SEALED PROPOSALS: All proposal sheets and this original acknowledgment form must be (d) INVOICING AND PAYMENT: The contractor shall be paid upon submission executed and submitted in a sealed envelope. (00 NOT INCLUDE MORE THAN ONE PROPOSAL of properly certified invoices to the purchaser at the prices stipulated on the contract PER ENVELOPE.) The face of the envelope shall contain, in addition to the above address, the date at the time the order is placed, after delivery and acceptance of goods, less deductions it any, as provided. Invoices shall contain the contract number, purchase order and time of the proposal opening and the proposal number. Proposal prices not submitted on attached proposal price sheets when required shall be rejected. All proposals are subject to the conditions number and the contractor's SPURS vendor number. An original and three specified herein. Those which do not comply with these conditions are subject to rejection. (3) copies of the invoice shall be submitted, The final payment shall not be made until after the contract is complete unless the State. has agreed Otherwise. Invoices for lees or other 1. EXECUTION OF PROPOSAL: Proposal muss contain a manual signature of authorized compensation for services or expenses submitted in accordance with the rates at or below representative in the space provided above Proposal must be typed or printed in irik. Use of those specified in Sections 112.061 and 287.058, F.S.INTEREST PENALTIES: Payment erasable ink is not permitted. All corrections made by proposer to his proposal price must be shall be made in accordance with Section 215.422, F.S., which states the initialed. The company name and SPURS vendor number shall appear on each page of the bid contractor's rights and the State. agency's responsibilities concerning interest as required. Complete. ordering instructions must be submitted with the proposal. If you are not a penalties and time limits for payment of invoices. VENDOR RESPONSE SYSTEM: To access registered vendor with the Department of Management Services, contact State Purchasing, 4050 an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) Esplanade Way, Suite 360, Tallahassee. Fl 32399-0950, (850) 487.4634 immediately. 413-7269 between 7 a.m. and 6 p.m. Monday through Friday to check on the status of payments by State agencies. The system can accommodate English and Spanish speaking callers. 2. NO PROPOSAL SUBMITTED: It not submitting a proposal, respond by returning VENDOR OMBUDSMAN! Vendors providing goods and services to an agency should be aware only this proposer acknowledgment form, marking it "NO PROPOSAL" and explain the reason in of the following time frames. Upon receipt, an agency has five (5) working days to inspect and approve the space provided above. Failure to respond to a procurement solicitation without giving justifiable the goods and services, unless the bid specifications, purchase order or contract specifies reason for such failure, non-conformance to contract conditions, or other pertinent factors deemed otherwise. An agency has 20 days to deliver a request for payment (voucher) to the Department reasonable and valid shall be cause for removal of the supplier's name from the proposal mailing of Banking and Finance. The 20 days are measured from the latter of the date the invoice is list. NOTE! To quality as a respondent, proposer must submit a "NO PROPOSAL", and it must received or the goods and services are received inspected and approved. If a payment is not be received no later than the stated proposal opening date and hour available within 40 days, a separate interest penalty set by the Comptroller pursuant to Section 3. PROPOSAL OPENING: Shall be public. on the date, location and the time specified on 55.03 F.S., will be due and payable. in addition to the invoice amount, to the vendor. To obtain the applicable interest rate, contact the agency purchasing office,. The interest penalty provision the acknowledgment form. It is the proposer's responsibility to assure that his proposal is delivered at the proper time and place of the proposal opening. Proposals which for any reason are not so applies after a 35 day time period to health care providers, as defined by rule. Interest penalties delivered. will not be considered. Offers by telegram or telephone are not acceptable. A proposal of less than one (1) dollar will not he enforced unless the vendor requests payment. Invoices which have to be returned to a vendor because of vendor preparation errors will result in a may not be altered after opening of price proposals. NOTE: Proposal tabulations will be furnished upon written request with an enclosed. sell addressed, stamped envelope and payment of n delay in the payment. The invoice payment requirements do not start until a properly completed predetermined fee. Proposal tiles may be examined during normal working hours by appointment, invoice is provided to the agency. A Vendor Ombudsman has been established within the Department of Banking and Finance. The duties of this individual include acting as an advocate Proposal tabulations will not be provided by telephone. of vendors who play be experiencing problems in obtaining timely payment(s) from a State 4. PRICES, TERMS AND PAYMENT: Firm prices shall be proposed and include all agency. 1'he Vendor Ombudsman may be contacted a (550) 488-2924 or by calling the State services rendered to the purchaser. Comptroller's Hotline, 1-800-848-3792. State Purchasing shall review the conditions and circumstances surrounding non-payment, and unless there is a bona lade dispute. State (a) TAXES: T he State of Florida does not pay Federal Excise and Sales taxes on direct Purchasing may, in writing, authorize the contract supplier to reject and return purchase orders purchases of services. See tax exemption number on face of purchase from said agency until such time as the agency complies with the provisions of Section 215.422. F.S. order. This exemption does not apply to purchases of services in the performance of contracts for the improvement of state-owned real property as defined in Chapter 192, F. S. (e) ANNUAL APPROPRIATIONS: The State of Florida's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. (b) DISCOUNTS: Cash discounts for prompt payment shall not be considered in determining the lowest net cost for proposal evaluation purposes. 5. CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter 112, F.S. Proposers must disclose with their proposal the name of any officer, director, or agent (C) MISTAKES: Proposers are expected to examine the conditions, scope of work, proposal who is also an employee of the State of Florida, or any of its agencies. Further, all proposers must prices, extensions, and all instructions pertaining to the services involved. Failure to do so disclose the name of any State employee who owns, directly or indirectly, an interest of five (soh) or will be at the proposer's risk. Unit prices bid will govern in award. more in the proposer's firm or any of its branches. In accordance with Chapter 287, ES., no person or firm receiving a contract that has not been procured pursuant to Section 287,057(2) or (3), F.S., to perform a feasibility study of the potential implementation of a subsequent contract, participating in the drafting of a request for proposals, or developing a program for future implementation shall be eligible to contract with the agency for any contracts dealing with that specific subject matter; and proposers must disclose with their proposal any such conflict of interest. PUR 7033 Rev. 6/1198 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. ATTACHMENT E FLORIDA URBAN AND COMMUNITY FORESTRY GRANT PROPOSAL FORM 2002 GENERAL INSTRUCTIONS: Please complete all items pertaining to the Category Grant for which you are applying. The proposal packet must not exceed thirty (30) one sided pages, including attachments. All attachments must be 8 1/2" X 11 ", except any attached sketches, plans and maps which must be no larger than 2' X 3' and folded into 8 %" X 11 ". Six ( 6 ) copies (one copy with original signatures and ( 5 ) five copies) of the proposal packet including the proposal form, the project description and all attachments must be received no later than 2:30 p.m., September 24, 2002 at: Department of Agriculture and Consumer Services Purchasing Office - U&CF - 2002 Proposal Mayo Building - Room SB-8 Tallahassee, FL 32399-0800 Telephone (850) 488-7552 If you have any questions, please see ATTACHMENT L. "Division of Forestry District/Center Contacts" PROPOSER INFORMATION (Please Print or Type) Project Title: Southgate Boulevard Tree Canopy Enhancement Proposer Name: _ City of Tamarac - Name and Title of Contact Person: Kimberly Perron Special Pro'ects Coordinator Address: 7525 NW 881h Avenue Tamarac FL Zip: 33321 Phone: ( 954 1.718-3051 Is your organization a Nonprofit corporation pursuant to Chapter 617, Florida Statutes? Yes No X FEID Number 59-1039552 33 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. As the duly authorized representative of the Proposer named above, I hereby certify that all parts of the proposal and required grant information have been read and understood and that all information submitted herein is true and correct. Authorized Executive Officer: Jeffrey L. Miller Title: CitV Manager Signature: Date: 34 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. GRANT PROGRAM INFORMATION Specify Category 1, 2, 3, 4 OR 5 and designate the applicable subcategory ("General Information"). Category: 2 — Demonstration or Site Specific Pro"ects Sub -Category: A — Demonstration tree/palm plantings on Public Property SUMMARY OF COSTS (A 50/50 match on behalf of the proposer is required). Requested Grant $ Local Match $ Contractual costs Personnel costs Travel costs Equipment costs Supplies costs $ _ 12,850 Operating costs Tree costs $ 10,000 _ 3 800 Overhead costs Total Requested Grant ( I ) $ 10,000 $ -0- _ Total Matching Costs ( 11 ) $ -0- $ 1 0 Total Program Costs (III) $ 26 650 100% Add columns I and II for total III (100%) 38 % Grant request 62 %Local Match A budget detailing all costs identified above must be attached. PROJECT LOCATION INFORMATION (Please Print or Type) (Complete where applicable) This project is for Population Zone 1, Or statewide (circle one). 35 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Please see ATTACHMENT K to determine the applicable region. County Browa Describe the Specific Location of the Project: The project is located on Southgate Boulevard between Pine Island Road and Nob Hill Road. Who has Maintenance Responsibility for the Property (Category 2 Grants)? The Citv of Tamarac Is the Land Ownership Public or Private?: Public Name of the Landowner: City of Tamarac Project Title:Southgate Boulevard Tree Canopy Enhancement _ Proposer Name: City of Tamarac 36 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. PROJECT DESCRIPTION (two page limit) Urban and Community Forestry Grant Proposal The City of Tamarac, in Broward County, was incorporated in 1963 and has a population of 56,047 (University of Florida, 2002). Tamarac is a mix of suburban, urban and commercial interests that has experienced tremendous growth along with the rest of South Florida. The City is rapidly approaching build -out and is currently 93% developed. In 1996, the Broward County commissioned a study to examine the tree canopy within the County. Countywide, the average tree canopy coverage was 16.5%. However, Tamarac lagged the rest of the county with only 13% of tree canopy coverage. In response to this study and with growing demand from our residents to preserve open space and beautify public spaces, the City is undertaking several major projects to "green" the City. The City has started a major park acquisition and enhancement program and an ambitious citywide Street Improvement Project. The Street Improvement Project, started in 1999, aims to resurface the City's streets as well as improve the landscaping and tree canopy along the streets. By the end of 2002, the street resurfacing portion of the project will be nearly complete and the landscaping and tree planting portions of the project will begin in earnest. This proposed project will address a one -mile section of roadway along Southgate Boulevard between Pine Island Road and Nob Hill Road. Southgate Boulevard runs adjacent to the South Florida Water Management District's C-14 canal. The area along the roadway and canal is designated as a Broward County Greenway and shown in Attachment A. This project will add trees and shrubs to the median. Attachment A provides and aerial photograph of the area, photographs of the median, and a sketch of the proposed project. The project will be managed by the Public Works Department under the direction of the City's Landscape Supervisor. Project plans include planting 14 live oaks, 18 Geiger trees, 7 Pink Tabebuias, 14 Mahoganies and 16 Royal Poncianas. Also, in keeping with the City's landscaping theme, several hundred shrubs and understory plants, St. Augustine sod will be planted and decorative pavers will be installed at the ends of each of the medians. This project supports Tamarac's Comprehensive Plan, which specifically addresses improvements to the tree canopy and beautification of public spaces. The City's philosophy on enhancing the tree canopy along roadways includes: 1. Enhancement and preservation of existing landscaping whenever possible. 2. Using a consistent landscaping theme throughout the City. 3. Following best practices such as "the right tree in the right place," and using drought tolerant and native species. 4. Designing safe median plantings that ensure proper visibility is easily maintained. The City has been recognized for its efforts in improving our tree canopy by being designated a Tree City USA. The City also publishes a free guide for homeowners entitled "A Homeowners Guide to Proper Tree Care" to educate our residents and encourage tree planting. Tamarac also formulated its own Master Landscape Plan which is aligned with Broward County's Urban Forest Initiative. The Master Landscape Plan emphasizes clearing exotic and invasive species and replacing them with native trees and plants. This project, in concert with the City's other initiatives, will help improve the tree canopy and ultimately help to beautify public spaces, decrease polluted storm water runoff, and improve air and water quality. 37 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. BUDGET Please note: All proposals must include a detailed itemized budget summary which lists all anticipated expenditures and explains all project costs. Proposals for site specific demonstration tree planting projects ( category 2A and 213) must list the quantity, species, and approximate size (container size, or caliper and height) of trees to be planted. **** IMPORTANT: THIS FORM MUST BE USED. PROPOSERS NOT USING THIS FORM WILL BE RULED INELIGBLE **** Cost Items Quantity W Rate or Price M Grant Cost M Match Cost M Contractual (Description) NONE PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Cost Items Quantity Rate or Price Grant Cost Match Cost W M M M Personnel (list titles or positions) NONE Travel NONE 39 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Cost Items Quantity Rate or Price Grant Cost Match Cost (#) M M M Equipment (list items) NONE 40 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Cost Items Quantity Rate or Price Grant Cost Match Cost (#) M M M Supplies* (list items) St. Augustine Sod 60 pallets $ 115.00 $ 0.00 $ 6,900.00 Pavers 1400 sq. feet $ 4.25 $ 0.00 $ 5,950.00 41 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Cost Items Quantity Rate or Price Grant Cost Match Cost (#) M M M Operating Costs (list) NONE 42 PROPOSAL #RFP/DF-02103-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Cost Items Quantity Rate or Price Grant Cost Match Cost (#) ($) ($) ($) Trees (list species and size) Live Oak 4" caliper 14 $ 200.00 $ 2,800.00 $ 0.00 Geiger 1 '/2" caliper 18 $ 200.00 $ 3,600.00 $ 0.00 Pink Tabebuias 2" caliper 7 $ 200.00 $ 1,400.00 $ 0.00 Mahogany 4" caliper 14 $ 200.00 $ 2,200.00 $ 600.00 Royal Poinciana 2" caliper 16 $ 200.00 $ 0.00 $ 3,200.00 43 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. Cost Items Quantity Rate or Price Grant Cost Match Cost Overhead" None Total $10,000.00 $16,650.00 Grant dollars may not be used to purchase food as supplies. ** Overhead costs up to 5% of total project cost may only be used as a matching cost, grant funds may not be used for overhead costs. 44 Coral Springs Margate Boat Ramp City of Margate Section A: New Trailhead Hampton Park North Lauderdale The C-14 Canal -Cypress and achievable opportu Broward County's wes eastern beaches and greenway would origin; trailhead adjacent to th( A pedestrian/bicycle ove L + provide a crossing over greenway to the east improvements along t between the Sawgrass the City of Tamarac has in this area. East of University Drive, link the greenway with 1 =Lauderdale and Coral Sp 3 is '.'_Drive, several spurs to the Greenway Cross -Section Crna 1 BROWARO COUNTY Broward County Board of County Commissioners: Josephus Eggelletion Jr. Ben Graber Sue N. Gunzburger Kristin D.Jacobs Ilene Lieberman Lori Nance Parrish John E. Rodstrorn Jr Jamf No Text Jig NW 93 AV ot+ L .,-- NW 95 AV 11 PH A-1 ------------------------------ t II 0 ------------------------------------ ------------------------------------ - T cu I I 0 Ll ..................................................... 00- -n M um) 0 6 44- MM W-0 tl Ca C 3� 'cl -n 00 a'LLig n w LA w Raw N 3t: ' I pJ------------------- ------------------------------------------1�----t--- �q---- I- -J � � o n 41 I L-L------------------------------------------------------------ 0 rcc -Vn G)rn C7 r/�`� o o >� m >O O � >� m n a o y C7 1 I ilk 1 i! o T I� td r d ----------------------------------------------------------------- m a mm A O �zA�,mo n� FFI zEEO >O W3� n G) D77:I ..._,.- � r� S 1 C� m m Ln ,Ch 0 r a p, T p o, �. tN ° 00 � LA y PROPOSAL #RFP/DF-02/03-01 Exhibit "A" TR 9893 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. CHARLES H. BRONSON COMKISSIONER ATTACHMENT B Florida Department of Agriculture and Consumer Services Bureau of General Services DRUG -FREE WORKPLACE PROGRAM - BIDDER CERTIFICATION IDENTICAL TIE BIDS - Preference shall be given to businesses with drug- free workplace programs. Whenever two or more bids which 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 than five (5) days after such conviction. Impose a sanction on. or require the satisfactory oarticipation in a drua abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6, Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement. I certify that this firm complies fully with the above requirements. DACS-01218 10/00 VENDOR'S SIGNATURE 29 PROPOSAL #RFP/DF-02/03-01 Exhibit "A" TR 9893 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. ATTACHMENT C Page 1 of 2 CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS; AND DRUG -FREE WORKPLACE REQUIREMENTS Applicants should refer to the regulations cited below to deterrnne4he certification to which they are required to attest. Applicants should also review the Instructions for certithcation Included in the regulations before o"oling this form. Signature of this form providos for compliance with certrfication requirements under 34 CFR Part 82, 'Now Restrictions on Lobbying.' and 34 CFR Part 85. 'Government -wide Debarment and Suspension (Nonproarrement) and Government -wide Requirements for DWFree Worloace (Grants) " The conificatrons shall be treated as a material representation of fad upon which reliance will be Placed when the Department of Education determines to award the covered transaction, grant, or cooperative agreement. 1. LOBBYING As required by Section 1352, Title 31 of the U S Code, and Implemented it 34 CFR Part 82. for persons entering into e grant or cooperative agreement over $100,000, as dehned at 34 CFR Pan 82, Sections 82.105 and 82 110, file applicant certifies that (a) No Federal appropriated funds have been paid of will be paid, by or on behalf of the undersgned, to any person for influencing of attempting to influence an officer or erlployse of anv aciency, a Member of Congress, an officer or ern;:"ee cif Congress. or an errrxovae of a Member of Congress in d:nnadion with the making of any Federal grant, the entering into of anv o0operative agreement, and the oxiens", (AnlrnlY ation renewal amendment, or moxddicatxxh of any Federal grant cr ax�peralive agreement, (b) 11 any funds other than Federal appropriated funds have been paid or will be paid to any person Ior influencing or attempting to Influence an officer or erril of anv agency, a Member c4 coxigress. an officer or employee of Congress. of an empk)yee of a Member of Congress In connect.Kxl with trlls FOrral grant or cocNrativa agreement. the undersigned snail (sxnoela and submit Standard Form - LLL, "Disclosure Fcxm to Rer xl Lobbying.' in ac(zxdancb with its instructions. N,, The urxlorslgntwj snail recturre trial the language of this ix.rtl(lC:alKxl be included In the award 0i,Pcuments tot all suoaward' at all tiers rmdUdlrig subgrants. Qxltraps under tyrant• aril tti+!t N3raliVe ,•}�re6nhenl] arK7 5ul?FS.4ltra ClSl aril lea; all sllbfecipkents shall cnnity and oisdose a�axdinoo, DEBARMENT, SUSPENSION, AND OTHER RESPONS161LITY MATTERS As rEK7uir9d by F.xecutrvo Order 12549. Debarment and Susr­c,nskn. and implemented at 34 CFR Pan 8b. ter prosriA:, live participants in pnrriary cfware-d tfansacik7ris, as defined at 34 CFR part 85. Sections 85 105 and 85 110— A The applicant (bndles that it and its principals (a) Ara riot presently debarrtxi. suspended, proposed for debarrrlenl, declared ineligible, or voluntarily excluded horn (x.)vere l transactKxis by any Federal department or agency. (b) Have not within a threw -year period preceding this appilca- tiori been convicted d or had a avll judgement rendered against them for axrrrnssion of fraud or a uirnnal offense in connection with obtaining. attempting to obtain, or performing a public (Federal, Slate, or local) transaction or contract under a public transaction. violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving slogan property: (C) Are not presently indicted for or otherwise cnrrrnally Or civilly charged by a "emmental entity (Federal. Stale. Or local) with corrmsslon of any of the offenses enurrrerated in paragraph (2)(b) of this certification: and (d) Have not within a three-year period preceding IN, application had one or more public transaction (Federal. State, or local) termnated for cause or default: and E. t"here the applicant is unable to certify to any Of the stale- ments in this cerliltcation, he or she shall attach an explanation to this application 3 DRUG -FREE WORKPLACE (GRANTEES OTHER THAN INDIVIDUAL5) As required by the Drug -Free Woroace Ad Of 1988. and implemented at 34 CFR Part 85, Subpart F. for grantees, as defined at 34 CFR part 85, S coons 85.605 and 85.610 - A The applicant certifies that t will or will continua to provide a drug -tree workplace by a- Pubhshinn a statement notityirxt empinvees that the unlawful r1wriutaclure. gislrlbutkxr disfx)nslrtg. possessionor use of a c:xitrc*tt(t substanrin is rrnrtrt)Ite] in ine granter s wrrKF49ce and Npcj C7lVing the 8(Y kJrIS Ina( will bFl laKeri against en[�lytlns tCr v KAalkJ(t cj bucft proihibitkx:. Establishing an tin-a.Mng drug-freo awareness rxrnram lu inhxni ennkrveen abort (1 i The dangers of drug abuse in the workolace, (2) The grantee s poll(V of maintaining a drug -free workplace r3 Arw avallable drug_ cxxrtaelinq, rnhabilllalk;n, arkJ empk)yee assistance prcxgramts anC (4: 1 he penalues that may be IMPOsed-Upon employees for drat) abuse Vioialrons occurring In the workplace. (c) Making it a requirement that each employee to be engaged in the pertormenuo of the grant be given a copy of the statement required by paragraph (a). (d) Notlrying the employee in the statement required by para- graph (a) that, as a dondluon of employment under the grant, the ernpioyee will (1) Abide by the terms of the statement, and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such aonvldion. PROPOSAL #RFP/DF-02/03-01 Exhibit "A" TR 9893 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. (e) Notifying the agency, in writing, within 10 calendar days after receiving notnc�q under subparagraph (d)(2) from an OMP10yee or otherwise receiving actual notice Of such conviction. Employers of convicted errplovaes must provide nice, including position title, to: Director. Grants Policy and Oversight Staff. U.S Depart- mont of Education. 4.00 Maryland Avenue, S.A. (Room 3652, GSA Regional Office Building No 3), Washington, DC 20202- 4248 Notice shall Include the identification number($) of each affected grant, (t) Talbng one of the following actions, within 30 calendar days of recervtng notice under subparagraph (d)(2), with respect to any omployee who is so conVr(xed: (1) Taking appropriate personnel action against such an anti• ployee. up to and Including termination. Consistent with the requirements of the Rehabilitation Act of 1973. as amended. of (2) Roquinng such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved lot such purposes by a Federal. State. or local health, law entcxcement, or other appropriate agency. (g) Making a good faith effort to continue to maintain a drug-trea workplace through ImplerrrenlatrOn of paragraphs (a). (b), (c), (d). (e), and (f). B i he grantee may insert In the space provided below the Site($) for the performance of worK done In a xcrteclion with the specific grant Flaor+ca Pert,xrnance (Street address City. Countystate, zip G{1"' 7525 NW 88th Avenue Tamarac, FL 33321 Ciie,t 1 it there are worKfNaCDeti on lile trial are rr[X identitied here Page 2 of 2 DRUG -FREE WORKPLACE (GRANTEES WHO ARE INDIVIDUALS) As required by the Drug -Free Wonosce Act of 1988. and implemented at 34 CFR Part 8s. Subpart F, for grantees, as defined at 34 CFR Part 85, Sections 85.605 and 85.610- A. As a condition of the grant, I certify that I will not engage to the unlawful manufacture, distribution. dispensing, possession, or use of a controlled substance in conducting any activity with the grant; and B. It convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, I will report the conviction, to writing, within 10 calendar days of the conviction, to: Director. Grants Policy and oversight Staff, Department of Education, 400 Maryland Avenue, S.W (Room 3652. GSA Regional Ofhoa Building No. 3), Washinrnon, DC 20202-4248. Notice shall include the identification num Der(s) of each affected grant Ati ihr duly aulrl(Nrzed representative of the IpIAlcant, I hereby Cerhry that the applicant will amply with the above Ceftthcalrorrs NAM. OF APPLICANT PWA',NARD NUMBER AND I OR PROJECT NAME City of Tamarac South ate B1 PRINTED NA1`0F AND TFfLE 01= AUTHORIZED REPRESENTATN' Jeffrey L. Miller, City Maria er SIGNATURE DATE Septmber 20, 2002 12/98 ED 80-0013 31 Exhibit "A" TR 9893 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 a@ 2:30 P.M. ATTACHMENT D STATE OF FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES CONFLICT OF INTEREST STATEMENT I, Jeffrey L. Miller of City of Tamarac as authorized representative certify that no member of this firm nor any person having interest in this firm has been awarded a contract by the Department of Agiculture and Consumer Services on a non-competitive basis to: (1) develop this Invitation To Bid (ITB) or Request for Proposal (RFP); (2) perform a feasibilirti stud%' concerning the scope of work contained in this ITB/RFP: (3,) develop a program similar to what is contained in this ITB/RFP. \uthorized Kehresentaw e September 20, 2002 Date Bid Number 32 Exhibit "B" TR 9893 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. ATTACHMENT I URBAN AND COMMUNITY FORESTRY GRANT MAINTENANCE MEMORANDUM OF AGREEMENT This agreement, made and entered into this the day of 20 by and between the STATE OF FLORIDA, DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES, an agency of the State of Florida, hereinafter called the Department and hereinafter called the Entity (Subrecipient). WITNESSETH WHEREAS, the Department desires to increase the general level of knowledge of the principles of urban and community forestry by granting funds to the Entity (Subrecipient) for the establishment of a demonstration tree planting project as outlined in the Urban and Community Forestry grant application Number and Grant Memorandum of Agreement (the Grant Agreement) attached hereto as Exhibit "1" and by reference made a part hereof; WHEREAS, the Department has awarded the Entity (Subrecipient) an urban and community forestry grant for the improvements to the project property more particularly set forth in the Grant Agreement; WHEREAS, the Entity (Subrecipient) agreed in the Grant Agreement to maintain the project (as described in the Grant Application); WHEREAS, the parties hereto recognize the need for entering into an agreement designating and setting forth the responsibilities of each party in maintaining the project; and WHEREAS, the Entity (Subrecipient) by Resolution desires to enter into this Agreement and authorizes its officers to do so. NOW THEREFORE, for and in consideration of the mutual benefits that flow each to the other herein and in Exhibit "1 ", the Grant Memorandum of Agreement, the parties covenant and agree as follows: The Entity (Subrecipient) shall maintain the project in a responsible manner and with due care in accordance with the below listed Project Standards for the property at the following location: Specifically, the Entity (Subrecipient) accepts the below listed responsibilities and duties: (a) All planting stock or replacement must be Florida Grade #1 or better. (b) Proper watering and proper fertilization of all trees/plants. (c) Keeping trees/plants as free as practicable from disease and harmful insects; (d) Proper mulching of trees and/or planting beds; (e) Keeping the premises free of weeds; (f) Mowing and/or cutting grasses to the proper length; (g) Proper pruning of all trees which includes; (1) removing dead or disease parts of trees or (ii) pruning such parts thereof which present a hazard; (h) Removing and replacing dead or diseased trees/plants in their entirety, or removing and replacing those that fall below original Project Standards. (i) Following the Planting and Maintenance Guidelines as included herein as Exhibit C. The Entity (Subrecipient) agrees to repair, or remove and replace at its own expense all or part of the project that falls below Project Standards. In the event any part or parts of the CWs Exhibit "B" TR 9893 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. project, including all plants, must be removed and replaced for whatever reason, then they shall be replaced with the same grade, size and specification as provided in the original plans for the project. Furthermore, the Entity (Subrecipient) shall keep litter removed from the project area. The above named functions to be performed by the Entity (Subrecipient) shall be subject to periodic inspections by the Department. It is the intent of the parties hereto that except as otherwise provided in paragraphs 2 and 4 hereof, the Entity (Subrecipient) shall be the owner of the planting and other installations included and stipulated in the grant application comprising the project. 2. This Agreement may by terminated under any one of the following conditions: (a) By the Department, if the Entity (Subrecipient) fails to perform its duties under this Agreement or for refusal by the Entity (Subrecipient) to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes and made or secured by the Entity (Subrecipient) in conjunction with this Agreement following reasonable written notice. (b) By either party following sixty (60) calendar days written notice. (c) By both parties following the complete execution by both parties of an agreement to terminate this agreement. 3. The terms of this Agreement commence on the date of Certification of Acceptance and continue for a period of three (3) years. 4. In the event this Agreement is terminated in accordance with subparagraph 2(a) then the Entity (Subrecipient) shall refund to the Department a pro -rated portion of the grant award based upon the following schedule: (a) If this agreement is terminated within one year of the date in Paragraph 3, 75 percent of the grant award. (b) If this agreement is terminated during the second year of this agreement, 50 percent of the grant award. (c) If this agreement is terminated during the third year of this agreement, 25 percent of the grant award. 5. As applicable under Florida Statute 768.28, the Entity (Subrecipient) Covenants and agrees that it shall indemnify and hold harmless the Department and all of the Department=s officers, agents and employees from any claim, action, neglect or omission by the Entity (Subrecipient) during the performance of the Agreements, whether direct or indirect, and whether any person or property to which the Department or said parties may be subject, except that neither the Entity (Subrecipient) nor any of its sub -contractors shall be liable under this paragraph for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the Department or any of its officers, agents or employees. 6. This Agreement, together with the Urban and Community Forestry Grant Memorandum of Agreement, embodies the entire agreement and understanding between the parties hereto and there are no other agreements or understandings, oral or written, with reference to the subject matter hereof that are not superseded hereby. 7. This Agreement may not be assigned or transferred by the Entity (Subrecipient), in whole or in part without the expressed written consent of the Department. MIA Exhibit "B" TR 9893 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. 8. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. 9. All notices, demands, requests or other instruments shall be given by depositing the same in the U.S. Mail, postage prepaid, registered or certified with return receipt requested, or by telex (FAX) or telegram: If to the Department, addressed to Grants Coordinator, Forest Management Bureau, 3125 Conner Boulevard, Tallahassee, Florida 32399-1650 or at such other address the Department may from time to time designate by written notice to the Entity (Subrecipient); and If to the Entity (Subrecipient) addressed to: or at such other address as the Entity (Subrecipient) from time to time designates by written notice to the Department. All time limits provided hereunder shall run from the date of receipt of all mailed notices, demands, requests and other instruments, or from the date telexed or faxed. 10. Time is of the essence of this agreement. 11. This contract, which disburses grants and aids appropriations, is subject to the requirements of Section 216.347 Florida Statutes, and the Entity (Subrecipient) is therefore not allowed to expend any funds received through this contract for the purpose of lobbying the Florida Legislature, the Department, the Judicial Branch, or any other state agency. This contract, which disburses grants and aids appropriations, is subject to the requirements of Section 216.349, Florida Statutes, which are: (1) The Department and the Comptroller before disbursing any funds must independently ensure that the proposed expenditure is in accordance with all legal and regulatory requirements and that this contract specifically prohibits the use of funds for the purpose of lobbying the Legislature, the Department, the Judicial Branch or any state agency. (2) If the Entity (Subrecipient) is a local government agency, non-profit organization, or not -for - profit organization it shall: (1) for amounts $25,000 or less, have its head attest that it has complied with grant provisions, (ii) for amounts greater than $25,000 but not more than $100,000 have a grant -specific audit performed in accordance with the rules of the Auditor General or have a statement prepared by an independent certified public accountant which attests that the grant provisions have been complied with, (iii) for amounts greater than $100,000 have a grant -specific audit performed in accordance with the rules of the Auditor General, and (iv) have such audits, statements, or attestations filed with the Department and the Auditor General. Exhibit~ "B" TR 9893 PROPOSAL #RFP/DF-02/03-01 OPENING DATE: SEPTEMBER 24, 2002 @ 2:30 P.M. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day and year first above written. STATE OF FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES Director, Division of Administration Name of Entity (Subrecipient) I1-YA Title: ATTEST: (SEAL) 4']