Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-114Temp. Reso. #9256 Page 1 of 3 April 18, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-114 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO RENEW THE 1998 JANITORIAL SERVICES CONTRACT BETWEEN THE CITY OF TAMARAC AND CLEANING SYSTEMS, INC., FOR AN ADDITIONAL ONE-YEAR PERIOD IN AN AMOUNT NOT TO EXCEED $119,700; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on March 25, 1998, the City awarded Bid #98-08B to Cleaning Systems, Inc. for the provision of Janitorial Services to various City facilities, a copy of said Resolution is attached hereto as Exhibit 1; and WHEREAS, Section II (1) of the Technical Specifications entitled "Contract Period" provided for an initial contract period of two (2) years with the option to renew the Contract for two (2) additional one (1) year periods upon mutual agreement of both parties; and WHEREAS, Cleaning Systems, Inc., has provided written notice to the City agreeing to accept a one-year extension of the Contract, a copy of said notice attached hereto as Exhibit 2; and WHEREAS, funding exists in the General Fund account entitled "Custodial Services" for said purpose; and WHEREAS, the Director of Public Works and Purchasing/Contracts Manager recommend that the City exercise the renewal option for a period of one (1) year with Cleaning Systems, Inc., for the provision of Janitorial Services to various City facilities; and Temp. Reso. #9256 Page 2 of 3 April 18, 2001 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 exercise the renewal option for an additional one year period with Cleaning Systems, Inc., for the provision of Janitorial Services to various City facilities. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: That the appropriate City Officials are hereby authorized to renew the Contract between the City of Tamarac and Cleaning Systems, Inc., for a period of one (1) year as provided under Section II(1) of the Technical Specifications listed in Bid #98-08B entitled "General Provisions, 1. Contract", in an amount not to exceed $119,700. SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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. n n 1 Temp. Reso. #9256 Page 3 of 3 April 18, 2001 1 SECTION 5: passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 91h day of May, 2001. ATTEST: MARION SW NSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. VCHELL S. I FT CITY ATTORP41EY 1 /JOE SCHREIBER `MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER L,- DIST 1: COMM. PORTNER DIST 2: COMM. MISHKIN DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS EXHIBIT "'1- Temp Reso. #9256 Temp_ Reso. #8155 Page 1 February 17. 1998 Revision 1: March 2, 1998 Revision 2: March 17.1998 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98-Q A RESOLUTION BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID NO. 98-088 TO CLEANING SYSTEMS, INC., FOR JANITORIAL - SERVICES; AUTHORIZING-- THE APPROPRIATE _CITY OFFICIALS TO EXECUTE AN AGREEMENT WITKT CLEANING SYSTEMS, INC.; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $74,700; APPROVING A BUDGET TRANSFER OF $34,800 WITHIN THE GENERAL FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works Administration, after extensive review and cost benefit analysis. has determined that janitorial services would be better provided by the private sector; and WHEREAS, the City of Tamarac publicly advertised Bid No. 98-08B for janitorial services; and WHEREAS, on February 5, 1998, two (2) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and WHEREAS, Sackel Services Corp. offered a bid price of $125.242 and Cleaning Systems, Inc. offered a bid price of $113,700 for providing janitorial services to all City facilities; and WHEREAS. Cleaning Systems. Inc., submitted the lowest responsive and EXHIBIT"'I" Temp Reso. #9256 Temp. Reso. #8155 Page 2 February 17, 1998 Revision 1: March 2, ' z aoG Revision 2: March 17,1 v9ts responsible bid proposal for providing janitorial services to all City owned facilities; and WHEREAS, the Technical Specifications of Bid #98-08B allows the City, at its own discretion, to provide contracted janitorial services to any City owned facility, any combination of City owned facilities, or all City owned facilities: and WHEREAS, the lowest responsive bidder, Cleaning Systems, Inc., has agreed to provide janitorial services, pursuant to the Terms & Conditions, Special Conditions, and Technical Specifications of Bid #98-08B to City Hall, the Broward Sheriffs Office, the Water Treatment Plant, and Fire Station #1 for an amount not to exceed $74,700; and WHEREAS, the lowest responsive bidder, Cleaning Systems, Inc. has agreed to provide janitorial services to additional City facilities upon thirty (30) days written notice from the City and pursuant to the Terms and Conditions, Special Conditions. Technical Specifications of Bid #98-08B: and WHEREAS, the Fiscal Year 1998 Budget authorized a reduction to the Public Works Personnel Complement of two (2) Maintenance Worker I positions and authorized funding for contractual janitorial services for City Hall: and WHEREAS, based upon a Maintenance Worker I vacancy created as a result of early retirement, a cost savings on janitorial supplies, and availability of funding, the City is able to extend contractual janitorial services to the Broward Sheriff's Office, the Water Treatment Plant, and Fire Station #1, a tabulation of funding sources is attached hereto as EXHIBIT "T% and EXHIBIT "1" Temp Reso. #925E Temp. Reso. #8155 Page 3 February 17. 1998 Revision 1: March 2, 1998 Revision 2: March 17.1998 WHEREAS, available funds exist in the General Fund budget and Fire Rescue Fund budget for said purpose; and WHEREAS, the Maintenance Worker I position, vacated as a result of early retirement, will remain vacant and the Public Works Department shall recommend the elimination of said position in the Fiscal Year 1999 Budget; and WHEREAS, the Public Works Director, Public Works Operations Manager, and Purchasing and Contracts Manager recommend that the City utilize Cleaning Systems, Inc., for contract 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 that janitorial services be provided contractually by Cleaning Systems, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION=OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #98-08B to Cleaning Systems, Inc., is HEREBY modified and approved for an amount not to exceed $74,700, a copy of the Bid Tabulation being hereto attached as Exhibit "I". EXHIBIT "1" Temp Reso. #9256 Temp. Reso. #8155 Page 4 February 17. 1998 Revision 1: March 2. 1998 Revision 2: March 17.1998 SECTION 3: That the appropriate City Officials are HEREBY authorized to execute an agreement with Cleaning Systems, Inc., a copy of said Agreement being hereto attached as Exhibit "2". SECTION 4: That a budget transfer in the amount of $22,900 from General Fund account entitled "Regular Salaries" and $11,900 from General Fund account entitled "Supplies -Janitorial" to General Fund account entitled "Custodial Services" is HEREBY approved for correct accounting purposes. SECTION 5: That an annual total expenditure in an amount not to exceed $70,800 is HEREBY authorized from within the General Fund and an amount not to exceed $3,900 is HEREBY authorized from the Fire Rescue Fund, for an annual total expenditure not to exceed $74,700. SECTION 6: All Resolutions or parts of Resolutions in conflict herbwith are HEREBY repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. EXHIBIT "1" Temp Reso. #9256 PASSED, ADOPTED AND APPROVED this o75 ATTEST: 9446� CAROL OLD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I approved this RESOLUTION as to form A •C� MITCHELL S. KR6F CITY ATTORNEY Temp. Reso. #8155 Page 5 February 17, 1998 Revision 1: March 2, 1998 Revision 2: March 17,1998 day of XA,44998. r JOE SCHREIBER MAYOR RECORD OF COMMISS N VOTE MAYOR SCHRE18ER 4" DIST 1: COMM. McKAYE DIST 2: VW MISHKIN 4 D►ST .i. rnmm ri it r-%xinc Lh.d EXHIBIT "1" Temp Reso. #9256 JANITORIAL SERVICES CONTRACT 6E i iYEEN THE CITY OF TAMARAC AND CLEANING SYSTEMS, INC. THIS AGREEMENT made this ZS • = day of March, 1998, by and between the CITY OF TAMARAC (hereinafter called CITY) and Cleaning Systems, Inc. (hereinafter called the CONTRACTOR). WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. The undersigned CONTRACTOR hereby represents that he has carefully examined the Bid Specifications and all Contract documents, and will perform the contractual requirements pursuant to all covenants and conditions. The CONTRACTOR agrees to comply with the requirements of the specifications contained in the Invitation to Bid. 2. The CONTRACTOR, as evidenced by the execution of this contract, acknowledges that he/she has examined the physical characteristics of the job requirements. The CONTRACTOR further acknowledges that the bid price includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the contract requirements. 3. The contract between the CITY and the CONTRACTOR include the following documents which are attached hereto and incorporated herein by reference of the following: CONTRACT DOCUMENT/S This Contract Invitation to Bid, except as modified by this Contract PAGE NUMBER/S 1 through 4, inclusive 1 through 26, inclusive 1 through 2, , inclusive EXHIBIT "9" Temp Reso. #9256 ORIGINAL JANITORIAL, SERVICES BID 7ASULATIONS LOCATION SACKEL SERVICE CORP CLEANING SYSTEMS, INC. Tamarac Municipal Complex (City Hall) $ 34,895.00 $ 42.000.60 1 _ Broward Sheriffs office $ 22.870.00 $ 21.600.00 1 Recreational Center $ 10,918.00 $ 6,000.00 1 Multipurpose Center $ 11.940.00 $ 10.200.00 1 Public Works Building $ 10.740.00 $ 9.000.00 1 Utilities Building $ 11.940.00 S 10.800.00 1 Water Treatment Plant $ 8,384.00 $ 7.200.00 1 Fire Station #1 $ 7.140.00 $ 3,900.00 1 Fire Station #2 - - $ -6,415.00 $ 3.000.00 1 TOTAL _ $ 125,242.00 $ - 113,700.00 1 SPECIAL EVENTS (price per square foot) S ra buff of resilient floors $ 0.05 S 0.051 Floor stdeeing, waxing & sealing $ 0.18 $ 0.101 Carpet shampooing bonnet method) $ 0.12 $ 0.05 1 Carpet shampooing extraction method) $ 0.07 $ 0.08 1 Furniture polishing $ 0.15 $ 0.02.-1 UpholsteEy shampooing — $ 0.18 $ 0.051 Glass cleaning ' $ 0.03 S 0.01 1 Pressure cleanin2 $ 0.03 S - 0.05 1 EXHIBIT "1" Temp Reso. #9256 COI:MMI Any Modifications, including Change Orders, duly delivered after execution of this Agreement. Nothwithstanding the above, this contract allows and obligates the Contractor to initially perform services only in connection with the Tamarac Municipal Complex (City Hall), the Broward Sheriffs Office Building, both located at 7525 NW 880 Avenue, Tamarac, FL, Fire Station No.1 located at 7501 NW 88"Avenue, Tamarac, FL, and the Water Treatment Plant, located at 7503 NW 61 s` Street, Tamarac, FL, at the fixed prices noted on Attachment A, page 17. All other facilities noted on Attachment A are listed in the event the CITY desires to have CONTRACTOR perform services at those locations sometime during the tens of this Contract. In the event the CITY desires CONTRACTOR to perform such services at said facilities, the CITY shall provide written notice to CONTRACTOR. Upon receiving written notice CONTRACTOR shall provide such services at the fixed prices listed on Attachment A. 4. The term of this contract shall commence on the date entered above and expire two years from that date. CITY shall notify CONTRACTOR within 30 days of the expiration date of its intent to extend the contract. 5. Whenever either party desires or is required under this Agreement to give notice to any other party, it must be give 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 Robert S. Noe Jr. City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 . With a copy to the City Attorney at the same address. CONTRACTOR James Fischer EXHIBIT "1" Temp Reso. #9256 ORIGINAL. 7857 W. Sample Road, Suite 154 Coral Springs, FL 33065 6. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. 7. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the contract documents. 8. The contract documents constitute the entire agreement between the CITY and the CONTRACTOR and may only be altered, amended or repealed by a duly executed written instrument. 9. This Agreement shall be governed by the laws of the State of Florida as are now and herinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. (THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY) EXHIBIT"I" Temp Reso. #9256 ORIGINAL IN WITNESS WHEREOF, the pardeb lrerew have executed this Agreement, the day and year first above written. ATTES CITY OF TAMARAC, FLORIDA • �-� 6Y� City Clerk - C401 Gold oe chreiber, Mayor '11'LlL`-PFIW� (Print or Type Name} / 11YA, �. iti7 . �i sc��e• - .= (Print or Type Name) By: Robert S. Noe Jr., City Manager CONT OR: A, (Print or. Type Name,ai •�ir11': • �r:i.. t " . �r.� � Y:r. ...I ••.�.i�F':av":f:: u w:AGi'LvZ�rrC:C, „f.n ?.! LF.i►.� i . •.t •.t EXHIBIT "1" Temp Reso. #9256 ORIGINAL CORPORATE ACKNOWLEDGEMENT STATE OF U CL COUNTY OF The foregoing instrument was acknowledged before me this day of )'1 1998 by Ct (Y1 L' g SG _ r (name of officer or agent, title of officer or agent) of ► 3 f _ n s (name of corporation acknowledging), a Rc (state or piace of incorporation) corporation, on behalf of the corporation. He is personally known to me ✓ (type of identification) as identification and did (did not) take an oath. tSan" DSAWJL * * Mrca.m6m ccax = . E■pna Moth 09. 2Dat Signatffleof Notary Public tS196", z- FQi; F760da Print, Type or Stamp Name of Notary: ?•'!• Public°' :•` ,_ 1 **o ' y_r ORIGINAL EXHIBIT 1" Temp Reso. #9256 REQUEST FOR BIDS ti/I T A M9•p JANITORIAL SERVICES `BID 98-OSB CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 ORIGINAL EXHIBIT "1" Temp Reso. #9256 INSTRUCTIONS TO BIDDERS BID N0. 98-08B JANITORIAL SERVICES 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. 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 FelbruaEy 04 1998 no later than 2:00 PM. 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 familiarize himself/herself with the total scope of work within 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 tQ: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. U. W%96-0811 2 EXHIBIT "1" Temp Reso. #9256 1. BONDING: An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percer+;; 311t; d t;d, must accompany the bid. Additional bonding may be required in the Special i erms 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. 2. 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. 3. 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. 4. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. S. 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. 6. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment shall 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, 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. 7. 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 EXHIBIT "1" Temp Reso. #9256 ORIGINAL the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 8. SAMPLES AND DEMONSTRATIONS: Requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacturer'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. 9. 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. 10. 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. 11. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 12. 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. 13. 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. 14. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 15. 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 EXHIBIT "1" Temp Reso. #9256 ORIGINAL it deems careless, incompetent, insubordinate or otherwise objectionable without any cost to the City or without any increase in contract price. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 16. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 17. 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 underF'anding that no claim for reimbursement shall be paid by the City for the expense of bid preparation and/or presentation. 18. SITE INSPECTION: It shall be the responsibility of the Bidder to 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. 19.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 20. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, in the performance of work and services under this Agreement, comply with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement that are applicable to Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers Compensation Insurance, Unemployment Insurance, Contractors Liability Insurance, and all other insurances required by law. Bidder shall maintain such insurances in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. Bidder shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Bidder shall make this same requirement for any of its subcontractors. Bidder shall indemnify and save the City harmless from any damage resulting to them for failure of either Bidder or any subcontractor to take out or maintain such insurance. EXHIBIT 1" Temp Reso. #9256 ORIGINAL The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during ina Term of i`1is contract: ENERAL LIABILITY PER QCCURRENCE AGGREGATE Comprehensive $1,000,000 $2,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE Comprehensive $500,000 $1,000,000 Owned Hired Non -Owned WORKERS' COMPENSATION STATUTORY AMOUNT Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. Such certificates shall be approved by the City. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide and be licensed to do business in Florida. All policies provided shall be Occurrence not Claims Made forms. The Bidder's insurance Policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. EXHIBIT"'I" Temp Reso. #9256 ORIGINAL 21. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all clsimc sL!ifw--. , 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. 22. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terns and Conditions and the Special Conditions and/or Technical Specifications outlined in this bid, the Special Conditions and/or the Technical 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, requests concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contracts Manager. It shall be the bidder's responsibility to bring the discrepancy between General Terms and Conditions, Special Conditions, and/or Technical Specifications immediately to the attention of the Purchasing and Contracts Manager. Failure to bring the discrepancy to the attention of the City shall result in the City making the final interpretation whose decision shall be final. The City shall not be responsible for oral interpretations given by any City employee or its representative. 23. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. EXHIBIT 1" Temp Reso. #9256 ORIGINAL 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 contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide sufficient manpower so as to perform 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. The contractor shall provide a qualified foreman 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 job site is in a City facility, that it is not secure, and as such is subject to pedestrian traffic at all times of the day and night. 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. Any materials or equipment left on site shall be with the Contractor, who is fully and totally responsible for security. Any questions that arise during the term of the contract shall be directed to 1) Vinny Rutigliano, Building Maintenance Superintendent , and 2) Jim Berkman, Public Works Coordinator. 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 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. The Contractor shall immediately make all repairs, replacements, and dressings to the damaged areas to the satisfaction of the City and 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 Work's Department by telephone at (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 will be responsible for all County fees (B.O.R.A. - $0.35 per $1000). EXHIBIT " 1 " Temp Reso. #9256 ORIGINAL_ 6. PAYMENT: Payment will be made after the services has been completed, accepted, and properly invoiced. Invoices must bezr,the project name, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. 6. CONTRACT DOCUMENTS: In addition to the agreement, the contract documents shall consist of the Bid Proposal executed and submitted by the contractor, technical specifications, plans and specifications (where applicable), any addendum's or change orders, performance bond, insurance certificate, and the City resolution awarding the bid. 7. BONDS: 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. 8. CHANGE ORDERS: Without invalidating the contract, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the character or quality of the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The contractor shall not start work on any such alteration that requires an increase to either the contract price or contract time 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. In the event satisfactory adjustment cannot be reached by the City and the contractor for any item requiring a change in the contract price or contract time, 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 value of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. EXHIBIT "1" Temp Reso. #9256 ORIGINAL TECHNICAL SPECIFICATIONS JANITORIAL SERVICES BID NUMBER 98-08B 1. Scope of Services The City of Tamarac is interested in obtaining proposals from qualified Contractors, to provide Janitorial Services as described herein for the Tamarac City Hall, 7525 NW 88th Avenue, Tamarac, Florida. 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. All supplies, as stated herein, will be provided by the successful Bidder. 11. General Provisions 1. Contract Period: The initial contract period shall be for two (2) years, starting on the first day of the month following City Commission award of the Contract. The City reserves the right to renew the Contract for two (2) additional one (1) year periods based on the successful Bidder agreeing to the same terms and conditions and 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, terns, specifications, and requirement of bid is just cause for termination of the Contract. Convenience: 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 Contract for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the Contract 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 EXHIBIT "1" Temp Reso. #9256 ORIGINAL the terminated portion of the Contract and refrain from placing further orders ana Sub -contracts except as they may, be necessary, and complete any continued portions of the work. 3_Damgges/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'e discretion, to replace, repair, rebuild, or restore any such damage or loss. 4. Subcontracting: If Contractor, at any time, intends to assign or subcontract any or all of the Contract for any reason, written approval from the City of Tamarac will be required. If approved, the subcontractor will be responsible for meeting the insurance and licensing requirements set forth in the bid documents. 5. Health & Safety: Contractor certifies that all material, equipment, etc. contained in their bid meets all O.S.H.A. requirements. In compliance with Chapter 422, Florida Statutes, any items included in the latest edition of "Florida Substance List" which are delivered from a Contract resulting from this Proposal must be accompanied by Material Safety Data Sheets (MSDS). 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: a. The potential for fire, explosion, corrosiveness, and reactivity; b. The known acute and chronic health effects of risks frorri exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and c. The primaryroutes 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 EXHIBIT Temp Reso. #9256 ORIGINAL 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; 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; and E. Maintain the separation of trash and designated recyclables, and deposit each in the appropriate containers and/or dumpsters. Ill. Security Provisions 1. All employees shall be in uniform with identifying Company logo or identification badge, and shall maintain a neat and orderly appearance. 2. 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. 3. 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. 4. All windows and doors shall be positively locked during the cleaning operations and when leaving following completion of the cleaning activities. 5. Unauthorized personnel shall not be permitted to enter any City facility. 6. Contractor shall not begin work prior to 6:00 pm and shall have all work completed by 7:00 am. The Contractor's employees shall conduct themselves in a courteous manner and make every effort to avoid any disruption to City EXHIBIT "1" Temp Reso. #9256 ORIGINAL N. employees or patrons. 7. Work shall be supervised and a working supervisor shall be on premises at all times. 8. The Contractor's employees are not'to use City equipment (i.e., coffee urns, typewriters, adding machines, copiers, radios, telephones, machinery, etc.) for any reason unless approved in writing by the Public Works Operations Manager. Additional Provisions 1. Su lies: 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. 2. Meetings: The Contractor or a designated representative, at the discretion of the Public Works Operations Manager, shall be made available for periodic meetings with City personnel. 3. Schedule: Within thirty (30) days of Contract commencement the Contractor shall provide the Facilities Maintenance Supervisor with a schedule identifying which days of the week, month, and quarter all periodic tasks will be performed for the entire term of the Contract. 4. Holidays: Contractor's services will not be required on the following Holidays: New Years Day, Martin Luther King's Birthday, President's Day, Memorial, Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. V. Frequency of Duties NIGHTLY(Monday thru Friday)- GENERAL FACILITY -Clean & disinfect drinking fountains -Dust mop/sweep non -carpeted floors/stairs -Dust furniture surfaces -Spot clean building surfaces/walls -Empty trash/recycling receptacles -Remove carpet stains -Vacuum all carpeted areas completely -Overhead dusting -Sweep entrance mats -Clean & disinfect fixtures -Damp mop non -carpeted floors/stairs -Dust building surfaces -Spot clean furniture -Replace trash liners as needed -Clean/sanitize telephones -Clean sills and jambs -Overhead cleaning -Remove cobwebs EXHIBIT "1" Temp Reso. #9256 ORIGINAL -Polish conference tables/reception counters -Clean glass at entrance ways & exits NIGHTLY(Monday thru Friday): RESTROOMS BREAK ROQMS, KITCHEN -Fill all dispensers (toilet tissue, soap, etc.) ' -Clean & sanitize dispensers -Empty & clean trash receptacles -Clean & disinfect all surfaces/sinks -Descale toilets and urinals -Polish stainless steel surfaces -Clean all mirrors -Mop floors with disinfectant -Clean partitions & walls -Dust & clean vending machine & appliances -Clean all tables & chairs -Dust sink traps and ledges WEEKLY One time per week -Clean glass partitions -Dust atc grills and returns -Dust blinds, verticals, & draperies -Clean baseboards -Dust all horizontal surfaces -Dust picture frames & office -Wet mop non -carpeted floors/open furnishings stairways -Dust & damp mop enclosed -Remove fingerprints & marks from light stairways and door switches MONTHLY (One time per month) -Clean & refill floor drains -Machine scrub all floors -Spraybuff all resilient floors -Palish Chamber woodwork -Dust light fixtures -Clean a/c rooms -Wash a/c grills & returns QUARTERLY Four times Per ear -Carpet shampooing (bonnet method) -Wet mop enclosed stairways SEMI-ANNUAL (Two times per year) -Strip, seal, &► wax all resilient floors -Pressure wash entrance tile -Clean & shampoo upholstered furniture -Wash exterior windows ANNUALLY (One time per year,) -Carpet shampooing (extraction method) EXHIBIT "1" Temp Reso. #9256 ORIGINAL VI. Special Events The City shall occasicnaiiy, 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: 1. Spraybuff of resilient floors. 3. Carpet shampooing (bonnet method). 5. Furniture polishing. 7. Glass Cleaning 2. Floor stripping, waxing, and sealing. 4. Carpet shampooing (extraction method). 6. Upholstery shampooing. 8. 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. VII. Additional Facilities The City, at its own discretion, may choose to expand contracted janitorial services to other 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: 1. Broward Sheriff's Office Building, 7525 NW 88th Avenue, Tamarac 2. Recreational Center, 7501 North University Drive, Tamarac 3. Multi Purpose Center, 7531 North University Drive, Tamarac 4. Public Works Building, 6011 Nob Hill Road, Tamarac 5. Utilities Building, 6001 Nob: Hill Road, Tamarac 6. Water Treatment Plant, 7503 NW 61 St Street, Tamarac 7. Fire Station #1, 7501 NW 88th Avenue, Tamarac S. Fire Station #2, 4801 West Commercial Blvd., Tamarac 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. EXHIBIT "1" Temp Reso. #9256 ORIGINAL COMPANY NAME: (Please Print): Fax: (g:" L1�1.I -J,2-71 —NOTICE-- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the SPECIFICATIONS and then r p aperly fill out the BID FORM (Attachment "A"). / 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT Attachment "B" an notarized. ( d have It properly 3. Sign the CERTIFICATION " " 9 ON PAGE (Attachment C ). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 5. _ Fill out the REFERENCES PAGE (Attachment 'E'). 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") 7. Include WARRANTY Information, if required. 8. Clearly mark the BID NUMBER AND BID NAME cn the outside of the envelope. 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. --Z10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. 12. Include proof of insurance. _._Z 13. Execute and submit agreement (Attachment "G") FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. EXHIBIT"'I" Temp Reso. #9256 ORIGINAL ATTACHMENT "A" BID FORM BID NUMBER 98-08B JANITORIAL SERVICES To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to fumish 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. Tamarac Municipal Complex (City Hall) ✓ 7525 NW 88 h Avenue, Tamarac $ Annually Broward Sheriffs Office Building, 7525 NW 88th Avenue, Tamarac ✓ $ o? f , Grp Annually Recreational Center, 7501 North University Drive, Tamarac $ Q /10 Annually Multi Purpose Center, 7531 North University . Drive, Tamarac $ ap Annually Public Works Building, 6011 Nob Hill Road, - Tamarac $ Annually Utilities Building, 6001 Nob Hill Road, Tamarac $ Annually Water Treatment Plant, 7503 NW 61 st Street, Tamarac $ 7 oco, Qp Annually Fire Station #1, 7501 NW 88th Avenue, Tamarac $ 3, 9Qd, (gyp Annuall Fire Station #2, 4801 West Commercial Blvd., Tamarac $ oco, 00 Annually Special Events S ra buff of resilient floors $ , Q S .ft. Floor Stripping, waxing & sealing $ , p S .ft. Car et Sham ooin bonnet method $ . D S .ft. Carpet Sham ooin extraction method $ , 5 .ft. Furniturepolishing_ $ , 9 Upholstery sham vain $ , 0 Glass cleaning$ — . D f Pressure cleanin $ .65 S .ft. 1 non ]nr rmmr,arnv iun no EXHIBIT 1" Temp Reso. #9256 ORIGINAL The ulldar 6igr iad 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 terns 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.' Retum of rejection will be at the expense of the bidder. Cr-adw 5 TEAS La j 4e Company Name Address L'oefc,i- 6 �, nCt City, State, ZIP 2 Contractor's License Number Typed/Printed Name Telephone & Fax Number U-M Federal Tax ID# EXHIBIT "1" Temp Reso. #9256 ORIGINAL - ATTACHMENT "A" continued Bidders Name: i ) Arl n NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: --•-- Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. 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. EXHIBIT "1" Temp Reso. #9256 ORIGINAL ATTACHMENT "A" continued Bidder's Name: bec9nina 1nCkaaa s 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. EXHIBIT"'I" Temp Reso. #9256 OALGINAL State of c ) ) ss. County of (� ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT being first duly sworn, deposes and says that: (1) ffilcer, she is the f , (Owner, Partner, Representative or Agent) f J mt: n the Bidder that has submitted the attached Bid; r (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, 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 Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered (Title) EXHIBIT "'I" Temp Reso. #9256 OKIGINAL ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Fla j 1A ) �jss. County of f ) BEFORE ME, the undersigned authority, personally appeared to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that CLf yw.,'.' �r executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this , " day of /'E96HJ�-� . 1995 .- SOL n Q� „� soOMM NOTARY PUBLIC, State of Florida at Large erw (Siparure of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me or ( ) Produced identification Type of I.D. Produced ) DID take an oath, or( ) DID NOT take an oath. EXHIBIT "1" Temp Reso. #9256 ORIGINAL. ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the trLAh and correctness of all statements and all answers to questions made hereinafter: Name of Company: Address: I fb'1 I Q �pmr2 - Street Telephone No. Ly1- rn City State Zip Fax No. (05I) 3y 1- (671-71,�,� , How many years has your organization been in business under its present name? years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? '1 R d * I Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes X No ❑ If Yes, ATTACH A COPY OF LICENSE Has Yes r co pany or you personally ever declared bankruptcy? No If Yes, explain: Are you a sales representative ❑ distributor broker ❑ . or manufacturer ❑ of the commodities/services bid upon? '�/ e Have you ever received a contract or a purchase order from the City of Tamarac or other govemmental entity? Yes 0" No ❑ If yes, explain (date, servicelproject, bid title, etc) 6P Have you ever received a complaint oo a contract or bid awarded to you by any governmental entity? Yes ❑ No C3"If yes, explain: Have you ever been debarred or suspended from doing business with any governmental eDW? Yes 13 No 9 If yes, explain: , EXHIBIT"'I" Temp Reso. #9256 ORIGINAL ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE _SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below. INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATIONS OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: IZED SIGNATURE (PRINTED OR TYPED) RED11 ENT - TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO - -1 i U123 .,. COMPANY NAME: NPa6lnQ ./ Jn K.In ADDRESS: �® r-�- 4 15q CITY:C �:�i[DU , - STATE: ZIP:, ZDCo TELEPHONE NO.: 0'5LIl 3u 1_ FAX NO.: (4.adl Ul- CONTACT PERSON: UAM WW&WS : EXHIBIT "'I" Temp Reso. #9256 ORIGINAL ATTACHMENT "F" VENDOR DFivG-f Rr E ViORKPLACE 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 effects 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 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 to bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 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 contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no -later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. ni AIC , n ( nr k� (kiatKi6rized Signature Company Name EXHIBIT "1" Temp Reso. #9256 ORIGINAL_ ATTACHMENT IS' REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: ency/Firm Name: n Address LLCO City/State/Zip r -4L 8 Phone: Cq q Col. Fax 'i -1 '�U Contact R of Agency/Finn Name: 01 1� 1 Df m ernak- Address ,_59O0 HA(6A�G 1 ly City/State/Zip �-Ipr Q E C. 33=,__, Phone: 45 7 - I Fax Contact i ;n i K t 'It-758Cc A ency/Firm Name: .1 o Address 14 Ave. City/State/Zip Phone�Qt � 78�0- LIC QS Faxes?= ItA Contact 1rrCt, 0 Acgenc /Firm Name: Address City/State/Zip l 1�Ll s�x�.x1 ,�-t 33Qa 1 Phone: Fax Contact 1 ;cK,-'�),oge« YOUR COMPANY NAME ebfl ADDRESS • S R In PHONE: Agency/Firm Name: Address: 1 1 City/State/41p A A 1 'fit- 3U Phone:L 0) 4 - 4 _,Fax( i q -rjg83 Contact: Opwol Zjm=-,� . . . Agency/Firm ame: al Ad ress: P City/State/Zip S Phone: (q5u ai Fax: U-1148 Contact: f Agncy/Fi Nne : , Address: \ y4 City/State2i r C- t�u Phone: (Q`L)U3u- L13QlLFa)cNto -1Q33 Contact:u N;c1^�15QN' Agency/Firm Name: Nbrk1� p: i 1 lc� A Address: City/State/Zip IP33 q Phone:(QtLN1-,1-411A Faxi &1CP Contact: L em F JnZfean) Fri EXHIBIT "2" Temp Reso. #9256 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www,tomarac.org February 7, 2001 Jim Fischer Pres,de,nt Cleaning Systems Inc. 10330 NW 551h Street Sunrise, FL 33351 Dear Mr. Fischer: The City's Agreement with your company to provide janitorial services is due to expire on March 24, 2001. As specified under Section II of the Technical Conditions listed in Bid #98-0813 entitled General Provisions, 1. Contract Period, we have an option to renew the existing Agreement for one additional one-year period. This is the last renewal option under the Agreement. Attached you will find an itemized spreadsheet that shows the costs and locations that are included in this contract. Please advise if a one-year extension would be acceptable to your company by completing the appropriate area below and on the attached spreadsheet and returning this form to the Purchasing Division no later than February 13, 2001. If you have any questions, do not hesitate to contact me. Sincerely, Anne M. odato, CPPB Senior Buyer X I �reby� gree to a one-year extension of the subject contract. nable to provide a one-year extension of the subject contract & Title ^U Date Equal Opportunity Employer EXHIBIT "2" Temp Reso. #9256 Locations and Costs to provide Janitorial Services for the City of Tamarac Location Date of Change Order Monthly Cost Annual Cost City Hall Included in the Original Bid $ 3,500.00 $ 42,000.00 Water Treatment Included in the Original Bid $ 600.00 $ 7,200.00 Utilities Included in the Original Bid $ 900.00 $ 10,800.00 Public Works Change Order #1 dated 12/15/99 $ 750.00 $ 9,000.00 Fire Administration Change Order #2 dated 3/1/00 $ 225.00 $ 2,700.00 BSO Training Room Change Order#2 dated 3/1/00 $ 175.00 $ 2,100.00 Satellite City Hall Change Order #2 dated 3/1/00 $ 250.00 $ 3,000.00 SUBTOTAL OF CURRENT CHARGES $ 6,400.00 $ 76,800.00 PW Eng Trailer Change Order #3 dated 11/30/00 $ 75.00 $ 900.00 PW Trailer Change Order #3 dated 11/30/00 $ 250.00 $ 3,000.00 Bus Shelters Change Order #3 dated 11/30/00 $ 325.00 $ 3,900.00 SUBTOTALOF NEW CONTRACT $ 7,050.00 $ 84,600.00 Building Dept Resolution #R2000-38 dated 2/23/00 $ 375.00 $ 4,500.00 Community Center Resolution #R2000-290 dated 11/8/00 $ 2,550.00 $ 30,600.00 TOTAL OF NEW CONTRACT 1 $ 9,975.00 i $ 119,700.00 _ I here "ree to a one-year extension of the subject contract. le to provide a one-year extension of the subject contract Signafur" Title Q.� -/"� -e)/ Date