Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-265August 24, 2001 - Temp Reso #9501 1 Revision No. 1 - September 18, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-265 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A CONTRACT BETWEEN THE CITY OF TAMARAC AND GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC., AS SUCCESSFUL BIDDERS OF RFQ #01-19B FOR LOT CUTTING AND RELATED SERVICES BEGINNING OCTOBER 1, 2001 AND ENDING SEPTEMBER 30, 2002; PROVIDING FOR THE OPTION OF TWO (2) ONE-YEAR RENEWAL PERIODS; CASE NO.29- MI-01; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac has a responsibility to provide a method to correct sanitary and safety conditions on vacant land and abandoned parcels; and WHEREAS, it is in the best interests of the City of Tamarac to seek a vendor to provide such contractual services; and WHEREAS, a Request for Quote (RFQ), RFQ #01-19B was published on July 27, 2001 and RFQ submittals opened on August 10, 2001;and WHEREAS, fourteen (14) solicitations for quotes resulted in four (4) submittals being received from A Cut Above, Miami Wrecking, SRJ Construction and Garden of Love Nursery of South Florida, Inc.; and WHEREAS, bids were tabulated by the Evaluation Committee consisting of the Purchasing/Contracts Manager, Senior Buyer and Buyer, based on prices submitted within the RFQ #01-19B which defined prices for specific services to be rendered upon request; August 24, 2001 - Temp Reso #9501 2 Revision No. 1 - September 18, 2001 and WHEREAS, funding is available in the General Fund for said purposes; and WHEREAS, Garden of Love Nursery of South Florida, Inc. was the most responsive bidder for such services pursuant to their submittal for RFQ #01-1913; and WHEREAS, Garden of Love Nursery of South Florida, Inc. has provided satisfactory services to the City for the past three (3) years; and WHEREAS, Garden of Love Nursery of South Florida, Inc. has agreed to execute a contract for services with the City of Tamarac (attached hereto as Exhibit "A") which incorporates their submittal and the original RFQ #01-19B (attached hereto as Attachment "1" and Attachment "2", respectively); and WHEREAS, the Director of Community Development recommends approval; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute a contract between the City of Tamarac and Garden of Love Nursery of South Florida, Inc., as successful bidders of RFQ #01-19B for lot cutting and related services beginning October 1, 2001 and ending September 30, 2002; providing for the option of two (2) one-year renewal periods. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: E [1 1 I August 24, 2001 - Temp Reso #9501 3 Revision No. 1 - September 18, 2001 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: That the City Commission hereby authorizes the appropriate City Officials to execute a contract between the City of Tamarac and Garden of Love Nursery of South Florida, Inc., as successful bidders of RFQ #01-19B for lot cutting and related services beginning October 1, 2001 and ending September 30, 2002; providing for the option of two (2) one-year renewal periods. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. August 24, 2001 - Temp Reso #9501 4 Revision No. 1 - September 18, 2001 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 26th day of September, 2001. ATTEST: MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOIXTION as to form. ,,,- MITCHELL S. K CITY ATTORNEY commdev\u:\pats\userdata\wpdata\res\9501 reso JOE SCHREIBER / MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER A M DIST 1: COMM. PORTNER A Pi DIST 2: COMM. MISHKIN A & DIST 3: V/M SULTANOF AyPi DIST 4: COMM. ROBERTS A er 1 1 EXHIBIT "A" TEMP ORD #9501 ►lli:1 ►�i'ii—Kil�l BETWEEN THE CITY OF TAMARAC AND GARDEN OF LOVE NURSERYOF SOUTH FLORIDA, INC. THIS AGREEMENT is made and entered into this day of September, 2001, by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Garden of Love Nursery of South Florida, Inc., a Florida corporation with principal offices located at 3509 Nassau Drive, Miramar. Florida, 33023, (the "Contractor") to provide for Lot Cutting and Services at the City of Tamarac. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), all terms and conditions of RFQ #01- 1913, drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to provide Lot Cutting and Services per the Technical Specifications of RFQ #01-1913 at the prices submitted in this solicitation. b) Contractor shall clean up and remove each day all debris and material created by the work at the Contractor's expense. c) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 1 e) All equipment must be secured in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely secure equipment. f) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subContractors, if any, with respect to the work and services described herein. 3)Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subContractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The term of this Agreement is for a period of one year, beginning October 1, 2001, and ending on September 30, 2002. At the end of this term the parties may choose to terminate this Agreement or exercise an option to renew for two additional one-year terms. 5) Contract Sum Prices charged for the above work shall be per the Pricing Summary submitted with RFQ #01-1913 and the total annual billing shall not exceed the amount of $15,000.00. 6) Payments The City shall pay Contractor's invoice on a monthly basis for work that has been completed prior to invoicing. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. K 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subContractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subContractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 9) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 10) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of Contractor. 3 11) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 12) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Alfred Taylor President Garden of Love Nursery of South Florida, Inc. 3509 Nassau Drive Miramar, Florida, 33023 13) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon 30 days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of 7 days after receipt by Contractor of written notice of such neglect or failure. 4 14) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 15) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 5 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenso , CMC City Clerk, Date: g p ATTEST: (co rporat ecre y Type/PridNamneCorporatef Sec . (CORPORATE SEAL) y CITY ;OAMA. C hreiber, Mayor Date: �9' 2'-0( 111/ Teffr filler, City Manager Date: Q-2 R . v/ pr ved as to form and Su fi ien M1 ch 1 S. t, ty ttorney GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC. (Signature A6President) �� !vim Type/Print Name of esident Date:] 10 CORPORATE ACKNOWLEDGEMENT STATE . .I COUNTY • The foregoing instrument was acknowledged before me this � day of 200 (by 0 �ame of officer or agent, title of officer or agent) of Cu-w� QF (_pf2 (We f corporation acknowledging), a_ T: I Cf n (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me �GOkZ.J Cf� t.e (type of identification) as identification and di4-(did not) take an oath. 4Siture of Notary Public —State of Florida Print, Type or Stamp Name of Notary Public J. C. Robl,son ;Comrnission # CC 806166 ,piros 2003 Bondo Feb. G Atlanta Bonding Co., Inc. hirr 7 ATTACHMENT' 1" PRICING SUMMARY RFQ 01-19B LOT CUTTING ,0 1) Lot Cutting - Improved Property a) Minimum call out fee �1_11 b) Cutting ORD per 100 sq. h. 2) Lot Cutting - Vacant Land a) Minimum call out fee" b) Cutting per 100 sq. ft. 3) Debris Removal a) Minimum call out fee c) b) Removal fee ,P ; percu.yd. c Debris Disposal p � per cu. yd. 4) Pool Flat rate �1 1 �T-9 per treatment 5) Board up a) Minimum call out fee b) Board -up `� ,�,�j per sq. ft. TEMP RESO #9501 &09611 af LaU State of County of ,rd / fie deposes and says that: 1. He/she is the RFQ 01-19B NON -COLLUSIVE AFFIDAVIT P f� Representative or 'Agent) of the Offeror that has submitted the attached Quote; being first duly sworn, (Owner, Partn Officer, ),�, 4f, 2. He/she is fully informed respecting the preparation and contents of the attached Quote and of all pertinent circumstances respecting such Quote; 3. Such Quote is genuine and is not a collusive or sham Quote; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Quote in connection with the Work for which the attached Quote has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Quote or of any other Offeror, or to fix any overhead, profit, or cost elements of the Quote price or the Quote price of any other Offeror, or to secure through any . collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Quote are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the Znce of: x� Witn-ss %-orb Witness By Prin d Name"— Title Attachment B I Non -Collusive Affidavit '4 State of Florida County of�A RFQ 01-m NON -COLLUSIVE AFFIDAVIT continued ACKNOWLEDGMENT On this the 1—� day of f, 2001. before me, the undersigned Notary Public of the State of Florida, person Ily appeared (Name(s) of individual(s) appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFIQ,�: J. C. Robinson _;4f �xcommission # CC 906166 Z.'� j Expires Feb. 2 2003 Bondod Thru tl'1" :,'' Atlantic Bonding Co., Inc. aMPaUB51C, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) []Personally known to me, or ❑ Produced identification: ❑ DID take an (Type of oath, or IM-DID NOT take anUoath Attachment 13 2 Nnn_('mi—:.... RFQ p1-19B CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE QUOTE We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Request for Quote. We (1) certify that we(I) have read the entire document, including the Technical Specifications, Additional Requirements, Supplemental Attachments, Instructions, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Quote. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ If "Other", Explain: Apr6 +tdi Signature .9 Title Company Name o City/State/Zip -a-,/) 971-(3q5,5 Fax Number CORPORATION [f OTHER ❑ r� Name (Printed Or T ped) Federal Employer I.D./Social Security No, Address (f - nv) 2&.:/- -Y15 Telephone 1 Contact Perso V 1. 2. RFQ 01.19B VENDORS QUALIFICATION STATEMENT The undersigned certifies under oatH the truth and correctness of all statements and all answers to questions Made hereinafter: _ Name of Company Address City State Zip 10,e, ' oa3 Telephone Fax Number How many years has your organization been in business under its present name? Years If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: --� 3. Under what former name(s) has your business operated? NO 't/'t List former address(es) of that business (if any). /t/0 4. Are you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ff" No L f Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ If Yes, explain: No [ 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contractor a purchase order from the City of Tamarac or other governmental entity? Yes g No ❑ If yes, explain (date, service/project, bid title etc.) - �`I P 10 Have you ever received a complain, a contract or bid awarded to you by any governmental entity? Yes ❑ f yes, explain: Have you ever been debarred spended from doing governmental entity? Yes ❑ f yes, explain: business with any REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name OZ.cQ� aa Address 35 w, City State Zip Phone/Fax ---�- Agency/Firm Name: Address ` 4r 1wd v City State Zip Phone/Fax Contact Name r , rr n Agency/Firm Name: ,` 3 Address City State Zip *Odb 4L �� as Phone/Fax Contact Name 1cZ { � v r, Agency/Firm Name: - ro Address City State Zip Phone/Fax — cIyy_ Contact Name���, Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name INSURANCE REQUIREMENTS Vendor agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Vendor shall obtain at Vendor's expense all necessary insurance -in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Vendor shall maintain such insurance in full force and effect during the life of this Agreement. Vendor shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work ,under this Agreement. Vendor shall indemnify and save the City harmless from any damage resulting to it for, failure of either Vendor or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Vendor agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability Workers' Compensation & Employer's Liability Occurrence $1,000,000 Limits Aggregate $1,000,000 $1,000,000 $1,000,000 Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Vendor nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Vendor will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Vendor's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Vendor's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Vendor shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Vendor purchase a bond to cover the full amount of the deductible or self -insured retention. If the Vendor is to provide professional services under this Agreement, the Vendor must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability Insurance. ATTACHMENT 112" TEMP RESO 4t9501 %r City of Tamarac rinance Uepartment, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamorac.org 0 July 27, 2001 The City of Tamarac, Florida, is seeking quotations from qualified vendors to enter into an agreement for the performance of RFQ 01-19B LOT CUTTING AND SERVICES. Details of work to be performed are outlined in the attached Technical Specifications. In addition to the completed pricing summary, quotation package shall include executed copies of the Non -Collusive Affidavit, Certification, Vendors Qualification Statement, References, and a copy of Vendors Certificate of Insurance. Upon award, an insurance certificate naming the City of Tamarac as additionally insured will be required. It is the intent of the City to enter into an agreement with the vendor providing the lowest responsible and responsive quote. The City reserves the right to award the quotation on a split order basis, lump sum or individual item basis unless otherwise stated. Please submit your sealed quotation package including the name of the company, contact person, address, telephone and fax numbers and the pricing information to City of Tamarac, Purchasing Division, attn. Purchasing and Contracts Manager at 7525 NW 88th Avenue, Tamarac, Florida 33321-2401, telephone (954) 724-2450. Responses must be received no later than 4:00 PM on Friday, August 10, 2001. Sincerely, Steven J. Beamsderfer Buyer cc: Cindy Diemer, Code Enforcement Manager Attachments Equal Opportunity Employer 1p TECHNICAL SPECIFICATIONS RFQ 01-19B LOT CUTTING AND SPECIAL SERVICES 1. Lot Cuttin —Im proved Propefty Work requires cutting, removal and/or mulching of weeds and grass. Task will include string trimming around obstacles, lawn edging and the pick up and disposal of litter. Adjacent concrete and asphalt surfaces, including sidewalks and driveways, shall be left broom clean. Contractor is cautioned that some lots contain occupied structures and proper precautionary measures must be taken to protect people and property. Price must be calculated per 100 square feet with a minimum call out fee specified. Amount invoiced per location shall be either the minimum call out fee or the total square footage charge; whichever is greater. 2. Lot Cuffing —Vacant Land This task includes all items specified under item 1. Lot Cutting -Improved Pro e , including the cutting of undergrowth and/or small undesirable plants and bushes, as specified. Price shall be calculated in the same fashion. Amount invoiced per location shall be either the minimum call out fee or the total square footage charge; whichever is greater. 3. Debris Removal This task may include the removal of such diverse items as miscellaneous construction materials, household items, lawn cuttings and/or yard trimmings. Removal charge must be based on cubic yardage or fractions thereof with a minimum call out fee specified. The receipt for disposal at an appropriate facility must accompany Contractor's invoice. Amount invoiced shall be either the minimum call out fee or the total cubic yardage charge; whichever is greater. 4. Pool Chlorine shock treatments are to be administered per the product manufacturer's instructions, based on pool's capacity. This is for a single shock treatment; no other attempt to bring the chemical characteristics of the pool into balance will be required. Proper safety precautions shall be followed during the treatment process. Amount invoiced shall be a flat rate and must include the cost of materials used. Page 1 of 3 5. Board -up of vacant, abandoned properties Price shall be based on the number of half sheet (4' x 4') sections of plywood used with a minimum call out fee specified. Board -ups shall utilize 5/8" thick exterior grade plywood provided by Contractor. Amount invoiced per location shall be either the minimum call out fee or the total charge for the number of half sheets used; whichever is greater. Page 2 of 3 PRICING SUMMARY RFQ 01-19B LOT CUTTING 1YLot Cutting - Improved Property a) Minimum call out fee b) Cutting per 100 sq. ft. 2) Lot Cutting - Vacant Land a) Minimum call out fee b) Cutting per 100 sq. ft. 3) Debris Removal a) Minimum call out fee b) Removal fee per cu.yd. c) Debris Disposal per cu. yd. 4) Pool Flat rate per treatment 5) Board up a) Minimum call out fee b) Board -up per sq. ft. Page 3 of 3 RFQ 01-19B NON -COLLUSIVE AFFIDAVIT State of County of ) being first duly sworn, deposes and says that: 1. He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Quote; 2. He/she is fully informed respecting the preparation and contents of the attached Quote and of all pertinent circumstances respecting such Quote; 3. Such Quote is genuine and is not a collusive or sham Quote; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Quote in connection with the Work for which the attached Quote has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Quote or of any other Offeror, or to fix any overhead, profit, or cost elements of the Quote price or the Quote price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Quote are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: M Witness Witness Printed Name Title Attachment B I Non -Collusive Affidavit ;r RFQ 01-19B NON -COLLUSIVE AFFIDAVIT continued ACKNOWLEDGMENT �4 State of Florida County of On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Attachment B 2 Non -Collusive Affidavit RFQ D1-19B CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE QUOTE We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Request for Quote. We (1) certify that we(I) have read the entire document, including the Technical Specifications, Additional Requirements, Supplemental Attachments, Instructions, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Quote. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ If "Other", Explain: Authorized Signature Name (Printed Or Typed) Title Federal Employer I.D./Social Security No. Company Name Address City/State/Zip Telephone Fax Number Contact Person RFQ 01-19B VENDORS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company " Address City State Zip Telephone Fax Number 1. How many years has your organization been in business under its present name? Years 2. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No ❑ If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No ❑ If yes, explain (date, service/project, bid title etc.) 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑ If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ❑ If yes, explain: REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 1r INSURANCE REQUIREMENTS Vendor agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. ,Vendor shall obtain at Vendor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Vendor shall maintain such insurance in full force and effect during the life of this Agreement. Vendor shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Vendor shall indemnify and save the City harmless from any damage resulting to it for failure of either Vendor or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Vendor agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability Workers' Compensation & Employer's Liability Occurrence $1,000,000 Limits Aggregate $1,000,000 $1,000,000 $1,000,000 Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Vendor nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Vendor will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Vendor's liability insurance policies shall be endorsed to add the City oGTamarac as an "additional insured". The Vendor's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Vendor shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Vendor purchase a bond to cover the full amount of the deductible or self -insured retention. If the Vendor is to provide professional services under this Agreement, the Vendor must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability Insurance. r " 41 A�URpry. CERTIFICATE OF LIABILITY INSURANCE �DATE(UWbWyy) -ROOIIceA F�on t da 'Auto T ritru7aner; 7nC. ON YCANDIFC�NFERSTE IS SNOERIGHTB UpD AS A pWROF TI�E IC CERTIFICATE 6740 Ta 6 t S:th e e.t HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR HOtt ywo o d, • Ft . 33024 ;r. ALTER THE COVERAGE AFFORDED BY THE POLICIES. BELOW. 1N9L1RED Ganden oK Love 'o> South' Fton.ida' 3509 Na4sau Dhive. -4i4amaA, Ft. 33003, 19 INSURERS AFFORDING COVERAGE P1P t' / / (T INSURER B: Ili.] VHtR C: INSURER b; COVERAGES rrlsuRER E THE POLICIES OF INSURANCE LISTED BEL ANY REQUIREMENT, TEOW'HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PQLIOY PERIOD INDICATED. NOTWI• ,STANDING RM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE SHOWN MAY By THE EEN RED' HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHQVyN MqY HAVE BEEN REpLICED BY PAID CLAIMS, TYPE OF RUSURANCE POLICY NUFIBI±R C F N OENERAL LIABILrrY UMRS X M16IERCIAL GEN014L UADIVTY /j 1 3 5 EACH OCCURRENCE $1 000 000 CLAIMS MADE OCCUR 7 ¢ - l • � 01 Q — 2 1 — 0 2 PIPE DAMAGS (Any ona 11�) - i MED EXP (Any one canon) s PERSONAL A ADV IPLA)RY i} AAA A A A GEN'L AGGREGATE LIMIT APp�$ PFj ►'OLICY PRO- LOC AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS QARAOE LIABRITY ANY AUTO EXCi93 LM6ILITY OCCUR CLAII.13 MADE DEDUCTIBLE RETENTION WORKERS COA401NSATION AND EUPLOYEAS' LIABILM OTHER Vendor: -- Date Of ll Not Accc.trin }� -- --- INQte Autnort •GENERAL AGGREGATE S PRODUCTS-COMMOPAGG j COMBINED SINGLE LIMIT (Ea accident) s 9ODILv IN.IURY ou"Ll'ravn) BODILY INJURY (Per aac)danl) s PFIOPERTY DAMAGE i AUTO ONLY • EA ACCIDENT S • OTHER THAN EA ACC $ AUTO ONLY: AGG S EAC}t OCCURRENCE S AGGREGATE s s i E.L EACH. ACCIDENT E L. DISEASE - EA EMtt E.L DISEASE • POLIC I BCAIPTION QF OP6RATroFfB&pCAT>OFlgryf:NlClgg xCLUBADMSADOEO BY ENDOgyEYtUtT/sPtCtAL PpOV1910N>9 The Cen-tid.icate Hotde4 id named as addtaCcanaC tnauked crL negand to geneha� tia6ttity. FrTIFIGATE HOLDER FAD1xTIaly u I+�URED rNSURER LlTTlR: �''<-ty 04 TamanQG, CANCELLATION 7525 NW g 9 •t h Avenue . • "HOMO ANY OF THE ABOVE DnCfgI8ED POLx2B BE CANCELLED BEPOAE THE 00'IRATM T amahaC, . Ft . 333 2.1 DATE rHEREOF• THE n:8U1N0 INSURER Wq L ENDEAVOR To (NAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO 80 SHALL BlPCISE NO OBUOA R UA9IUTY ANY K*W THE WSUR0L rFU AOBHTS OR • REPRESENTATIV AUTHICAC fD R Esn i GOfiD f_nPPn0ATI^IJ 4noo ,:moo CERTIOPFICATE OF LIABILITY INSURANCE D"TE(Mh4nonr) ID ZO CARL005 08/23/01 SLICER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 7i ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Gateway x>zsurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2430 W • Oakland Park Blvd. %t• ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fore Lauderd 1 Fr 3311 - a e 3 Phone: 954-735-5500 Fax:954-735-2852 INSUAT'O Garden Of Love Nursery Of South Florida, Inc. 3509 Nassau Drive Riramar FL 33023 COVERAGES TUG Pnl I-- nC I INSURERS AFFORDING COVERAGE MSL'RERA Associated Industries INSURER B INSURER C '�•�— INSURER D INSURER E. ANY REQUIRFMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT O WHICH THIS CERTIFICATE MAY seI SUED ORDING MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R ! TYPE OF INSURANCE POLICY NUMBER OATI MMr00E`IY ECLIOA CYMM/DO/`y ON CENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑ OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO- JECT LOC AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS OAFLACE LIABILITY 7. A`' AUTO EXCESS LIABILITY —1 OCCUP ❑ CLAMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND A EMPLOVEFWLIABILITY 2001322929 OTHER DESCRIPTION OF OPERATIONS,tOCATIONSNEHICLES'KXCLIISIONS ADOED BY ENOORSEMENT;SPECLAL PROVISIONS CERTIFICATE HOLDER ADOITIONAL INSURED; INSURER LITTER CITY OF TAMARAC 7525 N.W. 88 AVENM TAMARAC FL 33321 01/07/01 1 01/07/02 LIMITS EACH OCCURRENCE S FIRE DAMAGE (Any one Are) S MED eXP (Any one person) S PERSONAL aADV IN)URY f GENERAL AGGREGATE S PRODUCTS• COMP.10 AGG S COMBINED SINGLE LIMIT (Eaacuaent) S BODILY INJURY (Per Person) $ BODILY INJURY (Per acGoent) S PROPERTY DAMAGE (Per aec.aen!) AUTO ONLY. EA AI:CIDENT S S OTHER THAN EA'AZC AUTO ONLY AGO EACH OCCURRENCE S S $ AGGREGATE S f f WC S AT H• TORY LIMI TS ER f EL EACHACCIDENT s 100000 E L DISEASE • EA EMPLOYEE f 1 0 0 0 00 EL DISEASE• POLICY LIMIT S 500000 CANCELLATION TAMCI O1 SHOULD ANY OF THE ABOVE DESCRIBED POI ICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL —ID— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SMALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS ACENTS OR REPRESENTATIVES. AUTHORRED REF a ArnX� r1 ACORD 25-S (7/97) qw CiACORD CORPORATION 1988