Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-0481 Temp. Reso. #8113 Page 1 January 13, 1998 Rev.#1, January 16, 1998 Rev.#2, January 21, 1998 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98 4 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID NO. 98-07B TO CERTIFIED SWEEPING, INC., IN AN AMOUNT NOT TO EXCEED $37,360 FOR STREET SWEEPING SERVICES; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH CERTIFIED SWEEPING, INC.; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the United States Environmental Protection Agency under terms of the National Pollution Discharge Elimination System (NPDES) Permit requires municipalities to sweep streets in an effort to decrease the amount of pollutants entering the stormwater system; and WHEREAS, the City of Tamarac publicly advertised Bid No. 98-07B for Street Sweeping Services; and WHEREAS, on December 3, 1997, two (2) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and WHEREAS, the results of this bid opening are summarized as follows: Tri-County Services' bid at $40,348 and Certified Sweeping, Inc.'s bid at $37,360; and WHEREAS, Certified Sweeping, Inc. submitted the lowest cost for service; and WHEREAS, funding is available in the Stormwater Management Fund for this purpose; and 1 1 Temp. Reso. #8113 Page 2 January 13, 1998 Rev.#1, January 16, 1998 Rev.#2, January 21, 1998 WHEREAS, the Director of Public Works, Public Works Operations Manager, Stormwater Engineer and Purchasing/Contracts Manager recommend that the City utilize Certified Sweeping, Inc., for contractual street sweeping 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 street sweeping services be provided contractually by Certified Sweeping, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing WHEREAS clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #98-07B to Certified Sweeping, Inc., in an amount not to exceed $37,360 is hereby authorized. SECTION 3: The appropriate City Officials are hereby authorized to execute the agreement with Certified Sweeping, Inc., attached hereto as Exhibit 1, SECTION 4: The City Manager or his designee is authorized to close the bid award, including but not limited to making payments and releasing of funds upon the satisfactory completion of work. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 1 1 Temp. Reso. #8113 Page 3 January 13, 1998 Rev.#1, January 16, 1998 Rev.#2, January 21, 1998 SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 1-��day of 1998. 6�6E SCHREIBER MAYOR ATTEST: U PATRICIA MARCURIO ASSISTANT CITY CLERK I HEREBY CERTIFY that I approved this RESOLUTION as to form. ITCHW CITY A RECORD OF COMMI MAYOR SCHREIBER DIST 1• COMM. Mr-KAYE DIST 2: WM MISHKIN DIST 3: COMM. SULTANO DIST 4:. COMM. ROBERTS u:Wdm. Correspondence\Hgenda\8113Res - Street Sweeping Services.doc VOTE Exhibit 1 • AGREEMENT STREET SWEEPING SERVICES BID 98-07B TEMP. RESO. No.. „ THIS AGREEMENT is entered into on, -tU �Z5 between the City of Tamarac, a municipal corporation with principal offi es located at 7525 NW 88th Avenue, Tamarac, Florida 33321 (hereinafter "City") and Certified Sweeping, Inc., a Florida corporation with principal offices located at 228 Deer Run Road, Palm Bay, FL 32909, hereinafter "Contractor"), for Street Sweeping Services for the City of Tamarac. The parties HEREBY agree to the following terms and conditions: Contractor shall furnish all labor, materials, transportation, equipment, and any other services required to provide street sweeping services consistent with the terms and conditions in the Invitation to Bid, Instructions to Bidders, Special Conditions, and Project Specifications of City of Tamarac Bid #98-07B attached hereto as Attachment A and incorporated herein as if set forth in full, for an amount not to exceed $ 37,360. 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. This Agreement and Attachment A constitute the entire Agreement between the. City and the Contractor. This Agreement shall be governed by the laws of the state of Florida as are now and hereafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. to - IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates ande��c� signature. City of Tamarac, through its Mayor, and (4 � � u c`, obi eAin� J"` %� � 4 duly authorized to exec to same' Patricia Marcurio, Assistant City Clerk Date: CITY OF TAMAR C r By. 0, Joe Schreiber, Mayor Date: F:dt 41" A5I79Y 4""` _ S.C� Robert S. Noe Jr., City Manager Date:��� • Page Two Street Sweeping Agreement ATTEST: Mary L Bury my .l. *. My commission CC6066tQ 7f Expire% January 11, 2001 u: Agreement 98-07B Street Sweeping Appr ed s o form and legal / kf)/ By. G1 L., J Mitchell S. Kra ity A Company Nt�me /J President Date: ^✓79 i . / 7' ZZW —x • I* Attachment A REQUEST FOR BIDS U �n Rl�P ° STREET SWEEPING SERVICES BID 98-07B CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 OF TA/y AZO`R%OP Stanley D, Hawthorne Director of Finance City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 INVITATION TO BID BID NO. 98-07B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until. December 3, 1997_ at 2:00 p.m., at which time bids will be publicly opened and announced in the City of Tamarac City Hall Conference Room No. One for: STREET SWEEPING SERVICES All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 98-07B, STREET SWEEPING SERVICES opening December 3 .1997 at 2:00 mm. " on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450. Lynda S. Flurry, CPPO Purchasing and Contracts Manager Publish Sun Sentinel: Sunday, 11/16/97 Sunday, 11123 /97 INSTRUCTIONS TO BIDDERS BID NO. 98-07 B STREET SWEEPING 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 These general terms andcondit onsAND oICoffDITIONS apply s 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.. I. 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: December 3 1997 ran 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 responsibilit of the Bidder. Late bids will be returned unopened to the Bidder. Y It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office, 4. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public K 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 annot ' transact business with any public entity in excess of the threshold amount provided in Sec on 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. S. 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. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage indicate net 30 days. If the Bidder does not enter a percentage discounit is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.Q.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, perform. nce and design_ APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 3 10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request 41 unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be res onsibl f request a full demonstration of any product or p e or returning samples. The City may service b_ efore the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted -for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. _ 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the -standards set forth in the Occupational Safety and- Health Act and its amendments to any industry standards if -applicable. - 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination -shall be stated in the notice. The City shall be the sole judge of nonperformance. S. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid 4 r� • without the prior written consent of the City. Any award issued pursuant to this t'd and monies that may become due hereunder are not assignable except with prior written approval of the City. Y 1.8. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exem tion Certificate will be provided where appurable upon request. p 20. BID -PREPARATION EXPENSE: The Bidder preparing a bid in response all expenses associated with its preparation. The Bidder shall prepare bid with the understanding r that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation, p p 21. 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 ma hereafter exist as a result of failure to fulfill the requirements of this contract will y the basis for varying the requirements of the City or the compensation to the Bidder.accepted as 22. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 23. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, ih 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, Worker's Compensation Insurance, Unemployment Insurance, Contractor's Liability Insurance, and all other insurance required by law. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under his 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 of 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. The following are required types Yp and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: 5 GENERAL LIABILITY PER OCCURRENCE Comprehensive $1,000,000 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 AGGREGATE, $2,000,000 AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE Comprehensive $500,000 Owned $1,000,000 Hired Non -Owned WQRKERS' 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. IL ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide; 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. 24. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of ;he Bidder or his isSubcontractors, agents, officers, employees or independent contractors, excepti;-g 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. C 25. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this bid, the Special Conditions and/o.r the Technical specifications shall Prevail. The Bidder shall examine all bid documents and shall judge all matters relatin; `o the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 26. BID TABULATION: Bidders who wish to receive a 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. SPECIAL CONDITIONS 1. ASSIGNMENT OF CONTRACT: Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. 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 ory-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. It shall be the responsibility of the contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residue at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. Any materials or equipment left on site shall be with the Contractor, who is fully and totally responsible for security. 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 repiacee in equal or better condition at no additional cost to the City. The contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of Damage, immediately make all repairs, VA replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the contractor shall immediately contact the City's Public Work's Department by telephone (954) 724-2410 and inform A he appropriate staff member about the location and extent of the damag es. 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 $1-000). S. PAYMENT: Payment will be made after project has been completed, accepted, and ro erl invoiced. Invoices must bear the project name, bid number and purchase order number. The City has up to thirty (30) days to review, approve and ipt. The conactor shall invoice the City and provide a written request tot a City to place ay all invoices f the rer elease of he Performance Bond on the City Commission Agenda, thereby beginning the one-year warranty period. 6. CONTRACT DOCUMENTS: The contract documents shall consist of the Bid Proposal executed and submitted by the contractor, Project specifications, plans and specifications (where applicable), any addendum's or change orders, performance bond, insurance certificate, and the City resolution -awarding the bid. - 7. 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 ::omplete 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. • P TECHNICAL SPECIFICATIONS STREET SWEEPING SERVICES BID NUMBER 98-07B SPECIFICATIONS -SCOPE The City of Tamarac is interested in securing firm pricing for contractual services to perform Street Sweeping Services, for approximately4wo hundred and seventy-three (273) miles of curbed and uncurbed streets throughout the City. Services will include all labor. materials, equipment, machinery, tools, transportation, supplies, and supervision for the work. The contract term will t5e for an initial two (2) year time period, with an option to renew for two (2) additional two (2) year time periods. _ SPECIFICATIONS - A.- Streets to be swept are listed on Exhi�A" The total curbed miles area approximately 46 miles and the uncurbed section is a pP y - approximately 225 miles, which will be swept at a specified frequency. p B. Sweeping frequency as shown on Exhibit -A^ must be followed. Any sweeping performed sooner or more frequently than that specified will be omitted from payment. The exact number of sweeps will be at the sole discretion of the City. Certlain streets, depending on their condition, may require additional sweeps during a twelve (12) month time period. The City reserves the right to add or delete streets at any time during the life of the contract. C. The work shall be performed weekdays between the hours of 8:00 a.m. and 6:00 p.m. or as directed by the Stormwater Engineer or his designee. D. Contractor shall have sweepers of industrial and municipal size with the capacity to transport swept debris. The sweeper(s) must be equipped with a water spray system for dust control. The equipment shall have a flashing amber light visible for a minimum of one (1) mile and mounted for 3600 visibility and shall otherwise comply with the requirements for the state Uniform Traffic Law - Chapter 316, Florida Statute. All equipment must be in good operating condition at all times. The City may require the Contractor to remove and replace a piece of equipment judged to be operating poorly, excessively noisy, dusty, or in any way disturbing to the public. Equipment breakdown shall not relieve the Contractor from performing obligations under the contract on a timely basis. E. All City streets listed in Exhi_ ibit A- must be inspected for ease of operation. Street curbs which cannot be reached by a sweeping vehicle because of parked cars or other access obstruction shall be cleaned by a maintenance crew supplied and supervised by the Contractor. All Personnel working for the Contractor shall be clearly identifiable by uniform and company identification. 9 F. The Contractor agrees to contact the City through a designated supervisor via fax machine, daily, no later than 9:00 a.m. providing notice of which streets were swept during the previous workday. The City will provide a form, Exhibit which the Contractor and the City will use simultaneously to record the Failure by the Contractor to notify the City of streets swept onof the abots veform mahere month. forfeiture of payment. y result in The Contractor shall notify the City of any hazardous condition or material that is observed during sweeping operations. G. The removal, hauling, and dumping of debris shall be the sole responsibility of the Contractor. All removal, hauling, and dumping of debris must be done in accordance with all local, county, and state rules and regulations. All transportation costs and tipping/disposal fees shall be at the expense of the Contractor. Furthermore, a copy of the dump tickets shall be given to City each month. H. It is the responsibility of the Contractor to request from the appropriate water district the fire hydrants or other public water sources needed for sweeping use. The City shall make final approval as to the water sources available. The purchase of water by the Contractor will be at the established water rates in effect at the time of purchase. Such purchases shall be at the expense of the Contractor and with prior arrangements made through the Public Works Department. Should additional locations be required to provide water, the establishment of these sources will be the responsibility of the Contractor. • I• Contractor's supervisor sha ll all have authority to represent Contractor under terms and conditions of this Agreement. Such supervisor shall also be available during working hours in regards to Street Sweeping Services issues. J. Contractor shall visit streets named in these specifications and should note any varying degrees of difficulty associated with a specific area. The Contractor is to verify to his own satisfaction the mileage figures appearing in the specifications. The mileage figures given in these specifications are for scope purpose only and are only estimates. The streets in the specifications are to be swept for the stated unit price bid, whatever the degrej of difficulty may be. K. The Contractor is to completely remove from the street surface or other designated area all sand, paper, glass, litter, grass, leaves, and other associated debris to the extent identified with current standards of sweeping excellence. Excellence in Street Sweeping Services shall be defined as a clean line, curbed or not, free of any visible sand, grass, or other debris. The City shall be the sole judge as to the acceptability of the cleaning performed by the Contractor. In the event a street improvement project is in progress, that portion of the cleaning cycle will be temporary deleted from the contract. That section of the contract will be re -started 0 at the next cleaning cycle following completion of the previous cycle. Areas which are not cleaned in accordance with the above stated sweeping standards will be immediately brought to the attention of the Contractor who will re -sweep the area within 10 • twenty-four (24) hours of notification, without additional cost to the City. The Contractor will not be paid for individual street areas or parking lot areas if sweeping is not performed to the City's standards. Failure to comply with the standards of sweeping excellence shall result in a report of substandard work. If three (3) reports are issued during the contract period, the City will have the right to place the Contractor on thirty (30) days' notice of contract cancellation. Failure of the Contractor to meet seventy-five percent (75%) of the contractual Street Sweeping Services standards for a successive two (2) month time period will place the Contractor on thirty (30) day probation. The City may cancel the contract with thirty (30) days' notice if the service requirements are not met during the probation period. L. Payment for Street Sweeping Services shall be based upon the total number of miles swept (curbed and/or uncurbed). The miles shall be calculated to the nearest one -tenth (1/10) of a mile. The Contractor must invoice the City on a monthly basis by submitting the form listing the streets swept. This form must be attached to the invoice of the Contractor and be approved by the Stormwater Engineer or his designee. Sample of the form is attached to this Bid as Exhig^. Charges for sweeping should clearly be identified: curbed, uncurbed and contingent. M. During parking lot cleaning operations, the Contractor shall adjust and straighten bumper blocks. When broken and/or defective units are noted that are in such condition as to Possibly cause damage to motor vehicles or injury to the public, such conditions must be reported to the Public Works representative. In extreme cases, the Contractor shall remove and dispose of this block, insuring that the Public Works Department is immediately notified of this action. N. During parking lot cleaning, the cleaning of areas under or adjacent to parked cars may be accomplished with hand held or backpack type blowers. This operation must be completed before areas adjacent to this activity have been cleaned, as to insure this debris is picked up during the course of cleaning this lot. This debris shall not be blown into adjacent parking lots or into the street, unless these areas are scheduletJ for cleaning during the course of the same workday. 0. The cost(s) shall remain firm for the initial two (2) year contract term. Costs for any extension term shall be subject to adjustment only if increases occur in the industry. Such increases shall not exceed 5% or, whichever is greater, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI-U) as published by the Bureau of Labor Statistics, U.S. Department of Labor. The yearly increase or decrease, in the CPI shall be the latest index published and available ninety (90) days prior to the end of the contract year then in effect compared to the index for the comparable month one year prior. Any requested cost increase should be fully documented and submitted to the CITY at least ninety (90) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or the industry costs decline, the CITY shall receive, from the Contractor, a reduction in costs, in accordance with the terms and conditions for adjustments detailed above. 11 EXHIBIT "A" 01. • C� The following represents the list of streets to be swept: Curbed Public City Roadways: 1. Frequency: _1.1 Twice per month: From April 1 through November 30, 1.2 Once per month: From December 1 through March 31, 1.3 Exception: - Southgate Boulevard swept once per month 2. List: Only medians require sweeping: - 2.1 NW 84 Terrace from NW 61 Street to Lagos de Campo 2.2 NW 84 Terrace, Lagos de Campo to NW 88th Avenue 2.3 NW 80 Avenue from McNab Road to NW 81 Street to NW 88 Avenue 2.4 NW 75 Street from Pine Island Road to NW 80 Avenue 2.5 NW 70 Street from Pine Island Road to NW 80 Avenue 2.6 NW 77th Street from Pine Island Road to Nob Hill Road 2.7 NW 78 Street from University Drive to NW 80 Avenue 2.8 NW 82 Street from University Drive to NW 80 Avenue 2.9 McNab Road from Pine Island Road west 2.10 NW 64 Avenue from canal to NW 57 Street 2.11 Sabal Palm Boulevard from Rock Island Road to Bailey Road 2.12 Boulevards Subdivision - NW 54 Street, NW 55 Street, NW 27 Avenue, NW 26 Avenue 2.13 NW 57 Street from NW 64 Avenue to NW 94 Avenue 2.14 NW 75 Street, Greenbrier Subdivision - NW 75 Avenue to NW 73 Terrace 2.15 NW 108 Terrace from NW 80 Street to McNab Road 2.16 Lagos de Campo from McNab Road to 1st median south 0.2 miles 0.4 miles 3.4 miles 1.4 miles 1.4 miles 1.6 -iiles 0.8 miles 0.8 miles 1.2 miles 0.2 miles 1.0 miles 6.0 miles 4.4 miles 0.4 miles 3.25 miles 0.3 miles 12 Only one side requires sweeping: . 2.18 NW 56 Street from Guava to White Oak Drive 4.0 miles 2.19 NW 57 Street from NW 29 Terrace to NW 25 Terrace 0.3 miles Only medians and curbs at the entrance require sweeping: 2.20 Woodlands Boulevard 2.0 miles All sides require sweeping: 2.21 Southgate Boulevard 13.2 miles Total of all curbed areas 46.25 miles 3. Schedule: Contractor will set his sweeping schedule in accordance with City designee as to be on specific days of the month (i.e. second and fourth Thursdays of each month). II. Uncurbed Public City Roadways_ 0 1. Frequency: • Three times per year (once every 4 months), both sides of the roadway. 2. Schedule: Sweeping should be scheduled during the months of October, February and June. The total uncurbed areas amount to 225 miles. The Contractor shall give at least one -week's notice in writing specifying date and time prior to commencing sweeping of these areas. 13 0 EXHIBIT "B" STREET SWEEPING COMPLETION FORM Dat 199 Inspected by: Linea Com letio Date I Curbed Areas miles Y N mnVddtyy Approval/Comments 1 NW 84 Ter. From 61 St. to Lagos de Campo 0.20 2 NW 84 Ter. From Lagos de Campo to NW 88 Ave. 0.40 3 4 NW 80 Ave. from McNab Rd. to NW 81 St. to 88 A NW 75 Street from Pine Island Rd. to NW 80 Ave. 3.40 1.40 5 NW 70 Street from Pine Island Rd. to NW 80 Ave. 1.40 B NW 77 Street from Pine Island Rd. to Nob Hill Rd, 1.60 7 NW 78 Street from University Dr. to NW 80 Ave. 0.80 8 NW 82 Street from Univers dr. to NW 80 Ave. 0.80 9 McNab Rd, from Pine Island Rd. west 1.20 10 NW 64 Avenue from canal to NW 57 Street 0.20 11 Sabal Palm Boulevard From Rock Island Rd. to Bail 1.00 Blvds NW 54 St., NW 55 St., NW 27 Ave., NW 2 6.00 NW 57 St. from NW 64 Ave. to NW 94 Ave. 4.40 14 NW 75 Street, Greenbrier Sub. -NW 75 Ave. to NW 0.40 15 NW 108 Ter. From 80 St. to McNab Rd. 3.25 16 La os de Cam from McNab Rd. to 1st median so 0.30 17 NW 56 St. from Guava to White Oak Dr. 4.00 18 NW 57 St. from NW 29 Ter. to NW 25 Ter. 0.30 19 Woodlands Boulevards 2.00 20 Southgate Boulevard 13.20 Total 46.25' � •: �• •,. `:c • . II Uncurbed Areas 225 Y;xt`{Y:::• : :fix +h$..: ::i?4ii:-'.•:a: • .......... ........... .. .:: ,}tiff; :.... ... //�, "•YYS :.::....:..ny`}:nYY zxxzr : ••.-x.>:::::::..:::...::.:Y' :.::.zz:•-:x:�:.:.: •:..•..••: •..., :.:::::::::::::.:::; �xi:i `{ �i$i}Y : `$' `Y^` {�:.'^} Kk �` �" Z �2YJ,�G',�x:,4:{��`••�..�2 ,"•: III arena Contin ent 9 ^titz :••#F•:. <' ??' �#:�zY: F•;`:}; r s...:•>?r>.-;,>:.:Y .. �ii 4�:'•Y'• i :: x:2 i :; • } ,-.:: y.::. m4.YY.Y'-x:xyr. •,••.,y`:..n,,,,:y,•.ym :,wxx4x v xr:y:•y + t,. ,; �•.::,i?Fti':::}:i::i:ck}:in`k:::>:Y y�...:.n:.�x.;ky«.y :. .t: n....�.• i..x •n•�+a.•:-..�:.k�Lmi,. xrc, �'•:.>:3��?y,: :a,... ,.t.« .: � c, ,,..�;;: � ,Y .,;�,,, .:.•�.R.`:E•'.?:fit.:. ?*.s:.•^?}3�?»a�:E: �:•^::'"�?><.r#:;=»;�'£'t��axn:x<r,.t>;'��„�`,`w .vz#z>;aiae��i?: 1 lCity Hall 3r 2 Broward Sheriffs Office 3 Public Works Complex 4 Utilities Complex; 5 Fire Station 1 fz 6 Fire Station 2 ??# 7 Water Treatment Plant' Sweeping street list.xls 14