Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-060February 23, 1998 - Temp Reso #8157 1 Revision #1 -- March 5, 1998 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO R-98- C, d A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING A CONTRACT FOR LOT CUTTING AND RELATED SERVICES TO JACKSON'S LAWN SERVICE; AS SUCCESSFUL BIDDERS OF BID-98-058; CASE NO. 4-MI-98; 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 abandon 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 Bids, #98-05B, was published on January 18 and 25, 1998; and WHEREAS, funding is available in the General Fund for said purposes; and WHEREAS, bids were tabulated by the Evaluation Committee, consisting of the Purchasing/Contacts Manager, Senior Buyer, and Buyer, based on prices submitted on the Bid Form, contained within Bid 98-05B,which defined prices for specific services to be rendered upon request; and 1 February 23, 1998 - Temp Reso #8157 2 Revision #1 - March 5, 1998 WHEREAS, the bid tabulations are as follows; and DESCRIPTION (prices per unit) UNIT GREEN ACRES JACKSON'S LAWN SERVICES GARDEN OF LOVE NURSERY A & D LANDSCAPE Lot Cutting -improved Property 100 sq. ft. $ 1.00 $ 0.11 $ 1.00 $ 22.00 Lot Cutting -Vacant Land 100 sq. ft. $ 0.30 $ 0.15 $ 0.30 $ 22.00 Debris Removal Cu. Yd. $ 0.23 $ 30.00 $ 25.00 $ 45.00 Hedge Trimming Linear Foot $ 1.00 $ 0.10 $ 0.70 $ 8.00 Pool Shock Treatment $ 50.00 $ 35.00 $ 25.00 Upon Request Board Up Of Vacant Abandon Properties Sq. ft. $ 2.50 $ 0.75 $ 2.00 18.50 WHEREAS, Green Acres, Jackson's Lawn Services, Garden of Love Nursery, and A & D Landscape were the only bids received and opened on February 5, 1998; and WHEREAS, Jackson's Lawn Services was the most responsive bidder for such services, pursuant to his Bid submittal for Bid #98-05B, incorporated as Exhibit "A"; and WHEREAS, the Code Enforcement Manager and the Senior Buyer recommends Jackson's Lawn Services as the most responsible and responsive bidder to provide contractual services for the City; and WHEREAS, the Director of Community Development recommends approval of Jackson's Lawn Services to provide contractual services within the City of Tamarac; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best of the citizens and residents of the City of Tamarac to award the contract for lot cutting and related services. 1 1 1 1 February 23, 1998 - Temp Reso #8157 3 Revision #1 - March 5, 1998 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: That the award of a contract with Jackson's Lawn Services for lot cutting and related services is hereby approved and that all appropriate officials are authorized to execute the contract between the City of Tamarac and Jackson's Lawn Service (attached hereto and incorporated herein as Exhibit "B" for the initial contract period beginning on the date executed and ending on September 30, 1998 with options for two (2) additional one (1) year periods SECTION 3: All resolutions or parts of resolution 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 of this Resolution. IJ 1 SECTION 5: passage and adopted. February 23, 1998 --- Temp Reso #8157 4 Revision #1 — March 5, 1998 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this // day of 7&tj , 1998. ATTEST: ace PATRICIA MARCURIO ASSISTANT CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form/ CITY ATTORN OC9-0- - JOE SCHREIBER'.- MAYOR - RECORD OF COMMISSI MAYOR SCHREIBER DISTII: COMM. McKAYE DIST 2: WM MISHKIN DIST 3: COMM. SULTANOF DIST 4; C E T City of Tamarac Finance Department 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1310 - Facsimile (954) 724-1321 Stanley D. Hawthorne Director of Finance INVITATION TO BID BID NO. 98-05 B 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 Februa 4 1998 at 2:00 .m., at which time bids will be publicly opened and announced for: LOT CUTTING 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- 05 B, LOT CUTTING SERVICES opening, February 4 1998 at 2:00 .m." 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, 01/18/98 Sunday, 01 /25/98 40 \\DEC ALPHA oNE\UU PURGHASL\1998 810\98-05Mot cutting bid spec.doc 1 TEMP RESO #8157 EXHIBIT "A" TO THE CONTRA OF TAMARAC & JACKSON SB AWN SERVICE ETWEEN THE CITY E4ual Opoortunity Employer City of Tamarac Finance Department 7525 NN, 88th Avenue. Tamarac, Florida 33321-2401 Telephone, (954) 724.1310 a Facsimile (954) 72d-1371 Stanley D. Howthor i� Dlrector of Finance: January 12,1998 ADDENDUM 01 BID NO.98-05B LOT CUTTING SERVICES This addendum changes or clarifies the following information included in the bid specifications of the ahave referenced bid: 'The bid opening date has been changed from Wednesday, February 4,1998 to 'Thursday, February 5, 1998 at 2:00 p.m. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. A44r- Lynda "SFIu4P Purchasing & Contracts Manager Please sign and include this page as part of your bid submittal. thoriz: Si ature Company Name -40 INSTRUCTIONS TO BIDDERS BID NO. 98-OSB LOT CUTTING 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: Wednesday,February 4 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 Bidders 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 Bidders 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. Bid/98-05BAot cutting bid spec.doc 2 1. BONDING: Not applicable for this bid. 0 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. r I L 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 Dr 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 will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, 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. 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. Bidl98-05BAot cutting bid spec.doc 3 8. 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. 9. 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. 10. 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. 11. 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. 12. 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. 13. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 14. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the 8id/98-05811ot cutting bid spec.doc 4 • r� expense of bid preparation and/or presentation. 15. 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. 16.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such produLt(s) as specified. 17. 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, Worker's Compensation Insurance, Unemployment Insurance, Contractor3s 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 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 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 and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: GENERAL LIABILITY Comprehensive Premises -operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors PER OCCURRENCE AGGREGATE $1, 000, 000 $2, 000, 000 Bid/98-058/lot cutting bid spec.dce 5 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; 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. 18. 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 attomeys' 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. 19. 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 isand/or the Technical specifications shall prevail. Bid/98-058Aot cutting bid spec.doc rn The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 20. 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 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. 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 replaced in equal or better condition at no additional cost to the City. The contractor shall use all means to protect 9id/98-05BAot cutting bid spec.doc rl existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the contractor shall immediately contact the City's Community Development Department by telephone (954) 724-1290 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). 5. PAYMENT: Payment will be made after project has been completed, accepted, and properly 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 pay all invoices after receipt. written request to the City to place the release of the Performance Bond on the City Commission Agenda, thereby beginning the one-year warranty period. 6. CONTRACT DOCUMENTS: In addition to the agreement, 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 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. Bid/98-05BAot cutting bid spec.doc 0 TECHNICAL SPECIFICATIONS LOT CUTTING SERVICES BID NUMBER 98-05B 1. Lot Cutting — improved property, shall include weedwacking and edging, finely mulching cut grass or removal. Lot cutting will be calculated in 100 square foot increments. Property to be left in a neat and tidy condition. Lot Cutting — vacant land — shall include weedwacking and edging, mulching cut grass. Lot cutting will be calculated in 100 square foot increments. Property to be left in a neat and tidy condition. 2. Debris Removal — to be removed from the property, receipt for disposal at appropriate disposal facility shall be attached to invoice. Price shall be calculated at cubic yards or fractions of cubic yards 3. Hedge Trimming — when requested, shall be bid by linear feet 4. Pool — shock treatment 0 5. Board up of vacant, abandoned properties — shall be bid at a square footage rate. • City's history: In the past 12 months the city has utilized a contractor to: Mow fifteen (1 5)-improved properties — overall parcel size 7,500 square feet. Mow four (4) vacant lots -- the parcels overall square footages ranged between 30,000 to 272,076 square feet. One (1) board up was requested Five (5) pool shock treatments were requested. Work orders from code enforcement will detail the approximate square footage, cubic yards of debris, and linear footage of hedge trimming required at a site. BW98-05BAA cutting bid spec.doc M m • COMPANY NAME: (Please Print):_ Phone(Clsy) '�62-.z?6. S Fax: --NOTICE— BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. 3. Sign the CERTIFICATION 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") N/A 7. Include WARRANTY Information, if required. 8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. t ✓ 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. 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. 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. Bid/98-05B/lot cutting bid spec.dx TEMP RESO #8157 10 • ATTACHMENT "A" BID FORM LOT CUTTING SERVICES - BID NUMBER 98-0BB To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. t Description - Unit Price Per Unit Lot Cutting - Improved Pro a 100 s . ft. $ Lot Cuffing - Vacant Land 100 s . ft. Debris Removal Cu, d. $ �v Hed a Trimming Linear foot $ / -0/ Pool Shock treatment - yt $ 3S " Board Up Of Vacant - Abandoned Properties S . ft. $ 754 The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have gxamined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. ,Jct( �-sgA LC Company Name ;-/�o S w S C. Address f�c//,c,j F1 33c..23 City, 8Ye, ZIP Contractor's License Number uthoriz Fd Sir nature Typed/P nted Name Tele hone & Fax Number ; �:f is — 3�yY Federal Tax ID# Bid/98-05BAot cutting bid spec.doc 11 • ATTACHMENT "A" continued Bidders Name: c /, o� 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: IVCf 3Q Delivery/completion: - calendar days after receipt of Purchase Order NOTE: To be considered eligibhe 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. r Bid/98-05BAot cutting bid spec.doc 12 ATTACHMENT "A" continued Bidder's Name: 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 k % Variance Section Variance 11 Section Variance Section Variance Attach additional sheets if necessary. • N i !4 Bid/98-05BAot cutting bid spec.doc 13 ATTACHMENT 411319 NON -COLLUSIVE AFFIDAVIT State of ROA /P A- ) )ss. County of M v j —b r, Idd '""12 J h<JC-5-d�) - _ being first duly sworn, deposes and says that: # "'-- he is the 190S PAE'T"J (Owner, Partner, Tfficer, Representative or Agent) of -:: 1:�S 0 0 4 LA:!!:! Cc-& the Bidder that has submitted the attached Bid; (2) (9she is fully informed Tespecting 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 affiant, 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 irthe prese7ce of: Witness `Witne�� BA� C A�' Printed �Iame) 13id/98-05BAot cutting bid spec.doc 1iE.1 � -I 0 is ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of )Ss. County of m,*,,i BEFORE ME, the undeCsigned authority, personally appeared 't - J A-c k,-� o tl 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 -:J-G&fWtJ-/ FA-cP----5QA executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this day of e f NOTARY BLIC, State of OsWdja ;kk �,4 Jo 48 At, _ !?� 1AISS10" # C.0 998 OM C (signature of uV1fi%,W~�P,"6Y-Type AX as commissidN;-# VIPersonally known to me or Produced identification Type of I.D. Produced JOSEPH F AKONI # CC 348660 P; COMMISSION DID take an oath, or DID NOT take an oath. A� EXPI RES MAR 18, 1998 "If NDEDTHAU ATLANT81COSONDING CO., INC. Bid/98-058/lot cufting bid spec.doc 15 r- I L ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(l), the undersigned, h ' ereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We(l) certify that we(l) 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 0 PARTNERSHIP 12Z CORPORATION C3 -OTHER 0 IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE. J6L C //Ls c) ^� AUTHORIZYD SIGNATURE (PRINTED OR TYPED) P"C's I do A - TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAMEJ Ct C k's 0 S , So-,- C, ( C ADDRESS: / r CITY: S TATE: t_111.- zip: -3?, TELEPHONE NO.: 0?5-0 2. -2? ig? FAX NO.: CONTACT PERSON: J o 4 &./ 4 �) _ , /(, o ___/ 16 BUGS-05B/Iot cutting bid spec.doc ATTACHMENT 64DIl BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter Name of Company:lr- k s'c�jls Lauj�j Scrlut�e_ Address: S L&) "o 9 �g R Street city / State Zip Telephone No. d514 Fax No. How many years has your organization been in business under its present name?. years i6- if Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Llt4 Under what former names has your business operated? At what address was that business located? Are you Certified? Yes 0 No M"-If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes 0' No 13 If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes 13 No 0 If Yes, explain: N hci Are you a sales representative 13 distributor E3 broker 0 or manufacturer 0 of the commodities/services bid upon? �j jp % t Have you ever received a contract purchase order from the City of Tamarac or other governmental entity? Yes 0 No P If yes, explain (date, service/proy'e , bid title, etc)-4, ct jjt�,4,d, 00"V6 mr"".'L'4 4 1 a %--, 7-, e , I -) t &- �; j, 0- e, -, j 4- , L L, � - j Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes 0 No [Zr-lf yes, explain: Have you ever �ffen debarred or suspended from doing business with any governmental entity? Yes 0 No CT' if yes, explain: �j / 4� Bid/98-�DHjlot cuding bid spec.doc 17 0 11 ATTACHMENT "Ely REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: A ency/Firm Name: ?I0C4-1Uj,-k COIL Address IQ I '. LZ I A uc- City/State/Zip F��- L-J,J� 1, Phone: *3�:17- 6s-Let Fax: Cont ct a 7; r,, Agen /Firm Name. 5a L 1, t - 0. it S. e- Address J��o 7.qI.,,J te City/State/Zip F7( 3-331 Lj Phone: -�5 Q - (,4 3(- Fax: Contact ae-!-" , Lea J, �. (e Agency/Firm Name: Addressi5--�-S- City/State/Zip,Q,L&/,a �7( Phone: 3 5ct -31. i,!5� Fax: Contact J oL m � 7k 0 A� Agency/Firm Name: Ad ess -I-q-q N City/State/Zip e2- -3';Ig Y Phone: 6 5-S-i -7r- Fax: Contact- L-ar-�4z 7, kllz YOUR COMPANY NAME ADDRESS 5'1 ---k c) At /Firm Name: Address: Lj, I qj M "La, � a e-1 -0 2 City/State/Zip_j�,>Il,fe.,,./�>od F( Phone: !W-69YI Fax: Contact: I. A Cpency/Firm Name: s4u cllr, Address: IV vc City/State/Zip OA,�("j ?A, A 9 3333 V Phone: 541y Fax: Con t: melc4 Ayncy/Firm Name: X C LQUCL4=r,--,,L Yvr-- Address: 52 G / -Z -- City/State/Zip&&,JL rl 321,� 't Phond.30-5-N4-/232- Fax: Cont.jct:-�,c,�,, �4 C3 A en Firm Name: '04'. .1 /L�11 41 1 4 S Address: City/State/Zip��a//a,vJ4/, L-Z S-?60'� Phone: 415 V- s, LFax: -77---T Contact: A-) z (z cc,,, 5a r - V t PHONE: FAX: 8id9j8-0513Aot cuffing bid spec.doc WE 0 ATTACHMENT '$Fop VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification vAth 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, 1.991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses vAth 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 R has implemented a drug -free workplace program shall be given prefereAce in -the award process. Established procedures for processing be 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 business0s policy of maintaining a drug -free workplace, any available drug counseling, rehabillitation, 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 servicqs that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee -who is so convicted. 6. 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. Au�orfod Signature Company Name Bid/98-05BAot cutting bid spec.doc 19 0 ATTACHMENT G 0 AGREEMENT THIS AGREEMENT is entered into on, 1998, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88h Avenue, Tamarac, Florida 33321 ( hereinafter "City") and a Florida corporation with principal offices located at (hereinafter "Contractor"). for the located at __—, Tamarac, Florida 33321. 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 Lot Cutting Services consistent with the terms and conditions in -the Invitation -to Bid, Instructions to Bidders, Special Conditions, and Technical Specifications of City of Tamarac Bid #98-05B attached hereto as Exhibit A and incorporated herein as if set forth in full, for an amount not to exceed$ Au_.o-_d 11 Aj Any provision in this agreement that is prohibited or unenforceable i jurisdiction shall as to such jurisdiction, be ineffecti.ve -to the extent of such -or unenforceability without invalidating the remaining provisions hereof or validity or enforceablity of such provisions in any other jurisdiction. This Agreement and attached Exhibit A consqtute the entire agreement between the City and the Contractor. t B1 =1811ot cutting bid spec.doc Pit, 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 execute same. , through its , duly authorized to ATTEST: #.55 r1l City Clerk Date: r-- ] L ATTEST: Corporate Secretary 21 CITY 0 TAMARAC F By: oe Schreiber, Mayor Date: 44 92? SYL: Robert S. Noe Jr., City Maniger— Z r4r, - - - I Z- Approved as to form and lega sufficiency: BY: Mitchell S --. P&afi, J%pf Attorney -:j-A-LKS,o t45 L A-wj Sgc� u i uCS Company Name By: �a ---, (Presid—e Dat Bid/98-051311ot aMing bid spec.doc 0 0 AGREEMENT BETWEEN THE CITY OF TAMARAC AND JACKSON LAWN SERVICE THIS AGREEMENT is entered into on march �.1. 1998 . 1998, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88 1h Avenue, Tamarac, Florida 33321 ( hereinafter "City") and Jackson Lawn Service, a Florida partnership with principal offices located at 5120 S.W. 23 rd Street, Hollywood, FL 33023 , (hereinafter "Contractor"), for Lot Cutting and related services located at various sites throughout the City of Tamarac, Florida 33321. 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 Lot Cutting Services consistent with the terms and conditiors in the Invitation to Bid, Instructions to Bidders, Special Conditions, Technical Specifications of City of Tamarac Bid #98-05B and the Contractor's proposal, attached hereto as Exhibit A and incorporated herein as if set forth in full, for an amount not to exceed $ 8,000.00. Unit prices shall be as noted in Contractor's proposal. The term of this agreement shall commence on the date entered above and expire September 30, 1998. The City shall have the right to extend this agreement for a period of three (3) years, in one (1) year increments, and shall notify Contractor within thirty (30) days of the expiration date of any intent to extend this agreement. 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 enforceablity of such provisions in any other jurisdiction. 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. This Agreement and attached Exhibit A constitute the entire agreement between the City and the Contractor. TEMP RESO #8157 UA1998 80\98-OWContract.doc EXHIBIT B 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 Jackson's Lawn Service through its President duly authorized to execute same. ATTEST: Ass't City Clerk Patricia Marcurio 0 Date: - March 11. 1998 .10 ATTEST: Corporate Secretary C71TY TAM C By: J J06 S o6 Schreiber, Mayor' Date: March '1111998 BY11—It Robert S. Noe Jr. City Maniger Date; U9741 BY: March 1-1, 1998 to form and lega ufficiency: 11 S. Krift, Oi4/Attorney Jackson Lawn Service Company Name By: President Date: 0 UA1998 BID\98-05MContract.doc 2