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