HomeMy WebLinkAboutCity of Tamarac Resolution R-98-084Temp. Reso. #8155
Page 1
February 17, 1998
Revision 1: March 2, 1998
Revision 2: March 17,1998
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-98 - �
A RESOLUTION BY THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID
NO. 98-08B TO CLEANING SYSTEMS, INC., FOR
JANITORIAL SERVICES; AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE AN
AGREEMENT WITH CLEANING SYSTEMS, INC.;
AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT
NOT TO EXCEED $74,700; APPROVING A BUDGET
TRANSFER OF $34,800 WITHIN THE GENERAL FUND;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the Public Works Administration, after extensive review and cost
benefit analysis, has determined that janitorial services would be better provided by the
private sector; and
WHEREAS, the City of Tamarac publicly advertised Bid No. 98-08B for janitorial
services; and
WHEREAS, on February 5, 1998, two (2) bids were opened and reviewed in order
to determine cost and responsiveness to the City's technical specifications; and
WHEREAS, Sackel Services Corp. offered a bid price of $125,242 and Cleaning
Systems, Inc. offered a bid price of $113,700 for providing janitorial services to all City
facilities; and
WHEREAS, Cleaning Systems, Inc., submitted the lowest responsive and
Temp. Reso. #8155
Page 2
February 17, 1998
Revision 1: March 2, 1998
Revision 2: March 17,1998
responsible bid proposal for providing janitorial services to all City owned facilities; and
WHEREAS, the Technical Specifications of Bid #98-08B allows the City, at its own
discretion, to provide contracted janitorial services to any City owned facility, any
combination of City owned facilities, or all City owned facilities; and
WHEREAS, the lowest responsive bidder, Cleaning Systems, Inc., has agreed to
provide janitorial services, pursuant to the Terms & Conditions, Special Conditions, and
Technical Specifications of Bid #98-08B to City Hall, the Broward Sheriffs Office, the Water
Treatment Plant, and Fire Station #1 for an amount not to exceed $74,700; and
WHEREAS, the lowest responsive bidder, Cleaning Systems, Inc. has agreed to
provide janitorial services to additional City facilities upon thirty (30) days written notice
from the City and pursuant to the Terms and Conditions, Special Conditions, Technical
Specifications of Bid #98-0813; and
WHEREAS, the Fiscal Year 1998 Budget authorized a reduction to the Public
Works Personnel Complement of two (2) Maintenance Worker I positions and authorized
funding for contractual janitorial services for City Hall; and
WHEREAS, based upon a Maintenance Worker I vacancy created as a result of
early retirement, a cost savings on janitorial supplies, and availability of funding, the City
is able to extend contractual janitorial services to the Broward Sherifrs Office, the Water
Treatment Plant, and Fire Station #1, a tabulation of funding sources is attached hereto as
EXHIBIT "3"; and
1
Temp. Reso. #8155
Page 3
February 17, 1998
Revision 1: March 2, 1998
Revision 2: March 17,1998
WHEREAS, available funds exist in the General Fund budget and Fire Rescue Fund
budget for said purpose; and
WHEREAS, the Maintenance Worker I position, vacated as a result of early
retirement, will remain vacant and the Public Works Department shall recommend the
elimination of said position in the Fiscal Year 1999 Budget; and
WHEREAS, the Public Works Director, Public Works Operations Manager, and
Purchasing and Contracts Manager recommend that the City utilize Cleaning Systems,
Inc., for contract janitorial services; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac that janitorial services
be provided contractually by Cleaning Systems, Inc.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and
confirmed as being true and correct and are HEREBY made a specific part of this
Resolution upon adoption hereof.
SECTION 2: The award of Bid #98-08B to Cleaning Systems, Inc., is
HEREBY modified and approved for an amount not to exceed $74,700, a copy of the Bid
Tabulation being hereto attached as Exhibit 1".
1
1
Temp. Reso. #8155
Page 4
February 17, 1998
Revision 1: March 2, 1998
Revision 2: March 17,1998
SECTION 3: That the appropriate City Officials are HEREBY authorized to
execute an agreement with Cleaning Systems, Inc., a copy of said Agreement being hereto
attached as Exhibit "2".
SECTION 4: That a budget transfer in the amount of $22,900 from General
Fund account entitled "Regular Salaries" and $11,900 from General Fund account entitled
"Supplies -Janitorial" to General Fund account entitled "Custodial Services" is HEREBY
approved for correct accounting purposes.
SECTION 5: That an annual total expenditure in an amount not to exceed
$70,800 is HEREBY authorized from within the General Fund and an amount not to
exceed $3,900 is HEREBY authorized from the Fire Rescue Fund, for an annual total
expenditure not to exceed $74,700.
SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are
HEREBY repealed to the extent of such conflict.
SECTION 7: If any provision of this Resolution or the application thereof to
any person or circumstance is held invalid, such invalidity shall not affect other provisions
or applications of this Resolution that can be given effect without the invalid provision or
application, and to this end the provisions of this Resolution are declared to be severable.
SECTION 8: This Resolution shall become effective immediately upon its
passage and adoption.
1
Ll
PASSED, ADOPTED AND APPROVED this 9-5
ATTEST:
CAROL OLD, CMC/AAE
CITY CLERK
I HEREBY CERTIFY that I
agovved this RESOLUTION as to form.
MITCHELL S. KRW
CITY ATTORNEY
Temp. Reso. #8155
Page 5
February 17, 1998
Revision 1: March 2, 1998
Revision 2: March 17,1998
day of Wwe'4998.
-A5-e-. -
JOE SCHREIBER
MAYOR
RECORD OF COMMISS
MAYOR SCHREIBER le
DIST 1: COMM. McKAYE A
DIST 2: V/M MISHKIN
DIST 3: COMM. SULTANOF
DIST 4: COMM. ROBERTS
VOTE
161:1mlill T1111
EXHIBIT "1"
Temp Reso #8155
•
�J
JANITORIAL SERVICES
BID TABULATIONS
LOCATION
SACKEL
SERVICE CORP
CLEANING
SYSTEMS, INC.
Tamarac Municipal Com lex(Cit Hall)
$
34,895,00
$
42,000.00
Broward Sheriffs office
$
22,870.00
$
21,600.00
Recreational Center
$
10,918.00
$
6,000.00
Multipurpose Center
$
11,940.00
$
10,200.00
Public Works Building
$
10,740.00
$
9,000.00
Utilities Buildin
$
11,940.00
$
10,800.00
Water Treatment Plant
$
8,384.00
$
7,200.00
Fire Station #1
$
7,140.00
$
3,900.00
Fire Station #2
$
6,415.00
$
3,000.00
TOTAL
$
125,242.00
$
- 113,700.00
SPECIAL EVENTS (price per square foot)
Spra buff of resilient floors
$
0.05
$
0.05
Floor stripping, waxing & sealing
$
0.18
$
0.10
Carpet shampooing bonnet method
$
0.12
$
0.05
Carpet shampooing extraction method)
$
0.07
$
0.08
Furniture o!!shin
$
0.15
$
0.02
Upholstery shampooing
$
0.18
$
0.05
Glass cleaning
$
0.03
$
0.01
Pressure cleaning
$
0.03
$
0.05
EXHIBIT "2"
Temp Reso #8155
•
•
•
JANITORIAL SERVICES CONTRACT
BETWEEN THE CITY OF TAMARAC
AND CLEANING SYSTEMS, INC.
THIS AGREEMENT made this 25 day of March, 1998, by and between the
CITY OF TAMARAC (hereinafter called CITY) and Cleaning Systems, Inc.
(hereinafter called the CONTRACTOR).
►UTA1`►l*Sy41:a
The CITY and the CONTRACTOR in consideration of the mutual covenants
hereinafter set forth, agree as follows:
w
1. The undersigned CONTRACTOR hereby represents that he has carefully
examined the Bid Specifications and all Contract documents, and will perform the
contractual requirements pursuant to all covenants and conditions. The
CONTRACTOR agrees to comply with the requirements of the specifications contained
in the Invitation to Bid.
2. The CONTRACTOR, as evidenced by the execution of this contract,
acknowledges that he/she has examined the physical characteristics of the job
requirements.
The CONTRACTOR further acknowledges that the bid price includes all costs
and expenses and is the total compensation required to be paid by the CITY for the
satisfactory completion of the contract requirements.
3. The contract between the CITY and the CONTRACTOR include the
following documents which are attached hereto and incorporated herein by reference of
the following:
KoUfff, Qt•Si!Z•loaf T1I=IkqI1
This Contract
Invitation to Bid, except as modified by this Contract
Addendum No. 3
PAGE NUMBER/S
1 through 4, inclusive
1 through 26, inclusive
1 through 2, inclusive
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
Any -Modifications, including Change Orders, duly delivered after execution of this
Agreement.
Nothwithstanding the above, this contract allows and obligates the Contractor to initially perform
services only in connection with the Tamarac Municipal Complex (City Hall), the Broward
Sheriff's Office Building, both located at 7525 NW 88th Avenue, Tamarac, FL, Fire Station
No.1 located at 7501 NW 88th Avenue, Tamarac, FL, and the Water Treatment Plant, located at
7503 NW 61" Street, Tamarac, FL, at_the fixed prices noted on Attachment A, page 17. All other
facilities noted on Attachment A are listed in the event the CITY desires to have CONTRACTOR
perform services at those locations sometime during the term of this Contract. In the event the
CITY desires CONTRACTOR to perform such services at said facilities, the CITY shall provide
written notice to CONTRACTOR. Upon receiving written notice CONTRACTOR shall provide
such services at the fixed prices listed on Attachment A.
4. The term of this contract shall commence on the date entered above and
expire two years from that date. CITY shall notify CONTRACTOR within 30 days of the
expiration date of its intent to extend the contract.
5. Whenever either party desires or is required under this Agreement to give
notice to any other party, it must be give by written notice, sent by registered
United States mail, with return receipt requested, addressed to the party for
whom it is intended at the following addresses.
CITY
Robert S. Noe Jr.
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to the City Attorney at the same address.
CONTRACTOR
10 Jame
s Fischer
President
Cleaning Systems, Inc
2
ORIGINAL EXHIBIT "2"
Temp Reso #8155
•
7857 W. Sample Road, Suite 154
Coral Springs, FL 33065
6. The CONTRACTOR shall not, without prior written consent of the CITY,
assign any portion of its interest under this contract and, specifically, the
CONTRACTOR shall not assign any moneys due or to become due without the prior
- written consent of the CITY.
7. The CITY and the CONTRACTOR each binds themselves, their partners,
successors, assigns and legal representatives to the other party hereto in respect to all
covenants, agreements and obligations contained in the contract documents.
8. The contract documents constitute the entire agreement between the
CITY and the CONTRACTOR and may only be altered, amended or repealed by a
duly executed written instrument.
9. This Agreement shall be governed by the laws of the State of Florida as are now
and herinafter in force. The venue for actions arising out of this Agreement is fixed in
Broward County, Florida.
(THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY)
t,
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
0
IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the
day and year first above written.
ATTES
City Clerk - Ca o Gold
Appp'vie'y as to For
ity Att y-Mitchell aft
WITNESS:
!;c N C- !YM . I<
(Print or Type Name)
(Print or Type Name)
CITY OF TAMARAC, FLORIDA
By:
ber, Mayor
Robert S. Noe Jr., City Manag r
nt or Type Name and Title)
ORIGINAL EXHIBIT "2"
Temp Reso #8155
•
�J
CORPORATE ACKNOWLEDGEMENT
STATE OF � �^
COUNTY OF
The foregoing instrument was acknowledged before me this day of
1998 by A K4f-!> name of
officer or agent, title of officer or agent) of K-)
(name of corporation acknowledging), a (state or
place of incorporation) corporation, on behalf of the corporation. He is personally
known to me
identification and did (did not) take an oath.
�"Oy %�k Sandra Ded_•-.
.* * My commis,
Expires W,
$`"Fft
^Z,, sands DeJesus
* My Commrsswn CC628M
,y ar Expires March 09, 2001
(type of identification) as
Signatur,p,i6f Notary Public — State
of rids
Print, Type or Stamp Name of Notary
Public
' ORIGINAL
EXHIBIT "T
Temp Reso #8155
K]
REQUEST FOR BIDS
��oF TgMq�
JANITORIAL SERVICES
BID 98-08B
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMARAC, FLORIDA 33321-2401
•
W
City of Tamarac
Finance Department, Purchasing Division
7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401
Telephone: (954) 724-2450 Facsimile (954) 724-2408
Stanley D. Hawthorne I INVITATION TO BID
Director of Finance
BID NO.98-08B
•
EXHIBIT "2"
Temp Reso #8155
- _ 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, Wednesday, February 04 1998 at 2:00 .m., at
which time bids will be publicly opened and announced for:
JANITORIAL 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
fumished with the bid package and those submitted otherwise will not be considered
responsive. The submittal shall be plainly marked "Bid No. 98-08B JANITORIAL
SERVICES opening, February 04 1998 at 2:00 .m. ° on the outside of the envelope.
A Mandatory Pre -Bid Conference and facility walk-through will be held on Wednesday,
January 28, 1998 beginning at 10:00 a.m., in the Conference Room 4105, 7525 NW
88th Avenue, Tamarac, Florida.
A 5% bid bond must be submitted with each bid. A Performance Bond will be required
prior to execution of the contract.
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.
4LYn S. Flurry, CPPO
Purchasing and Contracts Manager
Publish Sun Sentinel: Sunday 01/18/98 & Sunday 01/25/98
U:1M bidW-068
Equoi Oppohunily Employer
ORIGINAL
EXHIBIT "T
Temp Reso #8155
•
INSTRUCTIONS TO BIDDERS
BID NO. 98-08B
JANITORIAL SERVICES
It is the intent of the City to award this bid to the lowest responsible and responsive bidder.
The City reserves the right to accept or reject any or all bids and to waive any informality
concerning the bids when such rejection or waiver is deemed to be in the best interest of
The City of Tamarac. The City reserves the right to award the bid on a split order basis,
lump sum or individual item basis unless otherwise stated.
GENERAL TERMS AND CONDITIONS
These general terms and conditions apply to all offers made to the City of Tamarac by all
prospective Bidders including but not limited to Request for Quotes, Request for Bids and
Request for Proposals. As such the words "bid" and "proposal" are used interchangeably
in reference to all offers submitted by prospective bidders.
1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's
Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on
Februa 04 1998 no later than 2:00 PM. At this time the bids will be opened, the
names of all Bidders will be announced and all bids shall be a matter of public record. All
Bidders and their representatives are invited to attend. The Bidder must show the bid
number, bid name, time and date of the bid opening on the outside of the sealed bid
package. Delivery of the sealed bids to the City Purchasing Office on or before the above
date is solely and strictly the responsibility of the Bidder. Late bids will be returned
unopened to the Bidder.
It is the Bidder's responsibility to familiarize himself/herself with the total scope of work
within this bid. Unless otherwise specified the Bidder must use the bid form furnished in
the bid packet. Bidders are required to state exactly what they intend to furnish to the City
via this Solicitation and must indicate any variances to the terms, conditions and
specifications of this bid, no matter how slight. If variations are not stated in the bid, it
shall be construed that the Bidder's bid fully complies with all conditions identified in this
bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies of the bid. The
ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal,
or Partner with the authority to bind the bidding company or firm by his/her signature. All
quotations must be typewritten or filled in with pen and ink. Bids having erasures or
corrections must be initialed in ink by the Bidder.
All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for
sixty days from the date of the bid opening unless otherwise stated by the City.
UA9W bid%8-o88
2
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
1. BONDING: An acceptable Bid Bond, Cashiers Check, or Certified Check payable to
the City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany
the bid. Additional bonding may be required in the Special Terms and Conditions of this
invitation. The Bonding must be executed by a surety company authorized to do business
in the State of Florida or secured in a manner satisfactory to the City of Tamarac.
2. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening
time. The request for withdrawal must be submitted in writing to the City Purchasing Office.
3. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the
convicted vendor list following a conviction for public entity crime may not submit a bid on
a contract to provide any goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work,
may not submit bids on leases of real property to public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, for Category Two for a period of 36 months
from the date of being placed on the convicted vendor list.
4. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form
and shall submit the form with the Proposal. CITY considers the failure of the Offeror to
submit this document to be a major irregularity and may be cause for rejection of the
Proposal.
5. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given
or implied by the City as to the total amount that may or may not be purchased from any
resulting contract. The City reserves the right to decrease or increase quantities or add or
delete any item from the contract if it is determined that it best serves the interests of the
City.
6. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the
extent required under Special Conditions. Payment shall be made only after receipt and
acceptance of materials/services. Cash discounts may be offered for prompt payment;
however, such discounts shall not be considered in determining the lowest net cost for bid
evaluation.
Bidders are encouraged to provide prompt payment terms in the space provided on the Bid
Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage
discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is
understood and agreed that the payment terms shall be 2% 10 days, effective on the date
that the City receives an accurate invoice or accepts the product, whichever is the later
date. Payment is deemed to be made on the date of the mailing of the check.
7. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac
address. All delivery cost and charges must be included in the bid price. All exceptions
i shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves
U:1998 b1d\98-WB
3
10I:7cc] I:T_l�
the right to cancel orders or any part thereof,
the time specified in the bid.
EXHIBIT "2"
Temp Reso #8155
without obligation if delivery is not made at
8. SAMPLES AND DEMONSTRATIONS: Requested samples are to be furnished free
of charge to the City. If a sample is requested it must be delivered within seven days of the
request unless otherwise stated in the bid. Each sample must be marked with the bidder's
name and manufacturer's brand name. The City will not be responsible for returning
samples. The City may request a full demonstration of any product or service before the
award of a contract. All demonstrations will be done at the expense of the Bidder.
9. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in
conjunction with this bid shall be new, warranted for their merchantability, fit for a particular
purpose, free from defects and consistent with industry standards. The products shall be
delivered to the City in excellent condifion. In the event that any of the products supplied
to the City are found to be defective -or do not conform to the specifications, the City
reserves the right to return the product to the Bidder at no cost to the City.
10. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no
violation of copyrights or patent rights in manufacturing, producing or selling the goods
shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from
all liability, loss or expense occasioned by any such violation.
11. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City
conforms with all respects to the standards set forth in the Occupational Safety -and Health
Act and its amendments to any industry standards if applicable.
12. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions,
terms, specifications and requirement of the bid shall be just cause for the cancellation of
the bid award. The City may, by.written notice to the Bidder, terminate the contract for
failure to perform. The date of termination shall be stated in the notice. The City shall be
the sole judge of nonperformance.
13. DEFAULT: In the event that the Bidder defaults on the contract or the contract is
terminated for cause due to performance, the City reserves the right to obtain the materials
or services from the next lowest Bidder or other source during the remaining term of the
contract. Under this arrangement the City will charge the Bidder any excess cost
occasioned or incurred thereby and shall apply to any bid bond required.
14. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by
this bid without the prior written consent of the City. Any award issued pursuant to this bid
and monies that may become due hereunder are not assignable except with prior written
approval of the City.
15. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction
and not an employee or agent of the City. The Bidder shall supply competent and
Is physically capable employees. The City may require the Bidder to remove an employee
U:1 M bid%6-088
4
ORIGINAL EXHIBIT "2"
Temp Reso #8155
it deems careless, incompetent, insubordinate or otherwise objectionable without any cost
to the City or without any increase in contract price. Bidder shall be responsible to the City
for the acts and omissions of all employees working under its directions.
16. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An
exemption certificate will be provided where applicable upon request.
E
17. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid
shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with
the understanding that no claim for reimbursement shall be paid by the City for the
expense of bid preparation and/or presentation.
18. SITE INSPECTION: It shall be the responsibility of the Bidder to inspect the site before
submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may
hereafter exist as a result of failure to fulfill the requirements of this contract will be
accepted as the basis for varying the requirements of the City or the compensation to the
Bidder.
19.OMISSION OF DETAILS: Omission of any essential details from these specifications
will not relieve the Bidder of supplying such product(s) as specified.
20. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, in the performance
of work and services under this Agreement, comply with all Federal, State and Local laws
and regulations now in effect, or hereinafter enacted during the term of this Agreement that
are applicable to Contractor, its employees, agents or subcontractors, if any, with respect
to the work and services described herein.
Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount
as required by the City's Risk Manager before beginning work under this Agreement
including, but not limited to, Workers Compensation Insurance, Unemployment Insurance,
Contractors Liability Insurance, and all other insurances required by law. Bidder shall
maintain such insurances in full force and effect during the life of this Agreement. Bidder
shall provide to the City's Risk Manager certificates of all insurances required under this
section prior to beginning any work under this Agreement.
Bidder shall maintain in full force and effect during the life of the contract, Workers'
Compensation insurance covering all employees in performance of work under the
contract. Bidder shall make this same requirement for any of its subcontractors.
Bidder shall indemnify and save the City harmless from any damage resulting to them for
failure of either Bidder or any subcontractor to take out or maintain such insurance.
U:19W bid\98-MB
5
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
LJ
The following are required types and minimum limits of insurance coverage which the
Bidder agrees to maintain during the term of this contract:
QENERAL LIABILITY PER R N E
Comprehensive $1,000,000
Premises -Operations
Contractual Liability
Personal Injury
Explosion and Collapse
Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Independent Contractors
Cross Liability and Severability of Interest Clause
AGGREGATE
$2,000,000
AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE
Comprehensive $500,000 $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 Bests Key
Rating Guide and be licensed to do business in Florida.
All policies provided shall be Occurrence not Claims Made forms. The Bidder's insurance
policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder
shall be responsible for all deductibles.
All of the policies of insurance so required to be purchased and maintained shall contain
a provision or endorsement that the coverage afforded shall not be canceled, materially
changed or renewal refused until at least thirty (30) calendar days written notice has been
given to the City by certified mail.
UIM bWS8-08s
6
ORIGINAL
EXHIBIT "T
Temp Reso #8155
C�
21. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of
Tamarac, its elected and appointed officials and employees from any and all claims, suits,
actions, damages, liability, and expenses (including attorneys' fees) in connection with loss
'of life, bodily or personal injury, or property damage, including loss of use thereof, directly
or indirectly caused by, resulting from, arising out of or occurring in connection with the
operations of the Bidder or his Subcontractors, agents, officers, employees or independent
contractors, excepting only such loss of life, bodily or personal injury, or property damage
solely attributable to the gross negligence or willful misconduct of the City of Tamarac or
its elected or appointed officials and employees.
22. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be
variances or conflicts between the General Terms and Conditions and the Special
Conditions and/or Technical Specifications outlined in this bid, the Special Conditions
and/or the Technical specifications shall prevail.
The Bidder shall examine all bid documents and shall judge all matters relating to the
adequacy and accuracy of such documents. Any inquires, suggestions, requests
concerning clarification or solicitation for additional information shall be submitted in
writing to the City of Tamarac Purchasing and Contracts Manager. It shall be the bidders
responsibility to bring the discrepancy between General Terms and Conditions, Special
Conditions, and/or Technical Specifications immediately to the attention of the Purchasing
and Contracts Manager. Failure to bring the discrepancy to the attention of the City shall
result in the City making the final interpretation whose decision shall be final. The City
shall not be responsible for oral interpretations given by any City employee or its
representative.
23. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should
request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting
a tabulation be sent to their fax machine. Bid results will not be given out by telephone.
The City does not notify unsuccessful bidders of contract awards.
7
4.
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
SPECIAL CONDITIONS
1. ASSIGNMENT OF CONTRACT: Neither this contract, nor any portion thereof, shall be
assigned, except by formal approval of the City Commission. No such approval will be
construed as making the City -a part of or to such assignment, or subjecting the City to
liability of any kind to any assignee. No subcontract or assignment shall, under any
circumstances, relieve the contractor of his liability and obligation under this contract, and
despite any such assignment, the City shall deal through the Contractor only. However,
if the company is sold during the life of the contract, the buying agent must provide the City
with a letter signed by an officer of -the new owner that can legally bind the company,.
stating that they will continue to perform the requirements of the contract under all the
terms, conditions, and specifications so stated in the contract.
2. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide -sufficient manpower so
as to perform work safely and -expeditiously with all equipment plainly marked with the
company name. All equipment provided pursuant to this agreement shall be in good and
proper working order. The contractor shall provide a qualified foreman present on the site
at all times, as a fully authorized agent of the contractor, and capable of making on -site
decisions. The contractor shall be aware that the job site is in a City facility, that it is not
secure, and as such is subject to pedestrian traffic at all times of the day and night. No
unsecured materials or equipment are to be on site at night or over a weekend, unless
arrangements have been made with and prior approval obtained from applicable City
personnel in writing. Any materials or equipment left on site shall be with the Contractor,
who is fully and totally responsible for security. Any questions that arise during the term
of the contract shall be directed to 1) Vinny Rutigliano, Building Maintenance
Superintendent, and 2) Jim Berkman, Public Works Coordinator.
3. DAMAGE TO PUBLIC AND/OR PRIVATE -PROPERTY: Extreme care shall be taken
to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and
vehicles on or around the job site. Damage to public and/or private property shall be the
responsibility of the contractor and shall be repaired and/or replaced in equal or better
condition at no additional cost to the City. The contractor shall use all means to protect
existing objects, structures and vegetation designated to remain. The Contractor shall
immediately make all repairs, replacements, and dressings to the damaged areas to the
satisfaction of the City and at no additional cost to the City. In the event of damage to
public and/or private property, the contractor shall immediately contact the City's Public
Work's Department by telephone at (954) 724-2410 and inform the appropriate staff
member about the location and extent of the damages.
4. PERMITS AND LICENSES: The contractor shall be responsible for securing all City
Building permits. However, all City permit fees are waived. The contractor shall submit
copies of all permits required for this work. The contractor will be responsible for all
County fees (B.0.R.A. - $0.35 per $1000).
U:1998 bial98 B
8
1.
ORIGINAL EXHIBIT "2"
Temp Reso #8155
5. PAYMENT: Payment will be made after the services 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.
0
S. CONTRACT DOCUMENTS: In addition to the agreement, the contract documents shall
consist of the Bid Proposal executed and submitted by the contractor, technical
specifications, plans and specifications (where applicable), any addendum's or change
orders, performance bond, insurance -certificate, and the City resolution awarding the bid.
7. BONDS: The contractor shall furnish a separate Performance Bond in the amount of
100% of the total bid award amount as security for the faithful performance of all of the
contractor's obligations under the contract documents, per City Code Section 10-156.
If the surety on any bond furnished by the contractor is declared bankrupt or becomes
insolvent, or its right to do business is terminated in Florida, the contractor shall, within
seven (7) days thereafter, substitute another bond meeting the requirements outlined
above, which must also be acceptable to the City.
8. CHANGE ORDERS: Without invalidating the contract, and without notice to any surety,
the City reserves and shall have the right to make increases, decreases or other changes
to the character or quality of the work as may be considered necessary or desirable to
complete the proposed construction in a satisfactory manner. The contractor shall not
start work on any such alteration that requires an increase to either the contract price or
contract time until a change order setting forth the adjustments is approved by the City,
and executed by the City and contractor. Once the change order is so approved, the
contractor shall promptly proceed with the work.
In the event satisfactory adjustment cannot be reached by the City and the contractor for
any item requiring a change in the contract price or contract time, and a change order has
not been issued, the City reserves the right at its sole option to terminate the contract as
it applies to these items in question and make such arrangements as the City deems
necessary to complete the work. The value of any work covered by a change order for an
increase or decrease in the contract price shall be determined by mutual acceptance of
a lump sum by the City and Contractor. If notice of any change in the contract or contract
time is required to be given to a surety by the provisions of the bond, the giving of such
notice shall be the contractor's responsibility, and the amount of each applicable bond
shall be adjusted accordingly.
U:1998 bid\98-088
ORIGINAL EXHIBIT "T
Temp Reso #8155
TECHNICAL SPECIFICATIONS
JANITORIAL SERVICES
BID NUMBER 98-08B
I. Scope of Services
The City of Tamarac is interested in obtaining proposals from qualified
Contractors, to provide Janitorial Services as described herein for the Tamarac
City Hall, 7525 NW 88th Avenue, Tamarac, Florida.
The work consists of furnishing all labor, supplies, equipment, tools, service and
supervision necessary to perform and maintain the work conducive with a neat,
clean and orderly condition. All supplies, as stated herein, will be provided by
the successful Bidder.
II. General Provisions
1. Contract Period: The initial contract period shall be for two (2) years, starting
on the first day of the month following City Commission award of the Contract.
The City reserves the right to renew the Contract for two (2) additional one (1)
year periods based on the successful Bidder agreeing to the same terms and
conditions and by giving written notice to the City not less than ninety (90) days
prior to renewal date of any adjustment in the Contract amount. Contract renewal
will be based on satisfactory performance, mutual acceptance, and
determination that the Contract is in the best interest of the City.
2. Termination:
Probation: Contractor will have a probationary period of ninety (90) days
beginning the first day actual services begin. City reserves the right to terminate
the Contract at any time during this period without written notice.
Performance: City is sole judge of nonperformance. Failure of Contractor to
comply with conditions, terns, specifications, and requirement of bid is just
cause for termination of the Contract.
Convenience: Upon seven (7) calendar days written notice delivered by
certified mail, return receipt requested, to the Bidder, the CITY may without
cause and without prejudice to any other right or remedy, terminate the Contract
for the CITY's convenience whenever the CITY determines that such termination
is in the best interest of the CITY. Where the Contract is terminated for the
convenience of the CITY, the notice of termination to the Bidder must state that
the Contract is being terminated for the convenience of the CITY under the
termination clause and the extent of termination. Upon receipt of the notice of
termination for convenience, the Bidder shall promptly discontinue all work at the
time and to the extent indicated on the notice of termination, terminate all
• outstanding sub -contractors and purchase orders to the extent that they relate to
U:19W bidl98-08B
10
ORIGINAL EXHIBIT "2"
Temp Reso #8155
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.
3. Damages/Loss: The successful bidder shall at all times guard against
damages or loss to the property of City of Tamarac or of other vendors or
contractors and shall be held responsible, at the City's discretion, to replace,
repair, rebuild, or restore any such damage or loss.
4. Subcontracting: If Contractor, at any time, intends to assign or subcontract
any or all of the Contract for any reason, written approval from the City of
Tamarac will be required. If approved, the subcontractor will be responsible for
meeting the insurance and licensing requirements set forth in the bid documents.
5. Health & Safety: Contractor certifies that all material, equipment, etc.
contained in their bid meets all O.S.H.A. requirements.
In compliance with Chapter 422, Florida Statutes, any items included in the
latest edition of "Florida Substance List" which are delivered from a Contract
resulting from this Proposal must be accompanied by Material Safety Data
Sheets (MSDS). The MSDS sheets must be maintained by the user agency and
must include the following information:
isA. The chemical name and the common name of the toxic substance.
B. The hazards or other risks in the use of the toxic substance,
including:
a. The potential for fire, explosion, corrosiveness, and reactivity;
b. The known acute and chronic health effects of risks from
exposure, including the medical conditions which are generally
recognized as being aggravated by exposure to the toxic
substance; and
c. The primary routes of entry and symptoms of overexposure.
C. The proper precautions, handling practices, necessary personal
protective equipment, and other safety precautions in the use of or
exposure to the toxic substances, including appropriate emergency
treatment in case of overexposure.
D. The emergency procedure for spills, fire, disposal, and first aid.
E. A description in lay terms of the known specific potential health
isrisks posed by the toxic substances intended to alert any person
U: t M bW%8-09B
11
1.
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
E
E
reading this information.
F.. The year and month, if available, that the information was compiled
and the name, address and emergency telephone number of the
manufacturer responsible for preparing the information.
G. All substances shall remain in manufacturers container with
manufacturers labeling.
6. Environmental: Energy conservation and recycling are issues of great concern
to the City of Tamarac. To this end, Contractor agrees to:
A. Leave -only designated night lights burning upon departure from
any City facility; -
B. Use only sufficient lighting to accomplish cleaning;
C. Use only vacuums with high efficiency particulate filter bags with
filters retaining particle sizes below one (1) micron;
D. Not change any. thermostat settings at any time; and
E. Maintain the separation -of trash and designated recyclables, and
deposit each in the appropriate containers and/or dumpsters.
Security Provisions
1. All employees shall be in uniform with identifying Company logo or
identification badge, and shall maintain a neat and orderly appearance.
2. The Contractor shall procure and maintain, for the life of the Contract, a
Fidelity Bond with limits of $25,000 covering all employees that will be working
within any City facility.
3. Facility keys shall not be identified by either City name or address. Keys shall
be tagged with a numerical code known only to the Janitorial Operations
Management Staff.
4. All windows and doors shall be positively locked during the cleaning
operations and when leaving following completion of the cleaning activities.
5. Unauthorized personnel shall not be permitted to enter any City facility.
6. Contractor shall not begin work prior to 6:00 pm and shall have all work
completed by 7:00 am. The Contractor's employees shall conduct themselves in
a courteous manner and make every effort to avoid any disruption to City
12
U:19N bW\98-088
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
- IV.
employees or patrons.
7. Work shall be supervised and a working supervisor shall be on premises at all
times.
8. The Contractor's employees are not to use City equipment (i.e., coffee urns,
typewriters, adding machines, copiers, radios, telephones, machinery, etc.) for
any reason unless approved in writing by the Public Works Operations Manager.
Additional Provisions
1. u lies: Contractor will be responsible for all supplies including, but not
_ limited to, paper towels, seat covers, toilet tissue, trash liners, cleaning supplies,
sanitary supplies, soap, etc. as necessary to meet conditions, terms,
specifications, and requirement of bid. The Contractor must furnish and
maintain, in good repair, all equipment including, but not limited to mops,
brooms, floor machines, etc. and any other equipment necessary to perform
assigned duties.
2. Meetings: The Contractor or a designated representative, at the discretion of
the Public Works Operations Manager, shall be made available for periodic
meetings with City personnel.
3. Schedule: Within thirty (30) days of Contract commencement the Contractor
shall provide the Facilities Maintenance Supervisor with a schedule identifying
which days of the week, month, and quarter all periodic tasks will be performed
for the entire term of the Contract.
4. Holidays: Contractor's services will not be required on the following Holidays:
New Years Day, Martin Luther King's Birthday, President's Day, Memorial Day,
July 4th, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day.
V. Frequency of Duties
NIGHTLY (Monday thru Friday): GENERAL FACILITY
-Clean & disinfect drinking fountains
-Dust mop/sweep non -carpeted
floors/stairs
-Dust furniture surfaces
-Spot clean building surfaces/walls
-Empty trash/recycling receptacles
-Remove carpet stains
-Vacuum all carpeted areas completely
-Overhead dusting
-Sweep entrance mats
13
-Clean & disinfect fixtures
-Damp mop non -carpeted
floors/stairs
-Dust building surfaces
-Spot clean furniture
-Replace trash liners as needed
-Clean/sanitize telephones
-Clean sills and jambs
-Overhead cleaning
-Remove cobwebs
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
E
•
-Polish conference tables/reception counters
-Clean glass at entrance ways & exits
MalATLY(Monday thru Friday): RESTRQQMBREAK ROOM KITCHEN
-Fill all dispensers (toilet tissue, soap, etc.) -Clean & sanitize dispensers
-Empty & clean trash receptacles -Clean & disinfect all
surfaces/sinks
-Descale toilets and urinals -Polish stainless steel surfaces
-Clean all mirrors -Mop floors with disinfectant
-Clean partitions & walls -Dust & clean vending machine &
appliances
-Clean all tables & chairs -Dust sink traps and ledges
WE KLY(One time ger week
-Clean glass partitions -Dust a/c grills and returns
-Dust blinds, verticals, & draperies -Clean baseboards
-Dust all horizontal surfaces -Dust picture frames & office
-Wet mop non -carpeted floors/open furnishings
stairways -Dust & damp mop enclosed
-Remove fingerprints & marks from light stairways
and door switches
MONTHLY One time 2er month
-Clean & refill floor drains -Machine scrub all floors
-Spraybuff all resilient floors -Polish Chamber woodwork
-Dust light fixtures -Clean a/c rooms
-Wash a/c grills & returns
QUARTERLY Four times ger ear
-Carpet shampooing (bonnet method) -Wet mop enclosed stairways
SEMI-ANNUAL Two times ver ear
-Strip, seal, & wax all resilient floors -Pressure wash entrance tile
-Clean & shampoo upholstered furniture -Wash exterior windows
ANNUALLY (One time per year)
-Carpet shampooing (extraction method)
14
U A NO bidl9846B
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
VI. Special Events
The City shall occasionally, for whatever reason, have special events that will
require janitorial attention unique to the regularly scheduled services. To this
end, the Contractor will include a separate cost listing (per square foot) for the
following services:
1. Spraybuff of resilient floors.
3. Carpet shampooing (bonnet method).
5. Furniture polishing.
7. Glass Cleaning
2. Floor stripping, waxing, and
sealing.
4. Carpet shampooing (extraction
method).
6. Upholstery shampooing.
8. Pressure cleaning.
Contractors prices for the above -mentioned services will remain fixed and firm
for the entire term of the Contract. Additionally, Contractor agrees to provide
any or all of the above -mentioned services upon no less than twenty-four (24)
hours' notice from the City.
VII. Additional Facilities
The City, at its own discretion, may choose to expand contracted janitorial
services to other City facilities in the future under the same General Terms and
Conditions, Special Conditions, and Technical Specifications described herein.
Therefore, Contractor shall supply a separate cost (cost per facility) listing for
providing janitorial services to the following facilities:
1. Broward Sheriffs Office Building, 7525 NW 88th Avenue, Tamarac
2. Recreational Center, 7501 North University Drive, Tamarac
3. Multi Purpose Center, 7531 North University Drive, Tamarac
4. Public Works Building, 6011 Nob Hill Road, Tamarac
5. Utilities Building, 6001 Nob Hill Road, Tamarac
6. Water Treatment Plant, 7503 NW 61 st Street, Tamarac
7. Fire Station #1, 7501 NW 88th Avenue, Tamarac
8. Fire Station #2, 4801 West Commercial Blvd., Tamarac
Contractor's prices for the above -mentioned facilities will remain fixed and firm for the
entire term of the Contract. Additionally, Contractor agrees to begin providing regularly
scheduled services to any or all of the above facilities within thirty (30) days of
notification from the City.
u:19W WSS-oeB
15
f
OPJGINAL
EXHIBIT "2"
Temp Reso #8155
•
COMPANY NAME: (Please Print): l
Phone:-
—NOTICE
Fax: L - `1-71
BEFORE SUBMITT4NG 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 "CO). Failure to do so will result in your Bid
being deemed non -responsive.
4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D").
5. _Fill out the REFERENCES PAGE (Attachment "E").
6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F")
7. Include WARRANTY Information, if required.
8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope.
9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid.
�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.
_Z-13. Execute and submit agreement (Attachment "G").
FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING
DEEMED NON -RESPONSIVE.
THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID.
THIS SHOULD BE THE FIRST PAGE OF YOUR BID.
0
U:1998 W08-WO
16
ORJGINAL ") EXHIBIT "2"
Temp Reso #8155
ATTACHMENT "A"
BID FORM
BID NUMBER 98-08B
JANITORIAL SERVICES
•
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.
Tamarac Municipal Complex (City Hall)
7525 NW 88"' Avenue, Tamarac
$
Annually
Broward Sheriffs Office Building,-7525 NW
88th Avenue, Tamarac ✓
s
C9 10.
Annually
Recreational Center, 7501 North University
Drive, Tamarac
$
Annuall
Multi Purpose Center, 7531 North University
_
Drive, Tamarac
$
06
Annually
Public Works Building, 6011 Nob Hill Road,
Tamarac
s
=.0
Annually
Utilities Building, 6001 Nob Hill Road,
Tamarac
$
, (b
Annually
Water Treatment Plant, 7503 NW 61 st
Street, Tamarac
$
Qco, 00
Annually
Fire Station #1, 7501 NW 88th Avenue,
Tamarac
s
'8 9w, 60
Annually
Fire Station #2, 4801 West Commercial
Blvd., Tamarac
s
3 ( , DO
Annually
Sr)ecial Events
S ra buff of resilient floors
$ , pS
S
.ft.
Floor Stripping, waxing & sealing
$'/0
S
.ft.
Car et Sham ooin bonnet method
$ , pS
S
.ft.
Carpet Shampoo i9extraction method
$
S
.ft.
Furniture polishing
$ , 0 a
S
.ft.
Upholstery shampooing
$ , OZ
S
.%
Glass cleaning$
-- _
$ , Q,.7-
, Q1
Pressure cleaning
non 1 Lwlean'I g
mSyS der .
Company Name
17
ORIGINAL.
EXHOT "2"
Temp Reso #8155
r�
•
•
The undersigned declare to have specific and legal authorization to obligate their firm
to the terms of this bid, and further, that they have examined the Invitation to Bid, the
instructions to Bidders, the Specifications, and other documents included in this bid
request, and hereby promises and agrees that, if this bid is accepted, they will faithfully
fulfill the, 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.
CLJ---lq► 5N5TG�b �L j rAO
Company Name
� 57 ) A
Address
City, State, ZIP
2
Contractor's License Number
18
Typed/Printed Name
19 y 3U I-OC]W _JQ,5.1 8Q )-- -71
Telephone & Fax Number
tAS-- ()-IG
Federal Tax ID#
U:1998 bkf%848B
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
ATTACHMENT "A"
continued
Bidders Name: i Ci1l�
. Jn � Cie cS
NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder
shall be deemed non -responsive and ineligible for award.
TERMS: D %
Delivery/completion:
DAYS:
calendar days after receipt of Purchase Order
NOTE: To be considered eligible for award, one (1) OR_ IGINAL 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.
U.19W Wa%e-0813
19
ORIGINAL
Bidder's Name
Variations:
ATTACHMENT "A"
continued
1PfaniflQS�erri5�i—'��'�j C�QRLR,Q
_ v
EXHIBIT "2"
Temp Reso #8155
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 terns and conditions. It is further
understood that such variations may be cause for determining that the Bid Proposal
is non -responsive and ineligible for award:
Section Variance
Section Variance
Section Variance
Section Variance
Attach additional sheets if necess
•
20
ORIGINAL 1
State of 101n)
County of ss. o )
Is
ATTACHMENT "B"
NON -COLLUSIVE AFFIDAVIT
EXHIBIT "2"
Temp Reso #8155
r
5C being first duly sworn, deposes and says that:
(1) le she is the f , (Owner, Partner,
fficer, Representative or Agent) f
13n the Bidder that has submitted the attached
Bid;
(2) He/she is fully informed respecting the preparation and contents of the attached Bid
and of all pertinent circumstances respecting such Bid:
(3) Such Bid is genuine and is not a collusive or sham Bid;
(4) Neither the said Bidder nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this 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
21
(Title)
U:1998 bid%5-08B
191VIC11 r_n
r1
EXHIBIT "2"
Temp Reso #8155
C
ATTACHMENT "B"
continued
NON -COLLUSIVE AFFIDAVIT
ACKNOWLEDGMENT
State of 1 i Cli;1 )
) ss.
County of ( )
BEFORE ME, the undersigned authority, personally appeared
to me well known and known by me to be the person described herein
and who executed the foregoing Affidavit and acknowledged to and before me that
/ executed said Affidavit for the purpose therein
expressed.
WITNESS my hand and official seal this day of -qa L;,, 199 F
r
_ osima NOTARY PUBLIC, State of Florida at Large
(Si re of Notary Public: Print, Stamp, or
Type as Commissioned)
(� Personally known to me or
( ) Produced identification
Type of I.D. Produced
) DID take an oath, or( ) DID NOT take an oath.
U:iM wd
22
ORIGINAL
61
ATTACHMENT "C"
7
EXHIBIT "2"
Temp Reso #8155
•
E
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the
Invitation to Bid. We(I) certify that we(I) have read the entire document, including the
Specifications, Additional Requirements, Supplemental Attachments, Instructions to
Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of
the requirements of the entire Invitation To Bid.
Indicate which type of organization below:
INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION) OTHER13
IF OTHER, EXPLAIN:.
AUTHORIZED SIGNATURE:
Am i
IZED SIGNATURE (PRINTED OR TYPED)
RE �� c- NT
TITLE
FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO
COMPANY NAME: Neab)nq
ADDRESS: Ili
CITY: -(1 [SnPQ i IJ . STATE: ZIP:,,, aup
TELEPHONE NO.: Q5L1 FAX NO.:_,,
CONTACT PERSON: je=�
U:1998 W88-088
23
ORIGINAL ) EXHIBIT "2"
T
ATTACHMENT "ID" Temp Reso #8155
BIDDERS QUALIFICATION, STATEMENT
e undersigned
The certifies
g rti ies under oath the truth and correctness of all statements and all
answers to questions made hereinafter:
Name of
Address
Street _ City State Zip
Telephone No.11_ y 1- �n Fax No. (Q�-I_
How many years has your organization been in business under its present name? -./a
years
If Bidder is operating under Fictitious Name, submit evidence of compliance with
Florida Fictitious Name Statute:
Under what former names has your business operated? n
At what address was that business located? I )-e- JR-4 I
Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION
Are you Licensed? Yes X No ❑ If Yes, ATTACH A COPY OF LICENSE -
. Has y9yr co pany or you personally ever declared bankruptcy?
Yes No19 If Yes, explain:
Are you a sales representative ❑ distributor broker 13. or manufacturer ❑
of the commodities/services bid upon? '�/ a
Have you ever received a contract or a purchase order from the City of Tamarac or
other governmental entity? Yes a No ❑
If yes, explain (date, service/project, bid title, etc) 4A2
Have you ever received a complaint or contract or bid awarded to you by any
governmental entity? Yes ❑ No 13'If yes, explain:
Have you ever been debarred or suspended from doing business with any
governmental e"Y?
Yes ❑ No Q' If yes, explain:
U:799e bW%6-o6B
24
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
•
•
ATTACHMENT "E"
REFERENCES
Please list name of government agency or private firm(s) with whom you have done
business within the past five years:
ency/Firm Name:
_ n-� e
Address LRM n
- City/State/Zip e --L 3
Phone: Fax:
Contact_ w. -:sPou_FN _
Agency/Firm Name:
0 du
m.
Address
5q-qD Hnrfle131
City/State/Zip >r Fff Rle
Phone:Fax:ntin I-(BLo
Contact ) n �cK
Agency/Firm Name:
o n
Address
1 ye.
City/State/Zip 33MO
PhoneY!5- "18(o- Hj:q 8� Fax:(P17 Pja 11A
Contact 'L,F► V rPei g
A enc//Finn Na e:
AIM—f i C_ A--'1cl
Address
City/State/ZipIT
Phone: (q5t 4 W Fax
Contact �cK'-Rovefe
YOUR COMP
ADDRESS �
PHONE: (C1'5LI) ',�LJ 1-
PV
Agency/Firm Name:
0117A O�
Address:
City/State/gip PA+okl 7Tt 33U3a
Phone:ttb0?)q^ "1&Q , Fax:( )Sl9 -7g83
Contact: 0fwo—I__ - Th--xnn�_-
Agency/Firm ame:
al
Ad ress:
P M.
City/State/Zip
Phone: (q5u QI Fax: LJU-1IQ
Contact: Lo 1'n r
Ag�ncy/Fir m NRme:
-- • W��� i
Address:
ISS1 SLO yq 1!4- _
City/State/Ziy('u=f C��
Phone: Cq�Il�13�1- LI-WO Fax:(0121 -1U33
Contact: ►�I f�i C.1,1_
Agency/Firm Name:
Nor�1�, ,dqe rfredi;c I�IcazA
City/State/Zip,
F
J n`kCIPani
FAX:
ORIGINAL ) EXHIBIT "2"
ATTACHMENT
Temp Resa #8155
"F"
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal certifying they
have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement
effects all public entities of the State and becomes effective January 1, 1991. The special condition
is as follows:
•
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs.
Whenever two or more bids which are equal with respect to price, quality, and service are received
by the State or by any political subdivision for the procurement of commodities or contractual
services, a bid received from a business that certifies that it has implemented a drug -free workplace
program shall be given preference in the award process. Established procedures for processing tie
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:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy
of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for
drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are
under bid a copy of the statement specified in subsection (1).
4. In the stat
ement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or plea
of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance
law of the United States or any state, for a violation occurring in the workplace no later that
five (5) days after each conviction.
5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section. As the person authorized to sign the statement, I certify that
this form complies fully with the above requirements.
0,)ej)nli P QA , n � C >7'r k)q
orized Signature Company Name
26
urges r34sa-oaB
Stanley D. Hawthorne
Director of Finance
•
•
City of Tamarac
Finance Department, Purchasing Division
7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401
Telephone: (954) 724-2450 Facsimile (954) 724-2408
FEBRUARY 3, 1998
ADDENDUM #3
BID NO. 98-08B
JANITORIAL SERVICES
EXHIBIT "2"
Temp Reso #8155
This addendum changes or clarifies the following information included in the bid specifications
of the above referenced bid:
Approximate total square footage of all City facilities that are to be considered as part of the Bid
is as follows:
City Hall:
Broward Sheriffs Office:
Recreation Center:
Multipurpose Center:
Public Works:
Utilities:
Water Treatment Plant:
Fire Station #1
Fire Station #2
47,924 Square Feet
22,488 Square Feet
5,871 Square Feet
16,794 Square Feet
9,081 Square Feet
11,1235 Square Feet
44,280* Square Feet
5,368* Square Feet
2,480* Square Feet
* Square Footage of actual janitorial areas is significantly less than total
square footage, especially in the Water Treatment Plant. Vendors should
make arrangements to walk-through all facilities in order to obtain a
conceptual representation of the actual janitorial area.
1
Equol OppArtunity Employer
ORIGINAL
EXHIBIT "2"
Temp Reso #8155
Approximate material and supply usage for the facilities is as follows:
C-Fold Paper Towels: Z50 cases per year (12 packages of towels per
case).
•
Toilet Tissue. 108 cases per year ( 6 rolls per case, 2000'
rolls, 2 ply).
Hand Soap: 18 cases per year 412 gallons per case).
-Seat Covers: No past usage
These estimates are for informational purposes only and are not intended to have any
bearing on anticipated future usage.
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.
.'�W.
Earl W. Noll III
Senior Buyer
Please Stan and include this page as part of your bid submittal.
i
Auth&rized Signature
�N p
Company Na e /
2
EXHIBIT " 3"
Temp Reso #8155
•
1 4D
I•
JANITORIAL SERVICES FUNDING/SAVINGS
BSI
Reduction to Public Works Personnel Compliment:
Two (2) Maintenance Worker I Positions - Facilities
(Eliminated in Fiscal Year 1998 budget) $58,000
One (1) Maintenance Worker I Position - Facilities ,
(Currently vacant as a result of early retirement) $22,900
Fire Rescue Fund:
(Funding for services provided to Fire Station #1) $3,900
Cost Savings from Janitorial Supplies:
(Paper towels, toilet tissue, soap, garbage bags, cleaning supplies) $11,900
Total Resources $96,700
EXPENSES
Cost of Contractual Janitorial Services:
City Hall $42,000
Broward Sheriffs Office $21,600
Water Treatment Plant $7,200
Fire Station #1 $3,900
Total Expenses $74,700
(Total Annual Savings to Public Works Budget 1 $22,0001