Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-96-063Temp Reso. 7234 Revised 3-12-96 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R 96- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE AWARD OF CONTRACTUAL STREET SWEEPING SERVICES TO CERTIFIED SWEEPING, INCORPORATED, UTILIZING CITY OF COCONUT CREEK BID #10-10-94-10, INCORPORATING THE PROVISIONS SET FORTH IN APPENDIX A -EXHIBIT D, FOR A TOTAL COST NOT TO EXCEED $35,000, APPROVING FUNDING FROM ACCOUNT 410-417-539-340 ENTITLED, "OTHER CONTRACTUAL SERVICES"; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the United States Environmental Protection Agency under terms of the National Pollution Discharge Elimination System (NPDES) Permit has required the implementation of a street sweeping program; and WHEREAS, the City of Coconut Creek awarded Bid #10-10-94-10, attached hereto as Exhibit E, for Street Sweeping Services to Certified Sweeping, Incorporated; and WHEREAS, City Code §6-154 allows the Purchasing Officer the authority to join with other units of government in cooperative purchasing when the best interest of the City would be served; and WHEREAS, it is the recommendation of the Stormwater Utility Engineer and the Purchasing Officer that Certified Sweeping Incorporated be authorized to perform street sweeping services in accordance with the terms and conditions of the City of Coconut Creek Bid #10-10-94-10, incorporating the provisions set forth in Appendix A -Exhibit D; 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 Certified Sweeping Incorporated is authorized to perform all street sweeping services within the City. U 1 1 Temp Reso 7234 Revised 3-12-96 NOW, THEREFORE, BE IT RESOLVED BY THE 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: The award of Street Sweeping Services from Certified Sweeping Incorporated at a total cost not to exceed $35,000 is HEREBY APPROVED for a period of one year after award. Section 3: Funding for the purchase is budgeted under Account 410-417-539-340 entitled "Other Contractual Services" at a total cost not to exceed $35,000. Section 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. /A PASSED, ADOPTED AND APPROVED this X day of ` 1996. ATTEST: az t i � �7 A'.,- — CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to f MI CHELL S. KR CITY ATTORNEY INOARMtAN ABMOWITZ MAYOR MAYOR DIST.1: DIST. 2: DIST. 3: DIST, 4: RECORD' OF COMMISSION VOTE �e�Z-620 (EXHIBIT "D") ADDENDUM r] DATE OF ISSUANCE: NO. 1 OWNER: CITY OF TAMARAC PROJECT NAME: Public Works Department 6011 Nob Hill Road Street Sweeping Tamarac, FL 33321-2401 CONTRACTOR: Certified Sweeping, Inc. BID NO.10-19-9440 Coconut reek Str a Sweeping You are directed to add this Addendum to the Contract Documents. DESCRIPTION: 1. The streets to be swept in the City of Tamarac are those shown on Exhibit "C'. 2. The City of Tamarac shall have the right to add and/or delete any roadway from Exhibit "C" at its discretion. 3. The City of Tamarac shall have the right to change the frequency of the street sweeping as shown on Exhibit "C". 4. Payment for street sweeping shall be made according to the Bid price per curb mile of actual roadway miles swept. 5. The Stormwater Utility Engineer or his designee shall schedule the timing and content of each street sweeping cycle. 6. The City of Tamarac and its Officers, Agents, Employees and Commission Members shall be added as additional insured parties in the contract liability insurance policies. 7. The work shall be performed weekdays between the hours of 8:00 a.m. and 6:00 p.m. All such addendum revisions to the work shall be performed under the terms and conditions of the original contract. The City shall give at least one week's notice in writing of a change in the street sweeping in to the Contractor. PURPOSE OF THE ADDENDUM: To accommodate the street sweeping schedule of the City of Tamarac. RE Et ED APPR E APPtED BY BY B - ENN GELHARDT RAJ �ROIBERT S. NOE, JR. tormwater Utility Engineer P.W. Dir ctor City Manager oF file: addendum.mb/12127/95 Date f2- 28-qS BY X�� CE IED SWEEPING, INC. Date ✓ 9� Date BNVI `"' N4DRMAN ABRAMOVJIT? Mayor Date 9lP -67 CITY OF COCONUT CREEK REQUEST FOR PROPOSALS FOR STREET SWEEPING PROPOSAL NO: 10-10-94-10 CITY OF COCONUT CREEK TABLE OF CONTENTS REQUEST FOR PROPOSALS FOR STREET SWEEPING PROPOSAL NO: 10-10-94-10 SECTION PAGE NUMBERS 1. NOTICE TO PROPOSERS NTP 2. SECTION I - INSTRUCTIONS TO PROPOSERS I thru 4 3. SECTION II - SPECIAL CONDITIONS FOR 5 thru 12 INSTRUCTIONS TO PROPOSERS 4. SECTION III - PROPOSAL DETAIL REQUIREMENTS 13 thru 23 05. SECTION IV -PROPOSAL PACKAGE PP-1 thru PP-19 0 E REQUEST FOR PROPOSALS NOTICE TO PROPOSERS The City of Coconut Creek, Florida is hereby requesting sealed proposals from qualified Proposers to provide Street Sweeping for approximately a twenty (20) mile area within the incorporated limits of the City of Coconut Creek. The Successful Proposer shall at the City's option, purchase the City owned Johnston 600 Road Suction Sweeper, within (60) days of Contract commencement at an amount not less than $30,000. Alternate Proposals will be considered. For complete specification description on the Suction Sweeper refer to Section III, Exhibit B of the specifications. The work generally consists of furnishing all labor, supplies, equipment, tools service and supervision necessary to perform and maintain the work, necessary for all locations, conducive with a safe neat and clean environment. Sealed proposals shall be received by the Office of the Purchasing Agent at the Department of Finance and Administrative Services, Coconut Creek Government Center, 4800 W. Copans Road, Coconut Creek, Fl 33063 on or before Monday, October 10, 1994 at 10:00 a.m. at which time and place proposals will be publicly opened and read. All Proposers or their representatives are invited to attend. Proposals received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a proposal is received will be resolved against the Proposer. A mandatory pre -bid conference and site inspection will be held on Tuesday, October 4, 1994 at 10:00 a.m. at the Government Center. Proposers or their representative must attend. Specifications may be obtained from the office of Finance and Administrative Services at the Coconut Creek Government Center, 4800 W. Copans Road, Coconut Creek, F133063. For information please call the Purchasing Agent at (305) 973-6730. HARRY M. KILGORE, DIRECTOR Finance & Administrative Services Publish Dates: Sunday, September 18, 1994 Sunday, September 25, 1994 • CITY OF COCONUT CREEK REQUEST FOR PROPOSALS FOR STREET SWEEPING PROPOSAL NO: 10-10-94-10 SECTION I INSTRUCTIONS TO PROPOSERS SCOPE 1.1 INTENT OF THE REQUEST FOR PROPOSALS RFP The City of Coconut Creek, Florida is hereby requesting sealed proposals from qualified Proposers, to provide Street Sweeping for approximately a twenty (20) mile area within the incorporated limits of the City of Coconut Creek. The Successful Proposer shall be required to purchase the City owned Johnston 600 Road Suction Sweeper, as per detailed specification description in Section III, Exhibit B, within sixty (60) days of Contract commencement at an amount not less than $30,000.00. Alternate Proposals will be considered. The work generally consists of furnishing all labor, supplies, equipments, tools service and supervision necessary to perform and maintain the work necessary for all locations, conducive with a safe, neat and clean environment. . The City will evaluate the qualifications and performance capabilities of Proposers responding to this Request for Proposals. The City will select the Proposer whose proposal is most responsive and responsible to this RFP and is in the best interest of the City. Any proposals submitted in response to this RFP must provide sufficient detail and information to complete an evaluation of its merit. The instructions contained herein must be followed in order for proposals to be considered responsive to this RFP. The City reserves the right to reject any or all proposals. 1.2 CONTRACT PERIOD The initial contract period shall be for two (2) fiscal years, with an option to renew annually, (subject to the appropriation of funds) not to exceed a maximum of two (2) fiscal years. Annual renewals will be based on the Successful Proposer agreeing to the same terms and conditions and by giving written notice to the City no less than ninety (90) days prior to renewal date of any adjustment in the contract amount. Contract renewal shall be based on satisfactory performance, mutual acceptance and determination that the contract is in the best interest of the City. Sealed proposal procedures include: 1.3 SUBMISSION OF PROPOSALS Sealed proposals shall be submitted not later than 10:00 a.m. Monday, October 10, 1994 to the Purchasing Agent at the Department of Finance & Administrative Services, 4800 West Copans Road, Coconut Creek, Florida 33063, in a sealed envelope which must be plainly marked on the outside: �J STREET SWEEPING Proposal No: 10-10-94-10 Proposal Opening: Monday, October 10, 1994 Time: 10:00 a.m. City of Coconut Creek Department of Finance and Administrative Services 4800 West Copans Road, P.O. Box 63/4007 Coconut Creek, Florida 33063 Proposals will be publicly opened and read. All Proposers and their representative are invited to be present. A mandatory pre -bid conference will be held at the Coconut Creek Government Center Tuesday, October 4, 1994 at 10:00 a.m. Failure to attend this meeting will disgualify the Proposer, Incorporated with the pre -bid meeting, the General Maintenance Supervisor, Ed Lettelier shall supervise an inspection of the City owned Johnstone 600 Road Suction Sweeper and an inspection outline of all location sites designated under these specifications. The Fleet Manager will also be available to answer any questions regarding the Suction Sweeper. All Proposer's shall be held responsible at this time to fully investigate the scope of work to be undertaken based on said inspection and the Special Conditions and Proposal Detail Requirements included herein. No consideration will be given to any claim based on lack of knowledge of existing conditions, except where the specifications make definite provision for adjustments of regulations that may in any manner affect the work. The failure to familiarize himself/herself with applicable laws will in no way relieve him/her from responsibility. 1.4 It shall be the sole responsibility of the Proposer to ensure that the sealed proposal is submitted by the time and date specified. Any proposal received after the appointed time, whether by mail or otherwise, shall not be accepted under any circumstances. Any uncertainty regarding the time a proposal is received shall be resolved against the Proposer. 1.5 All proposals submitted shall be valid for a period of ninety (90) calendar days from the day of the proposal opening. However, any proposal may be withdrawn up until the time set for proposal opening. Any proposals not so withdrawn shall upon opening, constitute an irrevocable offer for services set forth herein until accepted by City Commission award. 1.6 Proposals shall be typed or printed in ink. Use of erasable ink is not permitted. All blanks on the proposal form(s) must be completed. Names must be typed or printed below the signature. Facsimile proposals will not be accepted. 1.7 DEFINED TERMS CJ Terms used in these Instructions to Proposers are defined and have the meaning assigned to them. The term "Proposer" means one who submits a Proposal directly to the City as distinct from a Sub -Contractor, who submits a Proposal to the Proposer. The term "Successful Proposer" means the best, qualified, responsible and responsive Proposer to whom the City (on the basis of City's evaluation as hereinafter provided) makes an award. The term "City" refers to the City of Coconut Creek, a municipal corporation of the State of Florida. The term "Proposal Package" includes all items as listed and identified below. The term "Contractor" shall mean the individual(s) or firm to whom the award is made or also referred to as the Successful Proposer. 2 e� 5-� -�3 1.8 CLARIFICATION AND ADDENDA Each Proposer shall examine all RFP documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquiries, suggestions, or requests concerning interpretation, clarification, or additional information pertaining to the RFP shall be submitted to the Purchasing Agent in writing which will be responded to in a written addendum. The City shall not be responsible for oral interpretations given by any City employee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification, or additional information can be given. If any addenda are issued to this RFP, the City will attempt to notify all prospective Proposers who have secured same. However, it shall be the responsibility of each Proposer prior to submitting the proposal, to contact the Purchasing Agent to determine if addenda were issued and to make such addenda a part of the proposal. 1.9 PROPOSAL PACKAGE All proposals shall be submitted on the City provided Proposal Package forms. Failure to do so may cause the proposal to be rejected. All blanks on the proposed forms must be completed. Supplemental information may be attached to the Proposal Package forms. However, all deviations from specifications must be clearly reflected on the Exceptions to the Request for Proposals Form located in the Proposal Package. All alterations or omissions of required information or any change in proposal requirements is done at the risk of the Proposer presenting the proposal and may result in the rejection thereof. For further information as to the meaning of the technical specifications, contact the General Maintenance Supervisor at (305) 973-6780. For further information as to the Instructions to Proposers,or the Proposal Package contact the Purchasing Agent at (305) 973-6730. Proposer shall return a complete set of all Proposal Package forms listed on the Proposal Confirmation (page PP-2). 1.10 EVALUAT ION METHOD Complete Proposal Packages will be evaluated by City Personnel taking into consideration price, labor, equipment, tools and service proposed, along with Proposer's qualifications, adequate organization, references, and personnel to ensure prompt and efficient service to the City. 1.11 LEGAL NAME Proposals shall clearly indicate the legal name, address, and telephone number of the Proposer (contractor, company, firm, partnership, individual). Proposals shall be signed above the typed or printed name and title of the signer. The signer shall be the authority to bind the Proposer to the submitted proposal. 1.12 PERMITS- FEES AND NOTICES The Successful Proposer shall at his own expense obtain all necessaa permits,a all licenses fees and Ines, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried on under this contract. It is the Proposer's responsibility to have and maintain all required licenses, appropriate Certificate(s) of Competency and submit state registration (if required) for the work to be performed and valid for the jurisdiction in which the work is to be performed for all persons (including subcontractors) working on the project for whom a Certificate of Competency or License is required. 1.13 LAWS/ORDINANCES The Proposer shall observe and comply with all federal, state, local and municipal laws, ordinances, rules and regulations that would apply to this contract. 1.14 WARRANTIES OF USAGE 0No warranty is given or implied by the City as to any areas listed in this Request for Proposal and are considered to be estimates for the purpose of information only. The City reserves the right to accept all or any part of the proposal and to increase or decrease any portion of Proposer's proposal or to enter into negotiations with Contractor in the best interests of the City of Coconut Creek. 1.15 WARRANTY/GUARANTEE The City makes no warranty or guarantee of the Johnston 600 Road Suction Sweeper and shall not be responsible for any malfunction or repairs. • 4 ,e �� - Z,, 'J u CITY OF COCONUT CREEK REQUEST FOR PROPOSALS FOR STREET SWEEPING PROPOSAL NO: 10-10-94-10 SECTION II SPECIAL CONDITIONS FOR INSTRUCTIONS TO PROPOSERS INSURANCE REQUIREMENTS 1.1 Throughout the term of this contract, Successful Proposer shall maintain in force at his own expense, insurance as follows: W RKERS' COMPENSATION Workers' Compensation insurance, with statutory limits, including coverage for Employers' Liability, with limits not less than $100,000 each accident, $100,000 each disease, and $500,000 aggregate disease. In the case of any work sublet, the Successful Proposer shall require the subcontractor similarly to provide statutory Workers' Compensation and Employers' Liability insurance with the same limits as those required above of the Successful Proposer. 1.2 GENERAL LIABILITY Commercial General Liability insurance with limits not less than $1,000,000 each occurrence combined single limit for Bodily Injury and Property Damage including coverage for contractual liability, personal injury, broad form property damage, products and completed operations. These coverages are required by the Successful Proposer and any subcontractor or anyone directly or • indirectly employed by either of them. • 1.3 AUTOMOBILE LIABILITY Comprehensive or Business Automobile Liability insurance with limits not less than S 1,000,000 each occurrence combined single limit for Bodily Injury and Property Damage including coverages for owned, hired, and non -owned vehicles as applicable. The Successful Proposer and/or his subcontractors shall take out and maintain these coverages as shall protect him against claims for damages resulting from bodily injury, including wrongful death, and property damage which may arise from the operations of any owned, hired, or non -owned automobiles and/or equipment used by him in any capacity in connection with the carrying out of this contract. 1.4 SUBCONTRACTOR'S INSURANCE The Successful Proposer shall require each of his Subcontractors to take out and maintain during the life of his subcontract the same insurance coverages required of the Successful Proposer. Each Subcontractor shall furnish to the Successful Proposer two copies of the Certificate of Insurance, and Successful Proposer shall furnish one copy of the Certificate to the City of Coconut Creek. 1.5 INSURANCE COMPANY AND AGENT All insurance policies herein required of the Successful Proposer shall be written by a company with a Best's rating of B + V or better and duly authorized and licensed to do business in the State of Florida and be executed by same agents, thereof, duly licensed as agents in said state. 5 1.6 GENERAL Should any of the required insurance be provided under a claims -made form, Successful Proposer shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of five years beyond the contract expiration, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the contract, such claims shall be covered by such claims -made policies. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit and provides that claims investigation or legal defense costs be included in such general annual aggregate limit, such general annual aggregate limit shall be double the occurrence limits specified above. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at their sole option terminate this Agreement effective on the date of such lapse of insurance. 1.7 Liability policies shall be endorsed to provide the following: 1. Name as additional insured the City of Coconut Creek and its Officers, Agents, Employees and Commission Members. 2. That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that insurance applies separately to each insured against whom claims are made or suit is brought, but the inclusion of more than one insured shall not operate to increase the insurer's limit of liability. 1.8 All policies shall be endorsed to provide thirty days prior written notice of cancellation, non - renewal or reduction in coverage or limits to: Risk Manager City of Coconut Creek 4800 West Copans Road P. O. Box 63/4007 Coconut Creek, Florida 33063 1.9 Certificates of Insurance, in form and evidencing all required insurance, shall be submitted with the Proposer's Bid Proposal Package. If Proposer is Successful Proposer, then prior to commencement of contract, Proposer must submit revised Certificate of Insurance naming the City of Creek as additional insured for all liability policies. 2. SAFETY 2.1 JOB SITE The Successful Proposer shall be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), Florida Department of Labor (DOL), and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be is followed. The Successful Proposer's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. The City reserves the right to make safety inspections at any time the Successful Proposer is within City limits to ensure safety rules are not being violated. 2.2 OCCUPATIONAL HEALTH AND SAFETY In compliance with Chapter 442, 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 a Material Safety Data Sheets (MSDS) The MSDS sheets must be maintained by the user agency and must include the following information: The chemical name and the common name of the toxic substance. 2. 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. 3. 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. 4. The emergency procedure for spill, fire, disposal, and first aid. 5. A description in lay terms of the known specific potential health risks posed by the toxic substances intended to alert any person reading this information. The year and month, if available, that the information was compiled and the name, address, and the emergency telephone number of the manufacturer responsible for preparing the information. ALL TOXIC SUBSTANCES MUST BE LABELED FOR IDENTIFICATION IN ACCORDANCE WITH O.S.H.A. STANDARDS. 3. PROPOSAL RE UIREMENTS 3.1 PUBLIC ENTITY CRIMES AFFIDAVIT The City reserves the right to consider a Proposer's history of violations of regulations in the industry as related to Senate Bill 458 (Chapter 89-114, Laws of Florida) and further reserves the right to reject proposals based thereon. This information shall be made part of the Proposal Package as outlined under Section 287.133(3)(a) Florida Statutes, on Public Entity Crimes as made part of these specifications (located in the Proposal Package) requiring a notarized affidavit. 3.2 QUALIFICATIONS STATEMENT Each Proposer shall complete the Qualifications Statement and shall submit the same with the Proposal Package. Failure to submit the Qualifications Statement and all documents required thereunder together with the Proposal Package will constitute grounds for possible rejection of the proposal. The City reserves the right before awarding the contract to require a Proposer to submit such evidence of his qualifications as it may be deemed necessary and may consider any available evidence of his financial status, technical qualifications and pre -award inspection of the Proposer's facility and equipment prior to acceptance and award of proposal. 0 3.3 REFERENCES As part of the proposal evaluation process, the City may conduct an investigation of references, including a record check or consumer affairs complaints. Proposer's submission of a proposal constitutes acknowledgement of the process and consent to investigate. City is the sole judge in determining Proposer's qualifications. 4. AWARD OF CONTRACT 4.1 Once the proposals are opened, the proposals will be evaluated by City Personnel and a recommendation will then be presented to the City Commission, based on the lowest responsible and responsive proposal which conforms to all requirements herein and whose evaluation by the City indicates to the City that the award will be in the best interests of the City. The City is the sole judge in evaluation considerations. 4.2 The contract will be awarded only to responsible Proposers properly licensed, and qualified by experience to do the work specified herein. The Proposer shall submit, prior to award of contract, satisfactory evidence of his experience in like work and that he is fully prepared with the necessary organization, capital, and equipment to complete the work. Proposer shall be insured, properly licensed and certified by all applicable local, county and state agencies. Proposer warrants to City that it is not insolvent, it is not in bankruptcy proceedings of receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. This signed proposal is considered an offer on the part of the Proposer, which offer shall be considered accepted upon approval by the City Commission of Coconut Creek. Within five (5) working days after receiving Notice of Award the Successful Proposer shall submit revised Certificate of Insurance naming the City of Coconut Creek as additional insured for all liability policies. Once the Risk Manager approves acceptable Certificates of Insurance, the City Manager will execute the Agreement with the Successful Proposer, as authorization of award, subject to the requirements of the specifications in their entirety and to the requirements of the Proposal Package. 4.3 The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their proposal, the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. Further, all Proposers must disclose the name of any public officer or employee of the City who owns, directly or indirectly, an interest of five percent (51/o) or more in the Proposer's firm or any of its branches or affiliate companies. 4.4 The Successful Proposer, (hereinafter referred to as the Contractor) shall be required to commence work under this contract within seven (7) days after receipt by him of Notice to Proceed. r1 u 8 4.5 If the Contractor, in the course of the work, finds any discrepancy, errors or omissions in the requirements of work as given by instructions, it shall be his/her duty to immediately inform the General Maintenance Supervisor, and he will verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. 4.6 The City of Coconut Creek, without invalidating the contract may make changes, to increase or decrease mileage of work as required. Such work shall be executed under the conditions of the original contract. 4.7 If the Contractor claims that any instructions involve extra cost under this contract, he/she shall give the General Maintenance Supervisor, written notice thereof within 5 days after receipt of such instructions, and in any event before proceeding to execute the procedure. Claims will not be processed unless fled in writing before any work is commenced. 4.8 The City of Coconut Creek reserves the right to waive formalities in any proposals and further reserves the right to take any other action that may be necessary for the best interest of the City. The City further reserves the right to reject any or all proposals, with or without cause, to waive technical errors and informalities or to accept the proposal which in its judgement, best serves the City of Creek. BID BOND REQUIREMENTS Each proposal must be accompanied by a certified check, or a security bond of the form set forth in the Proposal Package, or other instrument as set forth in Florida Statutes 255.05(1) in the amount of not less than ten percent (101/o) of the total bid amount. The bid bond must be submitted to the City in duplicate. The duplicate copy must be a photographic reproduction of the completed form set forth in the Proposal Package pages PP-19 and PP-20, and clearly marked "COPY". Certified checks shall be drawn on a solvent commercial bank or trust company payable to the order of City of Coconut Creek. Surety on the bid bond shall be duly authorized to do business in the State of Florida; any such bond shall be issued or countersigned by an agent who is a resident of the State of Florida. Satisfactory evidence of the execution authority of person or persons executing such bond shall be submitted with the bond. All bid bonds shall be valid for a period of at least 90 days from the proposal submission date. The bid bonds for all unsuccessful Proposals shall be returned within thirty (30) business days after Contractor selection. If the Successful Proposer withdraws its proposal, fails to make payment for the Johnston 600 Road Suction Sweeper, or fails to negotiate in good faith with the City, or if the Contractor fails to implement service after the City and the Contractor have reached agreed terms, the full amount of the bond shall be forfeited and retained by the City not as a penalty, but as liquidated damages. It shall be agreed that said sum is a fair estimate of the amount of damages that the City will sustain in the event one of the foregoing circumstances occurs. No plea of mistake in the proposal or misunderstanding of the conditions of forfeiture shall be available to the Proposer for the recovery of the deposit or as a defense to any action based upon the neglect or refusal to execute the award after agreed terms have been reached. 5.1 ERRORS AND OMISSIONS City shall not accept any request by any Proposer to correct errors or omissions in any calculations or price, after proposal is submitted. Proposals which are incomplete, unbalanced, conditional or obscure or which contain additions not called for, erasures, alterations, or irregularities of any kind or which do not comply with the request for proposals and Instructions 9 6. to Proposers may be rejected at the option of the City. 5.2 RETENTION AND DISPOSAL OF PROPOSALS The City reserves the right to retain all submitted proposals for official record purposes. The City also reserves the right to dispose of any or all copies of proposals in the manner consistent with State law. No copies of any proposal will be returned to the Proposer. 5.3 COLLUSION By offering a submission to this RFP, the Proposer certifies the Proposer has not divulged, discussed or compared their proposal with other Proposers and has not colluded with any other Proposers or parties to this proposal whatsoever. Also, Proposer certifies, and in the case of a joint proposal each party thereto certifies as to its own organization, that in connection with the proposal: a. any prices and/or cost data submitted have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices and/or cost data, with any other Contractor or with any competitor; b. any prices and/or cost data quoted for this proposal have not been knowingly disclosed by the Contractor, directly or indirectly to any other Proposer or to any competitor, prior to the scheduled opening; C. no attempt has been made or will be made by the Proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of redistricting competition; d. the only person(s) interested in this proposal, is/are the principal(s) named therein and that no person other than therein mentioned has any interest in this proposal or in the Agreement to be entered into; and e. no person or agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees or established commercial agencies maintained by the purchaser for the purpose of doing business. INSPECTION. DIRECTION AND PAYMENT 6.1 The work will be conducted under the general direction of the Director of Public Services, and is subject to inspection by his appointed inspectors to insure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization of the Director of Public Services nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. 6.2 The Contractor must complete the Sweeper Truck Route Report Form as per sample attached as Exhibit A, Section III and submit it to the attention of the General Maintenance Supervisor within 24 hours of completing any work. All work will be inspected by the Public Works Division promptly after receipt of the Sweeper Truck Route Report Form, which must be approved before payment is rendered. Unsatisfactory items will be identified and explained on the form by the Public Works Division. Forms with comments thereon will be returned to the Contractor. An unsatisfactory report or claim must be corrected by the Contractor within two (2) working days. 10 e- �It/7 - A failure in the Contractor's responsibility as outlined above will result in a payment withholding. 6.3 Public Services, will make final inspection of the work covered by this contract when it is completed and finished in all respects in accordance with specifications and must be approved before payment is made. Failure in the Contractor's responsibility as outlined will result in payment withholding until compliance is received and approval granted. Contractor shall submit invoices on or about the first of each month for work completed in the previous month under provision of this contract. Invoices will be verified by checking them against the Sweeper Truck Route Report form that was approved for payment during the time period being invoiced. The City shall pay the Contractor the amount due after approval of said invoice(s) by the General Maintenance Supervisor and the Director of Public Services within thirty (30) days. 2. If, at any time during the contract, the City shall not approve or accept the Contractor's work performance, and an agreement cannot be reached between the City and the Contractor to resolve the problem to the City's satisfaction, the City shall negotiate with the Contractor on a payment for the work completed and usable to the City. This negotiated payment shall be based on the overall task or project breakdown, relative to each task. Repetitive performance failure shall be subject to Default terms and cancellation of the contract. 7 GENERAL REQUIREMENTS The safety of the public and the convenience of traffic shall be regarded as prime importance. Unless otherwise provided herein, all portion of streets shall be kept open to traffic, unless authorized by the General Maintenance Supervisor. No sweeping operations shall be conducted when there are climatic conditions present or forecast that would make an operation ineffectual or dangerous. These climatic conditions include, but are not limited to, heavy rains, fog, etc. The Contractor may suspend operations if weather conditions are such that sweeping operations cannot be carried out in an effective manner. If such suspension occurs, the Contractor shall :immediately notify the General Maintenance Supervisor at 973-6780. The General Maintenance Supervisor, shall at his discretion have the right to order the suspension of cleaning operations whenever, in his judgement, present weather conditions or impending weather conditions are such that sweeping operations cannot be carried out in an effective manner. Any adjustments shall be made through the General Maintenance Supervisor. 2. Removal and disposal of debris collected during the sweeping operation shall be the responsibility of the Contractor. 3. When conditions prohibit sweeping to an acceptable level (standing water, road construction, parked cars, etc.) the Contractor is obligated to notify the General Maintenance Supervisor of these areas, and with the concurrence of the General Maintenance Supervisor, shall reschedule the sweeping. Payment for rescheduled sweeping shall be at normal mileage rates. 4. In the event a street rehabilitation or improvement project is under construction, or will be under construction where cleaning is scheduled, that portion of a 104 ,Z SL- ze— ---I- sweeping cycle will be deleted at the direction of the General Maintenance Supervisor. The section(s) of streets deleted may be re-entered at following completion of the rehabilitation. In no event will the Contractor be allowed additional compensation by the City of initial cleaning of a re-entered street following rehabilitation or construction. 0 8. DEFAULT 8.1 In the event that the Contractor cannot respond adequately to the needs of the City by reason of equipment failure or any other reason, the Contractor shall advise the City in writing within 24 hours of said inability, and further advise as to the length of said inability. The City may then consider said inability to be a breach of this contract and may undertake the necessary work through its own services or those of another contractor. The City shall have the right to deduct the cost incurred in having to provide said services from the payments to be made to the Contractor under this contract. 8.2 In the event the Contractor shall default in any of the terms, obligations, restrictions or conditions in the Contract Documents, the City shall give the Contractor written notice by registered, certified mail of the default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten (10) calendar days thereof. In the event the Contractor has failed to correct the conditions(s) of the default or the default is not remedied to the satisfaction and approval of the City, the City shall have all legal remedies available to it, including, but not limited to termination of the Contract in which case the Contractor shall be liable for any and all damages permitted by law arising from the default and breach of the Contract. 8.3 MRMTNAflON FOR CONVENIENCE OF CITY Upon thirty (30) calendar days written notice delivered by certified mail, return receipt requested, to the Contractor, 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 Contractor 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 Contractor shall promptly discontinue all work. 8.4 ASSIG Neither party to the Contract shall assign the Contract or subcontract it as a whole without the written consent of the other, nor shall the Contractor assign any monies due or to become due to him hereunder, without the previous written consent of the Director of Public Services. is 12 s�, Z�,_3 • CITY OF COCONUT CREEK REQUEST FOR PROPOSALS FOR STREET SWEEPING PROPOSAL NO: 10-10-94-10 SECTION III SCOPE OF SERVICES SCOPE 1.1 The scope of service is to provide Street Sweeping for approximately a twenty (20) mile area within the incorporated limits of the City of Coconut Creek (see Exhibit "A"). Sweeping operations shall be conducted twice per month (24 x per year) as scheduled by the General Maintenance Supervisor. Please refer to the map in Section III, marked as Exhibit C, outlining specific service route. The Successful Proposer shall at the option of the City purchase the City owned Johnston 600 Road Suction Sweeper, within sixty (60) days of Contract commencement at an amount not less than $30,000.00, as per conditions of contract award. A detailed specification description of the Suction Sweeper is made part of Section 1II, marked as Exhibit "B". The work generally consists of furnishing all labor, supplies, equipments, tools service and supervision necessary to perform and maintain the work necessary for all locations, conducive with a safe, neat and clean environment. 2. OVERVIEW 2.1 Complaints. CONTRACTOR shall have an established complaint and resolution procedure. All complaints shall be resolved within twenty-four (24) hours of notice to CONTRACTOR. All complaints shall be noted and logged by the CONTRACTOR, and the disposition of complaints shall be furnished to the CITY upon request. 2.2 CONTRACTOR's Personnel. The CONTRACTOR shall assign a qualified person or persons to be in charge of his operations in the CITY and shall give the name or names to the CITY; information regarding the person's experience shall also be furnished. The CONTRACTOR's collection employees shall wear clean uniforms or shirts bearing the Company name. Each employee shall, at all times, carry a valid Florida driver's license for the type of vehicle he is driving. No person shall be denied employment by the CONTRACTOR for reasons of race, creed, sex or religion. The CONTRACTOR shall devote sufficient personnel, time and attention to the direction of the P operation to assure satisfactory performance by its employees. 13 4--,- ��- �Ia2 3. EQUIP 3.1 Any repairs or additional costs in order to perform the scope of services is the complete responsibility of the Contractor. 0 • • 14 EXHIBIT A SWEEPER TRUCK ROUTE A. PUBLIC WORKS 1. Sweep/Vac Public Works employee parking area. 2. Leave Public Works Compound past Lunch Room to Copans Road. B. INTERSECTIONS 1. Vac/Sweep intersection Lyons & Sample 2. Vac/Sweep intersection Lyons & Copans 3. Vac/Sweep intersection Lyons & Hammocks 4. Vac/Sweep intersection Lyons & Coconut Creek Pkwy. 5. Vac/Sweep intersection Lyons & Winston Park Blvd. 6. Vac/Sweep intersection Lyons & Hillsboro (includes two (2) medians east & west of intersection) C. MEDIAN 01. median west side beginning le south to Coconut Creek Lyons me g g at Sample, Pkwy. 2. Medians West & East of Lyons on Coconut Creek Pkwy. 3. Lyons median west side of Coconut Creek Pkwy.; south to Atlantic Blvd. 4. Lyons median east side Atlantic to Sample 5. Johnson Road medians 6. Winston Park Blvd. medians from 441 east to 1 median east of Lyons Road 7. 42nd Ave. medians (McDonald's medians - 4 each) 8. 34th St. medians (east to west) 9. Coco Plum north median (1 only) 10. 30th St. medians (2 each - east & west of Lyons) 11. 25th St. median (1 only - Tamarind Village) 12. Copans medians from Lyons west to 49th Terrace 13. 49th Terrace median 15 14. Copans median from 49th Terrace west to City limit 15. Copans median City limit east to Turnpike Turnpike rn to Lyons 16. Copans median T u p y 17. 20th St./22 St. medians 18. Hammocks median (1 only) 19. Hammocks edge of pavement Hammocks Blvd. both sides 20. 43rd Ave. median 21. Banks Rd. medians (3 medians immediately south of Coconut Creek Pkwy. - east side only) SPECIAL NOTICE: BE CONSIDERATE AT ALL TIMES OF TRUCK NOISE DISTURBING SLEEPING CITIZENS! 16 0 SE TION III 1. GENERAL EXHIBIT B SPECIFICATIONS FOR JOHNSTON 600 ROAD SUCTION SWEEPER The sweeper described below is a truck mounted sweeper with a GVW of not less than 29,500 lbs, combination brush and vacuum pick up, with 8.0 yard capacity. The sweeper is capable of sweeping from both sides. 2. AUXILIARY_ ENGINE a. Perkins 4.4 b. 86 bhp at 2,600 rpm. c. 204 ft lbs torque at 1,600 rpm. d. Minimum displacement of 244 cubic inches C. Rotary fuel injection pump f. Mechanical governor in the pump body g. Engine speed is controlled by an air operated solenoid h. Muffler constructed of stainless steel L Fuel tank capacity 26 gallons. (Sufficient for at least 10 hours of operation) j. Engine mounted air cleaner restriction indicator. k. Oil pressure lamp and gauge 1. Water temperature lamp and gauge M. Engine tachometer/hourmeter n. Emergency shutdown for auxiliary engine activated by low pressure or high water temperature. o. Engine pack completely surrounded by a walk around for ease of maintenance P. Engine completely enclosed and sealed to ensure that no road dust enters engine compartment q. Voltmeter is included r. Fuel gauge is included 3. EXHAUST FAN a. Heavy duty construction b. Dynamically balanced C. Abrasion resistant steel multivane fan d. 16 blades e. 29" diameter f. Operating speed between 2,700 and 3,440 rpm. g. Driven via an "adjustable free" fluid drive coupling mounted within the engine flywheel and a step up gear -box h. Fan outlet blanked off automatically by safety shield when body is raised L Fan exhaust is sealed and air is exhausted to atmosphere j. An inspection door in blower housing is provided 4. BODY a. Body is constructed of heavy duty steel plate with Cromweld stainless steel floor b. Body void capacity of 8.0 cubic yards C. Body useable capacity of 7.2 cubic yards 17 5. 6 7 8 9 d. Dumping by single hydraulic cylinder e. Hopper floor angle is 8 degrees f. 60 degree dumping angle g. Safety prop provided h. Integral side lockers provided on both sides of the body for additional storage NOISE a. A sound suppression package is provided b. Noise level does not exceed 74 dba per OSHA 50' drive testing procedure at normal operating speed REAR DOOR a. Operated hydraulically by a single cylinder b. Self sealing C. Automatic locking d. Inspection door is provided e. Two drain hoses for excess water drainage f. Dump controls mounted outside and well forward VACUUM NOZZLES a. Abrasion resistant steel construction. Fully lined with relineable high wear resistant rubber b. Attached to vacuum chamber by 10" diameter high wear resistant rubber hose C. Pneumatic cylinder attached to nozzle, controlled from cab, allows tilting of nozzle for larger objects. d. Nozzle rides on two 10" diameter solid rubber tires e. Two brass spray nozzles are mounted integrally to provide dust control and alleviate abrasion f. Nozzle mouth is 155 square inches and tapered with wider end in gutter SUCTION SYSTEM a. All parts conducting dirt laden air are lined with relineable high abrasion resistant rubber b. Wear plates inside body have replaceable abrasion resistant rubber hoods C. Inlet system is a straight line into hopper to prevent excessive wear HYDRAULIC SYSTEMS • Two systems are provided: • Sweeper system to drive brooms is driven off auxiliary engine • Body system is driven off chassis engine to allow dumping and access to back engine in case of auxiliary engine shutdown Both systems utilize the same 20 gallon hydraulic tank and filter • System incorporates a 125 micron suction filter and a 25 micron return line filter 18 • a. b. Both pumps allow more than a 2:1 capacity Both systems are adequately cooled without the use of an oil cooler SWEEPER HYDRAULIC SYSTEM I Gear type pump is connected to auxiliary engine timing case 11 2,200 psi. III 8 gpm output IV Provides power to rotate all brooms and to activate gutterbroom and widesweep slew V Sweeping equipment is activated through electro-hydraulic solenoids CHASSIS HYDRAULIC SYSTEM I 1750 psi pump driven off chassis PTO system II Provides power to raise and lower rear door and body 10. GUTTERBROOMS a. Cab controlled b. Variable speed, 0-180 rpm. C. Hydraulically driven and raised d. Adjustments provided for pressure and angle e. Brooms have a "kick back" feature to prevent damage when contact is made with an immovable object f. Brooms are 28" diameter, filled with steel tines 22" long g. Brooms are automatically locked when in the stowed position h. Gutterbroom lights are included 11. WIDE WEEP BROOM a. Hydraulically driven b. Pneumatically raised and lowered C. 53" wide and 16" in diameter d. Operates at a constant speed of 180 rpm. C. All controls for raising, lowering, pivoting and sweeping are located in cab f. Pneumatic controls provided to automatically adjust broom pressure on the road 12. SWEEPING PATH Sweeping path is 88", when using vacuum nozzle, gutterbroom and widesweep broom 13. WATER SYSTEM a. 330 gallon water tank b. Fitted with 4" diameter filler cap C. Constructed of stainless steel and baffled to control shifting of water d. Water tank is completely and easily flushable e. Anti -siphon hydrant filler and includes easy cleaning dual filter f. Internal suction line is filtered by a fine mesh filter on the water tank discharge and on the water pump suction g. The filter is mounted to allow cleaning without opening the body 19 e SG-e�3 14. 15. 16. h. The pump is a twin diaphragm type, self priming i. Pump is rated at 100 psi. j. The system is regulated to 60 psi. k. Output is 9.5 gpm. . 1. Spray nozzles are located as follows: Two suction nozzle; two in front of gutterbroom; four on front pumper in. Washdown hose with adjustable nozzle is provided n. Water supply is activated automatically when broom/nozzle operation is selected o. Spray nozzles are controlled by electro-pneumatic solenoids P. A 25' hydrant fill hose with standard threaded fitting is provided q. Water tank drain valve is located in front of vacuum nozzle to assist flushing of nozzle and inlet system during clean up PNEUMATIC -SYSTEM a. The air system from the chassis is utilized to lift all gear in the case of an auxiliary engine shutdown b. Pneumatic valves activated by cab mounted switches are used to activate air cylinders to raise and lower vacuum nozzles and widesweep broom C. Air system if filtered with automatic lubricator d. Separate air tank is supplied for sweeper pneumatic system. Regulator is supplied to ensure correct air pressure C. An air dryer is standard on the chassis to prevent pollution entering the air system f. All cylinder seals are completely interchangeable ELECTRICAL SYSTEM a. 12 volt, 55 amp alternator . b. Engine starYstop is controlled by a key type rotary switch C. Warning lamps are provided for oil pressure, coolant temperature, weight load and alternator d. Cab mounted strobe beacon with limb guard and back up alarm are provided C. Water temperature, oil pressure, fuel and voltmeter gauges provided CAB CONTROLS a. Sweeper is equipped with a cab mounted master control panel and contain the following: Engine key switch Auxiliary Engine Operating Speed Beacon Nozzle Operation with Indicator Light Gutterbroom Operation with Indicator Light Widesweep Operation with Indicator Light Warning Lamps (Low Oil Pressure, High Water Temperature, Alternator, Weight Load and Low Sweeper Water Tank Capacity) Water Temperature, Oil Pressure, Voltmeter, and Fuel Gauges b. Water sprays come on automatically when broom and nozzle operation is selected • 20 4 56re 3 17. CENTRAL SYSTEMS LOCKER a. All hydraulic, pneumatic and water valves necessary for controlling operations are housed within is a weatherproof locker accessible at ground level b. Locker is removable C. Test ports are provided for all systems d. Controls affecting safety, such as body lift and rear door mounted outside e. Facility is provided to prevent losing all air from system 18. ERGO MASTER CONTROL SELECTOR SWITCH Provides immediate control of sweeping gear. Center position allows sweeping modes to be programmed or controlled. Moving switch to one direction opens the nozzle and moving to opposite direction raises all sweeping gear simultaneously. 19. AUTOMATIC PICK UP Sweeping gear is automatically raised when reverse gear is selected 20. WANDERLEAD a. 320 degree operation, overhead mounted on ball bearing turntable b. Adjustable spring compensation for load relief in handling C. Eight inch diameter d. Linatex special process (high wear resistance) rubber hose C. Inlet contains spray nozzle for dust control f. Internal storage for 4 ft. steel extension and a 6 ft. rubber and steel extension g. Working circle I ft. without extensions h. Will clean 5 ft. deep catch basins without extra extensions 21. DUAL STEERING a. Power steering will be supplied to both the right and left hand sides b. The fully independent system includes: I Two (2) separate, chassis manufacturers, steering gearboxes II Two (2) drag links III Two (2) pitman arms 22. DUAL SWEEP a. Body is fitted with suction nozzle and gutterbroom on both right and left side b. Specifications are the same for both sides C. Widesweep broom is pivotal to either side d. Changeover of sweeping from side to side is completely cab controlled CHASSIS 1. VEHICLE WEIGHT is a. GVWR is 29,500 lbs. b. Wheelbase is 134" 21 2. AXLES a. Front axle is 12,000 lbs. b. Steering is supplied to both sides C. Turning radius is 21' d. Rear axle is 21,000 lbs. with a two speed ration of 5.86/8.17 3. BRAKES a. Service brakes are full air b. Rear brakes are full air C. Parking brakes are spring set and in -cab controlled d. Low pressure indicators are supplied e. 9.5 cfin capacity air compressor with dry type air cleaner on intake is supplied f. Air dryer with automatic moisture ejector is included 4. FRAME a. High tensile steel frame rail b. RMB is 510,000 to accommodate body and equipment with acceptable reserve C. Front tow pin is supplied 5. SUSPENSION a. Front suspension is 11,000 lbs. at ground load rating b. Front shocks are supplied 6. WHEELS & TIRE a. Two single front tires are provided b. Two dual rear tires are provided C. All rims are disc type d. Tires are 6 first line tubeless radials I LOOR x 22.5 - 14 ply rated C. Rear tread is group IV type 7. ENGINE a. Diesel engine is 170 hp at 2,600 rpm_ b. Torque rating is 401 ft. lbs. at 1,600 rpm. C. Engine is water cooled, 4 stroke, with antifreeze to - 30 degrees fahrenheit 8. ODRM E PMENT a. 90 amp alternator b. Two (2) 12 volt 535 CCA batteries C. A heavy duty dry type air cleaner with restriction indicator d. Viscous clutch fan e. Full flow oil filter f. Fuel/water separator g. High water temperature, low oil pressure shutdown system is included h. Hourmeter is included 22 ielr_ 501 - e� 3 9. TRANSMISSION a. Allison AT-545 automatic with auxiliary return line filter b. Transmission oil temperature gauge is included 10. CAB a. Two (2) fully adjustable suspension seats with approved belts b. Both seats are fully padded with heavy duty cloth upholstery over foam rubber seat cushion C. Sun visors on both sides d. Arm rests on both sides e. Fresh air, hot water heater with full width defrosters and multi -speed fan f. Dual, two speed electric windshield wipers with washers g. Cab fender and extension h. Mirrors (2) 6" x 16" with additional convex mirrors and 10" diameter sweeping mirrors to view sweeping equipment i. Grab handles to provide three point entry on both sides j. Air conditioner installed on rear of cab 11. FUEL TANKS a. One tank is rear mounted to supply the truck engine with gauge in cab. 40 gallon capacity b. One tank is mounted to the side of the sweeper with a fuel gauge. It will provide a minimum of 10 hours operation. It has integral water traps (2) and filters (26) gallon capacity 12. LIGHTS a. All lamps and reflectors will comply with Federal regulations b. Four way flashers C. Back up lights (2) d. One (1) cab mounted amber strobe light with limb guard e. A back up alarm of 107 dB (A) to sound in reverse gear automatically a. AM/FM cassette stereo THER INFORMATION OPTIONAL EQUIPMENT AM/FM Cassette Stereo VEHICLE MILEAGE 7,067 VEHICLE RUNNING HOURS 910 23 �e - � 0/- �la '3- CITY OF COCONUT CREEK REQUEST FOR PROPOSALS FOR STREET SWEEPING PROPOSAL NO: 10-10-94-10 SECTION IV ATTACHMENT TO PROPOSAL PACKAGE TO: CITY OF COCONUT CREEK PROPOSAL CONFIRMATION (Page I of 3) In accordance with the requirements for Request for Proposals for Street Sweeping, the undersigned submits the attached proposal to furnish all labor, supplies, equipment, service and supervision, necessary to perform and maintain the work, necessary for Scope of Service locations, conducive with a safe environment. The City reserves the right to award scope of work to the most responsible and responsive Proposer which is deemed to be in the best interest of the City of Coconut Creek. Proposer accepts and hereby incorporates by reference in this Proposal all of the terms and conditions of the Request for Proposals, Instructions to Proposers, Special Conditions for Instructions to Proposers and Scope of Services of the Contract. l . Proposer has examined the site and locality where the world is to be performed and is fully aware of the scope of work based on these requirements, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the work and has made such independent investigation as Proposer deems necessary. 2. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, fine or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Proposer has not directly or indirectly induced or solicited any other Proposer to submit a false or sham bid; Proposer has not solicited or induced any person; firm or a corporation to refrain from bidding; and Proposer has not sought by collusion to obtain for himself any advantage over any other Proposer or over CITY. • • PP- I 2. S 6_ 63 CITY OF COCONUT CREEK 0ON IV ACHMENT TO PROPOSAL PACKAGE PROPOSAL CONFIRMATION (Page 2 of 3) Proposer has attached all documents listed in the check list as provided and any other pertinent information. CHECK LIST Proposal Confirmation attached (PP-1 thru PP-3) Schedule of Proposal Prices (PP-4) Including Add-on's References attached (PP-5) Equipment List (PP-6) Sworn Statement on Public Entity Crimes thru PP-9) #hedIPP-7 oser's Qualifications attached (PP-10 thru PP-14) Indemnification Clause attached (PP-15 thru PP-16) Insurance Certificate Exceptions to the Request for Proposals (PP-17) Bid Bond Form (PP-18 thru PP-19) Accompanying this Proposal is a Cashier's Check or Bid Bond not less than ten percent (10%) of the total bid payable to the City of Coconut Creek. Proposer accepts and agrees to purchase at the City's option the Johnston 600 Road Suction Sweeper from the City of Coconut Creek, within sixty (60) days of contract commencement for an amount not less than $30,000.00. Isternate Proposal Submitted FORMS ATTACHED Yes No Yes ✓ No Yes ✓/ No Yes ✓ No Yes ✓ No Yes ✓ No Yes ✓ No Yes ✓ No Yes No y/ Yes No Yes ✓ No Yes No__Iz Yes No, PP-2 'X�- P6/57 - 6 1�5-- CITY OF COCONUT CREEK SECTION IV ATTACHMENT TO PROPOSAL PACKAGE PROPOSAL CONFIRMATION (Page 3 of 3) PROPOSER'S CERTIFICATION (This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths.) The Offeror shall acknowledge this proposal by signing and completing the spaces provided. I hereby submit this Proposal Package for Street Sweeping Proposal No: 10-10-94-10 to the City of Coconut Creek with the full understanding of the Request for Proposals, consisting of the entire Proposal Package. W(teses: r STATE OF: �~ L COUNTY OF. Name of Proposer (Company) Street Address ptcn/�r'1 uCl•-� tw v�' City, S Zip Signatur ri en 14y� Y7 C, q i--11 Print Signature, Title Dat Phone umber �n-&/ fore otng instrument was acknowledged before me this `` f IPA by Awho is (who e) personally kno to me or who has produced as identification and who Uii­&—(d id not) take an oath. NOT Notary Public, State of Florida �p Commission No. CC 379457 9m NOTARY• OR' IWAM Commission Number: My Commission Expires: --7/i cq Lq. gl— PP-3 is • • ECTTON IV ACHIvIEN i' TO PROPOSAL PACKAGES SCHEDULE OF PROPOSAL PRICES ALTERNATE A (Sweeping only without purchase of City Sweeper) SWEEPING ALL STREETS LISTED ON THE STREET SWEEPER ROUTE AS EXHIBIT A AND AS OUTLINED ON MAP (EXHIBIT C) TWICE PER MONTH OR TWENTY FOUR (24)TIMES PER YEAR COST PER LINEAR CURB MILES MILE (2 X PER MONM YEARLY COST 20 MILES X � X 24- 10 MILES (Wynmoor Cir.) X.cX% X 24 TOTAL 30 MILES $ Cost Per Year In Words ALTERNATE B (The cost to the City for the Sweeping Activity if the Contractor purchases the City owned Sweeper) SWEEPING ALL STREETS LISTED ON THE STREET SWEEPER ROUTE AS EXHIBIT A AND AS 4FR LINED ON MAP (EXHIBIT C) TWICE PER MONTH OR TWENTY FOUR (24)TIMES PER COST PER LINEAR CURB MILES MILE J2 X PER MONTH) YEARLY COST 20 MILES X X 24 — $ 10 MILES (Wynmoor Cir.) X X 24 = $ TOTAL 30 MILES Price for Johnston 600 Road Suction Sweeper Total Cost in Words for Sweeping Service Per Year Total Cost in Words for Sweeper ALTERNATE C (Bid price for the Sweeper only) Proposer agrees to purchase the Johnston 600 Road Suction Sweeper in the amount of $ Dotal cost in words for Johnston 600 Road Suction Sweeper PP-4 A if, 5 �' �2 "-� CITY OF COCONUT CREEK SECTION IV ATTACHMENT TO PROPOSAL PACKAGES SCHEDULE OF PROPOSAL PRICES FOR STREET SWEEPING ALTERNATE A (Sweeping only without purchase of City Sweeper) SWEEPING ALL STREETS LISTED ON THE STREET SWEEPER ROUTE AS EXHIBIT A AND AS OUTLINED ON MAP (EXHIBIT C) TWICE PER MONTH OR TWENTY FOUR (24)TIMES PER YEAR COST PER LINEAR CURB MILES MILE 2 X PER MONTH YEARLY COST 20 MILES X X 24 - $ Cost Per Year In Words ALTERNATE B (The cost to the City for the Sweeping Activity if the Contractor purchases the City owned Sweeper) SWEEPING ALL STREETS LISTED ON THE STREET SWEEPER ROUTE AS EXHIBIT A AND AS OUTLINED ON MAP (EXHIBIT C) TWICE PER MONTH OR TWENTY FOUR (24)TIMES PER YEAR COST PER LINEAR CURB MILES LE (2 X PER.MON H) YEARLY COST l - 20 MILES X X 24 = S Price for Johnston 00 Road Suction Sweeper Total Cost in Words for Sweeping Service Per Year and Sweeper ALTERNATE C (Bid price for the Sweeper only) Proposer agrees to purchase the Jc Total cost in words for Johnston" Road Suction Sweeper in the amount of S. ction Sweeper C� J PP-4 WQN IV CITY OF COCONUT CREEK ATTACHMENT TO PROPOSAL PACKAGE REFERENCES (PAGE I OF 1) The following is a list of at least three (3) references that Proposer has provided similar services. 1- Name of Firm, City, County or Agency:. Address: f/ SIgryJ Contact:t7 & Title: Telephone Location: � T l42 7" Scope of Work 7 "f-' .-/- AM& I• Name of Firm, City, County or Agency: ! / _ �IL 6e�- 2Q L Address: 6 W 7! 4 vt a-�hl Contact: Title 'T Telephone-�,' L Location: 4f7! F '-j L,yn iT75 _ Scope of Work , 3. Name of Firm, City, County or Agencyz�/ `4 Address: • 65 f6 / �vic . (T7�LL.4iT% �iT �Z�G 3 Contact:/ Title' ��" j?, Telephone r Location:L4fT4' TS _ Scope of Work,--, 4D NOTE: Additional references may be attached and provided. PP-5 /zsG- 6 --5- /- CITY OF COCONUT CREEK 0 ATTACI-M ENT TO BID FORM E UIPMEN'I' LIST (TYPE, CONDITION, YEAR, ETC.) SECTION IV Proposal Requirements: List additional equipment and number of employees required to perform service: • • PP-6 OCTION IV CITY OF COCONUT CREEK ATTACHMENT TO PROPOSAL PACKAGE SWORN STATEMENT UNDER SECTION 287.133(3)(A) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES (PAGE 1 OF 3) (This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths.) 1. This sworn statement is submitted with Proposal and made part of the Request for Proposals for Street Sweeping. _ 2. This sworn statement is submitted by name of of entity su fitting sworn statement), r Whose business address is 35., IGC ' yas ,z �f1 r. % �*�n �fi�T? c -�'��� �� � * and (If applicable) its Federal Employer Identification Number (FEIN) is (if the entityhas no FEIN, include the Social Security Number of the individual signing this sworn statement: My name is and my relationship to the entity named above is 4. I understand that a "Public Entity Crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, then, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "conviction" as defined in Paragraph 287.1331b, Florida Statutes, means a finding of guilt or a conviction of a Public Entity Crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length Agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. PP-7 CITY OF COCONUT CREEK SECTION 1V 0 ATTACHNf NT TO PROPOSAL PACKAGE SWORN STATEMENT UNDER SECTION 287.133(3)(A) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES (PAGE 2 OF 3) (This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths.) I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Jr,/Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statements applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the Convicted Vendor List. (Please attach a copy of the final order.) The person or affiliate was placed on the Convicted Vendor List. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the Convicted Vendor List. (Please attach a copy of the final order.) The person or affiliate has not been placed on the Convicted Vendor List. (Please describe any action taken by or pending with the Department of General Services.) • PP-8 �(Z-SG-63 CITY OF COCONUT CREEK TION IV ATTACHMENT TO PROPOSAL PACKAGE SWORN STATEMENT UNDER SECTION 287.133(3)(A) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES (PAGE 3 OF 3) (This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths.) Y Proposer's Name STATE OF: . L-e,,2 4v OF: . f7 Signature Date: The foregoing instrument was acknowledge before me this day o 1 , 19 by who is (who areCersonally known to me: or who has produced as identification and who did (did not) take an oath. iL NOTAR PUBLIC SI TURE PI Gail T. Me eoudis NO �� b� � ED �oF F plena 07119/98 �4W3•NOTARY - Fli N"y Service A 80"" Co. t Commission Number: 0 Commission Expires: /(� IJUR CITY OF COCONUT CREEK SECTION IV 0 ATTACHMENT TO PROPOSAL PACKAGE PROPOSER'S QUALIFICATION (PAGE I OF 5) NOTE: This statement of Proposer's Qualification must be completely filled out, properly executed and returned as part of your proposal. List the true, exact and proper names of the company, partnership, corporation, trade or fictitious name under which you do business and principals by name and titles: NAME OF COMPANY : ( . �% /Y�� /�-_=�C��1'" ��>•-�C_' ADDRESS: t� .� • .yC !f�^7-� PRINCIPALS: TITLES:�j% - L2-. - 2. a. Are you licensed, as may be required, in the designated area(s) of Broward County, Florida? YES v NO b. List Principals Licensed: Name(s): 4T, Remarks: How long has your company been in business and so licensed?. If Offeror is an individual or a partnership, answer the following: a. Date of organization: PP-10 y • �C� �� - 6, -�!) 0 SECTION IV ATTACHMENT TO PROPOSAL PACKAGE u CITY OF COCONUT CREEK PROPOSER'S QUALIFICATION (PAGE 2 OF 5) b. Name, address and ownership units of all partners: L State whether general or limited partnership: �— If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals. 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. d. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 7. a. Has your company ever failed to complete a bonded obligation or to complete a contract? 0 YES NO PP-11 e - (; -6 - 6c �,,,3 CITY OF COCONUT CREEK SECTION IV . ATTACHMENT TO PROPOSAL PACKAGE PROPOSER'S QUALIFICATION (PAGE 3 OF 5) b. If so, give particulars including circumstances, where and when, name of bonding company, name and address of CITY and disposition of matter: C. Are you now or in the past five years been involved as a defendant in litigation to the performance of your company operations? If so list: our firm whom hhas recently w 8. List three Companies, Cities or Agencies and their contact person with y Y contracted with for like projects. Company Name Address, Telephone Number & Contact �--1'�;---- 9. a. List the pertinent experience of the key individuals of your organization (continue on insert sheet, • PP-12 *!ON IV ATTACHMENT TO PROPOSAL PACKAGE PROPOSER'S QUALIFICATION (PAGE 4 OF 5) CITY OF COCONUT CREEK b. State the name of the individual(s) who will have personal supervision of the work: 5�-- 10. List name and title of persons in your company who are authorized to enter into a contract with the City of Coconut Creek, Florida for the proposed work should your company be the successful Offeror. Name Title N� _ j D ` + . The undersigned guarantees the authenticity of the foregoing statements and does hereby authorize and request any person, firm or corporation to furnish any information requested by the City of Coconut Creek, Florida to verification of the recitals comprising this statement of the Offeror's qualifications. DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE PROPOSER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. Date /0/6, /r"4/ S gnature I Print Name dim Fy 5 Company Title • PP-13 CITY OF COCONUT CREEK SECTION IV ATTACHMENT TO PROPOSAL PACKAGE PROPOSER'S QUALIFICATION (PAGE 5 OF 5) If Corporation (Seal) If Individual or Partnership, two Witnesses are required: Witness Rmp ctfially submitted (COR OI' ATE SEAL) Construction Industry Licensing Board Registration No. Certification No. Qualifying Indiv I PP-14 Witness � />� �Z.a1 ��1—r-i...-LPL �►a _C _ COMPANY - CONTRACTOR By: Presid� SIGNATURE • 0 ,e_ Y4-G 3 0 CITY OF COCONUT CREEK SECTION IV ATTACHMENT TO PROPOSAL PACKAGE INDEMNIFICATION CLAUSE (PAGE 1 of 2) The Contractor shall indemnify and hold harmless the City Commission, the City of Coconut Creek, and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the CITY, or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on this amount or type of damages compensation or benefits payable by or for the Contractor or any Subcontractor under Worker's Compensation Acts, Disability Benefit Acts or other Employee Benefit Acts. thing in this section shall affect the immunities of the City pursuant to Chapter 768, Florida Statutes. Proposer's Name Si a Date / STATE OF: PP-15 e- 116- �j 9 CITY OF COCONUT CREEK SECTION IV ATTACHNffiNT TO PROPOSAL PACKAGE INDEMNIFICATION CLAUSE (PAGE 2 of 2) The foregoing instrument was acknowledge before me this ( , _da of _ (`�C=�T _ 19-P(/by who is (who are) ( �nally known to me or who has produced as identification and who did (did not) take an oath. NOTARY PUBLIC SIG"RE o1'pY PVB Gail T. Mceploudis 4 n Notary Public, State of Florida 8 Commission No. CC 379457 < ve My Commission Expires 0711919E i-NO-3-NOTARY • P7a hoary Service a b-&" Co. i ' ir!lltctlr!ltltrct!lltt�ulltttic!!tt«�t«llirc!< < NOTARY NAME, PRINTED, TYPED OR STAMPED Commission Number: My Commission Expires: C1 PV • C� PP-1b �C, � t�l, - 4� �t PACHMENT 0 ON IV TO PROPOSAL PACKAGE NOTE: CITY OF COCONUT CREEK EXCEPTION TO THE REQUEST FOR PROPOSALS (PAGE 1 of 1) Proposals that are exceptions to that which are specified and outlined in the foregoing specifications shall be outlined below. (Additional sheets may be attached.) "All alterations or omissions of reguuired information or any change in proposal requirements is done at the risk of the Proposer presenting the proposal and may result in the reieetion thereof'. ,GIfZl'- j — PP-17 ,e S6, 6 3 SECTION IV ATTACHMENT TO PROPOSAL PACKAGE STATE OF FLORIDA ) ) SS COUNTY OF BROWARD ) CITY OF COCONUT CREEK 0 CONTRACTOR'S BID BOND FORM (Page 1 of 2) KNOW ALL MEN BY THESE PRESENTS, that we PRINCIPAL) and the law of the State of (hereinafter called ping business under and authorized under laws of the State of Florida and approved by the U.S. Treasury Department to act surety on Bonds, as "Surety" (hereinafter called SURETY are held and firmly bound unto the City of Coconut Creek, Florida, a bond corporate (hereinafter called the CITY), in the sum of TEN PERCENT 10% OF BID AMOUNT lawful money of the United States of America, to be paid to the City of Coconut Creek, Florida for which payment well and truly made, we bind ourselves, our successors, and several respective heirs, executors, administrators, and assigns, jointly and severally firmly by these presents. WHEREAS, it was a condition precedent to the submission of said bid that a certified check of Bid Bond in the amount of TEN PERCENT (10%) OF BID AMOUNT of these base bid be submitted with said bid as a guarantee that the bidder would, if awarded the contract, enter into a written contract with the said City of Coconut Creek NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the proposal of the PRINCIPAL herein be accepted and a Contract is established satisfactory to the said CITY then this obligation shall be void; otherwise, the sum herein stated shall be due and payable to the City of Coconut Creek, Florida and the SURETY herein agrees to pay said sum immediately upon demand of said City of Coconut Creek, in good and lawful money o the United States of America, as liquidated damages for failure thereof of said PRINCIPAL. PP-18 •