Loading...
1992 IRFQ 18/19-120 Michael Robb dba Mikes Lawn Mowing & Debris Removal�, �yiFAR,jy� 4 CITY OF IANCE DEPARTMENT Wednesday, November 14, 2018 TO: City Clerk/City Manager RFr: IRFQ 18/19-120 Michael Robb dba: Mikes Lawn —Mowing and Debris Removal The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies 1-1 ❑ Mayor's signature ❑ Recording ❑ Rendering Safe keeping (Vault) ❑ Deputy City Manager ❑ Payment Bond ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Special Instructions: The PO's are less than $50,000 does not need CC approval. Mari o -l. Oroto-c Q.z t,2- ` , V From Date SharePoint_Finance_Purchasing_Forms - 2018.doc sr, aFINANCE DEPARTMENT October 23, 2018 i Contract/Agreement Name: IRFQ 18/19-120 Michael Robb dba: Mikes Lawn —Mowing and Debris Removal; the PO's are less than $50,000 does not need CC approval. Approval: P rchasing Managk) Date � Finance birector 4� ("4-� (V Date Date AGREEMENT BETWEEN THE CITY OF SANFORD AND MICHAEL ROBB DBA/ MIKES LAWN CARE /IRFQ 18/19-120- MOWING AND DEBRIS REMOVAL THIS 7dayo EM T (hereinafter the "Agreement") is made and entered into this f r , 2018, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Michael Robb, DBA: Mike's Lawn Care, whose address is 2578 Enterprise Road, Orange City, Florida 32763, (hereinafter referred to as "Mike's"). The City and Mike's may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of Services. (a). This Agreement is for the services set forth in the attachments hereto and Mike's agrees to accomplish the provision of goods and services and actions specified in the attachments for the compensation set forth in those documents relating to the provision of mowing and debris removal services. Goods and services may be ordered and directed by the City by means of City purchase orders/work orders. (b). It is recognized that Mike's shall perform services as otherwise directed by the City all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants as may be approved by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Darrell Presley Executive Director Community Development City Hall; City of Sanford, Florida 300 North Park Avenue Sanford, Florida 32771 E-mail address: Darrell. presley(cD-Sanfordfl.gov ; provided, however, that all notices under this Agreement shall be copied to: Ms. Marisol Ordohez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 3 years and, upon the exercise of an option to renew by the City, for 2 additional terms of 1 year each. In any event, this Agreement shall remain in effect until the services to be provided by Mike's to the City under each work order have been fully performed in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such services being provided by Mike's No services have commenced prior to the execution of this Agreement that would entitle Mike's for any compensation therefor. Notwithstanding the foregoing, the City may unilaterally terminate this Agreement in the event that the City is not satisfied with the goods or services provided by Mike's within the 6 calendar months commencing on the first day of the first month after this Agreement commences. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto and as may be set forth in each purchase/work order issued by the City. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Section 7. Mike's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, Mike's must: 2 111 a g e (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Mike's upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (b). If Mike's does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Mike's to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Mike's shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Mike's and shall promptly provide the City with a copy of Mike's response to each such request. (d). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and Mike's and supersedes and controls over any and all prior 311)a-, e agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. In the event that Mike's issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Mike's, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Mike's have executed this instrument for the purpose herein expressed. ATTEST: Traci Houchin, CMC, FCRM City Clerk Approved as to form and legal suiy. ert,,City Attorn f ATTEST: CITY OF SANFO 1f� s i /III u�,l Mti� � illll MICHAEL ROBB DBA: MIKE'S LAWN CARE By: Michael Robb President Dated: I"►Jo LT- 2- o l City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue, Sanford, Florida 32771 I& �+ CITY of Phone: 407.688.5028, or extension 5030 Fax: 407.688.5021 FORM JANFORD F--�;�I>- INFORMAL REQUEST FOR QUOTE �, ----- IRFQ IRFQ-18/19-120 I MOWING AND DEBRIS REMOVAL -CE BIDDER INFORMATION: DUE DATE: October 17, 2018 at 4:00 P. M. Local Time Name of Firm:.. r �.... �- . C �............... City of Sanford Purchasing Division Contact Person: Marisol Ordonez, Purchasing Manager Address:...�'�.r—`....�.�`-..� t�`t— �........... Address: 300 N. Park Avenue Suite 243 ............ . .................... City, State, Zip: Sanford, Florida 32771 Address: ....................................................................................... Phone Number: 407.688.5028, or ext. 5030 Fax Number: 407.688.5021 City/State/Zip ....�-A ...�An...'�RlEmail: purchasin a sanfordf7.gov_ For Div./Dept./Office: Darrel Presley, Exective Director Contact Person:..`.�....... S`:S='.WDelivery Address: Development Services 300 N. Park Ave Phone Number:...4�1 l `—� W ? " ............... Sanford, Florida 32771 Fax Number: ................................................................................ ISSUED `x ,rSeptember 27, 201$ Y Email: ... ................................. 3" BIDDER'S PRINTED NAME•.lA .0R.......CM BIDDER'S SIT /f;llfY �'?`.....�.. TitleC:2 W 1v k tZ ............................ Date:. U / �.��, .. ................ .................................................................................................. PLEASE RETURN BY DUE DATE AND TIME VIA FAX, MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE. 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of Code Enforcement Mowing and Debris Removal 2. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera [See Attachment A] Existing Material Removal: The successful Bidder shall be responsible for the safe removal, hauling and appropriate disposal of existing material removed as a result of this project. Before any removal is to take place, the successful Bidder shall coordinate with the assigned City representative to ensure this activity does not interfere with any other events or projects in progress at the facility as applicable. Permitting: The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, meeting and or exceeding all local, state, and national building codes. Obligations of the Successful Bidder: It is understood that the successful Bidder shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the goods/services requested by the City, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the City, or any property owned by the City. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this project. The successful Bidder will ensure that all of its employees, agents, sub- contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when providing services for the City in accordance herewith. The successful Bidder shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and frilly complete the work set forth in the Scope of Services. The successful Bidder shall use appropriate tools and/or equipment which are in good repair and proper working order, so as to enable the successful Bidder to complete the services required hereby. Clean -Up: The successful Bidder shall be responsible for the removal, hauling, and legal disposal of all debris generated as a result of performing the services per attached Scope of Work. PUR-F-302 Rev. 03/2016 Public Emergencies: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, City of Sanford shall require a "First Priority" for goods and services. It is vital and imperative that the health, safety, and welfare of the citizens of Sanford are protected from any emergency situation that threatens public health and safety as determined by the City. The Bidder agrees to rent/sell/lease all goods and services to the City or governmental entities on a "first priority" basis. The City expects to pay contractual prices for all products and/or services under the awarded Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the Bidder provide the City with products and/or services not under the awarded Agreement, the City expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price response shall be accompanied by a detailed description of the requirement service to be offered. 3. Price Submittal. In accordance with the terms, conditions and specifications, I/we, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and hereby submit the following prices for IRFQ-18/19-120, as follows: Item Description Unit Price Quantity Extended Price Required Base Residential Lot Bid - Lot with residential 1. structure $ 1 $ t� v Base Vacant Lot Bid - Lot without residential 2. structure $ 1 $ �t✓�s l.)� 3. Bid price per square foot - for any property so $ $ designated by the Director of Development Services Do 10 Bid price for hauling and dumping trash/debris in 4. excess of the 5 cubic yards included in base bids in $ $ item 1 & 2 ° C'� (a) Price per cubic yard (b) Price per pound � � 0 C) 5. TOTAL QUOTE PRICE $ Additionally, please respond to the following questions by placing a check mark (✓) on the appropriate answer: Item Question Response Response YES NO 1. Did you include a copy of your Certificate of Liability Insurance (COI) with your quote submittal?,/ 2. Include a copy of your Business Tax Receipt and W9 a. The City will not consider alternates to the items listed above. If alternates are offered, the City will have the sole and unilateral right to reject the alternate and purchase from vendor providing compliant items. Delivery time will be a factor in the evaluation of this IRFQ. b. All prices quoted shall remain firm for period of one M year with a (3) year contract after award of this IRFQ. c. Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices shall be allowed after the due date and time. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit price shall prevail. Please note that the City reserves the right to clarify and correct extended price amount errors. d. City of Sanford is exempt from Sales Tax. Certificate No. 85-8012621681C-8. e. If you are offering pricing which is based on other entity or agency solicitation pricing, clearly state so and include a copy of the applicable solicitation with your submittal. f. Please read all terms and conditions, complete the requested information, and sign in the space provided on page 1. g. If not submitting a quotation, pleaseindicate "NO BID" and return this form. FOR Rev. 2.22.2018 Critical Data: a. Please return your quote submittal via fax, mail or email to the requesting Division/Department/Office as outlined on page 1; by no later than the due date and time outlined on page 1 or as revised thereof via written addenda. b. Please email questions regarding this quotation only to the requesting Division/Department/Office. Any interpretations, clarifications, or changes made will be in the form of written addenda issued by requesting Division/Department/Office. c. Pursuant to Section 2.2 of the City of Sanford Purchasing Policy, lobbying is strictly prohibited. d. Please note that all documents sent to the City as part of this IRFQ are considered a Public Record; as prescribed by Chapter 119, Florida Statutes. e. Bidder must submit a copy of their Certificate of Insurance with their quote. f. Any order resulting from this IRFQ shall be subject to the attached General Terms and Conditions and all applicable laws, policies and PLEASE COMPLETE AND SUBMIT Failure to submit this form may be grounds for disqualification of your submittal' xev. z.zz.zuta ATTACHMENT "A" PRICE PROPOSAL IRFQ-18/19-120 MOWING AND DEBRIS REMOVAL I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IRFQ document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IRFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the requirement and technical specifications and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "A" Offer to Purchase and Acceptance of Informal Request for Quote Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IRFQ document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: M 1 C. "irt'z-'\' P, o 1''R) Mailing Address: '15,19 T- 1 " '- � 0 V�- `sa"'IL03 Telephone Number 1 �( Fax Number: E-mailAddress: 12?) ( L t 1 CU R FEIN: )i- �J [ Authorized Signato y Printed Name f4\�K�-S i (-) CC�c C� Title Date STATE OF "V� K', COUNTY OF %;; / fa, V�" The foregoing instrument was executed before me this day of F,,,1�<.:: 0 20 �.°� , by as who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is pxoally :known to me OR has produced """a•. ANGELA ADKINS ]709 RY PUBLIC, State of Y PU Stam ;'1.••.., ds (stamp) ,. Commission # GG 074674 Expires June 13, 2021 E. 01, Bonded Thru Troy Fain Insurance BOD as identification. PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE '!?'Failure to submit this form may be grounds for disqualification of your submittal's FOR nev. z.«.zu i a * ********************7b�page io �fthbonk*** ***************** FOR GENERAL TERMS AND CONDITIONS - READ CAREFULLY Questions relating to this Request for Quotation must be directed to the City of Sanford, Purchasing Division, herein after referred to as "City", at 407.688.5028 or ext. 5030. RESERVED RIGHTS OF THE CITY The City reserves the right to unilaterally cancel this Request for Quotation, at its sole discretion. WRITTEN COMMUNICATIONS The terms and conditions of this Request for Quotation shall not to be modified verbally. All communication shall be in writing. APPLICABLE LICENSING The Vendor, at its sole expense, shall obtain all required federal, state, and local licenses, occupational and otherwise, required to successfully provide the goods/services set forth herein. QUALITY All materials or services furnished on this order must be as specified and subject to City inspection within a reasonable time after delivery at destination. Variations in materials or services from those specified in this order must not be made without prior written authority from the Procurement Administrator. Material rejected will be returned and shall be done so at the vendor's sole risk and expense. QUANTITY/PRICE The quantity of materials ordered or the prices specified must not be exceeded without written authority being first obtained from the Purchasing Division. INDEMNITY The Vendor hereby agrees to indemnify and save harmless the City, its officers, agents and employees from and against any and all liability, claims, demands, damages, fines, fees, expenses, penalties, suits, proceedings, actions, and cost of actions, including attorney's fees for trial and on appeal, of any kind and nature arising or growing out of or in any way connected with the performance of this Agreement whether by act or omission of the Vendor, its agents, servants, employees, or others, or because of or due to the mere existence of this Agreement between the parties. PATENT/COPYRIGHT HOLD HARMLESS The Vendor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device which is the subject of patent rights or copyrights. Vendor shall, at it's own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon claim, whether rightful or otherwise, that the goods or services, or any part thereof, furnished under this Purchase Order, constitute an infringement of any patent or copyright of the United States. The Vendor shall pay all damages and costs awarded against the City. PACKING If awarded a purchase order or Agreement, all invoices and package lists must clearly be marked with shipper's name, address and Purchase Order Number. Charges are not allowed for boxing, crating or special deliveries unless previously agreed upon in writing. DELIVERY All materials must be shipped F.O.B. Destination. The City will not pay freight or expense charges, except by previous agreement. In the event of the City agreeing to F.O.B. Shipping Point, the Vendor must PREPAY SHIPPING CHARGES AND ADD TO INVOICE. Delivery must be effected within the time stated on Purchase Order. The City reserves the right to cancel this order and purchase elsewhere if the Vendor faits to meet the delivery date specified on Purchase Order. Deliveries shall be made between 7:OOAM and 4:30PM on regular working days unless otherwise stated. Transport deliveries must be unloaded and ready for inspection prior to 4:30PM. In case of default by the Vendor, the City may procure the articles or services covered by this order from other sources and hold the Vendor responsible for any additional cost occasioned thereby. MATERIAL SAFETY DATA SHEET As necessary, the Vendor agrees to furnish the City with a current Material Safety Data Sheet (MSDS) on or before delivery of each and every hazardous chemical or substance purchased which is classified as toxic under Chapter 422, Florida Statutes. Appropriate labels and MSDS's shall be provided for all shipments. Send a copy of the MSDS's and other pertinent data to the City Purchasing Division and include same with product delivery. OSHA REQUIREMENT The Vendor hereby guarantees the City that all materials, supplies, and equipment as listed on the resulting Purchase Order shall meet the requirements, specifications and standards as provided under the U.S. Department of Labor Occupational Safety and Health Act of 1970, as from time to time amended and in force at data hereof. COMPLIANCE WITH LAWS, GUIDELINES, REGULATIONS The Vendor, at its sole expense shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county and municipal governments, as well as their respective departments, commissions, boards, and officers, which are in effect at the time of award or are adopted at any time following the award. AWARD The City reserves the right to reject any or all parts of this solicitation, waive technicalities and to award to most responsive, responsible bidder, as in the best interest of the City. Failure of a Vendor that is awarded a Purchase Order to deliver according to the Purchase Order or to comply with any of the terms and conditions therein may disqualify the Vendor from receiving future orders. PAYMENT TERMS Payment terms are net 30 days upon delivery and acceptance. The City pays in accordance with the Prompt Payment Act — Section 218.70, Florida Statutes. APPLICABLE LAW, VENUE AND JURY TRIAL The laws of the State of Florida shall govern all aspects of this order. In the event it is necessary for either party to initiate legal action regarding this order, venue shall lie in Seminole County, Florida. The parties hereby waive their right to trial by jury in any action, proceeding or claim, arising out of this order, which may be brought by either of the parties hereto. AUDITING, RECORDS AND INSPECTIONS The Vendor shall keep books, records, and accounts of all activities, related to this order, in compliance with generally accepted accounting procedures. If required, books, records, and accounts related to the performance of this order shall be open to inspection during regular business hours by an authorized representative of the City and shall be retained by the Vendor, for a period of three (3) years after termination or completion of the services or until the full City audit is complete, whichever comes first. The City shall retain the right to audit the books during the three-year retention period. All books, records, and accounts related to the performance of this order shall be subject to the applicable provisions of the Florida Public Records Act, chapter 119, Florida Statutes. The City also has the right to conduct an audit within sixty (60) days from the effective date of this order to determine whether the Vendor has the ability to fulfill its contractual obligations to the satisfaction of the City. The City has the right to terminate this order based upon the findings in this audit without regard to any notice requirement for termination. WARRANTY The Vendor agrees to provide a full warranty to the City for all materials and services which it provides hereunder for one full year following the date of delivery or completion of services. In the event that the Vendor is called to perform warranty work, the Vendor will be responsible for all costs incurred in repairing the areas under warranty. 1f it is determined that new problem areas have appeared which were not areas repaired by the Vendor under the Scope of Services set forth herein, the City will be responsible for the costs incurred in repairing the new areas. The manufacturer's warranty on materials received and installed shall extend for the full warranty period. INSURANCE The Vendor shall have at a minimum the insurance limits listed hereunder; however the City reserves the unilateral and sole right to modify said limits when the type of product or services requested merit a modification of the insurance limits listed herein. The Vendor shall submit a copy of their Certificate of Liability Insurance with their quote submittal. GENERAL LIABILITY: $1,000,000.00 PROFESSIONAL LIABILITY: $1,000,000.00 (only if professional services are to be provided) VEHICLE INSURANCE: $1,000,000.00 Combined Property & Bodily Injury WORKER'S COMPENSATION: $1,000,000.00 PRODUCTS LIABILITY: $1,000,000.00 (only if a product is being provided) Upon award, the Vendor shall name City of Sanford as a Certificate Holder and/or as additional insured and shall maintain the coverage limits set forth during the entire term of performing services under this award. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Issued by: Fivance/Purchasing Division Sanford, Florida MOWING AND DEBRIS REMOVAL -CE IRFQ-18/19-120 Rev. 2.22.2018 EXHIBIT "A" IRFQ- MOWING AND DEBRIS REMOVAL SCOPE AND CONDUCT OF WORK: The contractor shall provide code enforcement mowing and debris removal, referred to as the work or the project, as specifically ordered, directed and appropriately documented by the Purchasing Office and further outlined and directed by the Director of Community Improvement. IT IS NOTED THAT THE CITY IS ONLY RESPONSIBLE TO PAY FOR WORK SPECIFICALLY ORDERED AS DIRECTED herein before and after A. City Contact: Said contact shall be named on the purchase order or specifically identified, in writing, by the Director of Development Services to represent the City for the work. The Director of Development Services or his designated contact shall have the following authority and responsibilities applicable to the work: (1). Examination of all anticipated and completed work and providing a written or verbal authorization to proceed, providing acceptance or rejection of completed work identifying as appropriate, deficiencies to be corrected within a reasonable time so as not to materially delay the work of the contractor. (2). Transmission of instructions, receipt of information, and interpretation and definition of the City's requirements with respect to standards and quality of performance as well as other matters pertinent to the work associated to this invitation. (3). Giving prompt written notice to the contractor whenever the CITY official representative knows of a defect or change necessary in the project. (4). In general, to provide all directions, answers, interpretations, responses and approvals to the contractor relevant the project. The City shall not be responsible for statements, directions, etc. provided by any other source as applicable to the project. If the contractor responds to instructions, etc. form any other source than that indicated above, the contractor does so at his/her own risk. (5). All contractors providing a bid for this work shall include an equipment list with photographs. B. The contractor shall provide before and after date/time stamped digital photographic record of each site and the debris load associated with the site for which services are ordered. This photographic record shall be defined as to type, quantity and the specific records as required, by the Director of Development Servicers and must include the information specified by the document ordering the work. C. Base Residential Bid: The City of Sanford shall Pay a single base price amount to mow any residential lot with a residential structure. The average gross lot size in the City of Sanford is approximately 10,400 sq. ft. Weed eating of fence line, around trees, shrubs, structures, and blowing off driveway, sidewalk EXHIBIT "A" IRFQ- MOWING AND DEBRIS REMOVAL and street as needed shall be included in the base cost for mowing. All areas mowed shall be cut to a height not to exceed 3 inches. Hauling and Dumping of trash/debris up to 5 cubic yards in provided dumpsters per Section E (1) shall be included in the base cost. D. Base Vacant Lot Bid: The City of Sanford shall pay a single base price amount to mow any vacant residential lot. The average gross lot size in the City of Sanford is approximately 10,400 sq. ft. Weed eating of fence line, around trees, and blowing off sidewalk and street as needed shall be included in the base cost for mowing. All areas mowed shall be cut to a height not to exceed 3 inches. Hauling and Dumping of trash/debris up to 5 cubic yards in provided dumpsters per Section E (1) shall be included in the base cost. E. Bid Price per Square Foot: For any property designated by the Director Community Improvement as "per square foot" property shall be paid for by the multiplying the square footage of the lot by the square foot bid price. Multiple lots under single ownership that are contiguous shall be treated as a single lot. Weed eating of fence line, around trees, shrubs and blowing off of street areas as needed shall be included in the price. All areas mowed shall be cut to a height not to exceed 3 inches. Hauling and Dumping of trash/debris up to 5 cubic yards in provided dumpsters per Section E (1) shall be included in the base cost. Each NOTICE TO MOW shall be issued by the designated Code Enforcement Official. The notice for vacant lots shall have the square footage for the lot based on the records of the Seminole County Property Appraiser. F. Hauling and Dumping of Trash/Debris: (1) The City will provide a dumpster for the dumping of trash and debris at specified location within the City. The contractor shall dispose of trash or debris collected at the mowed properties in the City specified dumpster. (2) If dumping is directed by the City to be at the landfill the City reserves the right to require and verify before and after weighing of the vehicle used to haul debris. The City reserves the right to base payment for debris on cubic yard volume or per pound calculated by the difference between the empty weight of the truck and the weight reflected by the landfill receipt. It is noted that when the contractor is hauling debris on behalf of the City, no other material may be on the truck during that process. Original landfill receipts must be submitted with invoices by the contractor. Pricing for this work shall be expressed as unit pricing per square foot for mowing and per cubic yard or per pound for dumping. It is noted that pricing must include an amount for per pound and an amount for per cubic yard. EXHIBIT "A" IRFQ- MOWING AND DEBRIS REMOVAL (3) If dumping is directed by the City to be at a site other than the landfill, the fees for handling debris will be review by the City and the Contractor with appropriate adjustments being made. It is noted that hauling and dumping operations shall be closely monitored and regulated by the identified City's Contact. City of Sanford, Florida INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES s MP -11012: When contract cost not to exceed $500,000,180 days and no unusual hazards exist 1. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible (Ref: items 17 and 18, standard terms and conditions included with City of Sanford Purchase Order). 2. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. Outline of Requirements: Certification: 1 of 3 Insurance Requirements UP TO VENDOR POLICY LIMITS, BUT COVERAGE REQUIRED WITH MINIMUM POLICY LIMITS OF: Workers' Compensation Employers Liability $ 500,000 *Certificates of exemption are not acceptable in lieu of workers Each Accident $ 500,000 Disease $ 500,000 compensation insurance Commercial General Liability shall include- Bodily injury liability, Property Damage liability; Personal Injury liability and $ 1,000,000 Per Occurrence Advertising injury liability Coverages shall include: Premises/ $ 1,000,000 General Aggregate Operations; Products/Completed Operations, Contractual liability; Independent Contractors, Explosion; Collapse; Underground Comprehensive Auto Liability, CSL, shall include "any auto" or $ 1,000,000 Combined Single Limit shall include all of the following. owned, leased, hired, non -owned $ 1,000,000 General Aggregate autos, and scheduled autos. Professional Liability (when required) $ 1,000,000 Minimum Builder's Risk (when required) shall include theft, sinkholes, off site storage, transit, installation and equipment breakdown. 100% of completed value of additions Permission to occupy shall be included and the policy shall be and structures endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors Garage Keepers (when required) $1,000,000 Aggregate: No per vehicle maximum preferred Garage Liability (when required) $1,000,000 Combined Single Limit $1,000,000 General Aggregate Certification: 1 of 3 Insurance Requirements It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier not withstanding, the City will expect relief from the Contractor. • The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not Contain co-insurance provisions. • All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured,. • Professional Liability Coverage, when applicable, will be defined on a case by case basis. • In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. • All limits are per occurrence and must include Bodily Injury and Property Damage. • All policies must be written on occurrence form, not on claims made Form, except for Professional liability. • Self insured retentions shall not be allowed on any liability coverage. • In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered to the City of Sanford in accordance with the policy provisions. • All insurers must have an A.M. Best rating of at least A -VII. • It is the responsibility of the Contractor to responsible to ensure that all Subcontractors retained by the Prime Contractor shall provide coverage as defined herein before and after and are the responsibility of said Prime Contractor in all respects. • Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager • Address of "Certificate Holder" is: City of Sanford; Attention: Purchasing Manager; P.O. Box 1788 (300 N Park Avenue); Sanford, FL 32771 Phone: 407.688.5028/5030 FAX: 407.688.5021 • All certificates of insurance, notices, etc. must be provided to the above address. Certification: The Undersigned accepts and agrees to meet all of the insurance coverage requirements, terms, conditions and certification(s) stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the identified document. Also, when the coverage requirements stated herein before and after are specifically referenced by 2 of 3 Insurance Requirements applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document as if fully set forth in verbatim . Autho ized Si nature Cb,4-c.1. aSC Printed Name 3 of 3 Insurance Requirements 4 zz Date �'t-zl Title `0-01-1E;1- 17 ;Frc-rr�:DeI iverarice Tax and Iris Tc 1076,uu51C"1 401 2 L2cE.75.1 t 1, ACOR>D® CERTIFICATE OF LIABILITY INSURANCE DATE (MM(DD(YYY}) 10/01/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(jos) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this cortificato does not confer rights to the certificate holder In liou of such endorsemen s . PRODUCER CONTACTPREFERRED CONTRACTORS INSURANCE COMPANY NAME: FAC No DELIVERANCE TAX Er INSURANCE SERVICESPHONE E-MAIL ADDRES PATINA POWELL INSURERS AFFORDING COVERAGE NAIC x 2435 S FRENCH AVENUE STE. A INSURER A : SANFORD, FL 32771 INSURED INSURER 0: INSURER C: MICHAEL ROBS INSURER 0: MIKES LAWN SERVICE INSURER F: 2578 ENTERPRISE RD STE. 202 INSURER F : ORANGE CITY, FL 32763 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TR TYPE OF INSURANCE ADDC SJU0R POLICY kUMO@R POLICY EFF M POLICY EXP LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F7OCCUR DELIVERANCE TAX $ INSURANCE SERVICES INC PCA5017-PCCM284359 09107/2018 09/07/2019 EACH OCCURRENCE 5 1,000,000 R I S i n n S 50,000 MED EXP An one person)$ 5,000 PERSONAL 8 ADV INJURY S 1,000,000 GENERAL AGGREGATE I S 1,000,000 AGGREGATE LIMIT APPLIES PER: 7XPRO. /\ POLICY PRO LOC PRODUCTS � COMP/OP AGO 5 1,000,000 $ AUTOMOBILE LIAWLITY ANY AUTO AUTOSALLOWNED SCHEDULED UTOS NON -OWNED HIREDAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Par parson) $ BODILY INJURY (Per accldonO S PROPERTY DAMAGE S (Par iidnn S UMRRFLLA LIAROCCUR EXCESS LIAR HCLAIMS-MADE EACH OCCURRENCE S AGGREGATE S AFD 1 I RETENTIONS S WORKERS COMPENSATION AND EMPLOYERT LIABILITY Y / N ANY PROPRIE•TORIPARTNER/2:XCCUTIVI1 OFFICER/MEMDEREXCLUDED? Y❑ (Mandatory In NH) IF yea. desalbe under DES IPTION OF OPERATIONS Delo. N/A NHFLOO58592018 09128/2018 09/28/2019 WC $TATU• EL EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 5 1 000,000 DESCRIPTION OF OPERATIONS /LOCATIONS I VEHICLES (Attach ACORD 141, Addltlonai Remarks Schedule, It more apace is requlrod) CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD nam© and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF SANFORD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO BOX 1788 ACCORDANCE WITH THE POLICY PROVISIONS. SANFORD, FL 32772 AUTHORIZED REPRESENTATIVE DELIVERANCE TAX $ INSURANCE SERVICES INC 2435 S FRENCH AVE. STE_ A SANFORD, FL 32771 ACORD 25 (2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD nam© and logo are registered marks of ACORD Form M M (Rev. November 2017) Department of the Treasury Internal Revenue Service Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. ► Go to www.irs.gov/FormW9 for instructions and the latest information. on your income tax return). Name is required on this line; do not leave this line blank. �I) name, if ( C° 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to rn following seven boxes. certain entities, not individuals; see ca Q. instructions on page 3): 0 Individual/sole proprietor or ElC Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate 0 N ai c single -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting cH LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code if an ( y) •C another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that 0 is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S) Q. 5 Address (number, street, and apt. or suite no.) See instructio s. Requester's name and address (optional) 6 City, state, and ZIP code oc� -,- �.."� 3�rt 7 List account ber(s) here (optie al) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora_ m _ resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a FM FF TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. Mm _ d q 7 d s -s [gjj Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. acilCjn Signature of /� Here U.S. person 10--�' %�('. /1>�=3 `� Date ► 1 OCA - 2_ C 1 Q General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/F6rmW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 11-2017)