Loading...
2146 IFB 19/20-05 Turf and LandscapeY OF -)--))SXNFOIW A FINANCE DEPARTMENT PURCHASING DEPARTMENT 1JLJ TRANSMITTAL MEMORANDUM C TO: City Clerk/ RE: ,Mayor '-Tt )ZE land The item(s)-noted below is/are attached and forwarded to your office for the following action(s): Fj Development Order ❑ Mayor's signature Final Plat (original Mylar's) ❑ Recording, F� Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond Resolution ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department Fj Return copies D Special Instructions: Ul�.o(.yey 13oja4zi4ev- From SliarePoiiit—Finance—Purcliasing—Fornis - 2018.doc J,Z� tk� tq Date AGREEMENT BETWEEN THE CITY OF SANFORD AND SOUTHERN SUNSHINE GROUP, INC./IFB NUMBER: 19/20-05/ TURF AND LANDSCAPE GOODS AND SERVICES , THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of December 2019, 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 Southern Sunshine Group, Inc., a Florida corporation, whose principal address is 1100 Radford Drive, Deltona, Florida 32738, (hereinafter referred to as "SSG"). The City and SSG 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 the Provision of Goods and Services. (a). This Agreement is for the provision of goods and services set forth in the attachments hereto and SSG agrees to accomplish the provision of goods and services specified in the attachments for the compensation set forth in those documents relating to turf and landscape maintenance goods and services and for such other goods and services as may be agreed upon by the parties as set forth in issued work/purchase orders. (b). It is recognized that SSG shall provide goods and services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Ms. Marisol Ordonez 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 1 year with the opportunity for additional 1 year renewal periods when in the best interest of the City. However, the total Agreement length, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. SSG shall review - - the quality and status -of -the turf and landscapegoodsand services -delivered to the City - with the City on a semi-annual basis. In any event, this Agreement shall remain in effect until the goods and services to be provided by SSG to the City under each work order have been fully provided 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 goods and services being provided by SSG. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle SSG for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods and services being in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued work/purchase orders. 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; which can be reached at: (https://www.sanfordfl.gov/departments/finance/purchasing/contract- terms-and conditions or www. Sanford FL.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. SSG'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, SSG must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide goods or perform services. 21P,.i g 2 (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 SSG 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 electronicallymustbe -- - provided to the City in a format that is compatible with the information technology systems of the City. (b). If SSG does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by SSG to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. SSG shall promptly provide the City with a copy of any request to inspect or copy public records in possession of SSG and shall promptly provide the City with a copy of SSG's response to each such request. (d). IF THE CONTRACTOR/VENDOR 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@SAN FORDFL.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 SSG and supersedes and controls over any and all prior 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 SSG issues a purchase order, memorandum, letter, or any other instrument addressing the goods or 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 SSG, 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 SSG have executed this instrument for the purpose herein expressed and SSG represents and affirms that the signatories below have full and lawful authority to bind SSG in every respect. ATTEST: CITY OF-SANFORD &(X( , me(FeQpBy: Traci Houchin, CMC, FCRM Jeff Triplett City Clerk Mayor D I Approved as to form and legal sufficiency. r I� s y i William L. Colbert, City Attorney ATTEST/WITNESS:" r� r F 4 A �'� �f I d %.✓ � r Witne,�s # 1 Si4nature Printed Name: Witness # 2 Signature Printed Name: _ .\ �C " 1 k c tA: e' P t "est. -V� SOUTHERN SUNSHINE GROUP, INC., a Florida corporation. r _ By• l !" S "µ resident and Soleorpora e Officer Dated: 51 fl o y m .x D? :Q °0 (p.�oa J c):r mm KE o?aD w dm m m DCroO Qc)[n Jm�Jp� r_i �`. a m w �v' m%mm c4N5n?ipA�� m W w N x�-0. DmOF s vropo, m=`�J.,�Fa� mN� ry`°G�= �c2m mdC o c avJ�? O V^lNa • xpan'� � zz NNL omD_o nmycp mv po_m si Amv.o� o3 oo�av mmVi Do 1 Jw d ro�ccroi O G��rol�Ja y yp> AJ . D;v 0 . 9 >�JA' od m=.O y d < J Um O= 1 Nu+ AN i od O3 n 0 N V `m Z m < T+ O A N O N W w '- � O w o a o A � i0 t1N V O ;.i m m p z z z z z z z z z z z .. z m A z z z z z z ._ z z z z z z z z O _ m ..Z z Z z 2 2 Z 2 2 2 Z m m N � N ',.... 0 0 0 0 0 0 0 0 0 0 0 o c r n i Opy lr C (/t tri �1A o n X N w IA x 01 90 0. o z i n �, �W^ V\ V.1 � 00, zM R�O N F tri r zq v vZ 9 m O \Q V r �nao V Q, c oZGOI Sales: Thomas Keane CITY OF SANFORD City of Sanford -Maintenance 300 N. PARK AVENUE SANFORD, FLORIDA 32771 300 N. Park Avenue Sanford, Florida 32771 Est ID: EST768220 Date: Oct -09-2019 EXTRA SERVICES Visits Billing Type Visit Price Season Price Bay Ave Park 38 Per Visit $50.25 $1,909.50 Bel Air 1 38 Per Visit $50.25 $1,909.50 Escambia Median 38 Per Visit $50.25 $1,909.50 George Starke Park 38 Per Visit $184.25 $7,001.50 Glenway Median 38 Per Visit $20.10 $763.80 Grandview Ave Median 38 Per Visit $13.40 $509.20 James Dunn Park 38 Per Visit $201.00 $7,638.00 Park Ave Median 38 Per Visit $25.13 $954.75 Railroad 38 Per Visit $33.50 $1,273.00 Wynnewood Park 38 Per Visit $43.55 $1,654.90 Washington Oaks 38 Per Visit $58.63 $2,227.75 Terwilliger Trail 38 Per Visit $108.88 $4,137.25 Park Ave 38 Per Visit $24.79 $942.02 Fert-General 10 Per Visit $502.50 $5,025.00 BEL AIR 2 38 Per Visit $50.25 $1,909.50 k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford, P O Box 1788 (300 N. ParkAvenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. in. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. r hf,M A S RE Typed Name of AFFIANT Title STATE OF H o r l C16 - COUNTY OF Vo j The foregou3 n trutnent was execu befor- methis a� day c Q. 20a, by �j�iP as---1G�1: ►�-1_.ofb au �t Stc who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, arld who is personally known to me OR has produced F_{ by- ]fie, as identification. SAR03I14:S.PERSAUD Notary Putilir. -State of Florida ,Rot d Cor{:r„issirzt, 4 GC, 183083 ARY PUB IC, State of a, (stamp) "• ` '` My Comm. Expires Mar 17, 2022 The City reserves the unilateral right to mod fi, the insurance requirements set fort/r at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal"=' v1IR_F_2nz 10 Re" 0111016 City of Sanford I Finance Department I Purchasing Division ; 300 N. Park Avenue Suite 236, Sanford, Florida 32771' SANFORI7 Phone: 407-688-5028 or 5030 � Fax: 407-688-5021 � �w INVITATION TO BID (IFB) < xg� TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford, P O Box 1788 (300 N. ParkAvenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. in. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. r hf,M A S RE Typed Name of AFFIANT Title STATE OF H o r l C16 - COUNTY OF Vo j The foregou3 n trutnent was execu befor- methis a� day c Q. 20a, by �j�iP as---1G�1: ►�-1_.ofb au �t Stc who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, arld who is personally known to me OR has produced F_{ by- ]fie, as identification. SAR03I14:S.PERSAUD Notary Putilir. -State of Florida ,Rot d Cor{:r„issirzt, 4 GC, 183083 ARY PUB IC, State of a, (stamp) "• ` '` My Comm. Expires Mar 17, 2022 The City reserves the unilateral right to mod fi, the insurance requirements set fort/r at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal"=' v1IR_F_2nz 10 Re" 0111016 Attachment "C" Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THiS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. B. This sworn statement is submitted by cYOC414frn .- LA41-S,1711t..e -r. ri t /J whose business address is IName of entity submitting swornt5 ateme i 1/1� Veli Employer Identification Number (FEIN) is - Number of the individual signing this sworn and (if applicable) it's Federal f the entity has no FEIN, include the Social Security C. My name is %'{ut e and my relationship to the above is IPlease print name of individual signing] D. 1 understand that a "public entity crime" as defined in section 287.133(I)(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 in Florida 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 and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. i understand that "convicted" or "conviction" as defined in section 287.133(1) (b), 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 contenders. F. 1 understand that "affiliate" as defined in section 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 thirty-six (36) months shall be considered an affiliate. G. i understand that a "person" as defined in section 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. 11. 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 with a check mark (✓) which statement applies]. PI IR 7 Rry n;nnth City of Sanford ( Finance Department I Purchasing Division x �� ��. FORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 j Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT Attachment "C" Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THiS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. B. This sworn statement is submitted by cYOC414frn .- LA41-S,1711t..e -r. ri t /J whose business address is IName of entity submitting swornt5 ateme i 1/1� Veli Employer Identification Number (FEIN) is - Number of the individual signing this sworn and (if applicable) it's Federal f the entity has no FEIN, include the Social Security C. My name is %'{ut e and my relationship to the above is IPlease print name of individual signing] D. 1 understand that a "public entity crime" as defined in section 287.133(I)(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 in Florida 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 and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. i understand that "convicted" or "conviction" as defined in section 287.133(1) (b), 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 contenders. F. 1 understand that "affiliate" as defined in section 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 thirty-six (36) months shall be considered an affiliate. G. i understand that a "person" as defined in section 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. 11. 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 with a check mark (✓) which statement applies]. PI IR 7 Rry n;nnth Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders. emp loyees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been 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 the 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 statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative I-learings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate fi-onthe convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending wrth the State of Florida, Department of Management Services.] By the signature(s) below. I/we, the undersigned, as authorized signatory to commit the firm, certify that the in formation as provided in Attachment "C", Public Entity Crimes Statement, is truthful and correct at the time of submission. AF- NATURE Typed Name of AF ANT Titl STATE OF O y- v,,,4 es COUNTY OF V0 JJASlil- The ore To r instrument was exec d bef re ne this t,r day of �r�lJ 20 by e;,n 21 A as 1r t",� "' d � � of �`O�.c -{ Yin u rtr .t �> !%G4 who personally swore or affirmed that he/she ' autferizedto execute this document and thereby bind the Corporation, and who is personally known to me OR has produced �\ 1,) Y— U C-- as identification. dab .0 dab SARO)INI S. PERSAUD NOTAR PUBLIC, State of -Y- d� Notarypublic- StateofHondo (stamp) ,y Cornrni5smn # GG 183083 My Comm. Expires Mar 17, 2021 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `P"Failure to submit this form may be grounds for disqualification of your submittal"' PI t12_F_1112 11A R,,• 01001(; Attachment "D" // L Conflict of Interest Statement t A. I am the /P,S� r7e"-7 I of (0 iaile rrG ,10 with a local office in r [Insert Title] InsertCompany Narynel / �A-eu,2 and principal office in2,� B. The entity hereby submits an offer to IFB 19/20-05, "Turf and Landscape Maintenance Services- Various Locations. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity 's ownership or management or state has a vested interest in any City Division/Department/Office. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately noti 1y the City in writing. By the signat re(s) below, [/we, the undersigned, as authorized signatory to comm it the firm, certify that the information as provided in Attac en "D", Copfliet of Interest Statement, is truthful and correct at the time of submission. l'.14>Il Title STATE OF COUNTY OF Sn 0. The fore }o nstrument was exe ed bef e ne this day of �Y 20 by b g `� —�� va In .� iw .f ac 1Z? �a i GC Q of int t_ t1,t1_Ytn .�iu YlS to c-�YDtci7 who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation! and who is pTt �yNm&r' ed 1`a , Ll e_ as identification. !iAi301fN1 5. PCRSAUC)�`Notary Puhlie - State of Ncmda Commission e GG 183083 t.A)-A—MyComm.Expires Roar 17,2022NOTARY PU IC,Stateof(samp) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ',I- Failure to submit this form may be grounds for disqualification of your submittal`0 of it? -U-1nz A 1 Re" 0111!11!, Attachment "E" Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment E, Drug_-Eree Workplace Certification, is truthful and correct at the time of submission. e of AFFIA Title STATE OF Q_rjC, COUNTY OF e was exec,(Gtpd bef personally swore or armed that he/she ysyauthorized SAROJIiVI S. PERSAU(J ��� •'- NotaryPoblic-StateofFlorida Commission x GG 183083 My Comm. Expires Mar 17, 2022 (st Tl • this c� day of 201, by Of Yt+ tdt�U who this document and thereby bind the Corporation, land who is identificat*LWL_— ARY PUBLIC. State of AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) III tk_F-10z t ut.,, 010016 City of Sanford I Finance Department ( Purchasing Division � 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ANFiRD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB)���� TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT Attachment "E" Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment E, Drug_-Eree Workplace Certification, is truthful and correct at the time of submission. e of AFFIA Title STATE OF Q_rjC, COUNTY OF e was exec,(Gtpd bef personally swore or armed that he/she ysyauthorized SAROJIiVI S. PERSAU(J ��� •'- NotaryPoblic-StateofFlorida Commission x GG 183083 My Comm. Expires Mar 17, 2022 (st Tl • this c� day of 201, by Of Yt+ tdt�U who this document and thereby bind the Corporation, land who is identificat*LWL_— ARY PUBLIC. State of AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) III tk_F-10z t ut.,, 010016 Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions See excel spreadsheet table Exhibit A; must be completed with pricing. 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 IFB document and do hereby -agree that if a contract is offered or negotiated- it will abide by theterms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IFB 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 scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Bid Price Schedule and Acceptance of Bid 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 IFB document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: ( c) ? ' T(G fi 4 Mailing Address: 8N 12Cc'CtkI d IV 0le/1--fi,%7(,( . /2 i�273X f i. "Telephone Number: (�L`� % � ,� `c�j`.`�1l1 Fax Number: � -mail Address: tl O'�17 Au r1 ed tory 0 rt�5e46 Title Sare -t17 ). 1' i/ FEIN: icy 1-116/ (42 Printed Name r aoC/ D to STATE OF 0 dt- COUNTY OF •� e oregoin g instrument was exey}ted bef re _.1j1_e this day 20 , by A as 'C 1� S'1- Yt. i o -- Li 1A 91 1 I&St&! who personally swore or affirmed that he/she is au orized to, execute this document and thereby bind the CorporatioA, and who is personally known to me OR has produced LA C. as identification. ----- n (stamp) �''" h • s�sonNi S. PERSFIU(� NARY PC)Bk.IC, State of Fd V y1 i� Notary Puhlic - State o[ Honda v Commission n G6 183083 My Comrn. Expires Roar 17, 2022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `v"Failure to submit this form may be grounds for disqualification of ,your submittal"O PI IRX_302 Al Ree 010011 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771ttdl 1NF0RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions See excel spreadsheet table Exhibit A; must be completed with pricing. 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 IFB document and do hereby -agree that if a contract is offered or negotiated- it will abide by theterms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IFB 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 scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Bid Price Schedule and Acceptance of Bid 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 IFB document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: ( c) ? ' T(G fi 4 Mailing Address: 8N 12Cc'CtkI d IV 0le/1--fi,%7(,( . /2 i�273X f i. "Telephone Number: (�L`� % � ,� `c�j`.`�1l1 Fax Number: � -mail Address: tl O'�17 Au r1 ed tory 0 rt�5e46 Title Sare -t17 ). 1' i/ FEIN: icy 1-116/ (42 Printed Name r aoC/ D to STATE OF 0 dt- COUNTY OF •� e oregoin g instrument was exey}ted bef re _.1j1_e this day 20 , by A as 'C 1� S'1- Yt. i o -- Li 1A 91 1 I&St&! who personally swore or affirmed that he/she is au orized to, execute this document and thereby bind the CorporatioA, and who is personally known to me OR has produced LA C. as identification. ----- n (stamp) �''" h • s�sonNi S. PERSFIU(� NARY PC)Bk.IC, State of Fd V y1 i� Notary Puhlic - State o[ Honda v Commission n G6 183083 My Comrn. Expires Roar 17, 2022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `v"Failure to submit this form may be grounds for disqualification of ,your submittal"O PI IRX_302 Al Ree 010011 Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum N Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time Ot'SUbmission. Bidder/Contractor Name: ,7 Mailing Address: 1,1,:20 Telephone Numb k -S71 --f Fax Number: E-mail Address: T ke5e Title FEIN: 3,Y o 7 jt PrintedName Date PI ITZ-F-101 Re" 01/1f) It, City of Sanford Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum N Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time Ot'SUbmission. Bidder/Contractor Name: ,7 Mailing Address: 1,1,:20 Telephone Numb k -S71 --f Fax Number: E-mail Address: T ke5e Title FEIN: 3,Y o 7 jt PrintedName Date PI ITZ-F-101 Re" 01/1f) It, Attachment "H" Organizational Information The Bidder must include a copy of their State Certificate of Good Stand ing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents, the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION City of Sanford I Finance Department I Purchasing Division (Plpa§e place a check mark (-/) next to applicable type) 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFQRD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Non -Profit INVITATION TO BID (IFB) Sole Proprietorship SERVICES .......... TURF AND LANDSCAPE MAINTENANCE - VARIOUS LOCATIONS - TERM CONTRACT Attachment "H" Organizational Information The Bidder must include a copy of their State Certificate of Good Stand ing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents, the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION (Plpa§e place a check mark (-/) next to applicable type) Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Principal Place of'BUSiness (Enter Address) 7 31V Federal I.D. or Social Security Number y6p By the signature(s) below, Uwe, the undersigned., as authorized signatory to commit the firm, certify that the information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: VP Mailing Address: Iloo Jc&&Ld &-, fellonal, F6 :327-3,Y Tele ho e N r: qCV-571—S5JI Fax Zjj-' p E-mail Address: kp-- ank FEIN: Y60 A Wrized_Watory Printed Name / l q /en , r,9,5LdvI- Title Date I PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `2" Failure to submit this form may be grounds for disqualification of your submittal "0 P1 IP-17-1fil A'7 12 ev 01/11) IA Attachment "I" Proposed Schedule of Subcontractor Participation V -Ko Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFB-14/20-05 itle. Turf and Landscape Maintenance Services- Various Locations -- Total Project Amount: $ Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (010) of Scope/Contract Federal ID Dollar Value SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman 1-1 Hispanic SDVBE Service Disabled Veteran When applicable, the Bidder, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below. I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "1", Proposed Schedule of Subcontractor Participation, is truthful andco ect at the time of submission. Bidder/Contractor Name: Ut i `�t i ,� qtr/ 6/7�� U a Mailing Address: Telephone -Number: (�E{ " 5� l ' Fax Number: -' E-mail Address: SO -all r�^^ j / �.L 6 ,fl--�._ FE IN: �� �� 2 `/ 61 �Ct G� �� s L!, F utho _ed Signatory Printed Name 1G1"v Title -Date PLEASE COMPLETE AND SUBMIT WITH YOUR ITS RESPONSE UI IR_t=_;(12 40 Re" nil Mth ATTACHMENT "J" COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT 1. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identity with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision, including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs,' and any and all other charges, regardless of what level of trial or appeal. v? S i'7 Proposer/BW} % e of Aut ►zed resentative (Affiant) D to Printed or Typed Name and Title of Authorized Representative (Affiant) ,a n R— 0vamv COUNTY OF `In � U STATE OF F'LjOOWDA On this _s` day of _ .20 1 before me, the undersigned Notary Public of the State of Florida, personally appeared '-5kY'a q whose name(s) is/are subscribed to the within instrument, and he/she/they acknowle *eIyat he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to s me produced I VY` t: C- as identification. is in and far the County and State Aforementioned) -, - t� - Z -a D -a. 4;uY'pii EAf SA ORM S.PERSAUD ycommissionexpires: Notary Public - State of Horida Commission GG 1830833 My Comm. Expires Mar 17, 7022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal'w Pi itl_r_2n2 AzA R'v 01001A City of Sanford I Finance Department I Purchasing Division C F(�� 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 =' INVITATION TO BID (IFD) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT COUNTY OF `In � U STATE OF F'LjOOWDA On this _s` day of _ .20 1 before me, the undersigned Notary Public of the State of Florida, personally appeared '-5kY'a q whose name(s) is/are subscribed to the within instrument, and he/she/they acknowle *eIyat he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to s me produced I VY` t: C- as identification. is in and far the County and State Aforementioned) -, - t� - Z -a D -a. 4;uY'pii EAf SA ORM S.PERSAUD ycommissionexpires: Notary Public - State of Horida Commission GG 1830833 My Comm. Expires Mar 17, 7022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal'w Pi itl_r_2n2 AzA R'v 01001A Attachment "K" DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space'' provided, please add a page(s) if additional space is needed. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years?' (YIN) Z. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years'? Al (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? _ ;-L-"' (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment. contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or Ufa` falsification of facts shall be cause for forfeittuuire of rights for further consideration of the project identified. S Representative Printed or Typed Name and Title of Authorized Representative PLEASE. COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `P'Failure to submit this form may be grounds for disqualification of your submittal'' P1 !v_r._1112 c I Rov 0 10016 Attachment "L" Unauthorized (Illegal) Alien Workers The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. I . By executing this certification, the CONTRACTOR certifies that Sou 'lh .S,1-1611,,A—� C-7f2'"I-1 (name of company) does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions the federal Immigration Reform and Control Act of 1986. 2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form I-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. CONTRACTOR: �Ut- f . i Signature: Title: i' �rCoi Affix Corporate Seal r COUNTY OF_ �u� l�- STATE OF FLORIDA Printed Name:? Date: ZZ On this v`3-tf day of G)CD 6 201e'j , before me, the undersigned Notary Public of the State of'', Florida, personally appeared 2v ex w whose name(s) is/are subscribed to the within'', instrument, and he/she/they ack o ve e that h/she/they executed it. WITNESS my hand and official seal. He/She is personally!, known to me or has produced I as identification. is in and for the County and State Aforementioned) My commission expires: -`-(��-- PLEASE COMPLETE AND SUBMIT WITH YOUR IFS RESPONSE cv*Failure to submit this form may be grounds for disqualification of your submittal -w ouo.r. _in" c -i Rei, I)1/101", City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S F(} Phone: 407-688-5028 or 5030 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT Attachment "L" Unauthorized (Illegal) Alien Workers The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. I . By executing this certification, the CONTRACTOR certifies that Sou 'lh .S,1-1611,,A—� C-7f2'"I-1 (name of company) does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions the federal Immigration Reform and Control Act of 1986. 2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form I-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. CONTRACTOR: �Ut- f . i Signature: Title: i' �rCoi Affix Corporate Seal r COUNTY OF_ �u� l�- STATE OF FLORIDA Printed Name:? Date: ZZ On this v`3-tf day of G)CD 6 201e'j , before me, the undersigned Notary Public of the State of'', Florida, personally appeared 2v ex w whose name(s) is/are subscribed to the within'', instrument, and he/she/they ack o ve e that h/she/they executed it. WITNESS my hand and official seal. He/She is personally!, known to me or has produced I as identification. is in and for the County and State Aforementioned) My commission expires: -`-(��-- PLEASE COMPLETE AND SUBMIT WITH YOUR IFS RESPONSE cv*Failure to submit this form may be grounds for disqualification of your submittal -w ouo.r. _in" c -i Rei, I)1/101", Attachment "M" E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. a. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. b. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. C. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. d. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. e. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. f. That for the purposes of this Affidavit, the following definitions apply: i. "Employee" —Any person who is hired to perform work in the State of Florida. ii. "Status Verification System" —the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E - Verify Program. 0/12- 411 re of Authorized Representative (Affiant) Printed or Typed Name and Title of Authorized Representative (Affiant) 01o r. znz c^f Rrv(11/100! City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SA ISO Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 4. INVITATION TO BID (IFB)x, r TURF AND LANDSCAPE MAINTENANCE SERVICES- :x ' VARIOUS LOCATIONS - TERM CONTRACT�'� Attachment "M" E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. a. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. b. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. C. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. d. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. e. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. f. That for the purposes of this Affidavit, the following definitions apply: i. "Employee" —Any person who is hired to perform work in the State of Florida. ii. "Status Verification System" —the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E - Verify Program. 0/12- 411 re of Authorized Representative (Affiant) Printed or Typed Name and Title of Authorized Representative (Affiant) 01o r. znz c^f Rrv(11/100! COUNTY OF \1e) C� STATE OF FLORIDA 0 b.P-Y- 20 6!y On this ;L4'�'day of QC4-before me, the undersigned Notary Public of the State of Florida, personally appeared 2- whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that e/fsheLthey exe uted it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification ublic in and fdr the County and State Aforementioned) commission expires: `� — I ::I — c;2 0 Q_�_ 'PMASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal's UI IR -P-An 1 C 4 Rov 1111"M It, City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - ry VARIOUS LOCATIONS - TERM CONTRACT COUNTY OF \1e) C� STATE OF FLORIDA 0 b.P-Y- 20 6!y On this ;L4'�'day of QC4-before me, the undersigned Notary Public of the State of Florida, personally appeared 2- whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that e/fsheLthey exe uted it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification ublic in and fdr the County and State Aforementioned) commission expires: `� — I ::I — c;2 0 Q_�_ 'PMASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal's UI IR -P-An 1 C 4 Rov 1111"M It, C Attachment "N" Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). Tile CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 el seg. it is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Representative (Affiant) Date rated or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF -1 © I LA S i �-- STATE OF FLORIDA �(.�. �j On this .r� day of UCAO 20 19 , before me, the undersigned Notary Public of the State of Florida. personally appeared6c,yzk1-,,,_ 3- t,�--e... whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced` ' 0 v- L,,, -L• , as identification. lie in and for the County and State Aforementioned) My ommission expires: �' )� a- a - •'t'6'' SARtOJINIS.PERSAUC? p KOOS` Notary Public - State of Florida Commission 9 GG183083 W4y Comm. Expires h•1ar 17,1022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE '-4F'Failure to submit this form may be grounds for disqualification of your submittal`s 131 to _[:_in: cc R -w MOM(, City of Sanford I Finance Department I Purchasing Division �! 300 N. Park Avenue Suite 236, Sanford, Florida 32771 _w t iVFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT C Attachment "N" Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). Tile CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 el seg. it is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Representative (Affiant) Date rated or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF -1 © I LA S i �-- STATE OF FLORIDA �(.�. �j On this .r� day of UCAO 20 19 , before me, the undersigned Notary Public of the State of Florida. personally appeared6c,yzk1-,,,_ 3- t,�--e... whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced` ' 0 v- L,,, -L• , as identification. lie in and for the County and State Aforementioned) My ommission expires: �' )� a- a - •'t'6'' SARtOJINIS.PERSAUC? p KOOS` Notary Public - State of Florida Commission 9 GG183083 W4y Comm. Expires h•1ar 17,1022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE '-4F'Failure to submit this form may be grounds for disqualification of your submittal`s 131 to _[:_in: cc R -w MOM(, Attachment "O" References Bidder shall submit as a part of their bid response, a minimum of three (3) of the most significant projects similar in size and scope which were performed within the last three (3) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal - DI to ubmittal's DIto r. 1111 eL Rev 01 Of) If, Project #1: Project Name: _ Type of Project/Service: Address: j U Contracting Agency/Client: Contact Name and Phone #:' Contact Email Address and Fax #: Contract Amount: 00()Start Date: End Date: Project #2: Project Name: 13 }f Type of Project/Service: p-7 Address: W f' I Contracting Agency/Client: Contact Name and Phone #: j 3 Z ! - 2 = Contact Email Address and Fax #: Contract Amount: (jj , 000 Start Date: ;201 7 End Date: Project #3: Project Name: Type of Project/Service: IC6WIJ z✓!f z Address: /—,q- filay Vmpverfir, . E =C. 3 Contracting Agency/Client: dmkw�e Contact Name and Phone #: - 7 — /- Contact Email Address and Fax #: Contract Amount: Start Date: En Date: Project #4: Project Name: kj 110 (A s i wGU5,,,Plk Type of Project/Service: l? mct Address: " 1 i Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax 4: Contract Amount: Start Date: End Date: Project #5: Project Name: Type of Project/Service: Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal - DI to ubmittal's DIto r. 1111 eL Rev 01 Of) If, `)I UUtU A0 41:7 t01-c1'21i Id x*NOIIV1I31'I0S Ug'IVgS**N3dO ION OQ**NOI LV.I.I3I'IOS Q3'IV:lS*-N3d0 ON OQ**l ILLS£ upt.1011 `p103uuS jooi3 PuZ `£t Z alTnS MWAV NJud 'N 00£ uolsiAIG IRuisiapind ' ' paotuus iu ,�I!D :o.L xaAITIG �Z 141 i a c , a :I�a�I� Ml l 1BIOVIN'd 00:z :IIN1 L I Q61 o l :IsdQ anQ NolidiloIZos , , SNOI_LV301 SnolxVA-SADIMKIS 9OWNA.LNIMIdVDSoNV'l GNV JW11 :1'7.LI1 sO-oZ/6I UJI :2l39WIN NOI LV LIDI'IOS 2I3ObNdW ONISVHDNnd `z-Noa2lo 'IOSrdVIN :NOI LNa.I..LV x-NOI.LV.I.IaI'IOS a3'7V3Sx*N3d0 .LON Oa*xNOI.LV.LIDI'IOS Q5I'IV3S**N21dO ON OG** ------------------------------------------ x •axeyoed jo adoIanua uoilelioilos paleas .wino aql of l! Am pue loqn) aill ino InD *39VNDVd NO 3dO'13AN3 3SNOdS3N NOI.LV.LI3I'10S Nf1OA 01 31AIVS HJV.L.LV UNV MO'I38 '138V'I 3H.L .Lf10 '1'11.1 3SV3'1d -paijpou aq II!AN aa5eueW uisegoand alpudoiddp aql pup padwpls olup aq llihk (agel pup 35ul. pd .Io odoloALM Jplliwgns uogpliolJos aqj •uoisiAI(l 5uiseq:) nd aql ui aIgejiene aq II!m dulels amp/awil u `uoilgoilos p'lulaangap-pupq ajp no( ji -Ban uo!ldaaaa .aooI,q pUZ .Io I, 1 aqa aaqjia uo paapool auogd ,Csojjnoo atp uloij uoisinio 5uiseg3and aql JIM s.IousIA JJp letll slsanbai ,tI!D aq1, -a2ulped .Io odoJanua aql jo 3ae3.ms aaino aql uo laqul aql XUJ12 pup 'A1olaq papiAoad pane aql w ssaappe pue aulpu ,�updwoo aql luiad ao ad,{l `ase. nd jo adoIanua p3113as p ui Ipll!uugns inoS aoeId •Inlliwgns uoclelioi1os ano,C Sj!luap! Xlaadoid of papiAoad uaaq seq A,,olaq JaqeJ aqi `331131uanu03 inoiC ao-q :S.LN�IQNOdSMI YIV 01 -,13110N Iaqu-1 uoiwagtluapl asuodsaN uozluliagos «d„ IuacuganllV 13VN.LNOD KH31- SNIOI.LVDO'I S(IOINVA -s5DIAN3S 33NVN3I.NIVW 3dVDSUNVz GNV dNn.L WAD GIG OZ NOLLVIIAAII IM-889-Lof ARA 10£Os ao szos-889-Lor .auogd � '���� a ILLI£ m -101d 'paq}ueS `9£Z aIInS anuaAd Jaed 'N 00£ uoisIAIQ 2luisugaind I IuauipudaQ aauuuid I piojuuS jo,Cji�) 91 K/ I I %%321 Z I z -:M1 I Id -SLIOIIV301 SIIOIA13A -S30IA13S ;)-,)uLu,)IuiLw odumptlul pun jan I 90-OZ/61 Sjj of I# wnpu-,)ppV jo -,)p7aw Xq-,)JOLI St 11.131.0 )P3jM0LI-.j,)V -3suods;).iinoXjo uoij-e-,)!j!jvnbstp ui jinsz)i Xuui Xidwoo ol ainpej -Iun!tuqns jnoX qj!m wnpuippV Z) ') siql ,iuipnl,,)Lii /�q jo spesodoid/spq jo idiazoai jqj polpoids a1up pun inoq z)ql of ioud LIOISIAIG JLIZ)w III, 0 -Id x1i of ii 'ouiumpi pub, ,kkopq wjq.1 sil.11 10uiuflis Xq LunpuoppV siqj jo jdpiw 31f-3polmoupe Ismu slu;)puods;)Il sdulN 13z)qs xz)(id P!q S1N3tA1"3v11v *11 aiui t,� -mqopo urqj jolul 11L'z)0'11Nd00:ZW6t0Z c OLI Z)I1p SI 3suodsoi uoijul!-mlos 3qj -Lpns sV -ojup amp tionuipilos z)ql o0t.lup IOU S30P LunpuoppV SILJJ 31vu 33(1 *1 -,11.131111130P 1.10111311-3110S 3LIJ LII 1.11.101. )ZISSluouc.umbij all of juipnsind puods-.)l of pojpjpnb.i,1sodo.id/j1pp!q Aft, 01 LIZ-)Al'i) suoil-milSui .131,110 10/pU13 jeq.mA AII3 ';,IPZ)sj-,)dnS L1.111PUZIPPE SIqj -p,)Inq!jlsip �jjuum,-Jijo se P.)UMILIM111 Lmoq 3ABLI uoilmmilos otil jo shed j3qlo 11V -up.iall q),Ioj has su IL13LLinz)op uoijBiptlos -,)ql olui polmodiomi st wnpu,)pp-o siLli u! PZ)P!Ao.id uoijauiojui 11V -uOIJBIMIJOS PZ)OLIZ)1a13.1 )Aoqu z)ql iiuiulomw suoilsotib of snmsui, .10/ptILI S1.1011,11 -3p -SUOIIIPPLI -SL1011331.103 -1.10111331.1!M13 'U0IjBLLU0JUl ILILIOIIIPPU OP!Aoid of pz)nssi st uinpLlZ)PPB SILL 1# jNfj(jNjA(i(iv Isuoppool st-IOUPA-S.)DIA.13S XMI1.1311.11131.1.1 zdpospupj punjin_L SO-OZ/61 SAI :LXjfSfjS LIOISIAIG 'Ruis-epind piojuvSjo,ipD AZ)I'IZPU[bq XOSPLIF1 INMIA SJZ)S0C10Jd/s1Z)PP!S [IV :01 6 1 OZ -fZ MqumjZT;)7 :3-1VG SNOIIV30rl I# tAifloNguav SfIOINVA-331AHgS 9DNVN5I1NIVW I 3dVDSUNV(INV dHfIJL SO-OZ/61 HAI (THOANN-7s I IZ05-989-0f:xt'-1 I ONSM) RZ0S-RR9-L0t-:Juo,ltI I LLZE 1tp!-J0j.j 'PJOJIII?S'gfZ aims anuanlF TIM 'S." 00f UOISIAIU tuisuqaand I juamijuda(l a:)uuuiA I pjojurS _%Uqwq� Name of Firm/Company Street Address City. State, ..lip Code -TeleAone Number V Authorized 1:):prson Printed Name ii-X_dllorizedSicynature tol r-1 Fax Number ALhhorized Person Title X2h,?7 11/�6 Date or/Signatuire t, Kj R -F-2 12 1 Re%. 1112016 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFORD Phone: 407-688-5028 or 50301 Fax: 407-688-5021 1 Email: ADDENDUM #1 IFB 19/20-05 TURF AND LANDSCAPE MAINTENANCE SERVICE -VARIOUS LOCATIONS _%Uqwq� Name of Firm/Company Street Address City. State, ..lip Code -TeleAone Number V Authorized 1:):prson Printed Name ii-X_dllorizedSicynature tol r-1 Fax Number ALhhorized Person Title X2h,?7 11/�6 Date or/Signatuire t, Kj R -F-2 12 1 Re%. 1112016 DATE: October 15, 2019 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: IFB 19/20-05 Turf and Landscape Maintenance Services -Various Locations) ADDENDUM 42 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to ally bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than October 24. 2019 at 2:00 PM Local Time. II. ATTACHMENTS Bid Price Sheet "Exhibit A" Revised III. QUESTIONS/ANSWERS Q1. Says plants beds should be fertilized 2x year. How many applications for turf areas'? A1. Number of applications is the same. Q2. Do you have mulch quantities you would like all bidders to go off of? A2. No, mulching is not required for these areas. Please disregard this on the bid a revised Bid Q3. How many mows per year on ROW and Median areas? A3. 38 as noted. Q4. How many frequencies for spraying of beds and trimming of hedges? A4. This information is in the specifications. Hedges should be trimmed monthly. Q5. Will this agreement be federally funded'? "Trying to determine if E -Verify is a mandatory requirement for this opportunity? A5. No, this bid does not have federal funding. Cite of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Entail: purchasing a sanfnrdii: �t SANFO D IFB 19/20-05 TURF AND LANDSCAPE MAINTENANCE SERVICE -VARIOUS ADDENDUM #2 LOCATIONS DATE: October 15, 2019 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: IFB 19/20-05 Turf and Landscape Maintenance Services -Various Locations) ADDENDUM 42 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to ally bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than October 24. 2019 at 2:00 PM Local Time. II. ATTACHMENTS Bid Price Sheet "Exhibit A" Revised III. QUESTIONS/ANSWERS Q1. Says plants beds should be fertilized 2x year. How many applications for turf areas'? A1. Number of applications is the same. Q2. Do you have mulch quantities you would like all bidders to go off of? A2. No, mulching is not required for these areas. Please disregard this on the bid a revised Bid Q3. How many mows per year on ROW and Median areas? A3. 38 as noted. Q4. How many frequencies for spraying of beds and trimming of hedges? A4. This information is in the specifications. Hedges should be trimmed monthly. Q5. Will this agreement be federally funded'? "Trying to determine if E -Verify is a mandatory requirement for this opportunity? A5. No, this bid does not have federal funding. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of. -Addendum #2 to IFB 19/20-05 Turf and Landscape Maintenance Services - Various Locations. Q) ern f�f�0 in(_, araV� SocxFGr�r� Sur _ski neCmap . c o( Name of Firm/Company Contact Email Street Address Telephone Number Authorized Pers Printed Nam 1 t AL"rized Ptn ignature City, State, lip Code Fax Number ,, q ,' V 2 /,- - Authorized Person Title Date of Sig nature City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone 407-688-1028 or 5030 1 Pax: 407-688-5021 Email: SANFORD IFB 19/20-05 TURF AND LANDSCAPE MAINTENANCE SERVICE -VARIOUS ADDENDUM #2 LOCATIONS Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of. -Addendum #2 to IFB 19/20-05 Turf and Landscape Maintenance Services - Various Locations. Q) ern f�f�0 in(_, araV� SocxFGr�r� Sur _ski neCmap . c o( Name of Firm/Company Contact Email Street Address Telephone Number Authorized Pers Printed Nam 1 t AL"rized Ptn ignature City, State, lip Code Fax Number ,, q ,' V 2 /,- - Authorized Person Title Date of Sig nature Equipment List -2013 Ford F150 -2008 Nissan Titan - 2004 Ford F350 -22ft Open Trailer -16ft Open Trailer -12ft Open Trailer -12ft Open Trailer - Scag Cheetah 61 Inch Rear Dischare Commercial Mower -Hustler Xonel 52inch Commercial Mower -Scag Tiger Cub 52 inch Commercial Mower -Scag Turf Tiger 72 Inch Commercial Mower -Scag Cheetah 61 inch Commercial Mower - Spartan Pro 61" Commercial Mower -Scag V -Ride 2 52" Commercial Mower - Hustler Super Z 60" Rear Discharge Commercial Mower -2 Stihl FS90 Weed Whacker -2 Stiht FS94 Weed Whacker -2 Stihl Fs91 Weed Whacker -1 Echo SR225 Weed Whacker - Echo 2620 Weedeater -Echo 770 Backpack Blower -1 Shindaiwa Edger -1 Echo SR225 Edger -3 Stihl FC 90 Edger - 1 Echo PB550 Blower -1 Stihl BR350 Blower -1 Stihl BR430 Blower 6WI 1R[TIM [iI11A. ==i'i -1 Stihl BR600 Blower -1 Stihl SH 96 CE Blower -1 Stihl BG 56 CE Blower -1 Scag Classic Walk Behind Parking lot Blower - 1 Stihl SG20 Backpack Sprayer - 1 Stihl Pole Saw (and extension) -1 Stihl Hedge Trimmer -1 Echo Hedge Trimmer -2 Stihl Chainsaws (36' and 48") DATE. (MM-`tMh"IYYY# A�C CNZIY VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE 1 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. This farm is used to report coverages provided to a single specific vehicle or equipment Do not usrs this iorm to report liability coverage provided to multiple vehicles under a single policy. Use ACORD 25 for that purpose. con PRODUCER rx E: Ian S I1larkowtz, ._.rm..� .. __...... Ian S hllarkovfitz *T" k3�i-218-68E8 �e tL reoExt; __ ..t__._J_.. 3140 I oWarld Blvd 5UIte 1Jit tin dcttcmaMAIL s r lir€ gin; ,k.. Deitann. FL 322725 COVERAGES t i_rC I Ir•iytA t C tv tJttto CY THIS IS TO CERTIFY TI t4T THE POLICY(IES) OF INSURANCE LISTED SELOM HASHA`S LI LN ISSUED TO T to P ^�tJREt7 NOCLI7EN't c: H R tP `CT O PERIOD(S) INDICATED NOnVITl1STANDING A.3JY RLQUIRi=MENT, TERIA OR CONrATION OF ANY CONTRACT OR CI l HER D{?CUta1 P:T '� Tri RES( ECT TO %pjHlCtt THIS CERTIFICATE MAY t3E ISSUED OR MAY PER IAIN THE INSURANCE: AFFORDED BY THE PO UCY61ES) Ot :SCR€SED HEREIN l kARF SiJSJEG T TO ALL T l6 TERMS, EXCLUSIONS AND CONDITIONS 01' SUCH POLICY(IES). €t;SR ADYDt LTR ytF taF TYPE OF INSUR"CC POLICY EFFECTIVE POLICY EXPIR.AT i DATE IMMIOM'yYYYb i DATE (TPfA,'Z3A{YYYY) LIMITS S;�zte Fwni M tual Au s e� l lea r ?nce C � * �Uny 25178 ! CMr I*x Int, a 4" .....,...r rvsURt D ' 5wit 1 I D fR'Y t....+. DttsUaxsR A : Imo' � i2CiT�f t70i2"V2fi2tT t— -, E()0 4444 -C27 -59A -001i s t7 t r s^ ❑ � 4R,<s c,tc�r., t 1� i3i� ...... I G €DVI s T Li3Ci t3i31 Soutr+urn Sunshine Group the GENERAL LIABILITY Iris I r € L rzrlL7E L,F:.t -1A r� A EGO, I S i 1100 Radford Dr. ; ifdSR Lta:t.* LTR AYG1 TYPE OFINSURANCE _..._. .,.__. ,��.... t POLWY EFFECTMF POLICY EXP RATIO POLICY Nlt i�ER DATE JMIZ,+Da3,"YYttii {SATE € 'YYYYj ` tS)kIi S t LSCtStICTIt3LE _._, .._..... _.._._... _._„.F_ #A3'Y k3_ Oelloha; %L 32725 WSURE%o i 1? b PH o".' g T nri LIMIT NISLiRER E : DEC .^.. i� Acv 07 t�,P1,1445 g ., mDF�1 bL5T a R`' •;, , S LIMIT DCD DESCRIPTION OF VEHICLE OR EQUIPMENT mm--� YEAR tffiAKE F ATANUI=ACTURCR NOBEL 0001 TYPE r IAduh ACORD 161,. A U i'li4 l R0n%*fks Scn& tOA, M pawls space ES re'"'rtt } VEHICLE IDENTIFICATION MLirR t 20CA 1 Ford I 1`350True 1I t}SYV?C1i_---- ° Stl�lz t?FSCatr+'Tititi %JEHtCLE,T=4t!'±T`PdEFT VA€.€JE Sk.T;tAL 4Vlir8ER COVERAGES t i_rC I Ir•iytA t C tv tJttto CY THIS IS TO CERTIFY TI t4T THE POLICY(IES) OF INSURANCE LISTED SELOM HASHA`S LI LN ISSUED TO T to P ^�tJREt7 NOCLI7EN't c: H R tP `CT O PERIOD(S) INDICATED NOnVITl1STANDING A.3JY RLQUIRi=MENT, TERIA OR CONrATION OF ANY CONTRACT OR CI l HER D{?CUta1 P:T '� Tri RES( ECT TO %pjHlCtt THIS CERTIFICATE MAY t3E ISSUED OR MAY PER IAIN THE INSURANCE: AFFORDED BY THE PO UCY61ES) Ot :SCR€SED HEREIN l kARF SiJSJEG T TO ALL T l6 TERMS, EXCLUSIONS AND CONDITIONS 01' SUCH POLICY(IES). €t;SR ADYDt LTR ytF taF TYPE OF INSUR"CC POLICY EFFECTIVE POLICY EXPIR.AT i DATE IMMIOM'yYYYb i DATE (TPfA,'Z3A{YYYY) LIMITS �.f ;;;CLE LIABILITY } i ! CMr I*x Int, a 4" .....,...r ' 5wit 1 I D fR'Y t....+. Imo' � i2CiT�f t70i2"V2fi2tT t— -, E()0 4444 -C27 -59A -001i s t7 t r s^ ❑ � 4R,<s c,tc�r., t 1� i3i� ...... I G €DVI s T Li3Ci t3i31 GENERAL LIABILITY I r € L rzrlL7E L,F:.t -1A r� A EGO, I S i ; ifdSR Lta:t.* LTR AYG1 TYPE OFINSURANCE _..._. .,.__. ,��.... t POLWY EFFECTMF POLICY EXP RATIO POLICY Nlt i�ER DATE JMIZ,+Da3,"YYttii {SATE € 'YYYYj ` tS)kIi S t LSCtStICTIt3LE _._, .._..... _.._._... _._„.F_ #A3'Y k3_ a i 1? b PH o".' g T nri LIMIT I b DEC EtilTt E1UT _ H.'1'= L'£2'fiit i� Acv 07 t�,P1,1445 g ., mDF�1 bL5T a R`' •;, , S LIMIT DCD SPECIAL I i REMARKS (DS'eCLUDINC S CAA- CONDITIONS; OTHER COVERAGES) I r IAduh ACORD 161,. A U i'li4 l R0n%*fks Scn& tOA, M pawls space ES re'"'rtt } AL ILH I IUMAL RIV I r_MCZ> t Selett one DI the Ivllrnuierrg: 4t '+df55 Y+1'itrmtR ne"m-bead LKaiL3l jj L74'at aMr,' In Itr'Irtt>:r. tt. I Cn;'iCrEa t:�rf �L2^N„+s.°R;5) x rnT rrs *+..s beer s1 txnt3et3 Df3 30 VEHICLE f tWPMEKT 3NTEREST i.eAs€=.D ..._.m. �iGiItANC'ro NAME A90 ADMS5 OF ADDITIONAL rNT'EREST ._ CAiy of tsantord 101 N Dark Ave Sanford. FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 13E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE OEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS vEscRiPRN or THF AWITIONAt Dt MAEST ! AD7 -noNAL wsII4mD LOSS PAYFF r LENDIr t'S LOSS PAYE LOAN i LEASE NUMBER AUTxaraLrra REPRESVITATTVE 1997-2015 ACORD CORPORATION. AtI rights reserved. ACORD 23 (2016103) The ACORD name and logo are registered marks of ACORD d2Z i 0-21r-;,:,11, t1 0 ASR" CERTIFICATE OF LIABILITY INSURANCE DATE (MWDD/YYYY) 08/07/2019 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(les) 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 certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERNTACT Hiscox Inc. NAME: PHONE (ggg) 202-3007 FAX A/C No): 520 Madison Avenue 32nd Floor ie a DD E-MAIL ss: contact@hISCOX.COm New York, NY 10022 INSURERS AFFORDING COVERAGE NAIC # _ _ INSURER A: Hiscox Insurance Company Inc 10200 1,000,000 _ INSURED ` INSURER 8: Southern Sunshine Group 1100 Radford Dr INSURER C : Deltona FL 32738 INSURER D: _ INSURER S: MED EXP (Any one person) INSURER F: 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. (NSR TypE OF INSURANCE LTR ADDL SUER POLICY NUMBER POLICY YYVVY MNOULDONYYY LIMITS �( s COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE 1,000,000 — CLAIMS -MADE [ • . I OCCUR � ��$ DAMAGE TOIRENNITE PREMISEa occurrence $ 100,000 MED EXP (Any one person) $ 5,000 X UDC -2027815 -CGL -19 07/27/2019 07/27/2020 A ' PERSONAL&ADV INJURY $ 1,000,000 �GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE_ $ 2,000,000 PRODUCTS - COMPIOP AGG s S/T Gen. Agg. Xi POLICY PRO LOC JECT _�'----- - - — $ i OTHER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident) _ $ ANY AUTO BODILY INJURY (Per person) $ �- - ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ 'AUTOS AUTOS NON -OWNED---- { PROPERTY -- DAMAGE------ ..- - - -- �. $ } HIRED AUTOS AUTOS Peraccident?,_.__._____._..__-. __—__�._.____....___._...__........ i I $ 7 ! ! UMBRELLA LIAR [:tOCCUR EACH OCCURRENCE $ AGGREGATE $ I EXCESS LIAB CLAIMS -MADE $ !DED I I RETENTION $ � !WORKERS COMPENSATION 1 - STATUTE-L—LER AND EMPLOYERS' LIABILITY Y / N IANYPROPRIETORIPARTNER/EXECUTIVE EL. EACH ACCIDENT $ (OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE -POLICY OMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below I DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space Is required) City of Sanford 300 N. Park Ave. Sanford, FL 32771 Il LWIV, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 19UU-1U14 At:UKtJ L;UKt'UKA I IUN. All rignis reServea. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ACCJRD CERTIFICATE OF LIABILITY INSURANCE -- DATE (MM/DONYYY) 06/0712019 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 poilcy(les) 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 certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hiscox Inc.PHONE Cd_NTAUT_ NAME: tggg) 202-3007 FAx (A NA/C No ERAAIL contact@hiscox.com ADDRESS: 520 Madison Avenue 32nd Floor New York, NY 10022 INSURERS AFFORDING COVERAGE NAIC 8 INSURER A: Hiscox Insurance Company Inc 10200 _ INSURED INSURER B: ! X' INSURER C UDC -2027815 CGL -19 Southern Sunshine Group 1100 Radford Dr 07/27/2020 MED EXP (Any ane person) Deitona FL 32738 INSURER D: PERSONAL &ADV INJURY _ $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: .... _..._ _... .... .. .. INSURER -E-... PRODUCTS - COMPIOP AGG INSURER F: �� X + POLICY 0 )ECT LOC rnvGoar_cc CERT!9CATF NtiMBFR- REVISION NUMBER: vTHIS 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. INSRADDL LTR TYPE OF INSURANCE SUBR �J POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP i MMIDDlYYYY i LIMIT X COMMERCIALGENERALLIABILITY —� CLAIMS -MADE � OCCUR I EACHOCCURRENCE $ 1,000,000 DANEaA E T RENTED PREMISES Ioccurrence $ 100,000 _ ! X' UDC -2027815 CGL -19 07/27/2019 07/27/2020 MED EXP (Any ane person) $ 5,000 A PERSONAL &ADV INJURY _ $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGG $ S/T Gen_Agg. �� X + POLICY 0 )ECT LOC $ IOTHER AUTOMOBILE LIABILITY c dentSINGLE LIMIT Ea accident) BODILY INJURY (Per person) $ I ANY AUTO i BODILY INJURY (Pet acctdent)l $ - j ALL OWNED SCHEDULED __;F AUTOS AUTOS NON -OWNED � f HIRED AUTOS AUTOS i PROPERTY DAMAGE Per accident) $ $ UMBRELLA LIAR OCCUR I EACH OCCURRENCE AGGREGATE $ s ! EXCESS UAB CLAIMS -MADE S I E DED RETENTION $ ,WORKERS COMPENSATION AND EMPLOYERS'LIABILITY V ! N----�..�� ANYPROPRIETOR/PARTNER/EXECUTIVE F---1 !PER OTH- STATUTE_ EL EACH ACCIDENT $ E L DISEASE - EA EMPLOYEE $ IOFFICERIMEMBEREXCLUDEO? [(Mandatory In NH) N/A E.L. DISEASE -POLICY LIMIT $ i If yes, describe under +DESCRIPTION OF OPERATIONS below i DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Sanford 300 N. Park Ave. Sanford, FL 32771 uiaei SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE IJ IU00-LU 114 M%,V nU Vvn r'vnM I IVn. n I I IIy r I la lvaclvcu. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Entity [lame Search Search Ewr.Y jt No Name History Detail by Entity Name Florida Profit Corporation SOUTHERN SUNSHINE GROUP, INC, Filing information Document Number P17000005390 FEl/ElN Number 38-4024616 Date Filed 01117/2017 Effective Date 010312017 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 05+'1712019 Event Effective Date NONE Principal Address 1100 RADFORD DR DELTONA, FL 32738 Mailing Address 1100 RADFORD DR DELTONA, FL 32738 Registered Assent Narrie & Address KEM-1E. SARAH J 1100 RADFORD DR DELTONA. FL 32738 Name Changed 1 011 01201 8 officer/Director Detail Name & Address Title PRES KEANE SARAH J 1100 RADFORD DR DELTONA, FL 32738 Annual Reports Report Year Filed Date 2016 101110/2018 Issuance I Release Date: Tuesday, September 24, 2019 Legal Advertisement Date: Tuesday, September 24, 2019 To: All Prospective Bidders Frorn: Marisol Ordonez, Purchasing Manager Dear Potential Bidder: The City of Sanford, Florida, a municipal corporation existing under the laws of the State of Florida, herein after also referred to as the "City', does hereby announce that it is accepting written bids from all qualified firms or individuals interested in providing the services generally described herein and as specified in the "Scope of Services" of this Invitation to Bid (IFB) document. The successful Bidder(s) must demonstrate in their submittal to be most responsible and responsive Bidder to the solicitation with the lowest overall bid which will best meet the specifications and serves the overall needs of the City. If you are interested in preparing a response to this IFB, please read requirements carefully and complete the bid in the manner as set forth in this IFB document. Your response is considered a binding offer to perform in the manner described in the bid response and shall remain a firm offer for a period not to exceed one hundred eighty (180) days trom public opening. Also please be aware that, under the competitive process, the stipulations set forth herein are fully binding on the Bidder to the extent that you confirm acceptance by your signature on Attachment "F", Bid Price Schedule and Acceptance of Bid Terms and Conditions. There will be no pre-bid conference held for this project. Questions regarding this solicitation must be received in writing through VendorLink at the address below no later than Thursday, October 17, 2019 al 2:00 P.M. Local Time. Responses to those questions considered material to the solicitation shall be distributed via formal addenda and posted to website: htihs:Iti�ti��.m���endt�rlink.��7mr`c�am�r�«nlh�r in._�sp All Bidders are advised that under Chapter 119, Florida Statutes, all responses are deemed a public record and open to the public as provided for in said statute. The City welcomes your response to this IFB document. Bids should be prepared in accordance with the IFB instructions and will be evaluated by the City as stated herein. The City reserves the right to waive any formalities, to reject any or all bid submittals or to re -advertise for bid submittals for these commodities/services. The City may withdraw all or part of this IFB at any time to protect the interests of the City. All bidders are asked to be thorough yet concise in their response. Failure to provide the response in the manner prescribed herein may be grounds for disqualification. Thank you for your interest in doing business with the City of Sanford, Florida. City of Sanford, Florida I Purchasing Division III IR_F_ M t Rrvn2nnIA TABLE OF CONTENTS SECTION TITLE I Instructions to Bidders II Scope of Services and Technical Requirements III j Special Conditions IV Evaluation, Rejection -an_d Award Process vGeneral Terms and Conditions ATTACHMENT A C D E F G ' I O P TITLE Statement of No Proposal Submittal Insurance Requirements Public Entity Crimes Statement Conflict of Interest Statement ni ifi Drug Free Workplace Certification __... __-- Bid Price Schedule and Acceptance of Terms and Conditions _ ......_ _ ._.___ _.___-_ ___._ _.____.... _ .._._ __. -- ___.__..... Addendum Receipt Acknowledgement Certification Organizational Information Proposed Schedule of Subcontractor Participation Compliance with Public Records -Law Affidavit Di spute Disclosure Form Unauthorized (Illegal) Alien Workers E -Verify Compliance Affidavit American with Disabilities Act Affidavit References Solicitation Response Identification Label PAGE NUMBER ----------- ._.____._ � 1__._.._._ 15 20 26 PAGE NUMBER .___ ___ .... 36 39 41 42 43 46 47 48 ._..____._.__. _. _._. 49 51 53 56 57 1.1 iR_c_znz 1 Rio OV -)0I6 Section I. Instructions to Bidders A. Requesting the Soheitation DocumenL The IFB documents are available on-line at no charge via My VendorLink: http://'www.mvvendorlink.com. Register as a vendor to download the solicitation documents. The City is not responsible for errors and omissions occurring in the transmission or downloading of any documents from these websites. In the event of any discrepancy between information on these websites and the hardcopy specifications, the terms of the hardcopy specifications shall prevail. For more information, call the Purchasing Division at (407) 688-5030 or 5028. Important: The desire of the City to pursue bid submittals shall in no way obligate the City to compensate you for your efforts or to execute a contract with your firm. B. On Line Service Provider Disclaimer. VendorLink has no affiliation with the City other than as a service that facilitates communication between the City and its vendors. VendorLink is an independent entity and is not an agent or representative of the City. C. Solicitation Documents from Third Party Providers. The City of Sanford Purchasing Division, and its service provider by My VendorLink littpS.t%v%vvv.my_tcndorlinhconi'coinnion/Im-,in ashx are the only authorized sources of solicitation documents/forms. Solicitation documents/forms obtained from any other third party source may be an incomplete set of documents. Bidders using solicitation documents/forms obtained from any other third party source are advised to contact the City's Purchasing Division to provide a contact name. mailing address, phone number, fax number, and email address to obtain a complete set of solicitation documents and to enable notification of required addenda. Reproduction of these documents without the express permission of the City is prohibited. D. Americans with Disabilities Act. Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Public Works Department, Sanford City Hall 300 N. Park Avenue 2nd Floor, Sanford, Florida 32771, telephone (407) 688-5080, not later than seven (7) days prior to the date on which the accommodation is requested. E. Office of Record. The City of Sanford Purchasing Division shall be the official ``office of record" for all information transactions and data disbursements associated with this solicitation. The Purchasing Division may be reached Monday through Thursday between 7:00 A.M. to 5:30 P.M., Local Time via phone at (407) 688-5028 or 5030, or via fax at (407) 688-5021. F. Public Records. Linder Chapter 119, Florida Statutes, all responses to this solicitation shall be considered public record subject to distribution pursuant to the request for records by any interested party. PI IR_{._30I I Rr,, 011)016 G. Performance and Payment Bond. Not required. H. Bid Boal The ITB response shall be accompanied by an ITB Security Bond equaling five percent (5%) of the total ITB -price. -Failure oftheBidder to supply same, in theamountand type required, shall automatically render the Bidder as non-responsive resulting in the disqualification from further consideration of your ITB response. 1. The ITB Security Bond shall be submitted in the form of a Bid Bond, in the amount of five percent (5%) of the total ITB price, made payable to the City of Sanford, issued by a Surety firm and through a reputable and responsible surety bond agency licensed to do business in the State of Florida. 2. The Surety must be rated as "A+ - CR) or better as to strength by Best's Insurance Guide, published by A. M. Best Company, Inc.,. located at 1 Ambest Road, Oldwick, New Jersey 08858. For the latest ratings and Insurance Guide, access itcvw.ainbest.com. 3. The terms of the ITB Security Bind shall be: i. The Bidder The Bidder shall enter into an Agreement if awarded to the Bidder; ii. The Surety (or alternate form of security forfeit) shall be responsible for the costs resulting from the failure of the Bidder to enter into an Agreement if awarded to the Bidder; including the increased costs associated with awarding to the next most responsive, responsible Bidder and costs associated with conducting the ITB process and letting the Agreement, iii. To promptly enter into an Agreement to perform the work and furnish the required Performance and Payment Bond, if applicable; and iv. Any interest earned as a result of the City depositing the accepted money order, certified or cashier's check, or cash received as ITB Security Bond into an interest bearing account shall be retained by the City 4. Return of ITB Security Bond: As soon as the ITB responses have been evaluated, the City may, at its sole discretion, return or release the ITB Security Bonds accompanying such ITB responses, which in its sole judgment, would not likely be considered for award. All other ITB Security Bonds will be held until award of this project and the agreement has been executed by the successful Bidder; after which any remaining ITB Security Bonds will be returned to the respective Bidders. It shall be the sole responsibility of the Bidder to request in writing from the City the return of the ITB Security Bond or alternative form of security used. ITB Security Bond or alternative form of security used shall not be returned unless requested by the Bidder in writing. MEWITT-SIM M TWO I 11M 1,3, i , W170 '• 1! !1 i•'s ! 1' 1• i PI ie_r--101 + a, 010016 City of Sanford I Finance Department I Purchasing Division SANFORI) 300 N. Park Avenue Suite 236, Sanford, Florida 32771; Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS -TERM CONTRACT G. Performance and Payment Bond. Not required. H. Bid Boal The ITB response shall be accompanied by an ITB Security Bond equaling five percent (5%) of the total ITB -price. -Failure oftheBidder to supply same, in theamountand type required, shall automatically render the Bidder as non-responsive resulting in the disqualification from further consideration of your ITB response. 1. The ITB Security Bond shall be submitted in the form of a Bid Bond, in the amount of five percent (5%) of the total ITB price, made payable to the City of Sanford, issued by a Surety firm and through a reputable and responsible surety bond agency licensed to do business in the State of Florida. 2. The Surety must be rated as "A+ - CR) or better as to strength by Best's Insurance Guide, published by A. M. Best Company, Inc.,. located at 1 Ambest Road, Oldwick, New Jersey 08858. For the latest ratings and Insurance Guide, access itcvw.ainbest.com. 3. The terms of the ITB Security Bind shall be: i. The Bidder The Bidder shall enter into an Agreement if awarded to the Bidder; ii. The Surety (or alternate form of security forfeit) shall be responsible for the costs resulting from the failure of the Bidder to enter into an Agreement if awarded to the Bidder; including the increased costs associated with awarding to the next most responsive, responsible Bidder and costs associated with conducting the ITB process and letting the Agreement, iii. To promptly enter into an Agreement to perform the work and furnish the required Performance and Payment Bond, if applicable; and iv. Any interest earned as a result of the City depositing the accepted money order, certified or cashier's check, or cash received as ITB Security Bond into an interest bearing account shall be retained by the City 4. Return of ITB Security Bond: As soon as the ITB responses have been evaluated, the City may, at its sole discretion, return or release the ITB Security Bonds accompanying such ITB responses, which in its sole judgment, would not likely be considered for award. All other ITB Security Bonds will be held until award of this project and the agreement has been executed by the successful Bidder; after which any remaining ITB Security Bonds will be returned to the respective Bidders. It shall be the sole responsibility of the Bidder to request in writing from the City the return of the ITB Security Bond or alternative form of security used. ITB Security Bond or alternative form of security used shall not be returned unless requested by the Bidder in writing. MEWITT-SIM M TWO I 11M 1,3, i , W170 '• 1! !1 i•'s ! 1' 1• i PI ie_r--101 + a, 010016 1. Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a City Commission Member, the City Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black -out period. A, lobbying black -out period commences upon the issuance of this solicitation document. a For awards requiring City Commission approval concludes at the beginning of the meeting at which the City Commission will be presented the award(s) for approval or a request to provide authorization to negotiate a Contract(s). However, if the City Commission refers the item back to the City Manager, Purchasing Division and/or requesting Division/Department/Office for further review or otherwise does not take action on the item, the Cone of Silence / Lobbying Black -out Period will be reinstated until such time as the City Commission meets to consider the item for action. b. For awards requiring City Manager approval concludes upon issuance of a Notice of Intent to Award. 3. Bidders, Respondents, potential Vendors, service providers, lobbyists, consultants. or Vendor representatives shall not contact any City Commission member, the City Manager, any requesting or evaluating Division/Department/Office personnel, and'or any member of the Z, Evaluation Committee concernim,1, an active Solicitation during the Cone of Silence / Lobbying Black -out Period. 4. All questions and inquiries concerning procedural matters shall be directed to the Purchasing Division. Any questions relating to the interpretation of specifications or any aspect of the solicitation process shall be addressed to the Purchasing Division, in writing, at least ten (10) calendar days before the proposal opening date or prior to the specific date and time specified in this solicitation for questions. 5. Contact or communications by Bidders or Respondents to any City Commission member. the City Manager, any requesting or evaluating City personnel, or any member of the Evaluation Committee, initiated during the Cone of Silence / Lobbying Black -Out Period, may result in disqualification from the Solicitation process by the Purchasing Division. J. Pre -Bid Conference. There will be no pre-bid conference for this project. All bidders are required to inspect each maintenance area to properly determine amount of work required per site. IMPORTANT NOTE: It is imperative that all Bidders have a clear understanding of the scope of services requirements. As such, the City reserves the right to schedule a pre-bid conference. Therefore, in the event a mandatory pre-bid conference is required and/or subsequently scheduled, attendance will be a pre -requisite for a bid submittal; and bid submittals will only be accepted from those who are represented at a mandatory pre-bid conference. Attendance at the pre-bid conference will be evidenced by the Bidder's/representative's signature on the attendance roster. In the event of a mandatory pre-bid conference, the time, date, and location of the meeting will be noted in the released Addendum noti4,ing such requirement. Please plan your travel time accordingly. P1 W -F-1101 C Rev MOO 16 K. Interpretation. Questions and Addenda. All questions relating to this IFB document must be in writing on VendorLink or delivered electronically through email to Marisol Ordohiez, Purchasing Manager: no later than 2:00 P.M. Local Time on Thursday, October 17, 2019. 1. It is the Bidder's responsibility to become familiar with and hilly informed regarding the terms, t condi I I i 11 ons and specifications if t - his IFB FB so I licitation. Lack of understanding and/or misinterpretation of any portions of this 11713 solicitation document shall not be cause for withdrawal of your bid after opening or for subsequent protest of award. Bidders must contact the Purchasing DivisionUEiU to bid opening, should clarification be required. Any interpretations, clarifications, or changes will be made in the form of written addenda issued by the Purchasing Division. 3. Any oral communications will not be authoritative and will not be binding on the City. 4. It is the sole responsibility of the Bidder to contact the Purchasing Division DXiU to submitting a bid submittal to ascertain if any addenda have been issued, to obtain all such addenda, and to return executed addenda with each bid submittal. 5. Addenda will be available to all Bidders on the L. Preparation and Format. Bid submittals should be prepared in a clear and concise manner to meet the requirements of the II -B. Emphasis should concentrate on conformance to the IFB instructions, responsiveness to the requirements, as well as completeness and clarity of content. M. BielCompleteness and ComLlian Bid submittals shall contain the information as required in this solicitation. Failure to submit all information as requested, substantially incomplete or lack key information may be rejected by the City. The following list details the appropriate proposal format: 1. All items contained in the bid must be in total compliance with the specifications of this solicitation. 2 Alternate bids will not be considered unless specifically called for in this solicitation. 3. Bidders' attention is specifically called to the terms and conditions of this solicitation. As witnessed by the Bidder's signature on Attachment "F", Bid Price Schedule and Acceptance of Bid Terms and Conditions, all Bidders, without exception, will be solely responsible for all aspects of the terms, conditions, and special provisions of this solicitation. N. Joint Ventures, All Bidders intending to submit a bid response as a Joint Venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Licensing Board and/or any other state or local licensing Agency prior to submitting a bid response. Please refer to Section 489.119 Florida Statutes. Joint Venture Firms must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal Joint Venture Agreement between 1>1 liz-F-VI; 4 R"', 1)1/) l 1 A City of Sanford I Finance Department I Purchasing Division II 300 N. Park Avenue Suite 236, Sanford, Florida 32771 t"NFOS RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 'a INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT K. Interpretation. Questions and Addenda. All questions relating to this IFB document must be in writing on VendorLink or delivered electronically through email to Marisol Ordohiez, Purchasing Manager: no later than 2:00 P.M. Local Time on Thursday, October 17, 2019. 1. It is the Bidder's responsibility to become familiar with and hilly informed regarding the terms, t condi I I i 11 ons and specifications if t - his IFB FB so I licitation. Lack of understanding and/or misinterpretation of any portions of this 11713 solicitation document shall not be cause for withdrawal of your bid after opening or for subsequent protest of award. Bidders must contact the Purchasing DivisionUEiU to bid opening, should clarification be required. Any interpretations, clarifications, or changes will be made in the form of written addenda issued by the Purchasing Division. 3. Any oral communications will not be authoritative and will not be binding on the City. 4. It is the sole responsibility of the Bidder to contact the Purchasing Division DXiU to submitting a bid submittal to ascertain if any addenda have been issued, to obtain all such addenda, and to return executed addenda with each bid submittal. 5. Addenda will be available to all Bidders on the L. Preparation and Format. Bid submittals should be prepared in a clear and concise manner to meet the requirements of the II -B. Emphasis should concentrate on conformance to the IFB instructions, responsiveness to the requirements, as well as completeness and clarity of content. M. BielCompleteness and ComLlian Bid submittals shall contain the information as required in this solicitation. Failure to submit all information as requested, substantially incomplete or lack key information may be rejected by the City. The following list details the appropriate proposal format: 1. All items contained in the bid must be in total compliance with the specifications of this solicitation. 2 Alternate bids will not be considered unless specifically called for in this solicitation. 3. Bidders' attention is specifically called to the terms and conditions of this solicitation. As witnessed by the Bidder's signature on Attachment "F", Bid Price Schedule and Acceptance of Bid Terms and Conditions, all Bidders, without exception, will be solely responsible for all aspects of the terms, conditions, and special provisions of this solicitation. N. Joint Ventures, All Bidders intending to submit a bid response as a Joint Venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Licensing Board and/or any other state or local licensing Agency prior to submitting a bid response. Please refer to Section 489.119 Florida Statutes. Joint Venture Firms must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal Joint Venture Agreement between 1>1 liz-F-VI; 4 R"', 1)1/) l 1 A all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. O. Corporate Standing and Authorized Signatory: The Bidder must demonstrate that the company is in good standing and that the person signing this bid submittal_ is an Authorized_ Signatory on behalf of the Bidder to sign bid submittals, negotiate and/or sign contracts, agreements, amendments and related documents to which the Bidder will be duly bound. The Bidder must provide a copy of the State Certificate of Good Standing/Articles of Incorporation listing the officers of the company. In addition to the aforementioned documents the Bidder must include necessary information to verify the individual signing this bid and or any contract document has been authorized to bind the corporation. Examples include: 1. A copy of your Articles of Incorporation listing the approved signatories of the corporation. ? A copy of resolution listing the members of staff as authorized signatories for the company. 3. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. Failure to sign and witness the Bidder's signature may result in a disqualification of the bid. Please be sure the bid is signed, properly witnessed, and sealed. 1. In accordance with Chapter 119 of the Florida Statutes (Public Records Law): and except as it may be provided by other applicable State and Federal Law, all Bidders should be aware the Invitation to Bid and the responses thereto are in the public domain. Bidders are requested to identify specifically any information contained in their bid submittals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 2 A generic notation that information is "confidential" is not sufficient. Failure to provide the Purchasing Division with a detailed explanation and justification including statutory cites and specific reference to your bid submittal detailing what provisions, if any, you believe are exempt from disclosure, may result in your entire bid submittal being subject to disclosure in accordance with Chapter 119 of the Florida Statutes. Q. Certification of Independent Price Determination. By submission of a response, the Bidder certifies that in connection with this bid submittal: 1. The pricing and/or fees associated with this bid submittal have been arrived at independently, without consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. 2 Unless otherwise required by law, the prices which have been quoted on this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. wW_r•_zn1 PovnUN ii R. 3. No attempt has been made or shall be made by the Bidder to induce any other person or Bidder to submit or not submit a bid for the purpose of restricting competition. 1. Bid Forms: All bids must be submitted on the City's standard solicitation forms and must include all applicable completed attachments included herein. Bids on Bidder's quotation forms shall not be accepted. Please ensure all applicable required submittal documents are included with your bid response. 2 Reproduction: Please submit two (2) copies of the bid submittal package, one (1) unbound original and one (1) bound copy. The submittal MUST also include a single CD-ROM or memory stick containing the entire bid submittal formatted to be read with MicrosoftiR', software products or Adobe®J PDF software. S. Cost of Submittal. The Bidder understands that any and all costs related to the submittal of a proposal is considered an operational cost of the Bidder and shall not be passed on to, or be borne by the City. By submission of a bid, the Bidder agrees that anv and all costs associated with the preparation of the bid will be the sole responsibility of the Bidder. The Bidder also agrees that the City shall bear no responsibility for any costs associated with the preparation of the bid including but not limited to any administrative or judicial proceedings resulting from the solicitation process. T. imUroller identification and Timeliness. The City is not responsible for the failure of a Bidder or the Bidder's agent to submit responses in a timely manner or for a bid submittal that is not properly addressed or identified. Bid submittals by email, telephone or fax shall be rejected as non-responsive regardless of where it is received. U. Bid Submittal and Delivers:. 1. Sealed bid submittals must be received in the City's Purchasing Division no later than 2:00 P.M. Local Time on Thursday, October 24, 2019. Bid submittals received after the stated date and time will not be accepted and will be returned unopened. Under no circumstances shall bids delivered after the time specified be considered. The City shall not be responsible for any occurrence for bid submittals delivered incorrectly or to the wrong address or location. No exceptions will be made. The decision to refuse to consider a bid that was received beyond the date/time established in the solicitation shall not be the basis of a protest. Bid submittals shall be delivered to the below address in a sealed, opaque envelope or packaging material, plainly marked on the outside with the following: Citv of Sanford Purchasing Division 300 N. Park Avenue Suite 243 Sanford, Florida 32771 RE: Solicitation IFB 19/20-05 Solicitation Title: Turf and Landscape Maintenance Services- Various Locations PtIR_F_ill; 0 Rev MOM(, Date and time bid submittal is due. Attention: Marisol Ordonez, Purchasing Manager For your convenience, Attachment "P", Solicitation Response Identification Label has been provided to properly identify and affix to your IFB response. 2 I_f submitted by mail, the bid submittal shall be enclosed in a sealed envelope addressed to the designated Purchasing Manager. Bids submitted by mail must be received by the Purchasing Division by the time specified herein for the opening thereof: a Please be advised that United States Postal Service (USPS) Express and Priority service class; are delivered to the City once daily. Accordingly, in order for a submission to be received by the Purchasing Division when the services of the USPS are used, a Bidder or bidder is responsible for ensuring that their submittal is transmitted in such manner as necessary for the USPS to receive, sort, and deliver to the City by the submittal due date and time. b. The City only collects other USPS mail one (1) time per day upon opening of the local Post Office branch, which is then sorted by the City for delivery to the Purchasing Division and other City departments. Submissions arriving at the USPS after the initial pick-up by the City will be placed in the City's call -box for pick-up and will not be delivered to or received by the Purchasing Division until the next business day. c. When using the USPS or any other mail delivery services, it is the sole responsibility of the Bidder to ensure that Proposals are received in the Purchasing Division by the due date and time. The City shall not be responsible for delays caused by any occurrence. V. Public 00ening of Bid Submittals. Bid submittals will be announced publicly by the Purchasing Division on the due date and time or as soon thereafter as possible. The names of the respondents, their bid amounts and verification of bond submittal, if applicable, will be publicly announced. Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Article I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. All other information will be subject to Florida's Open Government Laws to Public Contracting. W. Sub -Contractors. Bidders must list any sub -contractors that shall be used to accomplish the scope of services. Please complete and submit Attachment "I", Schedule of Proposed Subcontractor Participation. If no subcontractors are going to be used, check the box for "No Subcontracting (of any kind) will be utilized on this project" at the top of the form. X. W-9 Form. Bidders that have not done business with the City or have not provided a W-9 within the last two (2) years must submit a W-9 with their bid submittal. ni ID c 1111 n P", 011)0 1( Y. Withdrawal of Bid Submittals. Bid submittals may not be withdrawn for a period of one hundred eighty days (180) days after the public opening date. In the event an award is not made by the City within one hundred eighty days (1.80) from the public opening date, the Bidder may withdraw their bid submittal or provide a written extension of their bid submittal. Ownership of Documents. All documents resulting from this IFB solicitation shall become the sole property of the City. All bid submittals received from Bidders in response to the IFB solicitation will become the property of the City and will not be returned to Bidders. In the event of an award, all documentation produced as part of the Contract will become the exclusive property of the City. AA. Failure to Comply with Bid Instructions. Failure to comply with any of the foregoing instructions, provide a bid submittal in the manner prescribed herein or any other essential element of this Invitation to Bid (IFB) may be grounds for disqualification of your bid submittal. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PI IR_P_2111 1 A Rev f 10016 Section II. Scope of Services and Technical Requirements A. SCOPE OF SERVICES `I"he City of Sanford, Sanford, Florida is seeking qualified, experienced and licensed firm(s) to provide Turf and Landscape Maintenance Services for various area within the City's Park and Ground Division in accordance with the terms, conditions, and specifications contained in this solicitation. The bidder shall make themselves familiar with the City of Sanford's Park Sites, Medians, and ROW areas. The Contractor shall provide all labor, materials, equipment, tools, and vehicles necessary to perform the duties of this solicitation if awarded a contract. The City will not make available its employees, equipment, tools, vehicles or storage areas for the contractor's use. i. The City may award a primary and a secondary vendor for this contract. The City reserves the right to contact the secondary contractor if the work requires immediate service and the primary contractor is already engaged under a previous Work Order. ii. The Contractor serves as a monitor of these sites and shall report all damages, vandalism or issues concerning landscape and site appearance, dying plants/turf; irrigation issues, etc. Contractor will report their findings to the Parks Superintendent or appropriate park staff in writing via email or providing writing documentation of their findings per service. B. Landscape and Turf Maintenance Frequency Specifications; i. Schedule A- City Park Sites a April 1 through October 31; the schedule service of all turf/landscape areas will be required no less than once per week at City Sites during the heavy growing season. b. November 1 through March 31; the schedule service will be required on as -needed basis, but not less than twice per month. I. Schedule A (City Parks) a. Prior to any scheduled service on all Parks and R.O.W turFlandscape areas, the CONTRACTOR shall remove paper, glass, bottles, cans, branches, limbs or other debris. At no time shall debris be allowed accumulate to the point of distracting from the appearance or safety of the area. It is the CONTRACTOR'S responsibility to remove all material from site. Limbs and branches are not allowed to be stock piled on the sites. Remove immediately. b. Turf shall be mowed to maintain a uniform height of not less than 3" and not higher than 4"; however, no more than 1/3 of the leaf blades are to be removed per any single mowing. c. Unless stated elsewhere, mowing shall be done via walk behind or large riding mower. Blades shall be sharp at all times to produce a clean cut. All equipment used in performing this contract shall comply with Outdoor Power Equipment Institute's ANSI B71 Safety specifications. d. Clippings are to be left on the turf so long as no readily visible clumps remain on the grass PI1R_P_101 1 1 P-! surface 36 hours after mowing. Otherwise large clumps of clippings will be collected and disposed of by the CONTRACTOR. e. All CONTRACTOR performed edging, trimming will follow the same service frequency schedule for Turf / Landscape scheduled services as previously noted in section 38. Edging of all walks, curbs, edges of pavements and lines of plant beds shall be edged as often as necessary, to maintain order and a clean appearance free of grass and weed invasion. All landscape plants must be trimmed and weeded regularly to provide a clean aesthetic appearance. All grass and dirt to be blown off hard surfaces into grass areas (not roadway or gutter areas). f. CONTRACTOR will clean all clippings from roadways, sidewalks, etc. immediately after mowing / edging and/or weed -eating. Turf around sprinkler heads must be trimmed as needed so as not to interfere with or inhibit water output. g. All landscape bed areas only shall be fertilized by CONTRACTOR a minimum of two times per year. (Early - mid March and again in early September) CONTRACTOR shall be responsible for determining fertilizer quantities, purchasing and applying all fertilizers. h. Complete fertilizers shall be granular in composition and shall contain nitrogen in slow or controlled release form, with micronutrients, including iron. Fertilizers shall be applied in an even rate of one (1) pound of actual nitrogen per 1,000 square feet of landscape bed area per application. Excess fertilizer will be blown ofd' sidewalks, curbs, or roadways onto the turf areas. Following fertilization a minimum of 1/4 inch of water will be applied. Contractor will coordinate this work with the City's Representative. Prior to application Contractor shall furnish the City representative a sample label of the fertilizer to the City for review and approval. Contractor shall also furnish the City representative, a brief report following each application outlining what was applied, where, how much, and when. Contractor shall inspect all turf areas for indications of pest problems, and advise the City of such problems immediately. i. Contractor is responsible for control of undesirable vegetation and ants. All other pest control is to be done by City staff. Contractor shall submit Material Safety Data Sheets to the City's Representative of all chemicals used in the performance of this contract, along with a copy of the Contractor's or the Subcontractor's appropriate Pest Control Operators License(s). Contractor is responsible for purchase and application of Round Up or approved equal, for control of undesirable vegetation, around base of trees, bollards, signage, in landscape beds etc. Contractor shall be responsible for correcting any damage from Round Up, or other such product. j. During the performance of the Contractor's scheduled service duties, should the k. Contractor observe any acts of vandalism, theft of City property, irrigation issues, hazards or damages resulting from any vehicular accident, any pest problem(s), or damage to turf or other vegetation, the Contractor shall advise the City's Representative of such problems immediately. 1. The Contractor shall perform landscape bed mulching once during the entire contract year or when directed by the City's Representative. Shredded cypress mulch is the specified product to be used. m. The Contractor shall perform pruning of plants, including hedge trimming, and trees as needed to remove dead wood harboring insects and disease, and to promote maximum health and growth. Aesthetic pruning shall consist of the removal of dead and/or broken branches. 131 B_R_1f12 1 ll Rov (110(( IA City of Sanford I Finance Department I Purchasing Division 1i< 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 E I INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT Pruning shall be performed to balance infiltrating light. Trees are to be trimmed up to a maximum often (10) feet. n. The Contractor shall use proper warning devices, (FDOT approved MOT), consistent with City safety requirements, to provide safety to persons and vehicular traffic within any area undergoing tree pruning. Work requiring these safety requirements will be scheduled after consulting with the City Representative. All materials and performance of work will meet all Federal Health and Safety laws currently in effect. Material Safety Data Sheets must be submitted by the Contractor to the City's representative for all supplies and chemicals prior to their use in the performance of this contract. All chemicals to be used in performance of this contract shall carry an EPA approved number. Contractor shall provide and require the wearing of protective clothing, mask, eye protection, etc. during any operation as required or directed by applicable laws, regulations or ordinances, and/or directions of manufacturers of material or equipment. o. The Contractor shall take all necessary precautions for safety to adequately protect workers, adiacent property and the public. All of the Contractor's equipment must be properly maintained and is subject to inspection by the City's Representative. Any deemed inoperable or unsafe shall be removed from the premises. All equipment must meet both the American Standard Safety Specifications and OSHA requirements. p. During the scheduled service period Contractor shall replace at no cost to the City any plant, tree or "sodded" area that dies if the causes for such defects are traced to negligence or improper horticultural practices by the Contractor's personnel or equipment. Replacement plants, including sod, must be healthy, free of defects, Florida Grade #1 and the same variety as the original plant. q. This same replacement policy shall also apply to any irrigation systems. Irrigation replacement items must be new and of same manufacturer and model number as originally installed, unless substitutes are approved of in advance by the City Representative. a. Traffic Control is the responsibility of the contractor and they shall follow all rules as set forth by the governing (State, County, City) body as it relates to landscape maintenance within the right-of-way. Contractor is responsible for any reporting or permits for such work. b. Prior to any scheduled service on all Medians and ROW turf/landscape areas, the Contractor shall remove paper, glass, bottles, cans, small branches, or other debris prior to each scheduled service. This trash and debris removal is required on a weekly basis YEAR ROUND. At no time shall debris be allowed accumulate to the point of distracting from the appearance or safety of the area. Turf shall be mowed to maintain a uniform height of not less than 3" and not higher than 4". c. Unless stated elsewhere, mowing shall be done via walk behind or large riding mower. In some large median locations, (SR 46), a tractor with mowing attachment(s) may be used, provided the finish cut is acceptable aesthetically. Blades shall be sharp at all times to produce a clean cut. All equipment used in performing this contract shall comply with Outdoor Power Equipment Institute's ANSI B71 Safety specifications. d. All Contractor edging, trimming will follow the same service schedule frequency for Turf / Landscape scheduled services as previously noted in Section 38. Edging of all walks, curbs, edges of pavements and lines of plant beds shall be edged as often as necessary, to maintain order and a clean appearance free of grass and weed invasion. All landscape plants must be trimmed and weeded regularly to provide a clean aesthetic appearance. All grass and dirt to _ be blown off hard surfaces into grass areas (not roadway or gutter areas).Contractor will clean all clippings from roadways, sidewalks, etc. immediately after mowing/edging and/or weed -eating. Removal of shrubs and groundcover that are terminally diseased or damaged shall be included under routine Landscape Bed Maintenance each maintenance cycle. e. Contractor is responsible for purchase and application of Round Up or approved equal, for control of undesirable vegetation, around base of trees, bollards, signage, in landscape beds etc. Contractor shall be responsible for correcting any damage from Round Up, or other such product. f. All of the Contractor's equipment must be properly maintained and is subject to inspection by the City's Representative. Any deemed inoperable or unsafe shall be removed from the premises. All equipment must meet both the American Standard Safety Specifications and OSHA requirements. g. During the scheduled service period, Contractor shall replace at no cost to the City any plant tree or "sodded" area that dies if the causes for such defects are traced to negligence or improper horticultural practices by the Contractor's personnel or equipment. Replacement plants, including sod, must be healthy, free of defects, Florida Grade #l, and same variety the original plant. h. This same replacement policy shall also apply to any irrigation systems. Irrigation replacement items must be new and of same manufacturer and model number as originally installed, unless substitutes are approved of in advance by the City. i. The Contractor shall use proper warning devices, (FDOT approved MOT), consistent with City safety requirements, to provide safety to persons and vehicular traffic within any area undergoing tree pruning. Work requiring these safety requirements will be scheduled after consulting with the City Representative. j. All materials and performance of work will meet all Federal Health and Safety lawns currently in effect. Material Safety Data Sheets must be submitted by the Contractor to the City's representative for all supplies and chemicals prior to their use in the performance of this contract. All chemicals to be used in performance of this contract shall carry an EPA approved number. Contractor shall provide and require the wearing of protective clothing, mask, eye protection, etc. during any operation as required or directed by applicable laws, regulations or ordinances, and/or directions of manufacturers of material or equipment. The Contractor shall take all necessary precautions for safety to adequately protect workers, adjacent property and the public. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PI IR -F-101 ill Rev 112!1016 City of Sanford ( Finance Department Purchasing Division��� 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021(DS��FQRD ,. INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT d. All Contractor edging, trimming will follow the same service schedule frequency for Turf / Landscape scheduled services as previously noted in Section 38. Edging of all walks, curbs, edges of pavements and lines of plant beds shall be edged as often as necessary, to maintain order and a clean appearance free of grass and weed invasion. All landscape plants must be trimmed and weeded regularly to provide a clean aesthetic appearance. All grass and dirt to _ be blown off hard surfaces into grass areas (not roadway or gutter areas).Contractor will clean all clippings from roadways, sidewalks, etc. immediately after mowing/edging and/or weed -eating. Removal of shrubs and groundcover that are terminally diseased or damaged shall be included under routine Landscape Bed Maintenance each maintenance cycle. e. Contractor is responsible for purchase and application of Round Up or approved equal, for control of undesirable vegetation, around base of trees, bollards, signage, in landscape beds etc. Contractor shall be responsible for correcting any damage from Round Up, or other such product. f. All of the Contractor's equipment must be properly maintained and is subject to inspection by the City's Representative. Any deemed inoperable or unsafe shall be removed from the premises. All equipment must meet both the American Standard Safety Specifications and OSHA requirements. g. During the scheduled service period, Contractor shall replace at no cost to the City any plant tree or "sodded" area that dies if the causes for such defects are traced to negligence or improper horticultural practices by the Contractor's personnel or equipment. Replacement plants, including sod, must be healthy, free of defects, Florida Grade #l, and same variety the original plant. h. This same replacement policy shall also apply to any irrigation systems. Irrigation replacement items must be new and of same manufacturer and model number as originally installed, unless substitutes are approved of in advance by the City. i. The Contractor shall use proper warning devices, (FDOT approved MOT), consistent with City safety requirements, to provide safety to persons and vehicular traffic within any area undergoing tree pruning. Work requiring these safety requirements will be scheduled after consulting with the City Representative. j. All materials and performance of work will meet all Federal Health and Safety lawns currently in effect. Material Safety Data Sheets must be submitted by the Contractor to the City's representative for all supplies and chemicals prior to their use in the performance of this contract. All chemicals to be used in performance of this contract shall carry an EPA approved number. Contractor shall provide and require the wearing of protective clothing, mask, eye protection, etc. during any operation as required or directed by applicable laws, regulations or ordinances, and/or directions of manufacturers of material or equipment. The Contractor shall take all necessary precautions for safety to adequately protect workers, adjacent property and the public. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PI IR -F-101 ill Rev 112!1016 Section III. Special Conditions A. Oualifications of Bidder. This bid will be awarded to a responsible, responsive bidder, qualified by experience to provide the work specified. In order to be considered, the firm must meet all of the following criteria: Qualifications of Bidder: a. The Bidder trust be a provider currently doing business with the general public, currently serving a minimum of three (3) commercial accounts equal in size and scope to this bid/project, and be properly licensed to do business in the State of Florida. b. The Bidder, under its current business name, must also have a minimum of one (1) consecutive year of verifiable experience servicing governmental or commercial accounts equal in size and scope to this bid/project. c. Bidder shall have relevant experience in Turf and Landscape Maintenance Services. Project Manager assigned to the work must have experience in Turf and Landscape Maintenance Services and have served as a project manager on similar projects. d. Neither firms nor any principal, officer, or stockholder shall be in arrears on in default of any debt or contract involving the City, (as a party to a contract, or otherwise) nor have failed to perform faithfully on any previous contract with the City. 2. The Bidder shall submit the following information with their bid submittal: a. List and provide a brief description of similar work satisfactorily completed with location, dates of contract, names, addresses, email addresses and telephone numbers of owners by completing Attachment "O", References. b. List of equipment and facilities available to do the work. c. List of personnel, by name and title. contemplated to perform the work. All delivery personnel shall have a valid Florida Driver's License. The determination on whether a Bidder is responsible or not shall be at the sole discretion of the City. Although the City may request submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etcetera, the City's determination of a Bidder's responsibility shall not solely be based on the number of similar procurements the Bidder provides but the entirety of the Bidder's qualifications. The Bidder shall provide proof of the above minimum qualification by furnishing copies of letters, certificates, etcetera (as applicable); which clearly document said qualifications. Failure to provide said documentation may be cause for deeming your bid submittal unresponsive and removing it from further consideration. This is a non-negotiable item. B. Proll rietaLI/Restrictive Slieeifications. Brand Name or EnuaUDeviations. Specifications listed herein describe the expected minimum standards. These specifications are intended to be descriptive in nature and are not intended to eliminate any Bidder from submitting a bid response. Unless otherwise specified, the mention of a particular manufacturer's brand name or number in the specifications does not imply that this particular good is the only one (1) that will be considered for PI IR_r_@M 1 C R"'!IY10hif, City of Sanford I Finance Department I Purchasing Division��� 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) .- `» TURF AND LANDSCAPE MAINTENANCE SERVICES- =� VARIOUS LOCATIONS - TERM CONTRACT,. Section III. Special Conditions A. Oualifications of Bidder. This bid will be awarded to a responsible, responsive bidder, qualified by experience to provide the work specified. In order to be considered, the firm must meet all of the following criteria: Qualifications of Bidder: a. The Bidder trust be a provider currently doing business with the general public, currently serving a minimum of three (3) commercial accounts equal in size and scope to this bid/project, and be properly licensed to do business in the State of Florida. b. The Bidder, under its current business name, must also have a minimum of one (1) consecutive year of verifiable experience servicing governmental or commercial accounts equal in size and scope to this bid/project. c. Bidder shall have relevant experience in Turf and Landscape Maintenance Services. Project Manager assigned to the work must have experience in Turf and Landscape Maintenance Services and have served as a project manager on similar projects. d. Neither firms nor any principal, officer, or stockholder shall be in arrears on in default of any debt or contract involving the City, (as a party to a contract, or otherwise) nor have failed to perform faithfully on any previous contract with the City. 2. The Bidder shall submit the following information with their bid submittal: a. List and provide a brief description of similar work satisfactorily completed with location, dates of contract, names, addresses, email addresses and telephone numbers of owners by completing Attachment "O", References. b. List of equipment and facilities available to do the work. c. List of personnel, by name and title. contemplated to perform the work. All delivery personnel shall have a valid Florida Driver's License. The determination on whether a Bidder is responsible or not shall be at the sole discretion of the City. Although the City may request submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etcetera, the City's determination of a Bidder's responsibility shall not solely be based on the number of similar procurements the Bidder provides but the entirety of the Bidder's qualifications. The Bidder shall provide proof of the above minimum qualification by furnishing copies of letters, certificates, etcetera (as applicable); which clearly document said qualifications. Failure to provide said documentation may be cause for deeming your bid submittal unresponsive and removing it from further consideration. This is a non-negotiable item. B. Proll rietaLI/Restrictive Slieeifications. Brand Name or EnuaUDeviations. Specifications listed herein describe the expected minimum standards. These specifications are intended to be descriptive in nature and are not intended to eliminate any Bidder from submitting a bid response. Unless otherwise specified, the mention of a particular manufacturer's brand name or number in the specifications does not imply that this particular good is the only one (1) that will be considered for PI IR_r_@M 1 C R"'!IY10hif, City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SrIFOFD Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 INVITATION TO BID (IFB). TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT purchase. This reference is intended solely to designate the type or quality of goods that will be acceptable. If a Bidder considers the specification contained herein to be proprietary or restrictive in nature, thus potentially resulting in reduced competition, they are urged to contact the Purchasing Division prior to the bid due date and time. Specifications which are unrelated to performance may be considered for deletion via addendum to the IFB solicitation document. 1. Equal offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with equal offers will result in disqualification of the bid. 2. The determination as to whether any alternate good or service is or is not equal shall be made solely by the City and such determination shall be final and binding upon all bidders. The City reserves the right to request and review additional information to make such a determination. Although the City provides for the consideration of alternate bids, it reserves the right to make an award in the best interest of the City. Award may not necessarily be given to the lowest bid offered. 3. The Bidder shall be responsible for reading very carefully, and understanding completely, the requirements and specifications of the items bid upon. Unless the bid is in response to a Brand Name or Equal" requirement, deviations from the specifications will only be considered if requested in writing prior to the date and time specified for receipt of bids. Deviations, if accepted, will be specifically addressed in writing via an issued addendum to this IFB solicitation. Any goods or services that are not in compliance with the specifications will not be accepted. 1. Each Bidder shall make accurate and clear statements in their bid response. 2. Where more than one (1) item is listed, any items not bid upon shall be indicated as "NO BID". D. Firm Prices. Prices for goods and/or services covered in the specifications shall be firm; net delivered to the ordering Department/Division/Office, Free On -Board (F.O.B.) Destination, with the Bidder paying all delivery costs, and shall remain firm for the period of any agreement reached as a result of this solicitation. No additional fees or charges shall be accepted. E. Estimated Quantities. This IFB contains estimated quantities for the purpose of determining bid pricing cost for evaluation purposes only. The City cannot guarantee that such volume and/or transactions will be the actual amount required and/or purchased. Actual quantities may be more or may be less and the estimated number of volume and/or transactions contained herein in no way shall obligate the City to commit to said volume and/or transactions. F. Term of the Agreement. An Agreement may be awarded for a three (1) year term to begin upon approval and execution by the City; with the opportunity for additional one (1) one year renewal periods when in the best interest of the City. Total contract length, including all renewals shall not exceed five (S) years. The decision to renew PI IR_f:_2(1'. 14 R- (11/')0 It, or extend the contract shall be at the discretion of the City. The successliul Bidder(s) shall be required to review the scope of services set by the City on a semi-annual basis. G. Option to Extend or Reuju�, The performance period of any contract or purchase order awarded as a result of this solicitation may be extended upon mutual agreement between the Bidder and the City with no change in terms or conditions. Any extension of performance period under this provision shall be in the City's best interest and sole discretion. Any agreement or amendment to the contract or purchase order awarded as a result of this solicitation shall be subject to fund availability and mutual agreement between the City and the successful Bidder. H. Exercise of Option to Extend Term of Contract. If the City wishes to enter into an option period. the City shall request a written statement of desire to enter into an extension of the performance period from the Bidder. I. Probationary Period. The first ninety (90) days of the contract are to be considered a -probationary" period. At the City's discretion, the successful Bidder's contract may be terminated based on the performance of the Bidder, and a new award may be granted without another formal bid. .1. Supervision. The City shall not exercise any supervision or control over the Bidder's employees performing services under an agreement. Said employees shall be accountable not to the City, but solely to the Bidder, who, in turn, is responsible to the City. K. Inadequate Service. In cases where materials, goods or services are not properly delivered, performed and/or installed, the Bidder will either remedy the defect to the satisfaction of the City or be responsible for reimbursement of the difference to the City for the subsequent contractor selected to remedy the defect. Acceptance of materials., goods or services shall remain in the City's sole discretion. L. Failure of Performance and/or Defiygj3�. If the successful Bidder fails to perform as required per these specifications, or fails to deliver the item(s) or perform the work specified in these specifications, it shall compensate the City for any damages caused by the Bidder's failure to perform as stated. M. Protection of Property, At all times, the Successful Bidder shall guard from damage or loss of property of the City, or of other Bidders or contractors, and shall replace or repair any loss or damage unless such damage is caused by the City. other Bidders, or contractors. The City may withhold payment, or make such deductions as it might deem necessary, to insure reimbursement for loss or damage to property through negligence of the successful Bidder or the Bidder's agents. PI M -F -IM 1 '7 Rev 010016 N. Unsatisfactory Work. Unsatisfactory work, shall be corrected by the Bidder within twenty-four (24) hours of notification by the Citv. O. Service Requirements. The successful Bidder shall provide sufficient staff, resources, and facilities to, ensure that the City's business is handled in a timely manner. If the Bidder is unable to perform the work in a timely manner as agreed upon, the City shall have the right to rescind the purchase order and award the project to another Bidder. P. New Product. Any and all products provided under this bid shall be new and unused. Q. ComIlliance with OccuVational SafeU and Health. By submission of a bid in response of this solicitation, the Bidder certifies that all material, equipment, etcetera, contained in the bid submittal meets all OSHA requirements. Bidder further certifies that if they are the successful Bidder, and the material, equipment, etcetera; delivered is subsequently found to be deficient in any OSHA requirements in effect on the date of delivery, all costs necessary to bring the material., equipment, etcetera; into compliance with the aforementioned requirements shall be borne by the successfttl Bidder. R. Warranty. The Bidder agrees that the goods or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor (lives any customer for Z-1 such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City by any other clause of the solicitation. A copy of this warranty and all applicable manufacturers' warranties shall be furnished with the response. S. Inspection/Title/Acceptance of Goods/Services. Inspection and acceptance of goods/services will be at the destination, unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the successful Bidder until accepted by the requesting Division/Department/Office of the City, unless loss or damage results from negligence by the City or the requesting Division/Department/Office. Receipt of goods/service shall not constitute acceptance. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the performance meets the specifications and/or all conditions. Should the delivered goods/services differ in any respect from the specifications, payment will be withheld pursuant to section 218.70, Florida Statutes, until such time as the successful Bidder takes necessary corrective action. If the proposed corrective action is not acceptable to the City, the City may refuse final acceptance of the goods/services. T. Most Favored Customer, The City seeks and demands to be the most favored Customer of each Bidder who does business with the City. The most favored customer is a customer or category of Customers that receives the best discounts from the Bidder's commercial price list when procuring quantities comparable to the City's under similar terms and conditions. 0110 f. IM 1 0 P.- 1111"MIA City of Sanford Finance Department Purchasing Division solic 4 ii4FQRD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 . . . . . . . . . . . INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT N. Unsatisfactory Work. Unsatisfactory work, shall be corrected by the Bidder within twenty-four (24) hours of notification by the Citv. O. Service Requirements. The successful Bidder shall provide sufficient staff, resources, and facilities to, ensure that the City's business is handled in a timely manner. If the Bidder is unable to perform the work in a timely manner as agreed upon, the City shall have the right to rescind the purchase order and award the project to another Bidder. P. New Product. Any and all products provided under this bid shall be new and unused. Q. ComIlliance with OccuVational SafeU and Health. By submission of a bid in response of this solicitation, the Bidder certifies that all material, equipment, etcetera, contained in the bid submittal meets all OSHA requirements. Bidder further certifies that if they are the successful Bidder, and the material, equipment, etcetera; delivered is subsequently found to be deficient in any OSHA requirements in effect on the date of delivery, all costs necessary to bring the material., equipment, etcetera; into compliance with the aforementioned requirements shall be borne by the successfttl Bidder. R. Warranty. The Bidder agrees that the goods or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor (lives any customer for Z-1 such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City by any other clause of the solicitation. A copy of this warranty and all applicable manufacturers' warranties shall be furnished with the response. S. Inspection/Title/Acceptance of Goods/Services. Inspection and acceptance of goods/services will be at the destination, unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the successful Bidder until accepted by the requesting Division/Department/Office of the City, unless loss or damage results from negligence by the City or the requesting Division/Department/Office. Receipt of goods/service shall not constitute acceptance. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the performance meets the specifications and/or all conditions. Should the delivered goods/services differ in any respect from the specifications, payment will be withheld pursuant to section 218.70, Florida Statutes, until such time as the successful Bidder takes necessary corrective action. If the proposed corrective action is not acceptable to the City, the City may refuse final acceptance of the goods/services. T. Most Favored Customer, The City seeks and demands to be the most favored Customer of each Bidder who does business with the City. The most favored customer is a customer or category of Customers that receives the best discounts from the Bidder's commercial price list when procuring quantities comparable to the City's under similar terms and conditions. 0110 f. IM 1 0 P.- 1111"MIA The successful Bidder agrees to provide the City discounts from the Bidder's commercial price list that are equal to or greater than the Bidder's most favored customer is receiving. U. Price Reduction Clause. The City will invoke the price reduction clause if the successful Bidder violates the contractually agreed upon pricing/discount relationship by offering a (better) discount to a most favored customer. The City shall request a price reduction from the date that the violation took place. The successful Bidder will owe the City a discount proportionately equal to that given the most favored customer. V. Did Submittal Use by Other Agencies. All Bidders submitting a response to this IFI3 document agree that such response may also constitute a bid submittal to other governmental agencies within the State of Florida, under the same terms. conditions, price for the same effective period as this bid submittal. Each governmental agency desiring to accept this bid submittal, and make an award thereof; shall do so independently of the City and/or any other governmental agency. Each governmental agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it, and no governmental agency assn nes any liability by virtue of this bid submittal. This agreement in no way restricts or interferes with the right of any governmental agency to competitively procure any or all items. W. Public Emerg It is hereby made a part of this proposal that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, the 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 anal/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK P1IR_P_201 t fl Rev oinntfi City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT Section IV. Evaluation, Rejection, and Award Process A. Responsibility of Bidder. By submitting a bid response, the Bidder certifies that the Bidder has fully read and understands this IFB document and has fall knowledge of the scope, nature, quantity, and quality of work to be performed; the detailed requirements of the services to be provided; and the conditions under which the services are to be performed. mlr�ll �11 —H -MIT, mill 1. In determining responsibility, the following qualifications will be considered: a. The Bidder's ability, capacity, and skill to perform the contract or provide the service within the time specified, b. The reputation, judgement, and experience of the Bidder, c. The quality of performance of previous contracts or services including previous performance with the City; d. Previous and existing compliance by the Bidder with laws and ordinances relating to the contract or service:, e. Financial resources of the Bidder to perform the contract or provide the service, f. Ability to provide future maintenance and service for the use of the subject of the contract; and, g. Whether the Bidder is in arrears to the City on a debt or a contract; whether the Bidder is in default on surety to the City; or whether the Bidder's taxes are delinquent. The determination on whether a Bidder is responsible or not shall be at the sole discretion of the City. Although the City may request submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etcetera-, the City's determination of a Bidder's responsibility shall not solely be based on the number of similar Purchasing the Bidder provides but the entirety of the Bidder's qualifications. By this reference the items listed below are hereby understood to be incorporated into the solicitation documents as if physically attached and fully set forth therein verbatim. A sample of the standard contract used by the City and terms and conditions applicable to City issued purchase orders. This information is available at; a. Contract and terms and conditions http-.//,sanf)L1f1,- C. Use of the Words "Shall". "Must". "Will". The City of Sanford has established certain requirements with respect to proposals to be submitted by prospective Bidders. The use of "shall". "must" or "will" (except to indicate simple futurity) in the Invitation to Bid (IFB) indicates a requirement or condition, which must be met. The City of Sanford may, at its sole discretion, waive these requirements or conditions if the conditions are determined to be not material. A deviation from a requirement is material if the deficient response is not in Substantial accord with the 11713 requirements, provides an advantage to one Bidder over other Bidders, or has a P1 RX -1111 11 (A Rev 01/701 A City of Sanford I Finance Department j Purchasing Division 304 N. Park Avenue Suite 236, Sanford, Florida 32771 § 0_7 ANFC3I2i Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB)�'" TURF AND LANDSCAPE MAINTENANCE SERVICES- ► VARIOUS LOCATIONS - TERM CONTRACT., potentially significant etTect on the delivery, quantity or quality of items proposed amount paid to the Bidder, or for the cost to City of Sanford. Material deviations cannot be waived. 1. A_ solicitation_ may be canceled, or any or all submittals in response to a solicitation issued by the City may be rejected, by the Purchasing Manager, in whole or in part, without recourse, when it is in the best interest of the City in accordance with the Section 5.14 of City of Sanford Purchasing Policy. As the best interests of the City of Sanford may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers. The Bidder agrees that the City has the right to reject, for any reason and without penalty, any and/or all proposal packages or any part of a proposal package, prior to and after the rankings are made by the City, and that the City has the right, for any reason and without penalty, to terminate any contract negotiations commenced with any Bidder. The City also reserves the right to re -advertise and solicit new bids/proposals or to abandon the project in its entirety without reason and without penalty. 2. The City reserves the right to accept or reject any or all Bids/Proposals, or to waive any formalities, technicalities, irregularities, or immaterial variation. 3. The City also reserves the right to reject the bid submittal from a Bidder who has previously failed to perform properly, or complete on time contracts of a similar nature, or who investigation shows is not in a position to perform the contract. E. Additional Information. The City reserves the right to request any additional information needed for clarification from any Bidder for evaluation purposes. F. Time of Performance. 'The set -vices described herein and on the attached shall be performed in a prompt and correct manner within the standards of good and ethical productivity as negotiated between the City and the successful Bidder. All Bidders are asked to provide the best estimate for compliance with the scope of services as established by the solicitation. All contract time lines will be based on the projected scope and the estimated time for performance. G. Unit Price Accuracy. Please check the stated unit prices before submitting the bid as no change in prices shall be allowed after bid opening. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit pricing shall prevail. Please note that the City reserves the right to clarity and correct extended amount errors. H. Best Prices. An award will be made without further negotiation based upon competitive bids:. therefore, the Bidder's best price should be submitted in response to this Invitation to Bid. I. Reasonable Prices. A reasonable unit price must be submitted for each work element. In the event any pay item unit price is determined to be unreasonably low or unreasonably high, the bid may be declared non-responsive and may not be considered. I Delivery may be a factor in the award. Failure to perform within the delivery deadline(s) set forth in the specifications, or any other contract document, shall constitute default. K. Split Award, The City reserves the right to make an award to one (1) Bidder, to split the award between Bidders, or to not award some or all items, depending on the best interest of the City. The City may accept any item or group of items on any bid unless the Bidder qualifies the bid by specific limitations. L. Bid Price Schedule, Each Bidder shall furnish the information required on Attachment "F", Bid Price Schedule and Acceptance of Bid Terms and Conditions. and each accompanying sheet thereof on which the Bidder makes an entry. Offers submitted on any other format may be disqualified. M. Bid Tabulation, The Bid Tabulation Form will be posted and available thirty (30) days after opening on l ttpt //}titi-xvy =.mvNeei)dorlriik c.om common,`lo,,lit7.ast)x upon issuance of a Notice of Intent (award, rejection, cancellation), whichever is sooner. Bidders may also call the City's Purchasing Division for results. N. Pre -Award Inspection. Prior to the award, the City reserves the right to make a pre -award inspection of the Bidder's facilities to determine the capabilities of the Bidder to service the City. Q. Existing Permits and Identification Numbers. Any and all permits, state licenses, including, but not limited to, Department of Environmental Protection (EPA), and/or Environmental Protection Agency (EPA) identification numbers, registrations or permits are to be available for review by the City upon request. P. lig-Free Workplace Preference. Certification of an implemented drug-free workplace program must be included with the IFB response when submitted. If your firm has implemented a drug-free workplace program., please complete Attachment "E", Drug -Free Workplace Certification and include with your IFB response. Q. Conflict of Interest. All Bidders must disclose, with their proposal, the name of any officer, director, or agent who is also an officer or employee of the City of Sanford. Furthermore, all Bidders must disclose the name of any City of Sanford officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more D1 tR_G_Z )I 'l `1 Rev f11IN11F of the Bidder's firm or any of its branches, subsidiaries, or partnerships. Failure to disclose in this manner will result in the disqualification of the Bidder or the cancellation of work. It is the sole responsibility of the Bidder to ensure compliance with the Conflict of Interest of the City of Sanford. Please complete and submit Attachment "W', Conflict of Interest Statement with your proposal response. The City may seek damages for the recoupment of losses in having to re -solicit or re -assign this project. R. Additional Terms and Conditions. No additional terms and conditions included within the bid submittal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmitting letters, specifications, literature, price lists, or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this bid submittal and the Bidder's authorized signature affixed to the bid submittal signature section attests to this. When completing your bid submittal, do not attach any forms which may contain terms and conditions that conflict with those listed in the City's solicitation document. Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non-responsive as these changes will be considered a counteroffer to the City's solicitation. S. Debarred Bidders. The City reserves the right to suspend award, withhold award, rescind award. or forego award to any Bidder or contractor who is found to have been debarred from doing business with the State of Florida or any other public entity. It shall be at the City's sole determination, as to the desirability of contracting with a Bidder or contractor who has been debarred from doing business with any public entity. T. Notices of Intent, The Purchasing Division shall publicly post a Notice of Intent stating its decision to: award, rejection, cancellation, etcetera; in the Public Notice Board located outside ot'City Hall for a period of at least three (3) business days after the Notice is issued. The Notice will also be posted and available on My Vendort,ink website: U. Protests and Allacals. 1. Any prospective Bidder or Respondent may file a Notice of Solicitation Protest concerning a Solicitation in writing to the Purchasing Manager. The protest must be received in the Purchasing Division Office at least three (3) business days prior to the due date for the Solicitation in accordance with Section VIII of the City of Sanford Purchasing Policy. 2 Any Bidder or Respondent. who is not the intended awardee and who claims to be the rightful awardee, may file a Notice of Award Protest, in writing, with the Purchasing Division Office, by 5:00 pm on the third (3rd) business day after the Notice of Intent to Award is posted. An Award Protest is not valid if filed by a Bidder who cannot show they would be awarded the Contract if their protest is upheld in accordance with Section VIII of the Sanford Purchasing Policy. M 1) i R", 01/1111 A City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S ANFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS -TERM CONTRACT of the Bidder's firm or any of its branches, subsidiaries, or partnerships. Failure to disclose in this manner will result in the disqualification of the Bidder or the cancellation of work. It is the sole responsibility of the Bidder to ensure compliance with the Conflict of Interest of the City of Sanford. Please complete and submit Attachment "W', Conflict of Interest Statement with your proposal response. The City may seek damages for the recoupment of losses in having to re -solicit or re -assign this project. R. Additional Terms and Conditions. No additional terms and conditions included within the bid submittal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmitting letters, specifications, literature, price lists, or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this bid submittal and the Bidder's authorized signature affixed to the bid submittal signature section attests to this. When completing your bid submittal, do not attach any forms which may contain terms and conditions that conflict with those listed in the City's solicitation document. Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non-responsive as these changes will be considered a counteroffer to the City's solicitation. S. Debarred Bidders. The City reserves the right to suspend award, withhold award, rescind award. or forego award to any Bidder or contractor who is found to have been debarred from doing business with the State of Florida or any other public entity. It shall be at the City's sole determination, as to the desirability of contracting with a Bidder or contractor who has been debarred from doing business with any public entity. T. Notices of Intent, The Purchasing Division shall publicly post a Notice of Intent stating its decision to: award, rejection, cancellation, etcetera; in the Public Notice Board located outside ot'City Hall for a period of at least three (3) business days after the Notice is issued. The Notice will also be posted and available on My Vendort,ink website: U. Protests and Allacals. 1. Any prospective Bidder or Respondent may file a Notice of Solicitation Protest concerning a Solicitation in writing to the Purchasing Manager. The protest must be received in the Purchasing Division Office at least three (3) business days prior to the due date for the Solicitation in accordance with Section VIII of the City of Sanford Purchasing Policy. 2 Any Bidder or Respondent. who is not the intended awardee and who claims to be the rightful awardee, may file a Notice of Award Protest, in writing, with the Purchasing Division Office, by 5:00 pm on the third (3rd) business day after the Notice of Intent to Award is posted. An Award Protest is not valid if filed by a Bidder who cannot show they would be awarded the Contract if their protest is upheld in accordance with Section VIII of the Sanford Purchasing Policy. M 1) i R", 01/1111 A 3. The decision of the City Commission shall be final and conclusive. V. Agreement/Contract. An agreement may be required for the conmlodities/services requested herein. Typically, the Scope of Services outlined in this IFB solicitation, the successful Bidder's response to same and the end result of negotiations will become Exhibit "A", Scope of Services on the agreement. Exhibit "B" will outline the Pricing Schedule. 1. The successful Bidder must sign the agreement prior to execution by the City, whereupon the successful Bidder becomes the Contractor upon approval. 2. The provisions of said agreement contain similar language to the provisions contained in this Invitation to Bid solicitation document. 3. The agreement shall be used as a basis for negotiation and the City reserves the right to change. revise, or modify the agreement in its entirety, or any part thereof, prior to obtaining signatures fi•om all parties. a. The successful Bidder shall execute and return the agreement to the City, within ten (10) days after receipt along with any and all additional contractual documents, performance and payment bonds (if applicable), insurance certificates and any other documents required as outlined in this solicitation document. 5. In no event shall an agreement be considered binding upon the City until it has been properly executed by all parties. 6. In conjunction with the agreement, a purchase order or other form of payment will be established by the City prior to the start of any project, service, or work by the Bidder. W. Award of Contract/Purchase Order. Award will be made to the responsible Bidder most responsive to the solicitation with the lowest overall bid which meets the specifications. 1. The City Manager, or designee, shall review the fees and rates of compensation for reasonableness prior to execution of contract or submittal of a recommendation of contract or agreement to the City Commission. The City Attorney may review all contract documents. Other experts may be consulted to assist in this process. 2. The Purchasing Division and the requesting Division/Department/Office will prepare the required award documents and make recommendations for approval to the City Commission, City Manager or Purchasing Manager pursuant to the established Purchasing Thresholds. Upon award, Mayor, City Manager or Purchasing Manager, as applicable, will execute the agreement. The City Continission retains full discretion to award or reject a contract, or authorize expenditures in the best interest of the City. X. Non -Exclusive Contract. Award of this project shall impose no obligation on the City to utilize the successful Bidder for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the City's best interest. DI (R _4'_1111 'l A Rry MOO Y. Notice of Award. Notice of an award by the City will constitute acceptance of the bid from the overall lowest price, most responsive and responsible Bidder(s). The bid package signed by the successful Bidder, along with documentation included in the Bidder's submittal as required by the IFB document, and other additional materials submitted by the Bidder and accepted by the City, shall constitute the Bidder's response._ At the City's discretion, either a purchase order or other award document such as an agreement/contract will be issued by the City when appropriate to do so. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK Y{ liz-F_In; 7 c Rov 01/1n16 City of Sanford Finance Department Purchasing Division , SANFORD AI4�£'ORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 ( ' INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT' Y. Notice of Award. Notice of an award by the City will constitute acceptance of the bid from the overall lowest price, most responsive and responsible Bidder(s). The bid package signed by the successful Bidder, along with documentation included in the Bidder's submittal as required by the IFB document, and other additional materials submitted by the Bidder and accepted by the City, shall constitute the Bidder's response._ At the City's discretion, either a purchase order or other award document such as an agreement/contract will be issued by the City when appropriate to do so. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK Y{ liz-F_In; 7 c Rov 01/1n16 Section V. General Terms and Conditions A. Fund Availability. Any contract resulting from this solicitation is deemed effective only to the extent that funds are available.- The City of Sanford abides by _the_ provisions set forth_ in Florida Statutes relative to the appropriation of funds. 1. Multi -Year Contracts and Appropriation of Funds (if applicable) Contracts for Goods, Services, or Construction may be entered into for more than one (1) fiscal year if it is deemed to be in the best interest of the City, if the term of the Contract and conditions of renewal or extension are included in the Solicitation, and funds are available for the first term of the Contract. Obligations for succeeding fiscal years may be subject to the availability and appropriation of funds by the City Commission. 2. For Construction Projects, total funding may be identified and appropriated in the fiscal year commencement of the Construction Project takes place, or to the maximum extent as possible and not inconsistent with law. Obligations for succeeding fiscal years shall be rolled over and/or appropriated as applicable. B. Prompt PaXment Act. Payments will be made pursuant to section 218.70, Florida Statutes, Florida's Prompt Payment Act. C. Purchasing Card Program, The City of Sanford uses the VISA Purchasing Card Program to streamline our Purchasing process. In order to expedite payments to suppliers, the SunTrust VISA Purchasing Card (P -Card) and ePayable solution has been implemented to more effectively control our Purchasing activities and to achieve a significant cost savings over the traditional paper,. purchasing and payment system. As one of the City of Sanford"s valued suppliers, your business can also achieve cost savings results by accepting the ePayable or P -Card. Identified supplier benefits of this Program are: r Reduction of payment time; Payment within forty-eight (48) to seventy-two (72) hours; Direct electronic deposit to your primary bank account, y Increase in working capital; Elimination of invoicing; Reduced collection efforts: Enhanced corporate relationships; i% Reduced billing costs; and Enhanced reporting. Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards; therefore, the City encourages all vendors to accept the VISA ePayable solution. PI W -P -IM 1L Rry Itt,"NII , City of Sanford I Finance Department I Purchasing DivisionI 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT Section V. General Terms and Conditions A. Fund Availability. Any contract resulting from this solicitation is deemed effective only to the extent that funds are available.- The City of Sanford abides by _the_ provisions set forth_ in Florida Statutes relative to the appropriation of funds. 1. Multi -Year Contracts and Appropriation of Funds (if applicable) Contracts for Goods, Services, or Construction may be entered into for more than one (1) fiscal year if it is deemed to be in the best interest of the City, if the term of the Contract and conditions of renewal or extension are included in the Solicitation, and funds are available for the first term of the Contract. Obligations for succeeding fiscal years may be subject to the availability and appropriation of funds by the City Commission. 2. For Construction Projects, total funding may be identified and appropriated in the fiscal year commencement of the Construction Project takes place, or to the maximum extent as possible and not inconsistent with law. Obligations for succeeding fiscal years shall be rolled over and/or appropriated as applicable. B. Prompt PaXment Act. Payments will be made pursuant to section 218.70, Florida Statutes, Florida's Prompt Payment Act. C. Purchasing Card Program, The City of Sanford uses the VISA Purchasing Card Program to streamline our Purchasing process. In order to expedite payments to suppliers, the SunTrust VISA Purchasing Card (P -Card) and ePayable solution has been implemented to more effectively control our Purchasing activities and to achieve a significant cost savings over the traditional paper,. purchasing and payment system. As one of the City of Sanford"s valued suppliers, your business can also achieve cost savings results by accepting the ePayable or P -Card. Identified supplier benefits of this Program are: r Reduction of payment time; Payment within forty-eight (48) to seventy-two (72) hours; Direct electronic deposit to your primary bank account, y Increase in working capital; Elimination of invoicing; Reduced collection efforts: Enhanced corporate relationships; i% Reduced billing costs; and Enhanced reporting. Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards; therefore, the City encourages all vendors to accept the VISA ePayable solution. PI W -P -IM 1L Rry Itt,"NII , D. Invoices. 1. All invoices, in order to be classified as a proper invoice, shall be delivered to Finance Department, Attention: Accounts Payable, City of Sanford, P.O. Box 1788 (300 N. Park Avenue) Sanford, Florida, 32772. For purposes of billing submission and payment procedures, a -"proper invoice" by a Contractor, - consultant or other invoicing party shall conform to the following process: a. A description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); b. the amount due, applicable discount(s), and the terms thereof; c. the full name of the Vendor. Contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; d. the Purchase Order and Contract number (if applicable) as supplied by the City; e. an identification by City Division, Department or Office of the party or parties to whom the goods were delivered or services provided, and f. in order to be considered as a proper invoice,. it must be based on: i. a proper delivery, ii. installation, or iii. provision of the goods and/or services acceptance by the City; and iv. the Vendor, Contractor or other party who is supplying the goods and/or services has otherwise complied with all of the Contract's terms and conditions and is not in default of any of them. 2. Dispute Resolution In the event a dispute occurs between a contractor, vendor or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Division which has the dispute along with a representative of the City's Purchasing Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the Purchasing Manager shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three (3) business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued. P1 IR -F-103 '1'7 R ov 01 /701 A City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SA4FOI2.D Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 1� INVITATION TO BID (IFB) ► TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT D. Invoices. 1. All invoices, in order to be classified as a proper invoice, shall be delivered to Finance Department, Attention: Accounts Payable, City of Sanford, P.O. Box 1788 (300 N. Park Avenue) Sanford, Florida, 32772. For purposes of billing submission and payment procedures, a -"proper invoice" by a Contractor, - consultant or other invoicing party shall conform to the following process: a. A description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); b. the amount due, applicable discount(s), and the terms thereof; c. the full name of the Vendor. Contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; d. the Purchase Order and Contract number (if applicable) as supplied by the City; e. an identification by City Division, Department or Office of the party or parties to whom the goods were delivered or services provided, and f. in order to be considered as a proper invoice,. it must be based on: i. a proper delivery, ii. installation, or iii. provision of the goods and/or services acceptance by the City; and iv. the Vendor, Contractor or other party who is supplying the goods and/or services has otherwise complied with all of the Contract's terms and conditions and is not in default of any of them. 2. Dispute Resolution In the event a dispute occurs between a contractor, vendor or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Division which has the dispute along with a representative of the City's Purchasing Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the Purchasing Manager shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three (3) business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued. P1 IR -F-103 '1'7 R ov 01 /701 A E. Local Business Tax Recent (formerly Occullational License). Both the City of Sanford and Seminole County require a Local Business Tax Receipt (formerly Occupational License) be held by all its contractors. The City's Community Development Department can assist you in obtaining the required Business Tax Receipt from both Seminole County and the City at -the same time. Please contact the City's Building and Licensing Department directly for information concerning this requirement at (407) 688-5150. F. Foreign Corporation. In accordance with Section 607.1501, Florida Statutes, and provided an exemption is not available, a foreign corporation may not transact business in Florida until it obtains a certificate of authority from the Florida Department of State. Foreign corporations may submit bids or Proposals prior to obtaining a certificate of authority from the Florida Department of State. A foreign corporation must be in compliance with F.S. 607.1501, prior to entering into a Contract with the City of Sanford. U. Permits Licenses. or Fees. At its sole expense, any required federal, state, and local permits, licenses, occupational and otherwise, or fees required shall be the responsibility of the Bidder. The City will not entertain separate payment for these items. H. Taxes. The City of Sanford is a municipality corporation existing under the laws of the State of Florida. As such, the City does not pay State of Florida Sales Tax. The City's State Tax exemption number is 85- 8012621681C-8 and the Federal Employee Identification Number is 59-6000425. The City's sales tax exemption does not apply to goods and services purchased separately by the successful proposer in connection with its fulfillment of its contractual obligations with the City. The successful Bidder shall be responsible for paying any taxes, fees or similar payments which are required to be paid in connection with the awarded Agreement as a result of this solicitation. 1. Compliance with all Laws and Venue. At its sole expense, any contractual arrangement between the City and the successful Bidder 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 and execution of an Agreement or are adopted at any time following the execution of the awarded Agreement. All legal actions hereunder shall be conducted only in the circuit court in Seminole County or federal court in the Middle District of Florida; except that any final judgment may be enforced in other jurisdictions in any manner provided by law. J. EgualOpportunity. The City recognizes fair and open competition as a basic tenet of public Purchasing and encourages participation by minority and women owned business enterprises. All Bidders are asked to make an D1 IR_I=_1111 110 14-, 11211111A affirmative statement as to its support of all applicable equal opportunity and affirmative action requirements. A copy of the City's Equal Employment Opportunity policy is available upon request. K. Public Entity Crimes. As required by section 287.133, Florida Statutes, the Bidder warrants that it is not on the convicted contractor list for, a public entity crime -committed within- the past thirty-six (36) months. The Bidder further warrants that it will neither utilize the services of nor contract with. any supplier, sub -contractor, or consultant in connection with this Agreement for a period of thirty-six (36) months from the date of being placed on the convicted contractor list. By completion and submittal of Attachment "C", Public Entity Crimes Statement, and signature on this solicitation, the Bidder certifies that it is qualified to do business with the City of Sanford in accordance with all Florida Statutes. L. Sovereign Immunity. Notwithstanding any other provision set forth in this solicitation and/or the resulting awarded Agreement, nothing contained in this solicitation and/or the resulting awarded Agreement shall be construed as a waiver of the City's right of sovereign immunity under Section 768.28. F.S., or other limitations imposed on the City's potential liability under state or federal law. The City shall not be liable under this solicitation and/or the resulting awarded Agreement for punitive damages or interest for the period before judgment. Further, the City is not liable for any claim or judgment or portion thereof, to any one person for more than two hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other claims or judgments paid by the City arising out of the same incident or occurrence, exceeds the sum of three hundred thousand dollars ($300,000.00). This paragraph will survive termination of this solicitation and/or the resulting awarded Agreement. M. Force Maieure. Neither party to this agreement shall be liable to the other for any cost or damages if the failure to perform the agreement arises out of causes beyond the control and without the fault or negligence of the parties. Such causes may include, but are not limited to, the following: Y: acts of God, fires, quarantine restriction, strikes, and freight embargoes. In all cases, the failure to perform must be totally beyond the control and without any fault or negligence of the parties. RINIT147MMIM R411 1111 IM ii 1. Include a copy of your current liability insurance, workman's compensation insurance certificate, and a copy of your firm's Local Business Tax Receipt with your bid Submittal. 2. The successful Bidder shall provide original certificates of Insurance, evidencing coverage as required in Attachment "B", Insurance Requirements, to the Purchasing Division within five (5) regular business days of the notification of the intent to award the Agreement. Certificates of Insurance shall provide a minimum of a thirty (30) day notice of cancellation to the City and shall name the City of Sanford as a Certificate Holder/Additional Insured. 3. All insurance certificates shall remain valid and in full force for the term of the Agreement. Failure to maintain binding insurance policies for awarded services will be grounds for termination of awarded Agreement. P1 W -F-1111 11n R—, 1170016 O. Employment Fligibilill Verification (E -Verify). In accordance with State of Florida, Office of the Governor, Executive Order I1-116, in the event performance of this Agreement is or will be funded using state or federal funds, the Bidder must comply with the Employment Eligibility Verification Program (`°E -Verify Program") developed by the federal government to verify the eligibility of individuals to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated herein by reference__ If applicable, in accordance with Subpart 22.18 of the. Federal Acquisition Register, the Bidder must (1) enroll in the E -Verify Program, (2) use E -Verify to verify the employment eligibility of all new hires working in the United States; (3) use E -Verify to verify the employment eligibility of all employees assigned to the Agreement; and (4) include these requirements in certain subcontracts, such as construction. Information on registration for and use of the E -Verify Program can be obtained via the internet at the Department of Homeland Security Web site: l�ttp:il�v�vtiv.dhs.gov;'1.-Veri tv. P. Audits and Records — Responsibilities of Successful Bidder, Before or after an agreement is prepared and executed, the successful Bidder may be required to disclose their financial condition in a specified manner. In addition, subsequent to an agreement being executed, the successful Bidder must maintain financial records and reports relating to funds paid by any parties for work on the matters, which are the subject of this IFB document, and submit reports to the City in the form and frequency requested. The successful Bidder must maintain books, records, documents, and other evidence according to generally accepted accounting principles, procedures, and practices, which sufficiently and properly reflect all costs of any nature expended in the performance of the resulting contract, and retain said copies for a period of no less than five (5) years ager termination of the project. The aforesaid records, books, documents, and other evidence shall be subject at all times to inspection, review, or audit by the City or its designee. The successful Bidder shall include these aforementioned audit and record keeping requirements in contracts and subcontracts thereto entered into by the successful Bidder with any party for work required in the performance of this project. Q. Public Records Compliance by Successful Bidder, The City is a public agency subject to Chapter 119, Florida Statutes. The successful Bidder agrees to comply with Florida's Public Records Law. As such the following language applies effective July 1,. 2016 and shall be included in the awarded Agreement: 1. The parties specifically acknowledge that this Agreement is subject to the laws of the state of Florida, including without limitation Chapter 119, Florida Statutes, which generally make public all records or other writings made or received by the parties. If the CONTRACTOR is either a "contractor" as defined in Section H 9.0701(1)(a), Florida Statutes, or an "agency" as defined in Section 119.011(2), Florida Statutes, the CONTRACTOR shall: a. Keep and maintain all public records required by the CITY to perform the services herein; and b. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S. or as otherwise provided by law; and Ut t2G_Zl12 '? n Rr%: 110h It, c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement Term and following completion of the Agreement if the CONTRACTOR does not transfer the records to the CITY: and d. Upon completion of the Agreement, transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR or _keep and maintain public records required by the .CITY to perform the services herein. If the CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains pubic records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records, in a format compatible with the information technology systems of the CITY. 2. All requests to inspect or copy public records relating to the Agreement shall be made directly to the CITY. Notwithstanding any other provision of this Agreement to the contrary, failure to comply with the requirements of this paragraph shall restilt in the immediate termination of the Agreement, without penalty to the CITY. A CONTRACTOR who fails to provide the public records to the CITY within a reasonable time may be subject to penalties pursuant to Section 119.10, F.S. Further, the CONTRACTOR shall fully indemnify and hold harmless the CITY, its officers, agents and employees from any liability and/or damages, including attorney's fees through any appeals, resulting from the CONTRACTOR's failure to comply with these requirements. 3. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS, ATTN: TRACI HOUCHIN, CITY CLERK, AT 407- 688-5010 EXT. 5013, TRACT.I-IOI-ICHINC'SANFORDFI,.GOV, 300 N. PARK AVENUE, SANFORD, FLORIDA 32771. R. Independent Contractor and I,iabilihl. The successful Bidder and each sub -consultant are, and while performing the Services will continue to be, independent contractors. The successful Bidder shall not be an agent of the City, except as may be otherwise expressly provided herein and/or the awarded Agreement, and only to the extent so provided. The successful Bidder's employees and sub -consultant employees are not, and while performing any of the Services, they shall not be deemed to be, employees of the City. Bidders are advised that the City will not accept limitations on liability. The successful Bidder will be fully liable for all damages and events caused by the successful Bidder without any limitations as to dollar amount. The City will pursue liable Bidders to the extent allowed by law. Any bid received that PI WX-1(Y2 1 1 City of Sanford ( Finance Department I Purchasing DivisioneSA�,FORD �+ 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 INVITATION TO BID (IFB) TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT ' c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement Term and following completion of the Agreement if the CONTRACTOR does not transfer the records to the CITY: and d. Upon completion of the Agreement, transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR or _keep and maintain public records required by the .CITY to perform the services herein. If the CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains pubic records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records, in a format compatible with the information technology systems of the CITY. 2. All requests to inspect or copy public records relating to the Agreement shall be made directly to the CITY. Notwithstanding any other provision of this Agreement to the contrary, failure to comply with the requirements of this paragraph shall restilt in the immediate termination of the Agreement, without penalty to the CITY. A CONTRACTOR who fails to provide the public records to the CITY within a reasonable time may be subject to penalties pursuant to Section 119.10, F.S. Further, the CONTRACTOR shall fully indemnify and hold harmless the CITY, its officers, agents and employees from any liability and/or damages, including attorney's fees through any appeals, resulting from the CONTRACTOR's failure to comply with these requirements. 3. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS, ATTN: TRACI HOUCHIN, CITY CLERK, AT 407- 688-5010 EXT. 5013, TRACT.I-IOI-ICHINC'SANFORDFI,.GOV, 300 N. PARK AVENUE, SANFORD, FLORIDA 32771. R. Independent Contractor and I,iabilihl. The successful Bidder and each sub -consultant are, and while performing the Services will continue to be, independent contractors. The successful Bidder shall not be an agent of the City, except as may be otherwise expressly provided herein and/or the awarded Agreement, and only to the extent so provided. The successful Bidder's employees and sub -consultant employees are not, and while performing any of the Services, they shall not be deemed to be, employees of the City. Bidders are advised that the City will not accept limitations on liability. The successful Bidder will be fully liable for all damages and events caused by the successful Bidder without any limitations as to dollar amount. The City will pursue liable Bidders to the extent allowed by law. Any bid received that PI WX-1(Y2 1 1 limits liability to the amount of the bid will be considered non-responsive and the Bidder non - responsible, and, as such, the bid will not be accepted by the City. S. Indemnification, 1. Indemnity: The successful Bidder shall defend, indemnify and hold. harmless the City and all of the City's officers, agents, and employees from and against all claims, liability, loss and expense, including reasonable costs, collection expenses, attorneys' fees, and court costs which may arise because of the negligence (whether active or passive), misconduct, or other fault, in whole or in part (whether joint, concurrent, or contributing), of the successful Bidder, its officers, agents or employees or subcontractors in performance or non-performance of its obligations under the awarded Agreement. The successful Bidder recognizes the broad nature of this indemnification and hold harmless clause, as well as the provision of a legal defense to the City when necessary, and voluntarily makes this covenant and expressly acknowledges the receipt of such good and valuable consideration provided by the City in support of these indemnification, legal defense and hold harmless contractual obligations in accordance with the laws of the State of Florida. This clause shall survive the termination of the awarded Agreement. Compliance with any insurance requirements required elsewhere within the awarded Agreement shall not relieve the successful Bidder of its liability and obligation to defend, hold harmless and indemnify the City as set forth in this article of the awarded Agreement. The City will be permitted to choose legal counsel of its choice. The successful Bidder shall require each of its agents/subcontractors to agree in writing to the provisions of this paragraph. 2. Copyright Infringement: The successful Bidder shall guarantee that all services performed under the awarded Agreement will be free from claims of patent, copyright or trademark infringement. The successful Bidder shall defend, indemnify and hold the City and its successors and assigns harmless from and against all third -party claims, suits. and proceedings and any and all damages, liabilities, costs and expenses (including reasonable attorneys' fees and court costs) incurred as a result of (i) infringement by the successful Bidder of any third -party patent, copyright or trademark or (ii) misappropriation by the successful Bidder of any third -party trade secret in connection with any of the foregoing. Engw#Tlr,T.Imuvf,T;rinTlTtr,TITTI 1 L S 1. Changes: The City reserves the right to order, in writing, changes in the work within the scope of services of a contractual agreement, such as a change in quantity or delivery schedule. 2. Modifications: In additions to modifications made under the changes clause, any agreement resulting from this solicitation may be modified (1) within the scope of services of the agreement upon the written and mutual consent of both parties, and (2) with approval by the appropriate legal body in the City. 3. Waiver: Failure of the parties to insist upon strict performance of any of the covenants, terms, provisions, or conditions contained in a contractual agreement, or to exercise any right or option therein, shall not be construed as a waiver of a relinquishment for the future of such covenant, term, provision, condition, or right of election, but same shall remain in full force and effect. PI iR_F_702 '?'t P x., (11 /In l A U. Assignment. The successful Bidder will not be permitted to assign its contract with the City, or to sub -contract any of the work requirements to be performed, without prior written approval from the City. V. Termination. 1. Termination for Convenience: The City may at any time give ten (10) days written notice to the successful Bidder of the termination of the agreement, in whole or in part, for the City's convenience and without cause. 2. Default by the successful Bidder and the City's Remedies: In the event of a default by the successful Bidder, the City shall have the right to exercise any remedy the City may have by operation of law, without limitation, and without any further demand or notice. 3. Bankruptcy or Insolvency: If the successful Bidder files a Petition in Bankruptcy, or if the same is adjudged bankrupt or insolvent by any Court, or if a receiver of the property of the successful Bidder is appointed in any proceeding brought by or against the successful Bidder, or if the successful Bidder makes an assignment for the benefit of creditors, or proceedings are commenced on or against the successful Bidder's operations, the City may terminate this Agreement immediately. 4. Payment when Agreement is Terminated: a. In the event of termination by the City for convenience, the City shall compensate the successful Bidder for all goods furnished prior to the effective date of termination. b. In the event of termination due to the fault of the successful Bidder or at the written request of the successful Bidder, the City shall compensate the successful Bidder for all goods furnished, prior to the effective date of termination, which have resulted in a usable product, or otherwise tangible benefit to the City. All such payments shall be subject to an off -set for any damages incurred by the City resulting from any delay occasioned by early termination. This provision shall in no way be construed as the sole remedy available to the City in the event of breach by the successful Bidder. W. Attachments and Exhibits, All attachments and exhibits hereto are made a binding part of this solicitation by this reference. X. Ownership and Rights in Data. Any work, product or deliverable report provided to the City as a result of work performed while under contract shall be considered the property of the City and may be used in any fashion the City deems appropriate. The City shall have exclusive ownership of all proprietary interest in, and the right to full and exclusive possession of all information. materials, and documents discovered or produced by the successful Bidder pursuant to the terms of the awarded contract, including but not limited to reports, memoranda or letters concerning the research and reporting tasks of the awarded contract. M if? _P_'3(17 ? Z R-, (I3"Ml!. Y. Administrative Provisions In the event the City issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to a contractual agreement, it is specifically agreed and understood that any such purchase order, memorandum, letter or any other instrument is for the City's internal purposes only, and any and all terms, provisions, and conditions contained therein, whether printed or written, shall in no way nlodiA, the covenants, terms, and provisions of the contractual agreement and shall have no force or effect thereon. This statement is not applicable to duly authorized and agreed upon amendments to the agreement and/or duly authorized and agreed upon change orders if applicable. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PI IR11 A Rev MOn16 City of Sanford Finance Department Purchasing Division� 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 INVITATION TO BID (IFB) " TURF AND LANDSCAPE MAINTENANCE SERVICES- VARIOUS LOCATIONS - TERM CONTRACT Y. Administrative Provisions In the event the City issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to a contractual agreement, it is specifically agreed and understood that any such purchase order, memorandum, letter or any other instrument is for the City's internal purposes only, and any and all terms, provisions, and conditions contained therein, whether printed or written, shall in no way nlodiA, the covenants, terms, and provisions of the contractual agreement and shall have no force or effect thereon. This statement is not applicable to duly authorized and agreed upon amendments to the agreement and/or duly authorized and agreed upon change orders if applicable. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PI IR11 A Rev MOn16 Attachment "A" Statement of "No Bid Submittal"�1)1 / �+-- If you do not intend to submit on this requirement, please complete and return this form prior to date shown for receipt of proposals to: City of Sanford. Purchasing Division, 300 N. Park Avenue Suite 243, Sanford, Florida 32771. I/WE HAVE DECLINED TO SUBMIT A BID FOR IFB 19/18-05, titled Turf and Landscape Maintenance Services- Various Locations for the following reason(s):_ [Please place a check mark (✓) next to the reason(s) as applicable] ✓) Reason Bid requirements too "restrictive". Insufficient time to respond to the Invitation to Bid. We do not offer this service. Our schedule would not permit us to perform. Unable to meet requirements. Unable to meet insurance or bond requirements. Scope of Set -vices unclear (please explain below). Other (please specify below). REMARKS: Company Name: Mailing Address: Telephone Number: Fax Number: Authorized Signatory Printed Name Date E-mail Address: FEIN: Pt 4R_I _2112 1) 4z Rev 011)(1 IA Attachment "B" Insurance Requirements �y City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SANFORLi Phone: 407-688-5028 or 5030 Fax: 407-688-5021 INVITATION TO BID (IFB) x Workers' Compensation Employers Liability Employers Liability Employers Liability TURF AND LANDSCAPE MAINTENANCE SERVICES - $1,000,000.00 $500,000.00 VARIOUS LOCATIONS - TERM CONTRACT *Certificates of exemption are not Each Accident Each Accident Each Accident Attachment "B" Insurance Requirements �y r Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per stall include- Bodily injured Liabilih' Occurrence Occurrence Occurrence arld Adverlisrrrg hlluring Liability Covergqes shall include: Premises/ $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operalions; ProduclslCompleted Aggregate Aggregate Aggregate Operations; Contractual Liabilit. Independent Contractors, Explosion; Collapse; Underground. /hen required by the City, coverage must be provided fol' Sexual Harassment, Abuse and hloh-Ovation. Comprehensive Auto Liability, $ 1,000,000 Combined $ 1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "arty auto "or Single Limit Single Limit shall include all of the following: $ 1,000,000 General $ 500,000 General Aggregate owned, leased, lured, non -owned $ 1,000,000 General Aggregate aulos, and scheduled autos. Aggregate Professional Liability ('.ashen requiretl) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when require4) shall 100% of completed 100% of completed 100% of completed include theft, sinkholes, off site value of additions value of additions value of additions storage, transit, installation and and structure and structure and structure equipment breakdown. Permission to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when require(l) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Single Garage Liability (when required) Single Limit Single Limit Limit $3,000,000 General $1,000,000 General $500,000 General Aggregate Aggregate Aggregate PI!R_r_AM 14 P"', (110016 a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. 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. c. 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 11 Certification Terms and Conditions 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 notwithstanding, the City will expect relief from the Contractor. a. 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. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. 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. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on an,, liability coverage. h. 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 of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. Pi IR_F_101 117 Rry 011711 IA City of Sanford I Finance Department ( Purchasing Division �+1� 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ANORI) Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 gg 1� � i INVITATION TO BID (IFB) , 0 TURF AND LANDSCAPE MAINTENANCE SERVICES - VARIOUS LOCATIONS - TERM CONTRACT a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. 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. c. 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 11 Certification Terms and Conditions 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 notwithstanding, the City will expect relief from the Contractor. a. 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. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. 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. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on an,, liability coverage. h. 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 of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. Pi IR_F_101 117 Rry 011711 IA max. .s�Y y 0 300 N. Park Avenue, Sanford, Florida 32771 • Telephone (407) 688-5028 Fax (407) 688-5021 • Email: purchasing@sanfordfl.gov October 29, 2019 Re: IFB 19/20-05 Turf and Landscape Maintenance Services -Various Locations To Whom It May Concern: The City of Sanford Purchasing Division hereby provides notification of its intent to award the above referenced solicitation to the below listed firm: Southern Sunshine Group This Notice of Intent to Award is subject to final approval by the City Commission therefore, this Notice does not constitute the fon-nation of an agreement between the City and the apparent successful bidder. The successful bidder shall not acquire any legal or equitable rights relative to this solicitation until an agreement, and/or purchase order, containing teens and conditions acceptable to the City is duly approved and executed by the City. In the event the apparent successful bidder fails to accept, negotiate, and execute the agreement with the City, at its sole discretion, the City may revoke the award and proceed to award to the next lowest, responsive and responsible bidder, reject all bids received, cancel the solicitation, and/or re -solicit at a later time. The City further reserves the right to cancel this Notice of Intent to Award at any time prior to execution of a written agreement and/or purchase order, as applicable. Thank you for your interest in doing business with the City of Sanford, Florida. We look forward to receiving your submittals in the future. Respectfully, Lindsey Bojadzijev Purchasing Analyst