Loading...
900-Quality Vaults 10/02 CONTRACT CITY OF SANFORD, FLORIDA : This contract entered into this ~ dayof 19~--~ 2002, by QualityVauitslnc. hereinafter called the 'Contractor' and the City of Sanford hereinafter called the 'City." WITNESSETH that the Contractor and the City, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows: SCOPE OF THE CONTRACT: The Contractor shall provide the goeds/servicas to the City as set forth in the Contract Documents required to pen~orm and complete the work/Project known as: Opening & Closing of Graves at Sanford Municipal Cemetery. THE CONTRACT DOCUMENTS, by this reference, SHALL CONSIST OF: (1) This signed form for extension of contract 10-1-02 thru 9-30-03. (2) Bid Number: IFB 01/02-03 which includes bonding and insurance requirements (3) Change Ordem if and when they occur (4) Applicable Pumhase orders INDEMNIFICATION: The contractor agrees to indemnify, defend and hold harmless the City, including its officers, agents, and employees, from any claim, damages and actions of any kind or nature, whether at law or in equity, adsing from or caused by the use of any materials, goods, equipment and/or services of any kind or nature furnished by the contractor, provided that such liability is not attributable to the sole negligence of the City or failure to use the materials, goods, or equipment and/or services in the manner already and permanently prescribed by the contractor. PAYMENT will be processed as provided by the contract documents. CONTRACT ADMINISTRATOR: Howard Jeffde§, Mana~ter Parks & Grounds Maintenance shall decide questions which may a~se as to the qualify and acceptability of matedals furnished, work performed, rate of progress of work, interpretation of Drawings, Specifications and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. IN WITNESS WHEREOF, the pa[ties have caused this Contract to be duly executed intending to be bound thereby. CONTRACTOR: DUE TO NO BIDS BEING RECEIVED, THIS SOLICITATION HAS BEEN EXTENDED TO OPEN ON NOVEMBER 12, 2001 AT 2:00 P.M. City of Sanford P. O. Box 1788 · Sanford, Florida 32772 - 1788 · Telephaae (407) 330-5613 · Fax (407) 330-5666 INVITATION FOR BIDS The City of Sanford, Florida will receive sealed bid(s) identified below until 2:00 PM, OCTOBER 22, 2001, at which time or shortly thereatter they will be publicly opened and read aloud in the City Commission Chambers, Room 117, 300 N. Park Avenue, Sanford, FL. SOLICITATION NUMBER: IFB 01/02-03 OPENING AND CLOSING OF GRAVE SPACES-SANFORD MUNICIPAL CEMETARY DATE ISSUED: October 2, 2001 Solicitation packages including specifications, terms, conditions, general instructions and bid submission documents are now available and may be obtained, at no cost, in one of the following ways: 1. Requesting in person or by telephone at the Purchasing Agent's Office: F. William Smith, Purchasing Agent City of Sanford 300 N. Park Avenue, Room 236 (P.O. Box 1788) Sanford, FL 32771 Telephone: 407-330-5613 Facsimile: 407-330-5666 Email: smithb@ci.sanford.fl.us 2. Downloading at tbe City of Sanford's web site (www.ci.sanford.fl.us) Persons with disabilities needing assistance to participate in any of these proceedings should contact the Personnel Office ADA Coordinator at (407) 330-5626 forty-eight (48) hours in advance oftbe meeting. City of Sanford F. William Smith Purchasing Agent October 3,2001 GENERAL BIDDING INSTRUCTIONS PREPARATION OF BIDS A. Bidders are expected to examine this Bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the Bidder's risk. (1). Bidders are responsible to make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all work required pursuant to the mandates and requirements of this bid package. No plea of ignorance or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work pursuant to this bid package as a result of failure to make the necessary examinations and investigation will be accepted as an excuse for any failure or omission on the part of the successful bidder to fulfill, in every detail, all of the requirements of the contract, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. Bo All prices and negotiations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing quotation. All bids/quotations/proposals must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. Each Bidder shall furnish the information required on the Bid Form and each accompanying sheet thereof on which he makes an entry. Bids submitted on any other format shall be disqnalifted. Unit price for each unit bid shall be shown and such price shall include packing, unless otherwise specified. Unit price will also include on-site hardware and software set-up including all necessary cabling. A total shall be entered in the amount column for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. USE OF TRADE NAMES Specifications used are intended to be open and non-restrictive. Except where indicated, "NO SUBSTITUTES,"any reference to brand name or number shall not be construed as restricting to that manufacturer, but is used as a minimum standard of quality. When no reference or change is made on Bid by Bidder, it is understood that the specific brand item named on Bid shall be furnished by Bidder. If Bidding on other than the make, model, brand or number as shown, and offered as an equal, complete and catalog reference must be clearly stated on Bid or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. DELIVERY Time is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the specifications or any other 2 contract document shall constitute default. Unless a written extension is obta'med from the City prior to the delivery deadline(s), there shall be no excuse for untimely performance. The granting and duration of extensions shall be subject to the exclusive discretion of the City. The City may accept any item or group of items or any Bid, unless the Bidder qualifies his Bid by specific limitations. The right is reserved by the City of Sanford to reject any or all bids and to waive technicalities. Bids cannot be altered or withdrawn after the stipulated opening date and time. 4 REMOVAL FROM BID LIST If you do not quote, return the Bid Form and state reason. Otherwise, your name may be removed from our mailing list. TAXES The City is exempt from state and local sales tax. The City of Sanford, Florida, has the following tax exemption certificates assigned: (a) Certificate of Registry//59-6000425 for tax-free transactions under Chapter 32, Internal Revenue Codes. (b) Florida Sales & Use Tax Exemption Certificate #69-11-035140-54C SUBMISSION OF BIDS A. Bids and modifications thereof shall be enclosed in sealed envelopes, with the Bid Form and other required forms, addressed to the office specified in the Invitation For Bid, with the name and address oftbe Bidder, the date and hour of opening, and the Invitation Number on the face of the envelope. Bids received after the stated time and date will be returned to the sender unopened. Facsimile or Telegraphic Bids will not be accepted. The Bidder represents that the article(s) to be furnished under this Invitation For Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. DEFAULT As a result of Bids received under this Invitation, the award of the Contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Bidder not meet the delivery deadline(s) set forth in the specifications or should the Bidder fail to perform any of the other provisions of the specifications and/or other Contract Documents, the City may declare the Bidder in default and terminate the whole or any part of the Contract. Upon declaring the Bidder in default and terminating the Contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies or materials specified, or any substitutions thereof, and the Bidder shall be liable to the City for any excess costs resulting therefrom. In the event the Bidder has been declared in default ora portion of the Contract, the Bidder shall continue the Cona'act to the extent not terminated under the provisions of this paragraph. Where the Bidder fails to comply with any of the specifications, except for delivery deadline(s), the City may, at its diseretion, provide the Bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 10. 11. PATENT INDEMNITY Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents and employees against liability, including costs and expenses for infringement upon any letters of patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City of supplies furnished or construction work performed hereunder. DISCOUNTS Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less th. an 30 days will not be considered in evaluation of Bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. 12. CERTIFICATE OF INDEPENDENT PRICE DETERMINATION 13. 14. By submission of this Bid, the Bidder certifies, and in the case of a Joint Bid, each party thereto certifies as to its own organization, that in connection with this procurement: The prices in this Bid have been arrived at independently, without consultation, 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. Unless otherwise required by law, the prices which have been quoted in 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; and C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit a Bid for purpose of restricting competition. D. Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a Contract with the State of Florida Purchasing Division. Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties. The Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the Bid award. AWARD OF CONTRACT The Contract, if awarded, will be awarded to that responsible Bidder whose Bid will be most advantageous to the City, price and other factors considered. The City is to make the determination. Samples of items, if requested, must be furnished free of expense to the City and if not called for within fil%en (15) days bom date of Bid Opening, same will be disposed of to the best interest of the City. 15. 16. 17. 18. 19. 20. Failure to observe any oftbe above instructions and conditions, may constitute grounds for rejection of your Bid. EXTENSION The City reserves the option of extending the time period of the Contract(s) resulting from this Solicitation, including all terms and conditions of the Bid Documents. Such time extension(s) shall be by mutual agreement of both parties. Contract cannot exceed 36 months unless specifically approved by the City Commission. Extensions requiring price increases must also be approved by the City Commission. BID TABULATION A copy of the Bid Tabulation will be available for your review in the Office of Purchasing. Should you desire a copy, please enclose a self-addressed stamped envelope labeled "Bid Tabulation" with your Bid and a copy will be provided as soon as available. PAYMENT No payment will be made for materials ordered without Purchase Order Authorization. FREIGHT Freight or any charges associated with the delivery of Bid product or service is to be included in the Bid Prices and not listed as a separate item. All items Bid are F.O.B. Sanford, point of delivery specified. PUBLIC ENTITY CRIMES In accordance with paragraph (2) (a) of Section 287.133, Florida Statutes, "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 21. OTHER PUBLIC ENTITY USE OF CONTRACT PRICING RESULTING FROM THIS 22. SOLICITATION The successful Bidder(s) may, at her/his/their option, convey the same Contract Pricing to other Public Entities under the same terms and conditions of the Contract(s) arising from this Solicitation, thereby allowing interested Public Entities to piggyback said Contract(s). YEAR 2000 WARRANTY Bidder guarantees that each hardware, software and firmware products delivered to the City is "Year 2000 compliant" and will accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. 23. 24. 25. 27. 28. DRUG-FREE WORKPLACE If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place [DFW] (see Drag-Free Work Place Form following the Bid Form). Whenever two (2) or more submittals are equal with respect to price, quality, and service are received by the CITY for procurement of commodities or contractual services, a submittal received l~om a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. SUMMARY OF LITIGATION Provide a summary of any litigation, claim(s), or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contract dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved (see Disputes Disclosure Form following the Bid Form). CONFLICT OF 1NTEREST STATEMENT See Conflict of Interest Statement Form following the Bid Form. QUESTIONS Any Bidder who is in doubt as to the true meaning of any part of the Bidding Documents, or finds a discrepancy or omission therein, may contact F. William Smith, Purchasing Agent for an interpretation or correction. Said interpretation or correction shall be provided to all plan-holders as an addendum to the request. SCOPE OF WORK Except for unusual circumstances, the Contractor will be given twenty-four (24) hours marking ora specific gravesite by the City, the Contractor shall be shall be responsible for the following actions: · Contractor shall provide all necessary labor, materials, tools and equipment needed to open/close graves. · Contractor shall provide cribbing, grass borders, chapel tent, dropped lowering device and a minimum often (10) chairs. Additional chairs will be provided on an "as needed" basis at no additional cost to the City. · Contractor shall be responsible for digging the space to depth necessary to provide eighteen inches (18") of fill above the vault after gravesite is covered. No mounding of soil is permitted. Size and depth of the space will be according to the regulations of the City. · All Graves are to be dug by hand. Use of a backhoe or other mechanical equipment is prohibited. · Contractor shall be responsible for removing and repositioning any headstones, foot stones, coping, comer markers, or plants necessary to prepare a gravesite for burial services. · Should the Contractor have any questions or concerns about a specific gravesite or if in the event Contractor should encounter underground utilities or tree roots while digging a grave the Contractor shall immediately contact the designated City contact who will determine what action to take. Contractor shall be responsible for water and irrigation pipes, hose bibs, vaults, vault lids, headstones, foot stones, coping, comer markers and plant materials, broken or damaged by the Contractor's employees. Contractor shall prepare the site for the installation of any vault depending upon the choice of the funeral home and the requirements of the City. If the vault is fi.om a supplier other than the Contractor, that supplier shall be responsible for the installation and sealing of the vault. This process must be coordinated between the City, the Contractor and the supplier of the vault regarding the time, date and any additional considerations necessary for the service. The Contractor shall use a vault trailer to transport vault to the gravesite. Use of a track with an "A" flame is prohibited. · The Contractor must have burial space prepared and ready for interment by the scheduled funeral service or a minimum of one hour before graveside services. · Contractor shall discreetly stand by during each service to provide any assistance should a mechanical device fail and to ensure expedient closing of the grave after the funeral. · At the conclusion of each service the contractor shall leave the gravesite in a clean, safe and acceptable manner. Under no circumstances, will open, unprotected graves be permitted. After closing grave(s) the Contractor shall dispose of excess soil where designated by the City. · The Contractor shall ensure that the gravesite(s) are restored to its original condition within twenty-four (24) hours. The Contractor shall be responsible to use utmost care in protecting City property. In the event that the Contractor causes damages or unacceptable work, the Contractor shall be required to provide any needed corrections at no cost to the City. The Contractor shall be responsible to respond to all emergency calls regardless of time or day. The Contractor shall provide the telephone numbers for at least two (2) representatives to the City and is responsible that the information is kept current. If emergency repairs are necessary to be provided by the City, the Contractor is not relieved of his/her obligation to perform and shall reimburse the City for all such expenses incurred. 29. BID PRICE The bid prices shall remain firm during the period on contract. Also, unless otherwise stated, the bid prices shall include all costs of labor, equipment and materials to furnish the services specified herein. 30. OTHER CHARGES Should the need ever arise whereby a funeral home or other requester desires any other services not stated in this bid, those charges shall be mutually agreed upon between the Contractor and the requester. 31. 32. CONTRACT PERIOD The contract resulting fi.om this solicitation shall be a Term Contract for the time period specified herein. During the specified time period, the Contractor will perform the services as prescribed by the contract specifications. See above for contract extensions. PAYMENT City shall pay Contractor on a monthly basis upon receipt of an itemized statement submitted on the last business day of each month. Services by the Contractor shall begin upon receipt of a purchase order which will establish the end date. All subcontractors must meet and satisfy the same guidelines/requirements as the Contractor. Furthermore, whenever Contractor hires a subcontractor he must submit a release of lien with his next monthly invoice. Contractor shall secure any and all permits and licenses necessary for the performance of this project. Prior to commencing work copies of these permits and licenses must be furnished to the City of Sanford along with an insurance ee~ificate as proof of insurance coverage required herein. CITY F SANFORD, FLORIDA 9 OFFICE OF ~ PURCHASIN.G AGENT P.O. BOX 1788 · 300 PARK AVE. SANFORD, FLORIDA 32772 407/330-5613 BILL TO: FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 ..o..o.025932 25932 DATEIO/2¢/02 TO: SHIP TO: ~UALITY VAULTS , INC, 51 S BLUEFORD AVENUE OCOEE, FL 34761 CITY OF .JiNFORD 908 W'. 6TH STRIgIgT SANFOP~, FL 32771 VENDOR NO 63:2'7 DELIVER 8Y SHIP ViA F.O.B. TERMS 09/30/03 FREIGHT CONFIRM BY CONFIRM TO REQUISITION~ BY BILL '?.?~ I TH CONTR~,NUMBER ACCOUNT NO; 77 ~ PROJECT REQ, NO. REQ, DATE 001- 5051- 572.3~[- O0 25641 i0/21/02 1 1.0O EA 20000.0000 20000.00 OP~],/CLO~E ~F~,ILE~, FOR SAt~CAD i~[~ICIPAL CEMETERY FOR GRA%~ SPACES. APPEDVED TO EXTE~D CONTRACT FOR OP~N/CLOSIN OF G~VE SPACES FROM BID IFB 01/02-03 CITY COmmISSION lO-l~--O2 SUB-TOTAL 20000.00 TOTAL 20000.00 CONDITIONS - READ CAREFULLY 1 Each shipment should be covered by a separate invoice 2 - The right is reserved to cancel this order if it is not filled within the contract time. 3. The conditions of this order are not to be modified by any verbal understanding 4. - Charges for boxing and cadage will not be allowed unless previously agreed upon. 5. - If the price is stated in the order, material must not be billed at a higher pdce. 6~ - Acceptance of this order includes acceptance ol all terms, prices, deliver/ instructions, specifications and conditions stated. IMPORTANT: Invoice and packages must bear this ORDER NUMBER NOTE: SEE REVERSE SIDE FOR VENDOR INFORMATION PURCHASING FLORIDA TAX EXEMPTION NO. 69-11-035140-54C APPROVED ~'z:-''~, ,",~,, / ,':' ~'" ,~ .... .., / ' ;~PURG~IA~/JNG AGENT_.~...~''"''''~ CITY MANAGER BID FORM SOLICITATION NUMBER: IFB 01/02-03 FOR: OPENING AND CLOSING OF GRAVE SPACES OPENING DATE AND TIME: October 22, 2001 at 2:00 p.m. Delivery Schedule: Address:~~). ~O/( 2 ~OO0gCity: U~' ~-e2~e.i, State: ~/ (ty~ or print name) NOTE: ~e City of S~ford will pay ~e Contr~tor on a money b~is u~n receipt of ~ im~zed statement sub~tt~ on ~e I~t business day of each ~onth ~ ~r the pdcing pmvid~ wi~n ~i~ bid fora. AI~, ~is bid fora sh~l con~n no other comments. Any other remar~ should ~ made on Bidder's letterhead and attach~ to this form. Bidder must return B~ FO~, and other ~uir~ d~umen~tion, PAGES 9 T~H 13, with any other de~ils as may ~ r~u~. At the discretion of the Purchasing Agent, bid{s) may ~ d~m~ non-res~nsive for faille to follow these instructions. It is not~ ~at delivery of the bid to the co~t offi~, indicat~ ~low, is the responsibility of the bidder. MARK THE EXTERIOR OF ENVELOPE CONTAINING YOUR BID RESPONSE: YOUR COMPANY NAME & ADDRESS AS THE RETURN ADDRESS ADDRESS OR DELIVER TO: F. William Smith, Purchasing Agent City of Sanford P.O. Box 1788 (300 N. Park Avenue, Room 236) Sanford, FL 32772 IN LOWER LEFT CORNER OF ENVELOPE, PROVIDE THE FOLLOWING "OPENING AND CLOSING OF GRAVE SPACES" IFB 01/02-03 "DUE 10/22/01 @ 2:00 PM" THIS PORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. 9 BID FORM SOLICITATION NUMBER: IFB 01/02-03 FOR .' OPENING AND CLOSING OF GRAVE SPACES OPENING DATE AND TIME: October 22, 2001 at 2:00 p.m. Delivery Schedule: Bid Submitt~d by; ~'~ ~~ ~ Title: E'~l'Je~ (typ~ or print name) NOTE~ ~e City of S~ford will pay ~e Contractor on a monthly b~is u~n receipt of ~ itemized statement submiRed on the I~t business day of each month ~ ~r ~e pricing provid~ wRhin this bid fo~. Also, ~his bid fo~ shall contain no other comments. Any other remarks should be mad~ on Bidder's letterhead and at~ch~ to this form. Bidder must return BID FORM, and other r~uir~ documentation. PAGES 9 T~U 13, with any other de.ils as may ~ r~uestcd, At ~c discretion of the Purchasing Agen~ bid(s) may be deemed non-res~nsiv~ for fail~r~ to follow th~se instructions, It is not~ that d~livery of the bid to the co~t office, in~icat~ below, is the responsibility of the bidder. MARK THE EXTERIOR OF ENVELOPE CONTAINING YOUR BID RESPONSE: YOUR COMPANY NAME & ADDRESS AS THE RETURN ADDRESS ADDRESS OR DELIVER TO: F. William Smith, Purchasing Agent City of Sanford P.O. Box 1788 (300 N. Park Avenue, Room 236) Sanford, FL 32772 IN LOWER LEFT CORNER OF ENVELOPE, PROVIDE THE FOLLOWING "OPENING AND CLOSING OF GRAVE SPACES" IFB 01/02-03 "DUE 10/22/01 @ 2:00 PM" THIS FORM MUST BE COMPLETED AND RETURNED WITH YO[JR BID 9 BID FORM OPENING AND CLOSING STANDARD GRAVE SPACE WITH SET-UP CITY OF SANFORD OPENING/CLOSING OF GRAVE SPACES SANFORD MUNICIPAL CEMETERY IFB 01/02-3 /~, "f'" WITHOUT SET-UP CREMATION SPACE WITH SET-UP MON. THRU-FsCffi~. oq) .5", oo SUN. & HOLIDAYS c/2 5'. vo wrmouT SEW-UP /o2 5-; oo INFANT SPACE (VAULT SIZE 20" x 58" & UNDER ONLY) WITH SET-UP WITHOUT SET-UP Acknowledges Addendums: Company: ~C&l/t I~V Date Date Date /td21+/o,~/ $.-<-o. oo This Form Must Be Completed and Returned with 3'our Bid. 10 INSURANCE REQUIREMENTS WHICH MUST BE MET The CONTRACTOR bidder will be required to provide, to the Purchasing Agent, prior to signing a contract and/or issuance of a Purchase Order for any work, a Certificate of Insurance demonstrating that said bidder is carrying sufficient insurance at ~he established coverages and limits set below. Any exceptions to the insurance requirements and limits set below must be notated in writing by the City of Sanford. All policies am to be endorsed to include the City of Sanford as Additional Insured. In the cancellation clause the number "30" shall be inserted into the blank space provided prior to the words "days prior notice...". All contractor policies are to be considered primary to City coverages and shall not contain co-insurance provisions. Certificate of Insurance shall be reviewed for determination of adequate coverage by the City. 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. Unless otherwise specified it shall be the responsibility of the contractor to insure that all subcontractors comply with the same insurance requirements spelled out in this section. 7. Insurance requirements: Yes ~/ No Yes ~] No Yes ~] .No Yes No Yes "] No Yes ~/ No Yes x/ No Yes No Yes No Yes '4 No Yes No Yes No Yes No___ Workers' Compensation __.Commercial General Liability Comprehensive Auto Liability (shall include "Any Auto") .Builder's Risk (all risk for construction cost of the project) * __.Contractual Liability __.Products and Completed Operations __.Owners and Contractors Protective __professional Liability Excess Liahility __.Other: XCU Other: Other: Other: Limit $Statutory Limit $1,000,000 Limit $1,000,000 Limit $* Limit SUnder Gen Limit SUnder Gen Limit SUnder Gen Limit $ Under Gen Limit ~_ Limit $ 1,000,000 Limit $ Limit $ Limit ~_ (NOTE: All limits are per occurrence and must include Bodily Injury and Property Damage. All policies will be written on occurrence form and not on claims made form.) 11 Disputes Disclosu] e Form Answer the following questions by placing an "X" after "YES" or "NO". If you answer "YES", please explain in the space provided, or via attachment. 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 re. gulatory agency or professional association within the last five (5) years? YES ~'~ NOD 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? 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? YES ~ NO '~ If yes, 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 falsification of facts shall be cause for forfeiture of rights for further consideration of this project: Firm Printed of Typed'Name Project: IFB 01/02-03 Date Officer Title 12 DRUG-FREE WORK PLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that (Nam~ of Business) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drag abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drag counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drag abuse violations. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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. Make a good faith effort to continue to maintain a drag-free workplace through implementation of this section. Bidder s Pr nted Name and Title BID REQUEST NUMBER As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ~Bidder's Signature //- DATE 01/02-03 THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. 14 CONFLICT OF INTEREST STATEMENT STATE OF FLORIDA ) ) ss COUNTY OF (~/~/? ?/t~,~ ) p Before me,// the undersigned authority, personally, appeared :'2;P~O- <-%,, ~-~-~oqzwqz~'"e , who was duly sworn, deposes, and states: 2. The above named entity is submitting an Expression of Interest for the City of Sanford project described as: IFB 01102 - 03 - Opening and Closing of Grave Spaces 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Sanford. I0. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify the City of Sanford in writing. DATED this 55)'~../j~ day of (7'2,oz'~ - 20 ,o / :f,e.~.Typed Name of Affiant Title day of Q-~ · Sworn to and subscribed before me this Personally known V'/ OR Produced identification (Type of identification) Notary Public- Mj~)~mmission expires (Printed, typed or stamped commissioned name of'n~)tary public) DONNA G. BUTLER Notary Public, State of Florida My Comm. Expires Nov. 8, 2004- THIS FORI~q¥IErST ~ C¢-~0L~i2~ AND RETURNED WITH YOUR BID. DONNA G. BUTLER Notary Public, State of Florida My Comm. k.x,~iros Nov. 8, 2004. Comm. No. CC 980728 15