Loading...
HomeMy WebLinkAboutSod Materials - 2008cnv ��E SEB �„�TN HOME OF PELICAN ISLAND 1225. MAIN STREET • SEBASTIAN, FLORIDA 3295E TELEPHONE: (772) 589-5330 • FAX (772) 589-5570 BID DOCUMENTS SOD MATERIALS Prepared By PUBLIC WORKS DEPARTMENT CONTACT: Linda Kinchen, Administrative Supervisor (772) 228-7052 E -Mail: LKinchen(akityofsebastian.org NOTICE OF INVITATION TO BID SEALED BIDS TO FURNISH, DELIVER, UNLOAD AND INSTALL SOD, AS REQUIRED, WILL BE ACCEPTED BY THE CITY OF SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2:00 P.M. ON JULY 31, 2008. BID ENVELOPES ARE TO BE MARKED AS FOLLOWS: BID: SOD MATERIALS OPEN: July 31, 2008 Ca. 2:00 P.M. The City of Sebastian is soliciting sealed bids from qualified vendors to furnish, deliver, unload, and install various types of sod, and also perform other related work, in designated locations within the City of Sebastian on an as needed basis. The term of the agreement shall be for two (2) years, with automatic extensions thereof absent delivery by either party at least thirty (30) days before each anniversary date of written notice of its intent to terminate, with a maximum extended period of three (3) years. The Vendor shall be properly licensed in the City of Sebastian, and shall show Proof of Insurance to conduct its business, with all licenses, permits, and certificates as required by all local, State of Florida, Federal agencies. Firms interested in submitting a bid may pick up or request a bid package with Instructions for Bidders and Specifications from the Office of the Public Works Department, (772) 589-5490. All items bid shall conform to the Contract Documents in their entirety, and no bid shall vary from the Contract Documents unless specifically approved in advance in writing by the City. Any bids received without Public Entity Crime Form, Drug Free Workplace Form, or Proof of Insurance (in the amounts specified in the Contract Documents) may be considered incomplete and immediately disqualified. Any person or affiliate who has been placed on the convicted vendor list following conviction for a public entity crime may not submit a bid as proscribed by Section 287.133, F.S. Questions concerning the project should be directed to the Public Works Department 772-228- 7052. All prospective bidders agree not to contact (lobby) City Council Members, or any other employee, agent of the City at any time during the solicitation period and selection process, except by written inquiries to Linda Kinchen, Administrative Supervisor, Public Works Department at lkinchen cityofsebastian.org or by mail at 202 Airport Drive, Sebastian, Florida 32958 Bids duly submitted will be publicly opened and read aloud at date and time specified above, in the office of the Public Works Department. The City reserves the right to reject any and all bids, or to accept any bid or portion thereof deemed to be in the best interest of the City and to waive any non -substantial irregularities. CITY OF SEBASTIAN - BID SOD MATERIALS TABLE OF CONTENTS 1. NOTICE OF INVITATION TO BID 2. BID PROPOSAL PRICE FORM 3. INSTRUCTIONS FOR BIDDERS 4. FORM OF AGREEMENT (ATTACHMENT "A") WITH: (a) DRUG FREE WORKPLACE FORM (b) PUBLIC ENTITY CRIMES FORM 5. TECHNICAL SPECIFICATIONS and SPECIAL CONDITIONS (ATTACHMENT `B'o 6. BIDDER'S QUALIFICATION QUESTIONNAIRE IMPORTANT NOTICE TO BIDDERS!!!!! SUBMIT TWO (2) SETS OF THE BID AS FOLLOWS: 1. BID PROPOSAL PRICE FORM COMPLETELY FILLED OUT AND SIGNED 2. BIDDER'S QUALIFICATION QUESTIONNAIRE 3. REFERENCES INCLUDING ADDRESS AND PHONE NUMBER TO CONTACT 4 • PROOF OF INSURANCE AS REQUIRED IN TILE INSTRUCTIONS FORBIDDERS 5. PROOF OF LICENSES 6. DRUG FREE WORKPLACE FORM EXECUTED 7. PUBLIC ENTITY CRIMES FORM EXECUTED FAILURE TO SUBMIT THE ABOVE MAYSUBJECT YOUR BID TO REJECTION. READ AU OF THE BIDDING DOCUMENTS PROVIDED AND THEN SUBMIT YOUR BID ACCORDMGLy Z 3o I QOud Iesodo.id PIE[ V!a s� ao paleoipm saggaena aql aegl iamol aq SUEU to paaoxa X"Sol rem aql legl aouxrapcsaoo U! uaslel aneq palon6 saoud aql legl lmgl saa.'2e iopnan aqy •,{uo oqi Sq posegomd oq of sp,ualem;o sapllumb jo aalam a e olnlgsaoa 10a op pae slaamaimbw sljuoS SA!O aql 3o salemgsa ate slaaamaop pig aq1 ao palpcpoc saggaena aqy [ S3LON 0001 I mnpldsed a.logseas laublin o duds apnu oEl boo $ $ s 0 POS P99RMO 6 11 e Puumag Eoo $ $ *JS oos POS me1e.[o13 zoo 00so ua� ei 009POS a .a[1 ,y- qeg [oo HamaQa(muxa �ORId.1.it�n y �LILHVRa AiOI,LaRI�S�Q 'ONII�I3.LI AAO IE[g QffgRIOSE[Q S`IVMaLVW QOS QVO'INR Puu 2IE[APIE[Q `HSIN?Ifld a .211T8amado p[q BaUno[[o3 s'SW (09) Xlx[s .10i wig a[muaz gegs gaigm moud aCq a3Ro¢ s Sep P le[ndgs mo[aq aql [03 >n4segaS 30 �l[� aql 9l[m acazaq Palels slaa[mloop lle 3o saog[p¢oa pae suual aql [Im of saaBe pam `(lei ql aepaap a angn0asaoa (OI) aa1 B¢[lcn 3aamaal$e p[ms Olm ialaa of same lo]ae.4noo aql `PSq s[gl paPieme pneg .10 aoesn[[oa 1nog1[m Pau JP3 slaodsa.e [[e u sc p[q Qq7 legl pae asodmd gums oql so; p[q a 8agleeagns mug to uo[lezodioo uosrad Aug ` RMa¢Uaaaaoa l0 lwmaa�e 8a[pamismpan raglo tae lnogl?m apam s[ p[g sap leg? sa012m solaegaoO amp `mo[aq am4ea8[s aql (g gam Palonb saaud aqL •moa •panssi aq Xum legs epaappV XIMjo an[sn[oaq [ q palonb saaud aql eon mataq epio3 las se suolleogpods aql 8mpa2oxo 10 2unaom ilMM pae peopm pae leodsae.p `Peo[ 01 palrmc[ lou Inq 8mpn[3m 'spauaiem palsonbai aql .eengap o1 kwssaoaa sanddns pae stool `loge[ `ao[seneadns �aamdmba aeg [[e apcnold 01 P� `s7a2amaop asagl JO sluamamibai aql Tim 14pmojaoa lours m mo[aq paquasap sp;ualeu amp gsnueg of sasodoid ,tgazaq `maiaq palm,rodtoaa[ slnaueeuoQ 8aeppeg agl30 [le glrm iegemel fiRdnosoep amooaq 2arneq paa8[salpgs aug S -"vu ,Lvw QOS QE[ - NVLLSVHE[S qo A-LIO a t1'S 000`52 mn[edsea aiogseoS 010 $ $ 7msau WE s811dS upnmlag do $ $ Ts 0001, POS PaI3?aD 6Iti epnmzag Soo $ $ •d'S 000`OL POS m14eio[3 Loo $ $ *xs o00`OSI POS aay¢a$ jv-e ua 900 �IIIa QaQu �Ixa rrNR Mill tvna NOlT -)saQ t1A0 E3s QU'IMDSE[Q STVRIRLVW -,- QOS V'SNI Pug QVO 'INl1 `�IE[AI'IE[Q HSL![9n 'HSIN2I[13 0001 I mnpldsed a.logseas laublin o duds apnu oEl boo $ $ s 0 POS P99RMO 6 11 e Puumag Eoo $ $ *JS oos POS me1e.[o13 zoo 00so ua� ei 009POS a .a[1 ,y- qeg [oo HamaQa(muxa �ORId.1.it�n y �LILHVRa AiOI,LaRI�S�Q 'ONII�I3.LI AAO IE[g QffgRIOSE[Q S`IVMaLVW QOS QVO'INR Puu 2IE[APIE[Q `HSIN?Ifld a .211T8amado p[q BaUno[[o3 s'SW (09) Xlx[s .10i wig a[muaz gegs gaigm moud aCq a3Ro¢ s Sep P le[ndgs mo[aq aql [03 >n4segaS 30 �l[� aql 9l[m acazaq Palels slaa[mloop lle 3o saog[p¢oa pae suual aql [Im of saaBe pam `(lei ql aepaap a angn0asaoa (OI) aa1 B¢[lcn 3aamaal$e p[ms Olm ialaa of same lo]ae.4noo aql `PSq s[gl paPieme pneg .10 aoesn[[oa 1nog1[m Pau JP3 slaodsa.e [[e u sc p[q Qq7 legl pae asodmd gums oql so; p[q a 8agleeagns mug to uo[lezodioo uosrad Aug ` RMa¢Uaaaaoa l0 lwmaa�e 8a[pamismpan raglo tae lnogl?m apam s[ p[g sap leg? sa012m solaegaoO amp `mo[aq am4ea8[s aql (g gam Palonb saaud aqL •moa •panssi aq Xum legs epaappV XIMjo an[sn[oaq [ q palonb saaud aql eon mataq epio3 las se suolleogpods aql 8mpa2oxo 10 2unaom ilMM pae peopm pae leodsae.p `Peo[ 01 palrmc[ lou Inq 8mpn[3m 'spauaiem palsonbai aql .eengap o1 kwssaoaa sanddns pae stool `loge[ `ao[seneadns �aamdmba aeg [[e apcnold 01 P� `s7a2amaop asagl JO sluamamibai aql Tim 14pmojaoa lours m mo[aq paquasap sp;ualeu amp gsnueg of sasodoid ,tgazaq `maiaq palm,rodtoaa[ slnaueeuoQ 8aeppeg agl30 [le glrm iegemel fiRdnosoep amooaq 2arneq paa8[salpgs aug S -"vu ,Lvw QOS QE[ - NVLLSVHE[S qo A-LIO 2. Bid award(s) will be based either on the Lowest overall price for all the items or the Lowest price for Each Item, providing the Bidder is both responsible and responsive. Therefore, each and every bid price must be ready to stand on its own. The City of Sebastian reserves the right to award all the items to one firm or make multiple awards on a Low price by item basis. 3. The Unit Prices quoted above shall be considered firmed for the duration of the contract and shall not be subject to any price adjustment. Authorized Signature Firm Name & Address PRO"MLWPn Date Bid Proposal Page 2 of 2 Printed Name Title Phone Number CITY OF SEBASTIAN INSTRUCTIONS FOR BIDDERS 1. PRE-BID CONFERENCE (ONLY IF CALLED FOR IN THE NOTICE OF INVITATION TO BID) A mandatory pre-bid conference shall be held at the City of Sebastian City Hall, at the time and date specified in the Notice of Invitation to Bid. All prospective bidders are required to attend this conference. Questions concerning the project or bid requirements may be addressed at this time. 2. REQUIRED COPIES Two (2) sets of bids shall be submitted on the Bid Proposal Price Form provided, including any other forms, proofs, and documents as required. 3. SEALED BIDS Bids shall be enclosed in a sealed envelope which shall show (lower left corner) the name of the Bid, and the date and time of opening. The envelope shall also show the name and address of the Bidder. The Bid shall be submitted as stipulated in the Notice of Invitation to Bid. 4. Bids not considered are Late Bids, telegraphed or faxed Bids and bids which do not conform to the instructions contained in the Notice Of Invitation To Bid. Bids may be withdrawn by fax or telegraph provided that such notices are received prior to the date and time specified in the Invitation. 5. BID OPENING Bidders are welcome to attend the bid opening; however, attendance is not mandatory. Opening of the Bids will commence at the date and time specified in the Notice Of Invitation To Bid, and publicly read aloud, providing one or more Bidders are in attendance. The Purchasing Agent or his designee shall be present at all Bid openings. 6. BID EXAMINATION Bid files may be examined during normal working hours, ten (10) days after bid opening, by appointment only, by contacting the City Clerk's office at 772-589-5330. 7. REQUIRED INFORMATION Bidders shall follow all instructions and provide all information requested on the Bid Proposal Price Form. Bidders wishing to qualify all or any portion of the bid shall provide a hand printed or typed explanation on the bid or separate attachment to be submitted with the bid. 8. ACCEPTABLE BIDS Bid proposals shall be typewritten or filled in with ink. Any erasures or corrections must be initialed by the Bidder in ink. 9. NEW EQUIPMENT AND MATERIALS Prices shown on the bids shall be prices for new equipment and materials, and the successful bidder shall warrant same for a period of not less than one (1) year from the installation date, or as otherwise stated. 10. SALES TAX Although the City of Sebastian is exempt from Federal and State Sales and Use taxes, Contractors or Vendors doing business with the City are not exempted from paying said taxes to their supplier for goods or services purchased to fulfill the contractual obligations with the City, nor shall any Contractor or Vendor be authorized to use the City's Tax Exemption Number in securing such materials. 11. CONFLICT OF INTEREST Contract Award is subject to provisions of State Statutes and City Ordinances. All Bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Sebastian; further, all Bidders must disclose the name of any City employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Bidder's firm or any of its branches. Should the successful Bidder permanently or temporarily hire any City employee who is, or has been, directly involved with the Bidder prior to or during performance of the resulting contract, the Agreement shall be subject to immediate termination by the City. 12. LICENSING, CERTIFICATION, AND/OR REGISTRATION Contractors must show their current occupational license, as well as any licenses required by Chapter 489, F.S., Section 62C-20 (F.A.C.), and/or by the US EPA, FL DEP or the FL Department of Agriculture and Community Affairs. All licenses shall be up to date. Contractors must show their current Contractors license. Prior to start of work, if the Bidder is a State Certified General Contractor, the Bidder must be registered with the City of Sebastian; if the Bidder is a State Registered General Contractor, then the Bidder must hold a Competency Card with the City. In any event, the Contractor shall contact the Building Department 772-589-5537 and insure compliance with all City ordinances, rules and regulations, including Building Permits if required. Lack of knowledge by the Bidder shall in no way be a cause for relief from responsibility. Failure to comply with the above may result in the rejection of the Bid. 2 Two (2) copies of any license, or certification as required shall be submitted with the bidding documents. A certificate or letter showing compliance with the City's Contract Licensing requirements must be obtained from the City's Building Department, and is required on this project prior to execution of a contract, and shall be submitted to the Purchasing & Contract Administrator with any payment/performance bonds which may be required. In essence, this authorizes you to perform work in the City of Sebastian. Any Sub-Contractor(s) must also be certified. 13. CORRECTIONS, CANCELLATION, & WITHDRAWAL A. Bidders may be asked to provide further information after bid opening to determine the responsibility of the vendor. B. Waiver of Technicality: Information shall not be considered after the bid opening if it has been specifically requested to be provided with the bid and becomes a matter of responsiveness. The bid shall be considered responsive if it substantially conforms to the requirements of the Invitation to Bid. The City may waive any informality, technicality, or irregularity on any bid. A minor or non -substantive lack of conformity may be considered a technicality or irregularity which may be waived by the City. C. Mathematical Errors: Errors in extension of unit prices or in mathematical calculations may be corrected. In cases of errors in mathematical computations, the unit prices shall not be changed. D. Cancellation or Postponement: The Purchasing & Contract Administrator may cancel or postpone the bid opening or cancel the Invitation to Bid in its entirety. E. Withdrawal: Prior to any published bid opening date and time, a bidder may withdraw his or her bid in writing. A fax is permitted for this purpose, provided a confirming telephone call is made. F. Amendments: Prior to any published bid opening date and time, a bidder may amend the bid provided that it is in writing, in a sealed envelope, and identified. 14. AVAIIABILITY OF FUNDS The obligations of the City of Sebastian under this award are subject to the availability of funds lawfully appropriated for its purpose by the City Council of the City of Sebastian. 15. PUBLIC ENTITY CRIMES Any person or firm submitting a bid in response to this invitation must execute the attached 3 SWORN STATEMENT UNDER SECTION 287.133, FLORIDA STATUTES, PUBLIC ENTITY CRIMES, including proper check(s) in the space(s) provided, and enclose it with said bid. 16. DRUG-FREE WORKPLACE The Drug -Free Workplace form, as attached hereto, shall be submitted with the bidding documents. 17. BID GUARANTEE The Bidder warrants that the unit prices, terms, and conditions quoted in the bid will be firm for acceptance for a period of not less than sixty (60) days from the bid opening date. Such prices will remain firm for the period of performance of resulting purchase orders or contracts which are to be performed. 18. BIDBOND (ONLYIF CALLED FOR IN THE NOTICE OF INVITATION TO BID) A Bid Bond equal to five percent (5%) of the bid amount shall be required on this project, and must be submitted along with two (2) copies of the Bid, failure to do so will automatically disqualify the Bid. Unsuccessful bidders shall be entitled to a return of surety after final award of bid. A successful bidder shall forfeit the amount of its security upon failure on his part to execute a agreement within ten (10) days after receipt of a proposed agreement from the City unless the time for executing the agreement is extended by the City. 19. PAYMENT AND PERFORMANCE BONDS (ONLYIF CALLED FOR IN THE NOTICE OF INVITATION TO BID) A Payment and Performance Bond equal to one hundred percent (100%) of the Agreement price shall be required on this project, and shall be provided by the successful bidder at the stipulated time of the execution of the agreement, failure to do so shall cause said bidder to be in default and forfeit his Bid Bond in its entirety. (Sample Forms are provided for information purposes.) NOTE: BID BOND AND PAYMENT AND PERFORMANCE BOND REQUIREMENTS: The bond(s) shall be provided by a surety company authorized to do business in the State of Florida, and approved by the City. In lieu of a bond(s) the contractor may fumish as security in favor of the City a certified check, a cashiers check or an irrevocable letter of credit. The check or letter of credit shall be drawn on or issued by a bank authorized to do business in the State of Florida. The form of the check or letter of credit must be approved by the City. Attomeys-in-fact who sign Bonds must file with each bond a certified and effective dated copy of their Power - of Attorney. Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended), and be authorized to transact business in the State of Florida. 4 20. LIQUIDATED DAMAGES (ONLY IF CALLED FOR IN THE NOTICE OF INVITATION TO BID) The City shall be entitled to liquidated damages in the amount of one hundred Dollars ($100.00) per day for every day that the Contractor is late in completing the work requirements for each Phase as stipulated in the agreement, and bidding documents. Said damages shall be deducted by the City from monies due Contractor. 21. INSURANCE All bidders shall submit evidence of insurance as follows; Auto Liability, Workers Compensation, and General Liability. Cost for all insurance shall be born by the bidder. All insurance shall be acceptable to the City in its sole discretion. 22. BID AWARD The contract/agreement will be awarded to the lowest responsive and/or responsible Bidder whose bid, conforming to the specifications and Instructions For Bidders, will be most advantageous to the City in consideration of price, time of performance, and other factors as determined by the City. The Purchasing Agent shall issue a notice of award, if any, to successful bidders. 23. REJECTION OF BIDS The City reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the successful Bidder, and the right to disregard all non -conforming, non-responsive, imbalanced, or conditional Bids. More than one Bid from an individual, firm or association under same or different names, will not be considered. Any or all Bids will be rejected if there is reason to believe that collusion exists among the Bidders, and no participants in such collusion will be considered in future proposals for the same work. 24. References are required and must be submitted with the Bid proposal form. Failure to submit references as required may disqualify your Bid. Name and phone number to contact shall be included. 25. LIST OF SUB -CONTRACTORS A list of Sub -Contractors is required and must be submitted with the Bid proposal. Failure to submit a list of Sub -Contractors may disqualify your Bid. 26. CO-OPERATIVE PURCHASING It is the intent of the Notice of Invitation to Bid to secure goods or services to be used by the City of Sebastian. However, by virtue of bidding, the Bidder accepts the right of other Government Entities to "piggyback" purchase from this proposal by mutual consent. Any such purchase shall be separate and apart from the City of Sebastian, and said City assumes no liability for such action. 27. DISCRINIINATION The Bidder/Contractor shall not practice or condone personnel or supplier discrimination of any nature whatsoever, in any manner proscribed by Federal or State of Florida laws and regulations. 28. PURCHASING CARD PROGRAM The City of Sebastian has implemented a purchasing card program through Bank of America, using the Visa network. Vendors may receive payment through the purchasing card program for goods and services provided to the City in the same manner as other Visa purchases. Accordingly, Vendors that wish to accept payments in this manner must indicate that they have the ability to accept Visa or that they will take whatever steps are necessary to accept Visa before the start of the contract. The City of Sebastian reserves the right to revise and/or cancel this program at any time, and assumes no liability for such action. 29. PUBLIC RECORDS Florida law provides that municipal records shall at all times be open for personal inspection by any person. Section 119.01 F.S., The Public Records Law. Information and materials received by the City in connection with all Bidder's responses shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days after the bid opening, whichever occurs fust. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. Therefore, if the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, then the Bidder must in his or her response specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat all materials received as public records. R ATTACHIWIVT 6A' SOD MATERTAT,S SERVICES AGREEMENT AGREEMENT THIS AGREEMENT, made this day, , 2008 by and between the City of Sebastian, a political subdivision of the State of Florida (hereinafter called the "City"), and or its successors, executors, administrators, and assigns (hereinafter called "Supplier"). WITNESSETH: The City and Supplier for good and valuable consideration as hereinafter set forth, do mutually agree as follows: Scope of Services: Supplier agrees that on "as -needed" basis and in accordance with all applicable codes and in full compliance with the TECHNICAL SPECIFICATIONS and SPECIAL CONDITIONS attached hereto as ATTACHMENT `B" to perform as follows: (a) Furnish, deliver and unload sod meeting or exceeding the requirements described in ATTACHMENT `B" attached hereto, or (b) Furnish, deliver, unload, perform other related work and install sod meeting or exceeding the requirements described in ATTACHMENT `B" attached hereto. All to be done on a timely basis upon order of the City. 2. Contract Sum and Payment to Supplier: Contract Sum: During the term of this Agreement, the City shall pay Supplier the following unit prices: I) Furnish, deliver and unload the material 1) Bahia -Argentine $ _/SF 2) Floratam $ _/SF 3) Bermuda 419 Certified $ /SF II) Furnish, deliver, unload, install the material and perform other related work 1) Bahia -Argentine $/SF 2) Floratam $ _/SF 3) Bermuda 419 Certified $ /SF Prices are firm charges, inclusive of loading, unloading and delivery and all other charges. The City shall make payment within 30 days of proper invoicing. 3. Supplier's Obligations: (a) Supplier shall supervise and have control over means, methods, techniques, sequences and procedures for supplying and coordinating delivery and/or installation of the Materials, unless to the terms of this Agreement give other specific instructions concerning these matters. (b) Unless otherwise provided in the Agreement, Supplier shall pay all sales, use and other similar taxes and shall secure and pay for all permits and governmental fees, licenses and inspections necessary for proper execution and completion of its obligations hereunder. (c) Supplier shall enforce strict discipline and good order among Supplier's employees and other persons carrying out its obligations hereunder. (d) Supplier currently holds and shall maintain at all times during the term of this Agreement all required federal, state and local licenses necessary to perform its obligations hereunder. (e) Supplier shall be responsible to the City for the acts and omissions of Supplier's employees, SubSuppliers and their agents and employees, and other persons performing its obligations hereunder under a contract with Supplier. 4. City's Obligation: The City shall, during the term of this Agreement, utilize Supplier as its first source for the Materials and/or Work. However, should the City, in its sole judgment, determine that Supplier is unable to provide the Material and/or Services hereunder in a reasonable time, the City may then buy the needed Material and/or Services on the open market to allow completion of the project at hand in a timely manner. S. Warranty: Supplier warrants to the City that all Materials and Services furnished under this Agreement shall be free from any and all defects and will conform with the requirements of the Agreement. Materials not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. Acceptance and utilization of the Materials at the site shall not absolve Supplier of this Warranty. 2 6. Term: The term of this Agreement shall be for one (1) year from the date hereof, with automatic extensions thereof absent delivery by either party at least thirty (30) days before each anniversary date of written notice of its intent to terminate, with a maximum extended period of three (3) years. 7. Termination: (a) For Cause: Except for the specific default provisions for delivery set forth in Attachment `B", if Supplier fails to perform a provision of this Agreement, the City, after ten (10) days written notice to Supplier and without prejudice to any other remedy the City may have, may terminate this Agreement. (b) Without Cause: The City retains the right to cancel this Agreement at any time, with or without good cause, upon sixty (60) days written notice to Supplier when such termination is deemed by the City Council to be in the public interest. (c) Payment Upon Termination: In the event of tennination as provided herein, Supplier shall be paid for Materials delivered through the date of termination less, if termination is for cause, damages incurred by the City as a result of Supplier's failure to cavy out its obligations under the terms of the Agreement. 8. Indemnity: To the fullest extent permitted by law, Supplier shall indemnify, defend and hold harmless the City and the City's agents, servants and employees, from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from performance of the Agreement, except for injuries, damages or claims which are the result of the sole negligence of the City, its agents, servants, or employees, and Supplier shall at its own cost and expense defend the City against any such claim, suit, action or proceeding which may be commenced against the City by reason thereof. Supplier hereby acknowledges that the obligations imposed upon the City and the terms of this Agreement are the specific consideration for the indemnification provided herein. 9. Insurance: Supplier shall procure and maintain during the life of this Agreement insurance of the types, and subject to the limits, set forth below. Supplier shall also provide the City with evidence of this insurance prior to commencement of deliveries in the form of Certificates of Insurance, which shall be subject to the City's approval for adequacy. 3 (a) Workers' Compensation: Supplier shall purchase and maintain, from a company or companies lawfully authorized to do business in Florida, workers' compensation insurance for protection from claims for damages because of bodily injury, including death, which may arise out of or result from Supplier's operations under this Agreement, whether such operations be by Supplier or by SubSuppliers or by anyone directly or indirectly employed by any of the above. This insurance shall be written for not less than the limits of liability required by law, and Coverage B, Employer's Liability, shall be written for a minimum liability of $100,000.00 per occurrence. (b) Commercial General Liability: Supplier shall provide and maintain during the life of this Agreement, at Supplier's own expense, Commercial General Liability insurance on an occurrence basis for a minimum of $1,000,00.00 per occurrence for claims of bodily injury including death, and $500,000.00 for property damage. (c) Commercial Auto Liability: Supplier shall provide and maintain during the life of this Agreement, at Supplier's own expense, Commercial Auto Liability insurance on an occurrence basis for a minimum $1,000,000.00 per occurrence for claims of bodily injury, including death, and $300,000.00 for property damage. 10. Assignment: Supplier shall not assign this Agreement to any other persons or firm without first obtaining the City's written approval. 11. Notices: All notices, requests, consents, and other communication required or permitted under this Agreement shall be in writing and shall be (as elected by the person giving such notice) hand delivered by messenger or courier service, or mailed by registered or certified mail (postage prepaid) return receipt requested, addressed to: IF TO THE CITY: City of Sebastian Attn.:City Manager 1225 Main Street Sebastian, Florida 32958 WITH A COPY TO: City Attorney Same address IF TO SUPPLIER: 4 12. Time: Time is of the essence in the performance of this Agreement and timely performance is a material term hereof. 13. Conflict oflnterest: Supplier represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of its obligations hereunder, as provided by law. Supplier further represents that no person having any such interest shall be employed in performance of the Agreement. 14. Compliance With All Applicable Federal Laws: Supplier shall comply with all applicable federal laws that in any way regulate or impact performance of its obligations hereunder. 15. Entire and Sole Agreement: Except as specifically stated herein, this Agreement constitutes the entire agreement between the parties and supersede all agreements, representations, warranties, statements, promises and understandings not specifically set forth herein. Neither party has in any way relied, nor shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or understandings not specifically set forth herein. 16. Successors and Assigns: Except as otherwise provided in the Agreement, all covenants and agreements of the parties contained in the Agreement shall be binding upon and inure to the benefit of the respective successors and assigns of the parties. 17. Remedies: No remedy herein conferred upon any party is intended to be exclusive of any other remedy and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. 5 18. Drug -Free Workplace Form This Agreement includes the "Drug -Free Workplace Form" which must be completed, signed and submitted by Supplier to certify compliance with Florida Statute 287.087 Drug -Free Workplace Program requirements. 19. Governing Law: The Agreement shall be construed and enforced in accordance with and governed by the laws of the State of Florida, and venue for any action pursuant to the Agreement shall be in Indian River County, Florida. 20. Amendments: Neither the Agreement nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, discharge or termination is sought. 21. Waiver: The failure of any of the parties at any time to require performance of any provision of the Agreement shall in no manner affect the right of such party at any later time to enforce or require the same unless waived in writing. No waiver by any party of any condition or breach shall be construed to be a waiver of any other condition or any other breach of any term, covenant or warranty contained in the Agreement. 22. Conflict: In the event of any conflict between the provisions of this Agreement and any attachments hereto, the provisions of this Agreement shall prevail. IN WITNESS WHEREOF, the City has hereunto subscribed and Supplier has affixed its name on the date first set forth above. I:y11 M11M I�Lyflll`Z�7�.Ye7:7:R�111"Mil Sally A. Maio, ry4 h1( City Clerk Al Minner, City Manager Approved as to Form and Legality for Reliance by the City of Sebastian only: Rich Stringer, City Attorney By: Its: CORPORATESEAL Secretary that does: DRUG-FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that 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 1893 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. 5. 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. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraph I through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date: Signature PUBLIC ENTITY CRIMES FORM Any person submitting a quote, bid, or proposal in response to this invitation or Agreement, must execute the enclosed form sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting Agreement, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, bid, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as 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 Agreement for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. By law no public entity shall accept any bid from, award any Agreement to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two (currently $10,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement or purchase order) in excess of the threshold amount for category two, to provide goods or services to THE CITY OF SEBASTIAN, a person shall file a sworn statement with the Contract/Agreement officer or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR OUOTE OR BID DOCUMENTS. NON- INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE OR BID. SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1 PA This sworn statement is submitted with Bid, Proposal or Agreement No. for THE CITY OF SEBASTIAN. This sworn statement is submitted by (name of sworn statement) whose business its Federal Employer Identification (FEIN) is no FEIN, include the Social Security Number of the individual statement: ) entity submitting address is and (if applicable) (If the entity has signing this sworn 3. My name is (please print name of individual signing) and my relationship to the entity named above is 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 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, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(I)(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding Agreement and which bids or applies to bid on Agreements 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. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) Date: STATE OF FLORIDA COUNTY OF (Signature) The foregoing instrument was acknowledged before me this day of , 2008 by (title) on behalf of (name of partnership), a partnership. He/she is personally known to me or has produced as identification and did () did not ( ) take an oath. My Commission Expires: Commission Number: A 3 TACHM-FN 1 W S AND SPECIAL CONDITIONS SOD MATERIALS TECHICAL SPECIFICATIONS AND SPECIAL CONDITIONS FOR SOD DELIVERY AND INSTALLATION Sod shall comply with Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1996 Edition, Section 981. The thickness of cut sod shall be two (2) inch thick minimum and shall have a muck back. The Contractor must d able to supply and complete installation within 48 hours of notification Contractor the City. The sod Contractor shall provide labor to rake areas to receive sod prior n placement. Sod that appears extremely dry, dead, or contains clumps of foreign vegetation or several weeds shall be rejected. If quality of the sod is inferior, or the Contractor does not provide the sod in accordance with this contract, then the City may terminate the contract and re - award it to the next lowest bidder, or re -bid the annual contract. If the City chooses d re- bidthe contract it shall maintain the right to purchase sod using purchase orders based on Price quotes from local area contractors until such time as an annual contract. another bid award is made for The contractor shall be required to remove all partial and empty pallets from delivery locations immediately upon completion of installation. The Contractor shall be back charged $1.00 per pallet per day for full and/or partial Pallets left on site more than 24 hours after completion of sod installation. The Contractor shall be responsible for removing all dirt and debris from the streets and sidewalk immediately upon completion of installation. The Contractor/vendor shall be responsible for raking and repairing all ruts in the swages and Swale flow lines disturbed by the contractor/vendor resulting from the unloading of the sod and/or placement of the sod pallets prior to laying the sod. Full or empty pallets of sod shall not be placed in the Swale flow lines at any time. Invoices for sod should bear the name, address, and phone number of the Contractor, the date of the order, the ticket number, the name of the person from the City who phoned in the order, the site destination, the type of sod, delivered, and if installed. amount of pallets and square footage of sod The City of Sebastian will not be bound by any exact quantities on this bid. Quantities are estimated and may increase or decrease based on the needs of the City. No minimum order shall be required at any time. The Contract may be renewed for three (3) additional one (1) year periods as detailed in the Service Agreement. Page 1 of 2 TECIUCAL SPECIFICATIONS AND SPECIAL CONDITIONS FOR SOD DELIVERY AND INSTALLATION QUANTITIES The City shall not be bound by any exact minimum or maximum quantities, as they vary from year to year. Therefore, the Bidder shall bid on a unit price basis per each type of sod listed on the Bid Form. To assist the Bidder in preparing his/her Bid, however, the City estimates approximately the following quantities of the materials listed below will be needed during the 05/06 Fiscal Year: 1) Bahia -Argentina 150,500 Square Feet 2) Floratam 70,500 3) Bermuda 419 Certified 4,000 Square Feet 5) Bermuda Square Feet Grass Sprigs 300 Bushels The City's annual estimated quantities of materials provided above are for bid evaluation and award purposes only and do not constitute any guarantee to the Contractor of the City's requirements. The actual quantities, for any and all types of sod materials listed above, may exceed or may be lower than the quantities shown above, nor is there an obligation to purchase any materials at all. The amount of quantities used in any given year of the Contract will solely be determined on an as -needed basis. The minimum quantity may be as small as one pallet of sod per day, but there is no guarantee that any sod will be needed on any given day, Therefore, the Bidder shall not assume for bidding purposes that a pallet or truckload of pallets of sod shall be furnished to the City on a daily basis. Materials shall be fiunished strictly on a demand of as -needed basis. The City reserves the right to reject any sod it deems unsuitable and substandard to the specifications contained herein. The City will not pay for any rejected sod. Removal and replacement of rejected sod shallbe at the Contractor's expense. Page 2 of 2 BIDDER'S QUALIFICATION OUESTIONNAiRF NAME OF FIRM THE UNDERSIGNED GUARANTEF.R TNF 'rat 7777 AX, . _: _ 8. Indicate the $ amount of sales of your firm for year 2006: 8.1 Indicate the $ amount of sales of your firm for year 200rl. 9. List names and titles of the officers, or partners of your firm: Authonud signature Printed Name Date