HomeMy WebLinkAbout2018 09 24 Consent 301 Annual Street Sweeping ServicesCOMMISSION AGENDA
ITEM 301
Informational
Consent
X
Public Hearings
Regular
September 24, 2018 KS LR
Regular Meeting City Manager Department
REQUEST:
Public Works Department requests Commission authorization to enter into a contract
with USA Services of Florida, Inc. in the amount of $34,811.94 for citywide bi-monthly
street sweeping services for one year, piggybacking off City of Jacksonville contract 4CS-
0003-16.
SYNOPSIS:
Street sweeping of all City streets will be performed six times per year in FY19 by USA
Services of Florida, Inc., at a total cost of $34,811.94.
CONSIDERATIONS:
. Street sweeping of all City -maintained streets is performed six times a year as part of
the City's stormwater management services. For the past several years, the City has
outsourced the citywide street sweeping to USA Services of Florida, Inc.
e Some of the benefits of street sweeping include:
o Stormwater runoff management: Street sweeping removes debris from roadway
gutters which can quickly clog storm drains and block stormwater runoff
pathways.
o Stormwater quality: Street sweeping prevents roadside sediments containing
nutrients and harmful waste products from being washed into stormwater
ponds, creeks, and lakes. These products impair water quality and can be
harmful to fish and wildlife.
Consent 301 PAGE 1 OF 2 - September 24, 2018
o Total Maximum Daily Load (TMDL) credit: The City receives TMDL credit
for street sweeping, measured in pounds of material swept. Street sweeping is
one of the most cost effective methods of obtaining TMDL credits.
o Public safety: Street sweeping removes roadside debris and lessens the
opportunity of skids and collisions, and also allows drivers to safely judge
distance to curbs and roadway edges.
o Pedestrians, Runners, and Cyclists: Construction or roadway debris not only
creates unsightly conditions, it can create hazards for pedestrians, runners and
cyclists. Periodic street sweeping helps to minimize these hazards.
USA Services will perform a total of six sweeps of all City -maintained streets, at a total cost
of $34,811.94. USA Services typically will sweep half the City streets each month,
alternating between the east and west sides of the City such that every street is swept at least
once every two months.
FISCAL IMPACT:
The total cost of street sweeping for one year is $34,811.94, funded by the Stormwater
Utility Fund.
COMMUNICATION EFFORTS:
This Agenda Item has been electronically forwarded to the Mayor and City Commission,
City Manager, City Attorney/Staff, and is available on the City's Website, LaserFiche, and
the City's Server. Additionally, portions of this Agenda Item are typed verbatim on the
respective Meeting Agenda which has also been electronically forwarded to the individuals
noted above, and which is also available on the City's Website, LaserFiche, and the City's
Server; has been sent to applicable City Staff, Media/Press Representatives who have
requested Agendas/Agenda Item information, Homeowner's Associations/Representatives
on file with the City, and all individuals who have requested such information. This
information has also been posted outside City Hall, posted inside City Hall with additional
copies available for the General Public, and posted at six (6) different locations around the
City. Furthermore, this information is also available to any individual requestors. City Staff
is always willing to discuss this Agenda Item or any Agenda Item with any interested
individuals.
RECOMMENDATION:
Staff recommends the City Commission approve a contract with USA Services of Florida,
Inc. in the amount of $34,811.94 for citywide bi-monthly street sweeping services for one
year, piggybacking off City of Jacksonville contract 4CS-0003-16.
ATTACHMENTS:
1. Exhibit A - USA Services Proposal (1 page)
2. Exhibit B - City of Jacksonville Contract (23 pages)
Consent 301 PAGE 2 OF 2 - September 24, 2018
Exhibit A
7
800-226-3200
%A Headquarters in Orlando, FL
Offices in Cocoa, Ft. Myers, Jacksonville, Leesburg, and Tampa
PROPERTY LOCATION:
Name City of Winter Springs
Address
City
Phone
Fax
M
Hourly Sweeping Service
$ Per Hour
Hour Minimum
Portal to Portal
S
BILLING INFORMATION:
Name City of Winter Springs
Address 1126 E. SR 434
city Winter Springs FI zip
Phone 321-427-1228 Fax
Ordered By Bryant Smith
Email bsmith(nwinterspringsfl.com
Routinely Scheduled Sweeping Service
Sweeps Per
$ Per Sweep
Per Curb Mile Sweeping Service
Per Mile
Cycles Per
Disposal Fee $
Miles Per Cycle
Mobilization Fee
USA Services will provide Street Sweeping to City of Winter Springs
$ 32.75 per mile City will provide roll -off cans and take care of disposal
Sweeping Cycle 177 Miles/Cycle@ 6 Cycles per year( 88.5 miles per month)
2 new public streets to our this: Integra Land Way and Spring Pond Point ) 0.16 miles
Signature
Print Name
Date
Customer
USA Services of Florida, Inc.
Signature
Print Name Grady Mitchell
Date August 7 2018
PO Box 520580, Longwood, FL 32752 Fax 407-339-0241
Exhibit B
9877-03
CONTRACT
(PAID BY SUBSEQUENT PURCHASE ORDERS)
BETWEEN
THE CITY OF JACKSONVILLE
AND
USA SERVICES OF FLORIDA, INC.
FOR
COUNTYWIDE STREET SWEEPING
THIS CONTRACT is executed as of this Aeday of 2015, by and
between the CITY OF JACKSONVILLE, FLORIDA, a municipal corporation in Duval County,
Florida, (hereinafter the "Owner" or the "City"), and USA SERVICES OF FLORIDA, INC.
(hereinafter the "Contractor"), with principal address at 448 Spring Hammock Court, Longwood,
Florida 32750, for countywide street sweeping (the "Project").
WITNESSETH, that for the consideration and under the provisions hereinafter stated and
referred to moving from each to the other of said parties respectively, it is mutually understood and
agreed as follows:
1. That Contractor is the lowest and best responsible bidder for furnishing all labor,
equipment, and materials and performing all operations necessary for the complete collection,
transportation, and disposal of debris and other foreign materials from City roads and bridges located
within the City, all in accordance with plans and specifications hereinafter referred to, and has been
awarded this Contract for said work pursuant to award made September 10, 2015.
2. Contractor will, at its own cost and expense, do the work required to be done on said
Project and, if asked by the City, furnish the materials required to be fin-nished on said Project in
accordance with plans and specifications prepared by the Right of Way and Stormwater Maintenance
Division of the City of Jacksonville Department of Public Works entitled Specifications for
Countywide Street Sweeping, Bid Number CS -0003-16, Bid Date August 26, 2015, and strictly in
1
accordance with the advertisement calling for bids, plans, specifications, blueprints, addenda,
requirements of the City of Jacksonville, proposal of said Contractor, and award therefor (hereinafter
collectively the "Contract Documents"), now on file in the Office of the Chief of the Procurement
Division of the City of Jacksonville, all of which are hereby specifically made a part hereof and
incorporated herein by this reference to the same extent as if fully set out herein, for a total amount
not -to -exceed THREE HUNDRED SEVENTY-TWO THOUSAND EIGHT HUNDRED TWENTY-
SIX AND 00/100 DOLLARS ($372,826.00) for the Project, at and for the prices and on the terms
contained in the Contract Documents; provided however, the above -stated amount will not be
encumbered by this Contract. Instead, it will be encumbered in whole or in part by subsequently
issued purchase orders. Such purchase orders shall be binding upon the parties hereto and must
incorporate the provisions of this Contract. All funds control checking shall be made and performed
at the time such purchase orders are issued.
3. On the faithful performance ofthis Contract by the Contractor, the Owner will pay the
Contractor in accordance with the terms and on the conditions stated in the Contract Documents.
4. The period of service of this Contract will commence on the day and year first above
written and continue in full force and effect until September 30, 2016, unless earlier terminated as
provided in the Contract Documents.
S. This Contract may be renewed for up to two (2) periods of two (2) years each in the
sole discretion of the Owner. Such renewal will be on terms and conditions that are mutually
acceptable to both parties.
14
6. Contractor shall submit and record all payment and performance bonds in the Official
Records of Duval County, as required by Section 255.05, Florida Statutes.
7. This Contract and all amendments hereto may be executed in several counterparts,
each ofwhich shall be deemed to be an original, and all of such counterparts together shall constitute
one and the same instrument.
8. In the event this Contract meets the statutory threshold, Contractor has certified that it
is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section
215.473, Florida Statutes. Pursuant to Section 287.135, F.S., Contractor agrees that Owner may
terminate this Contract immediately without penalty if Contractor is found to have submitted a false
certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.
[Remainder of page intentionally left blank. Signature page follows immediately.]
3
IN WITNESS WHEREOF, the parties hereto have duly executed this Contract in duplicate
the day and year first above written.
e IPIM c•r-
WITNESS.
Signature
Type/Print Name
Sdaf
Title
USA SERVICES OF FLORIDA, INC.
w-
1gnature
''T//ype/Print Name
V�
Title
CONTRACTOR
Encumbrance, funding information, and approval as to form for internal City use
are contained on the following page.
m;oo
O
CITY OF JACKSONVILLE, FLORIDA
a.
c m , `y'• m
m�,<n.�
Or--,-.o
�Mftkk
4Y—N
2L CD
, Mayor _A _
o 'r < cza
OWNER jYYt��j'� L`R
c
(jam•
"!
V
0 '
USA SERVICES OF FLORIDA, INC.
w-
1gnature
''T//ype/Print Name
V�
Title
CONTRACTOR
Encumbrance, funding information, and approval as to form for internal City use
are contained on the following page.
DEPARTMENT OF PUBLIC WORKS
V. b,
,; ;
Where Florida Begins.
September 1, 2015
MEMORANDUM
TO* Greg Pease, Chief,
Procurement Division
FROM: Steven D. Long Jr., P.E. Chief
Right of Way and Stormwater l ain nance Division
RE: RECOMMENDATION TO AWARD
Countywide Street Sweeping
BID No.: CS -0003-16
Received Date: August 26, 2015
Award Amount: $372,826.00
Please be advised that the Right of Way and Stormwater Maintenance Division of the Department
of Public Works has reviewed bids on the above -referenced contract and determined that USA
Services of Florida, Inc., 448 Spring Hammock Ct., Longwood, FI. 32750, submitted the lowest
qualified responsive bid in the amount of $372,826.00. There were no other bidders.
We, therefore, recommend Bid #CS -0003-16 Countywide Street Sweeping be awarded to USA
Services of Florida, Inc., the lowest conforming bidder in accordance with the attached bid
documents in the amount of $372,826.00. Work will be issued by individual purchase orders and
funding should be encumbered from Right of Way and Stormwater Maintenance Division
account PWGM46ISW-03410. Funding is subject to appropriation by the City of Jacksonville
during fiscal year starting October 1, 2015.
If you require any additional information, you may contact Louis Lawrence at 472-2859.
SL u
cc: Marilyn Laidler. Ftocuremeru
Dan Pearson. Procurement
RoWSM, Project Flfc
Teresa Ouo. RoWSM
609 St. Johns Sluff Road N Jacksonville, FL 32225 Phone: 904472.2900 Fax: 904.996.2898 i www.coj.net
BID TABULATION SHEET
—MANDATORY
PRE -1110 LIr 12,20150 2:00 P
TITLE:
BID NO.
OPEN DATE:
BUYER:
No. Invited,
COUNTYWIDE STREET SWEEPING
CS -0003-16 (ROWISTORMWATER)
AUGUST 26, 2015 0 2:OOPM
MARILYN LAIDLER
4) No. ReGelved (1 No Bids: (0 )
USA SERVICES OF FLA, INC.
ITEM
DESCRIPTION OF WORK
EST.OTY
UNIT
UNIT PRICE
CYCLE PRICE
EST, CYCLES
EXTENDED
PRICE
1
NORTH AREA SWEEPING (ROUTINE CYCLEIS)
349
CM
32.75
$
11,429.75
8
$
91,438.00
2
SOUTH AREA SWEEPING (ROUTINE CYCLES)
693
CM
$
32.75
$
22,695.75
8
$
181,566.00
3
WEST AREA SWEEPING (ROUTINE CYCLES)
366
CM
$
32.75
$
11,986.50
8
$
95,892.00
4
NORTH AREA SWEEPING (INITIAL SWEEP)
40
CM
$
32.75
$
1,310.00
1
$
1,310.00
5
SOUTH AREA SWEEPING (INITIAL SWEEP)
40
CM
is
32.75
$
1,310.00
1
$
1,310.00
6
WEST AREA SWEEPING (INITIAL SWEEP)
40
CM
$
32.75
1 $
1,310.00
1
1
$
1,310.00
TOTAL BASE BID (ITEMS 1 THRU 6)
$
372,826.00
CONFLICT OF INTEREST:
YES
BID BOND/SECURITY:
YES
LICENSED SUBS:
NONE
ADDENDUMS(1 )
ACKNOWLEDGED:
YES
Encumbrance and funding information for internal City use:
Account ............... PW GM461 S W-03410
Amount ...............$372,826.00
This above -stated amount is the maximum fixed monetary amount of the
foregoing contract. It shall not be encumbered by the foregoing contract. It shall
be encumbered by one (1) or more subsequently issued Purchase Orders that
must reference the foregoing Contract. All financial examinations and funds
control checking will be made at the time such Purchase Orders are issued.
In accordance with Section 24.103(e) of the Ordinance Code of the City of Jacksonville, I do
hereby certify that there is an unexpended, unencumbered, and unimpounded balance in the
appropriation sufficient to cover the foregoing agreement; provided however, this certification is not
nor shall it be interpreted as an encumbrance of funding under this Contract. Actual encumbrances
shall be made by subsequent purchase orders, as specified in said Contract.
Director of Finance
City Contract # gg79 �O3
Approved as to form:
1-�
ce of General Counsel
G;\God[ Operations\IMCain\PW\Connacts\U.S.A.Services.Coun MdeStreetSweeping.PO.bond 092915.doe
FLORIDA SURETY BONDS, INC.
October 5, 2015
City of Jacksonville, Florida
214 North Hogan Street
Jacksonville, FL 32202
Re: Authority to Date Bonds and Powers of Attorney
Principal: USA Services of Florida, Inc,
Bond No.: 54-206721
Project: Countywide Street Sweeping, City of Jacksonville, Florida
Dear Sir or Madam:
620 N. Wymore Road, Suite 200
Maitland, FL 32751
407-786-7770
Fax 407-786-7766
1326 S. Ridgewood Avenue, Suite #15
Daytona Beach, FL 32114
386-898-0507
Fax 366-898-0510
888 -786 -BOND (2663)
Fax 888 -718 -BOND (2663)
www.FlaridaSuretyBonds.com
Please be advised that as Surety on the above reft=nced bond, executed on your behalf
for this project, we hereby authorize you to date the bonds and the powers of attomey
concurrent with the date of the contract agreement.
Once dated, please fax a copy of the bonds to our office,
Sincerely,
United Fire & Casualty Company
/Z� V. k�x�
Leslie M. Donahue
Attorney -in -Fact and
Florida Licensed Resident Agent
THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND
ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUSH BE IN ACCORDANCE
WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23
FLORIDA STATUTES.
CON'T'RACT NUMBER 35-77-0,3
Bond No.: 54206721
(Contract Number to be inserted by the City of Jacksonville) Executed In 3 Counterparts
PERFORMANCE BOND
REQUIRED BY SECTION 255.05, FLORIDA STATUTES
The term of this bond shall be from 9/30/15 thru 9/30/16.
As to the Contractor/Principal:
Name: USA Services of Florida, Inc,
Principal Business Address: 448 Spring Hammock Court. Longwood, Florida 32750
Telephone: (407) 339-1800
As to the Surety:
Name: United Fire & Casualty Company
Principal Business Address: PO Box 73909, Cedar Rapids IA 52407-3909
Telephone:010 399-5700
As to the Owner of the Property/Contracting Public Entity:
Name: The City of Jacksonville, Florida (c% Public Works Department)
Principal Business Address: 214 North Hogan Street Jacksonville, Florida 32202
Telephone: (904) 255-7575
Description of Project including address and description of improvements: mall
labor, eguiMent,andmaterials and performing_ alloperationsnecessaryforthecompletecollection,
transportation and disposal of debris and other foreign materials from City roads and bridges located
within the City of Jacksonville, Florida.
Bond No.: 54-206721
Executed In 3 Counterparts
CITY OF JACKSONVILLE, FLORIDA
PERFORMANCE BOND
REQUIRED BY SECTION 255.05, FLORIDA STATUTES
KNOW ALL MEN BY THESE PRESENTS, that USA SERVICES OF FLORIDA, INC.,
as Principal (hereinafter the "Contractor"), and United Fire & Casualty Company , a corporation
organized and existing under the laws of the State of Iowa and duly authorized to
conduct and carry on a general surety business in the State of Florida, as Surety (hereinafter the
"Surety"), are each held and firmly bonded unto the City of Jacksonville, a municipal corporation in
Duval County, Florida, as Obligee (hereinafter the "City"), in the sum ofFIFTY THOUSAND AND
00/100 USD ($50,000.00), lawful money ofthe United States of America, for the payment whereof
Contractor and Surety bind themselves, their respective heirs, executors, administrators, legal
representatives, successors and assigns, jointly and severally, and firmly by these presents.
WHEREAS, the Principal made and entered into City Contract Number W� (tobe
inserted by the City) (hereinafter the "Contract"), effective as of the .Np day of October, 20,15, for
famishing all labor, equipment, and materials, and performing all operations necessary for the
complete collection, transportation, and disposal of debris and other foreign materials from City
roads and bridges located within the City of Jacksonville, Florida, all in strict accordance with plans
and specifications and other contract documents prepared by the Right of Way and Stormwater
Maintenance Division of the City o0acksonville Department of Public Works, Bid No. CS -0003-16,
Bid Date August 26, 2015, entitled Specifications for Countywide Street Sweeping, and any
advertisement for bids for said work and the drawings, plans, and specifications for said work and
requirements of the City request for bids and award therefor and of the Contract and all documents
included as a part of the Contract, al I of which are, by thin reference, made a part hereof to the same
extent as if fully set out herein.
NOW, THEREFORE, the conditions of this obligation are such that if Contractor shall: (1)
promptly and faithfully perform the construction work and other work in the time and manner
prescribed in said Contract, which is made a part of this Bond by reference, in strict compliance with
the Contract requirements; (2) perform the guarantee and maintenance of all work and materials
furnished under the Contract for the time specified in the Contract; and, (3) pay the City all losses,
delay and disruption damages, and all other damages, expenses, costs, and statutory attorney's fees,
including those incurred in appellate proceedings, that the City sustains because of a default by
Contractor under the Contract, then this Bond shall be void; otherwise, it shall remain in full force
and effect, both in equity and in law, in accordance with the laws and statutes of the State of Florida.
PROVIDED, that the Surety hereby waives notice of any alteration or extension of time
made by the City, and any changes in or under the Contract and compliance or noncompliance with
any formalities connected with the Contract or the changes does not affect Surety's obligation under
this Bond.
PROVIDED FURTHER, that whenever Contractor shall be declared by the City to be in
default under the Contract, the City having performed the City's obligations thereunder, the Surety
shalt, at the City's sole option, take one (1) of the following actions:
(1) Within a reasonable time, but in no event later than thirty (30) days after the City's
written notice of termination for default, arrange for Contractor with the City's
consent, which shall not be unreasonably withheld, to complete the Contract and the
Surety shall pay the City all losses, delay and disruption damages, and all other
damages, expenses, costs, and statutory attorney's fees, including those incurred in
I % *
appellate proceedings, that the City sustains because of a default by the Contractor
under the Contract; or
(2) (A) Within a reasonable time, but in no event later than sixty (60) days after the
City's written notice of termination for default, award a contract to a completion
contractor and issue a notice to proceed. Surety shall obtain a bid or bids for
completing the Contract in accordance with its terms and conditions and, upon
determination by Surety of the lowest responsible, qualified bidder, award a contract;
(B) alternatively, the City may elect to have the Surety deteanine jointly with the City
the lowest responsible, qualified bidder, to have the Surety arrange for a contract
between such bidder and the City, and for the Surety to make available as Work
progresses sufficient fiends to pay the cost of completion less the balance of the
Contract price (even though there should be a default or a succession of defaults
under the contract or contracts of completion arranged under this paragraph). The
term "balance ofthe Contract price" as used in this Bond shall mean the total amount
payable by the City to Contractor under the Contract and any approved change orders
thereto, less the amount properly paid by the City to Contractor.
C) either way, the Surety shall pay the City all remaining losses, delay and disruption
damages, expenses, costs, and statutory attorney's fees, including those incurred in
appellate proceedings, that the City sustains because of a default by Contractor under
the Contract; or
(3) Within a reasonable time, but in no event later than thirty (30) days affix City's notice
of termination for default, waive its right to complete or arrange for completion of the
Contract and, within twenty-one (2 1) days thereafter, determine the amount for which
it may be liable to the City and tender payment to the City of any amount necessary in
order for the City to complete performance of the Contract in accordance with its
terms and conditions less the balance of the Contract price, and shall also indemnify
and save the City harmless on account of all claims and damages arising from the
Contractor's default under the Contract, and pay the City for all losses, delay and
disruption damages, and other damages, expenses, costs, and statutory attorney's
fees, including those incurred in appellate proceedings, that the City sustains because
of a default of the Contractor under the Contract.
PROVIDED FURTHER, the Surety shall indemnify and save the City harmless from any
and all claims and damages arising from the Contractor's default under the Contract, including but
not limited to contractual damages, expenses, costs, injury, negligent default, intentional default,
patent infringement, and actual damages (including delay and disruption damages) in accordance
with the Contract, and including all other damages and assessments which may arise by virtue of
failure of the product to perform or any defects in work or materials within a period of one (1) year
from the date on which the Contractor receives from the City a certificate of final completion under
the Contract
PROVIDED FURTHER, that during any interim period after the City has declared
Contractor to be in default but Surety has not yet remedied the default in the manner acceptable to
the City, Surety shall be responsible for securing and protecting the work site, including but not
limited to the physical premises, structures, fixtures, materials, and equipment, and shall be
riicatiio \ L
responsible for securing and protecting materials and equipment stored off-site in accordance with
the Contract.
PROVIDED FURTHER, no right of action shall 3ccsue on this Bond to or for the use of any
person or corporation other than the City named herein or the heirs, executors, administrators, or
successors of the City. I
SIGNED AND SEALED this 4& day of C% 2015.
WITNESS: USA SERVICES OF FLORIDA, INC.
Signature Signature
�' 1P. �c Cvz -r
Type/Print Name Type./Print Name
Title Title ;
AS PRINCIPAL
Signed, Sealed and Delivered United Fire & Casualty Company
in the Presenceof*
o aki
Sa M. Drinnan
By Leslie M. Donahue, Attorney -In -Fact & FL Lic. Res. Agent
Lisa Roseland its Inquiries: (407) 786-7770
AS SURETY
Nance of Agent: Leslie M. Donahue
Address: PO Box 73909
Cedar Rapids, IA 52407-3909
Note- Date of Bond Must Not Be Prior to Date of Contract
Form Anoroved:
THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND
ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUSH BE IN ACCORDANCE
WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23
FLORIDA STATUTES.
CONTRACT NUMBER ��7 / 4 J BoBond No.: 54206721
(Contract Number to be inserted by the City oJ Jacksonville) Executed in 3 Counterparts
PAYlKCNT BOND
REQUIRED BY SECTION 255.05, FLORIDA STATUTES
The term of this bond shall be from 9/30/15 thru 9/30/16.
As to the Conft-wtor/Principal:
Name: USA Services of Florida Inc.
Principal Business Address: 448 Spring Hammock Court. Longwood, Florida 32750
Telephone: (407) 339-1800
As to the Surety:
Name: United Fire & Casualty Company
Principal Business Address: PO Box 73909, Cedar Rapids IA 52407-3909
Telephone:(319) 399-5700
As to the Owner of the Property/Contracting Public Entity:
Name: The City of Jacksonville Florida (c% Public Works Department)
Principal Business Address: 224 North Hogan Street, Jacksonville, Florida 32202
Telephone: (904) 255-7575
Description of Project including address and description of improvements: furnishing all
labor, equipment, and materials and performing all operations necessary for the complete collection,
transportation and disposal of debris and other foreign materials from City roads and bridges located
within the City of Jacksonville. Florida
Bond No.; 54206721
Executed In 3 Counterparts
CITY OF JACKSONVILLE, FLORIDA
PAYMENT BOND
REQUIRED BY SECTION 255.05, FLORIDA STATUTES
KNOW ALL MEN BY THESE PRESENTS, that USA SERVICES OF FLORIDA, INC.,
as Principal (hereinafter the "Contractor"), and United Fire & Casualty Company a corporation
organized and existing under the laws of the State of Iowa and duty authorized to
conduct and carry on a general surety business in the State of Florida, as Surety (hereinafter the
"Surety"), are each held and firmly bonded unto the City of Jacksonville, a municipal corporation in
Duval County, Florida, as Obligee (hereinafter the "City"), in the sum ofFIFTY THOUSAND AND
00/100 USD ($50,000.00), lawful money ofthe United States of America, for the payment whereof
Contractor and Surety bind themselves, their respective heirs, executors, administrators, legal
representatives, successors and assigns, jointly and severally, and firmly by these presents.
WHEREAS, the Principal made and entered into City Contract Number %V7?-Qto be
inserted by the City) (the "Contract"), effective as of the P day of October, 2015, for furnishing
all labor, equipment, and materials, and performing all operations necessary for the complete
collection, transportation, and disposal of debris and other foreign materials from City roads and
bridges located within the City of Jacksonville, Florida, all in strict accordance with plans and
specifications and other contract documents prepared by the Right of Way and Stormwater
Maintenance Division of the City ofJacksonville Department ofPublic Works, Bid No. CS -W3-15,
Bid Date August 26, 2015, entitled Specifications for Countywide Street Sweeping, and any
advertisement for bids for said work and the drawings, plans, and specifications for said work and
requirements of the City request for bids and award therefor and of the Contract and all documents
included as a part of the Contract, all of which are by this reference made a part hereof to the same
extent as if fully set out herein.
NOW, THEREFORE, the conditions of this Bond are such that if said Principal;
(1) Promptly makes payments to all claimants, as defined in Sections 255.05 and 713.01,
Florida Statutes, supplying Principal with labor, materials, or supplies that are consumed or used
directly or indirectly by Principal in connection with the prosecution of the work provided for in such
Contract and including all insurance premiums on the work, and including any authorized extensions
or modifications of such Contract; and
(2) Defends, indemnifies, and saves the City harmless from claims, demands, liens, or suits
by any person or entity whose claim, demand, lien, or suit is for the payment of labor, materials, or
equipment fumished for use in the performance of the Contract, provided the City has promptly
notified the Principal and Surety of any claims, demands, liens, or suits and provided there is no
failure by the City to pay the Principal as required by the Contract; and
(3) Pays the City all losses, damages, expenses, costs, and attorney's fees, including those
incurred in appellate proceedings, that the City sustains because of the Principal's failure to promptly
make payments to all claimants as provided above, then this Bond is void; otherwise, it remains in
full force and effect, both in equity and in law, in accordance with the statutes and the laws of the
State of Florida and, specifically, Section 255.05, Florida Statutes.
PROVIDED, no suit or action for labor, materials, or supplies shall be instituted hereunder
against the Principal or the Surety unless a claimant provides to each of them both of the proper
notices in accordance with the requirements of Section 255.05(2)(a), Florida Statutes. Both notices
must be given in order to institute such suit or action.
PROVIDED FURTHER, an action, except for an action exclusively for recovery of
retainage, must be instituted against the Principal or Surety on this Payment Bond within one (1) year
after the performance of the labor or completion of delivery of the materials or supplies in
accordance with the requirements of Section 255.05(2)(a), Florida Statutes.
PROVIDED FURTHER, an action exclusively for the recovery of retainage must be
instituted against the Principal or Surety within one (1) year after the performance of the labor or
completion of delivery of the materials or supplies, or within ninety (90) days after the Principal's
receipt of final payment (or the payment estimate containing the City's final reconciliation of
quantities, if no further payment is earned and due as a result of deductive adjustments) by the
Principal or Surety, whichever comes last, in accordance with the requirements of Section
255.05(2)(a), Florida Statutes.
PROVIDED FURTHER, that the said Surety hereby stipulates and agrees that no change,
extension of time, alteration of or addition to the tenyis of the Contract or to the work to be
performed thereunder or the specifications accompanying the same shall in any wise affect its
obligation on this Bond, and it does hereby waive notice of any such change, extension of time,
alteration of or addition to the terms of the Contract or to the work or to the specifications.
(Remainder of page left blank intentionally. Signature page follows immediately.]
SIGNED AND SEALED this (90 day of 0 2015.
WITNESS:
C -..
Signapikr /
Typ&Trint Name
Tifle
Signed, Sealed and Delivered
in the Presence of
arch M. Drinnan
Lisa Roseland
USA SERVICES O"LORMA, INC.
Signature
CA&w-, 4.4-T-,9-/O'"i R'
TypelPrint Name
✓P
Title
AS PRINCIPAL
United Fire & Casualty Company
By: Leslie M. Donahue, Attomeydn-Fact & FL Lic. Res. Agent
Its Inquiries: (407) 786-7770
ASSURETY
Name of Agent: Leslie M. Donahue
Address: PO Box 73909, Cedar Rapids IA 52407-3909
Note. Date of Bond Must Not Be Prior to Date of Contract
`i. UINIALD rlk(lS & C:AJUALI Y L:VMYANY, L:LVAIK K"IJ S, LA
: r UNITED FIRT &.INDEMN)'TY COMPANY, WEBSTER, TX Inquiries: Surety Department
,. MANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN; CA - 118 Second Ave SE
CERTIFIED COPY OF POWER OF ATTORNEY Cedar Rapids, IA 52401
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS AY THESE PRESENTS; That UNITED FIRE:& CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized. and existing under the laws of the State of
Texas', and'FINANCIAL PACIFIC
ppINSURANCE CggOMPANeirrY,oa corporite ation duly organized and existing undaer the laws.of the State of Cte and aaptiifoomia
int
LESLIE llM DONAHUE, .9Rd the CKIMeMN Oand liaviR J'AFREY"W RETCH, ORrters in SUSANeL RETCH, SOReof TERESAdoes L Dmake,
R AM OR PATRICIA
L SLAUGHTER, OR GLORIA A RICHARDS OR OR DON'BRAMLAGE, OR LISA:"`-ROSELAND, OR'CHERYL FOLEY., OR GLENN
ARVANITIS, ALL INDIVIDUALLY of MAITLAND FL
their true and.lawfnl Attorney(s)-in-Fact with power and authority hereby conferred .o sign, siYul and execute in its be)lialf all. lawful bonds,undertakings
and other obligatory instruments of similar nature provided that no single obligation ;hall exceed $35,
0000()0.0
:and to bind the Companies. thereby as fully and to the same extent as if such instnu; tents were signed bythe duly authorized officers of the Companies
and all of the :acts of said Attorney, pursuant to the authority hereby given and hereb ,, ratified and confirmed_
The Authorityhereby granted is.continuous and shall remain in full force and effect intil`revoked by UNITED. FIRE& CASUALTY COMPANY;
UNITED FIRE, & INDEMNITY COMPANY, AND FINANCIAL PACIFIC 'INSUF ANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw dulyadopted on May 15, 2013, by the Boards,of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds arr d Undertakings"
"Section. 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time .to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
' ' ;undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal; uiay be
t affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby-, such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies,.to,be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
°forth in their: respective certificates of authority shall have full power to bind the Companies by their signature and execution of any; such
instrumentsand to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
h the Companies may at any time revoke all power and authority previously given to any attorney-in-fact.
IN SSS WHEREOF, the COMPANIES have each caused these presents to be signed by its
CORIQAATE pJ .Q;, vice president and its corporate se t to be hereto affixed this 11 th day of October, 2013
c 1! °ORPORAT£ ;' ''3° Y So o- UNITED FIRE & CASUALTY COMPANY
SEAL ?' "�s UNITED FIRE & 1NDENRQTY COMPANY
Z,..0 1986 !•:' b:
°�L1F� \ S�s%IYTt4T� 'eoA�c e.; FINANCIAL PACIFIC INSURANCE COMPANY
r„n met namrun4j4. r.” } ',
"rm...... By.
State of Iowa, Coun `of Linn, ss: rce President
On; 11th day oftyOctober, 2013, before me personally came Dennis J. Richmann
to me known, who being by me dilly sworn, did depose and say; that he resides in Cedar Rapids; State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNIIY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY. the corporations described in and which executed theabcive instrument; that.he knows the seal of said corporations; that the
seal affixed twthe said instrument is such corporate seal; that it was so affixed pursuant to authority given by'the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Mary A. Bertsch
IowallotanalSeal�
Commission number"713273' l Notary Public
My Commission Expires 1of2&2016
My commission expires: 10/26/2016
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of LIMITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL; PACIFIC INSURANCE COMPANY, do hereby certify that,lhave compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON' FII EDv Tfffi HOME OFFICE OF SAID CORPORATIONS, and that the :same are, correct transcripts _themzof, and of the whole of the
said originals, and that tt esaid Power of Attorney has not been revoked and is now iu full force and effect.
In testimony whereof I have here 'bed my name and affixed tjrgforPorate seat of the said Corporatiod8 b
this day of ((�j, 201.-D,
%tillfUp,r/ NpIVHOr - U u bOr, - T.;
x ``aQ3kius[sr,�Fr,�4 a�`Y1�oM1,h}ti PoOL
-
r a r�BCORA7E a o r S. -n i p
�' <'f}APptuTE ` S' pz 1 r'K 4 ; • 1Jyr
SEAi.:. a 1786 7.Ya x a
SGL yc
3e�; U&C
i, Assistant Smetaiy, '
UF&VFPIC
BPOA0049 0115. Y
a� • sat , +mow - r
ACORD 25 (201"61 The ACORD came and logo ace registered marks of ACORD
SUBJECT: COUNTYWIDE STREET SWEEPING
BID## CS -0003-16 OPEN DATE: 2015-08-26
GENERAL GOVERNMENT AWARDS COMMITTEE
KIND AND BASIS OF CONTRACT:
CONSTRUCTION SERVICE- PERIOD OF SERVICE FROM CONTRACT EXECUTION THROUGH SEPT. 30, 2016, WITH
TWO (2) TWO (2) YEAR RENEWAL OPTIONS
AGENCY: ROW & GROUNDS
BASIS OF AWARD: TOTAL BASE BID- LOWEST RESPONSIVE RESPONSIBLE BIDDER
NUMBER OF BIDS INVITED 4 NUMBER RECEIVED 1 OTHER 0
SUMMARY OF BIDS AND RECOMMENDED ACTIONS:
Recommend approval of award to USA Services of Florida, Inc., as the lowest responsive, responsible bidder in the total
base bid amount of $372,826.00. Period of service from contract execution through September 30, 2016, with two (2) two (2)
year renewal options.
Funding for this award to be encumbered by account: PWGM461SW- 03410 to be executed by formal contract through
Office of General Counsel and processed by individual Purchase Order(s).
Attachments: Recommendation Memo. Bid Tabulation Sheet, Basis of Award. Scope of Work
This award is subject to appropriation by the City in the fiscal year beginning October 1, 2015. No funds have been
appropriated to date. The City has no obligation for payment and work hereunder is not authorized unless funds are
appropriated for work herein. Awritten notification will be provided in the event the funds are appropriated.
BUYER L 0/- RESPECTFULLY SUBMTTED: (/Y4 A;'L�
MARILYN OLER GRPEASE, CHIEF
PRF6
DIVISION
CONCURRENCE BY: Steve Long, Jr., P.E.. Chief, Right of WaV and Stormwater Maintenance Division
(ALL AWARD ACTIONS SUBJECTTO LAWFULLY APPROPRIATED FUNDS
ACTT OF GGAC COMMITTEE ON RECOMMENDATIONS ABOVE
JOVING MEMBERS DISAPPROVING DATE:
OF AWARDI
APPROVED
OTHER
SIGNATURE OF AUTHENTICATION
DATE:
DISAPPROVED
OTH
Sam E. mouse
Chief Administrative OMf RIVI G13-108, Revised 12/2007
For: Mayor Lenny
Under Authority of:
L=xecutive Order No. 2015-Q5
Akk.�' CERTIFICATE OF LIABILITY INSURANCE
09iz 0 °`�'
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. K SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement an this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s).
PRODUCER 4041
CONT ACT
NAAIF, f'aytoll Mlrutcncol Ina
PHOfiE P ia0.2U•5610
' 854113 -SGOT Not
IRON FIDELITY INSURANCE SERVICES Lt.C,
2009 LA PRAOA PARKWAY1(p��
MESQUITE, TX 75150
E-Ikk-
Aft ESS: v d roams
INSURER(S) AFFORMNGCOVERAGE MCI
INSV^ERA: T` INSURANCE COMPANY 37605
INSURED Payroll Management, Inc,
INSUT�ER e:
INSU-ER c!
348 Miracle Strip Parkway SW
INSUTER D :
Suite 39
INSUitER6:
Fort Walton Beach, FL 32548
INStlR£R 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.
LTR
L
TYPE OF INSURANCE
D L
049-1
POLICY NUMBER
�MIUDCY EPF
POLICYEXP
UNITS
GENERAL LIABILITY
EACH OCCURRENCE S
DAMAGE TO RENTED
RE.M. F.S {E0 omtmonce S
COMMERCIAL GENERAL LABILITY
CWMS41ADE F� OCCUR
MED EXP (M r One penon) $
PERSONAL& ACV INJURY S
GENERAL AGGREGATE 5
C;ENIAGGREGATE LMT APPLIES PER:
PRODUCTS . COMPIOP AGG S
f
POLICY JECT 17 PRO LOC
AUTOMOe1LE LIABILITY
M INEO SINGLE LIMIT
a saideMl
_
eODRYINJURY (Pwpemon) $
ANYAVTO
AALL OVYMM
UT SCHEDULED
AUTOS
BODILY INJURY (Par ocdderd) S
PROPERTY DAMAGE S
or attidonl
NON-OWNEO
HIRED AUTOS AUTOS
i
UMHREIIA "A"OCCUR
EACHOCCUIRRENCE S
AGGREGATE S
EXCESS UMS
CLAW34AADE
OED I RETENTIONS
S
A
WORKERS COMPENSATION
AND EMPLOYERS WHILJTY
ANY PROPRIETOWPARTNERIEXECUTIVE YIN
OFFICER1MEMBEREXCLU W? N�
(Mandatory In NH)
NIA
X
pyyEg43545301
05101/2015
05/01/2016
X Vl!C STATII- OTH-
Y Lima Ea
-
EL EACH ACCIDENT S 1,000,000
EL DISEASE - EA EMPLOYEE S 1,000.000
If yyeessdaun'be undr
DESCRIPTIONOFOPERATIONS bedow
ELWSEASE- POLICY LIMIT S 1,000.000
DESCFtrPrONOF OPERATKMI LOCAMRS I VEHICLES (Attach ACORD tot, Additional Remarks Schoduw, Nmars spats Is rpWred)
'COVERAGE ONLY APPLIES TO ACTIVE EMPLOYEE(S) OF PAYROLL MANAGEMENT INC., THAT ARE LEASED TO USA SERVICES OF FLORIDA
'COVERAGE ONLY APPLIES TO INJURIES INCURRED BY PAYROLL MANAGEMEi� T INC. & SUBSIDIARIES ACTIVE EMPLOYEES) WHILE
WORKING IN THE STATE OF FLORJDA.•COVERAGE DOES NOT APPLY TO STATL; TORY EMPLOYEE(S) OR INDEPENDENT CONTRACTOR(S) OF
THE CLIENT COMPANY OR ANY OTHER ENTrrY.'OOES NOT COVER USLBH. EW,IL PAYROLL(&PMIPEO.COM FOR ACTIVE EMPLOYEE LIST
CITY OF JACKSONVILLE
609 ST. JOHN'S BLUFF ROAD NORTH
JACKSONVILLE, FL 32225
SH' ULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHC gUED REPRESENTATIVE
ros
0 ls-Au-IV Ac:UKU C.-TJKNUKAI ION. All rights reserved.
ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD