Loading...
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