Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-0081 Temp Reso. # 10616 January 10, 2005 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005- 0 S A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE ORDER NUMBER 1 TO THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND PRESTIGE PROPERTY MANAGEMENT AND MAINTENANCE, INC. FOR THE INCLUSION OF CAPORELLA PARK, VETERANS PARK, SUNSET POINTE PARK, THE TAMARAC COMMUNITY CENTER AND PARK PARCELS ON NW 61 ST STREET AND NW 77T" STREET; AUTHORIZING AN ADDITIONAL ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $40,536 FOR SAID PURPOSE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on December 8, 2004 the City Commission approved the award of Bid No. 04-30B to Prestige Property Management and Maintenance, Inc. for Citywide Landscape Maintenance through Resolution R-2004-265, a copy of said Resolution attached hereto as Exhibit 1; and WHEREAS, subsequent to this bid award, it was determined that several park parcels and city facilities should be included in said contract; and WHEREAS, Prestige Property Management and Maintenance, Inc. submitted a proposal for these additional sites, a copy of said proposal attached hereto as Exhibit 2; and WHEREAS, Public Works, Parks and Recreation and Purchasing staff have reviewed said proposal and have determined that the pricing is competitive and acceptable; and Temp Reso. # 10616 January 10, 2005 Page 2 WHEREAS, the cost of additional services attributed to this change order necessitates an additional annual expenditure in an amount not to exceed $40,536, a copy of Change Order No. 1 attached hereto as Exhibit 3; and WHEREAS, available funding exists in the Parks and Recreation Department budget for said purpose; and WHEREAS, the Director of Public Works, the Director of Parks and Recreation, and the Purchasing and Contracts Manager recommend the authorization of Change Order No. 1 to the Agreement between the City of Tamarac and Prestige Property Management and Maintenance, Inc. in an amount not to exceed $40,536 annually; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the Citizens and residents of the City of Tamarac to approve Change Order No. 1 to the Agreement between the City of Tamarac and Prestige Property Management and Maintenance, Inc. and authorize an additional annual expenditure in an amount not to exceed $40,536 for said purpose NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are HEREBY AUTHORIZED to execute Change Order No. 1 to the Agreement between the City of Tamarac and Prestige Property Management and Maintenance, Inc. for the inclusion of Caporella Park, Veterans Park, Sunset Pointe Park, the Tamarac Community Center, and park parcels on NW 61 st Street and NW 77th Street. 1 Temp Reso. # 10616 January 10, 2005 Page 3 SECTION 3: An additional annual expenditure in an amount not to exceed $40,536 for this purpose is HEREBY approved. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not effect other provisions or application, and to this end the provisions of this resolution are declared to be severable. SECTION 6: This. Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED THIS 261h day of January, 2005. ATTEST: P MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. ITCHELL`S. DAFT CITY ATTORNEY SSA., /' OE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALAB DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS X Temp. Reso. 10599 Exhibit 2 INVITATION TO BID BID No. 04-30B CITY-WIDE LANDSCAPE MAINTENANCE Issued on behalf of the Public Works Department City of Tamarac Purchasing Division 7525 NW 88"' Avenue Room 108 Tamarac, Florida 33321,2401 (954) 724-2450 Purchasing and Contracts Division City of Tamarac "Committed to Excellence.., Always" ADDENDUM NO. 1 BID NO. 04-30B CITY-WIDE LANDSCAPING MAINTENANCE DATE OF ADDENDUM: October 25, 2004 Proposers are hereby notified that this Addendum shall be made part of the above named bid document. Please note that the MANDATORY Pre -bid Conference originally scheduled for October 27, 2004 has been re -scheduled as follows: New Date & Time: Wednesday, November 3, 2004, 9:30 A.M. Location: Public Works Complex 6011 Nob Hill Road Tamarac, FL 33321 Please note tha a bus tour will be provided of all areas to be maintained within the City, therefore atte dance t Jhis Pre- 'd Confer nce is MANDATORY. No further consideration will be given to firms -wh2 o not have representation at this. Pre -Bid Conference. If you have any questions regarding this addendum, please call (954) 724-2450. Keith K. Glatz, CPPO Purchasing and Contracts Manager 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 • (954) 724-2450 ■ Fox (954) 724-2408 N www.tamorac,org Equal Opportunity Employer Purchasing and Conf racts Division City of Tamarac "Committed to Excellence ... Alwoys" ADDENDUM NO, 2 BID NO.04-3013 CITYWIDE LANDSCAPE MAINTENANCE DATE OF ADDENDUM: NOVEMBER 9, 2004 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 04-30B, Citywide Landscape Maintenance. 1. An Additional Bid Sheet, Page 42A, is attached. It must be filled out and returned with your bid on or before the bid opening time as stated. 2. Drawings are enclosed as part of this Addendum No. 2, titled; a. Southgate Blvd. Plan Type b. Southgate Boulevard Streetscape Improvements drawings, Irrigation 1-1 and Landscape Plan L-1, dated Sept. '04, 2004 C. Nob Hill Road Landscape Beautification Commercial Boulevard to Westwood Drive, sheets 1-5. d. Prospect Road drawings LNP-1 thru LNP-3 and Prospect Road, Proposed Striping & Signs drawings, sheets 1 and 2. The Bid Opening date remains unchanged. Bids must be time stamped by Wednesday, November 17th, 2004 at 4:00 PM local time, in the Purchasing Office at the Tamarac Municipal Complex, Room 108. Late bids will not be accepted. The attached Additional Bid Sheet, Page 42A, dated November 9, 2004, MUST be returned with your bid. NAME OF BIDDER: ��� �t,t,",�v — 7525 NW 88th Avenue 0 Tamarac, Florida 33321-2401 0 (954) 724-2450 0 Fax 19541 724-2408 ■ MA.,vw tr,rnrvrr- nrr. ADDENDUM #2 ADDITIONAL BID SHEET - PAGE 42A BID 04-30B THIS PAGE MUST BE RETURNED WITH YOUR BID. ISSUED:11/09/2004 Rights -of -Way - Including Quantities from Planned Improvements Pricing Public R.O.W. Description Comments Quantity Annual Frequency Unit price Total Cost Nob Hill Road mowing services medians 28 368 10,304 a) From Southgate Blvd. hedge trimming 12 294 3,528 to Commercial Blvd. Irrigation ins ection # of zones 17 24 119 2,856 Pruning & Trimming a trees 152 1 2,640 2,640 b alms 96 1 1,300 1300 Chemical applications a I.P.M. 12 200 2.400 ` f b turf fert. 2 252 504 G shade tree fert. 122 1 210 210 6 d) palm tree fert. 77 1 110 110 e shrub fert. '7777 2 504 1,008 Mulch beds & trees ;'; 1 1,225 1,225 TOTAL 26,085 Southgate Blvd. mowing services medians 28 920 25,760 hedge trimmin"` `° 12 1,260 15,120 from NW 66 Ave. to Bush Hog berm; road to 2nd post 9 700 6,300 NW 108 Ave. Irrigation Inspection 24 476 11,424 :. Prunin & Trimming:'< x' a trees 347 1 6 820 6,820 77, N' b alms r 173 1 3,000 3,000 Chemical a plications a f.P.M. 12 550 6,600 b turf fert. 2 882 1,764 r c) shade tree fert. 312 1 567 567 d alm tree fert. i x : 128 1 264 264 r: �+ a shrub fert. w 2 2,100 4200 Mulch beds& trees 1 7,175 7,175 TOTAL°� w .,�,.: 88,994 Prospect Rd. mowing services medians & swales 28 322 9,016 from 4875 block to Pruning& Trimmingr ." e "; s,r ., '""' NW 15 Ave. a trees y : =f ^`; 211 1 4 400 4 40-0 b alms 3 1 80 80 Chemical applications a I.P.M. 12 200 2 400 °r a74 b turf fert. 2 126 252 17 c) shade tree fert. �' -;, 1 126 126 9 dpalm tree fert. , . 1 264 264 a : k' . • Mulch beds $ trees :) •: 1 1,400 1,400 TOTAL 4� a,-. ,:„, ; , .. a :x 17,938 TOTAL Ill,a17 1. Mowing services include mowing, blowing, edging, weed eating, de -littering & bed maintenance where applicable. 2. Hedge trimming includes bed maintenance. TFAlq P6('Zi= MAP ic'r Qr n; -� 116\/•-•. r , ►1 0 * _ '" 0 SUBMIT BID TO: W CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE V P TAMARAC, FL 33321 RA 954-724-2450 INVITATION FOR BID Bidder Acknowledgement *This form should be completed and signed below, and returned with your bid* BID NO.: 04-30B BID TITLE: CITYWIDE LANDSCAPE MAINTENANCE BID OPENING DATE/TIME: November 17, 2004, 4:00 PM local time BUYER NAME: Keith K. Glatz, CPPO BUYER PHONE: 954-724.1322 BUYER EMAIL.: keithg@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: MANDATORY— OCTOBER 27, 2004, 2:OOPM 6011 NOB HILL ROAD, TAMARAC PUBLIC WORKS BONDING: 5% BID BOND; 100% PERFORMANCE 8 PAYMENT BOND REQUIRED GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAMARAC MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BI❑ BY INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY, SEALED THIS FORM MUST BE EXECUTED AND SUBMITTED WITH ALLBID FORMS IN A SEALED ENVELOPE. THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADDRESS, THE BID NUMBER AND BID TITLE. BIDS NOT SUBMITTED ON THE ATTACHED BID FORM MAY BE DEEMED NON -RESPONSIVE, ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NAME: t r COMPANY ADDRESS: UL) . t� (�• ` v COMPANY PHONE: 4 , NAME OF AUTHORIZED AGENT; TITLE OF AUTHORIZED AGENT: AUTHORIZED AGENT EMAIL ADDRESS .-'we' �ic H1 BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMB SIGNATURE OF AUTHORIZED AGENT: 2i�• 3f1-� -Z y ,,, I certify that this Bid Acknowledgement is made WAI ut prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without Collusion or fraud. I agree to abide by all conditions of this Bid and Certify that I am authorized to sign this Bid as an agent for the Bidder. of Tamarac It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality conceming the bids when such rejection or waiver is deemed to be in the best interest of the City, The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best Interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6.141 et seq. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division, 7525 N. W. 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specked on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder.. late bids will be returned unopened to the Bidder. It is the Bidders responsibility to read and understand the requirements of this bid. Unless otherwise specified, the Bidder must use the bid form fumished in the bid document. The Bidder shall submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in Ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. 2. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac, In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds. +. Purchasing and Contracts Division 3. BONDING When required by the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the Citys forts, within fifteen (15) calendar. days after notification of contract award. Failure to furnish the required bonds withinthe time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidders failure to furnish said bonds. 4. WITHDRAWAL OF 810 Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 5. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall submit this form with the bid/proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Bidders shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. S. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any Kam from the contract if it is determined that it best serves the interests of the City. 9. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. City of Tamarac _�v Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed. that the payment terms shall be 2°% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Florida Prompt payment Act, F.S. Chapter 218, 10. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturer's name, trade name, brand name information and/or model/catalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid. The Bidder may offer any brand which meets or exceeds the specifications for any item(s), If bids are based on equivalent products, indicate on the bid form the manufacturers name and model/catalog number. Bidder shall submit complete descriptive literature and/or specifications with the bid. The burden of proof for specification compliance is solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid disqualification. If Bidder fails to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Bidder intends to furnish goods identical to the bid standard. 12. SAMPLES.AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 13. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Broward County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such Investigation. City shall be the sole judge in determining Bidder's qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be Purchasing and Contracts Division defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall fumish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 15. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 18. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards, if applicable. 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 19. TERMINATION a. DEFAULT Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the City may without cause and without prejudice to any other right or remedy, terminate the agreement for the City's convenience whenever the City determines that such termination is in the best interest of the City. Where the agreement is terminated for the convenience of the City the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, shall terminate all outstanding AaL of Tamarac Purchasing and Contracts Division Sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract, and refrain from placing further orders and sub- contracts except as they may be necessary, and shall complete any continued portions of the work c. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 21. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City, The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 22. EQUAL EMPLOYMENT OPPORTUNITY No Contractor shall discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, or physical or mental handicap I qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, gender, national origin, or physical or mental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non- discrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 24. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents,. or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to I for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Line of Business/ Occurrence Aggregate Coverage Commercial General $1,000,000 $1,000,000 Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Statutory Employer's Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement, Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. Ii the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability Insurance with, at a minimum, a limit of $1,000.000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and of Tamarac expenses (including attomeys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, ansing out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed oftkials and employees. 27. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications Outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine ail bid documents and shalt judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquires, suggestions, requests conceming clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 2& BID TABULATION Bidders may download the bid tabulation directly from the Internet at http://www.Lamarac.or/De Win/ ur /resufts.html, The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s, 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §120.57(3xa), or within 10 days after bid/proposal opening, whichever is earlier. 29. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the Citys Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 30. UNBALANCED BIDS When a unit price bid has variable or estimated quantifies, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected, 31. UNIT PRICES Where a discrepancy between unit price and total price is Indicated on a Bidder's submitted $chedule of Bid Prices or Price Proposal Form, the unit prices shall prevail. AAL Purchasing and Contracts Division City of Tamarac INSTRUCTIONS TO BIDDERS BID NO.04-30B Purchasing & Contracts Division It is the intent of the City to award this bid to the lowest responsible and responsive bidder for all areas of the City. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. DESCRIPTION OF WORK The City of Tamarac is interested in obtaining proposals from qualified Contractors to Furnish all labor, materials, tools, and equipment necessary as indicated in the specifications to provide quality landscape maintenance for areas as designated within the City of Tamarac. MANDATORY PRE -BID CONFERENCE AND SITE INSPECTION It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. A MANDATORY pre -bid conference and site inspection will be held at the time and place shown on the cover page herein. During the pre -bid conference, bidders will be provided a bus tour of all applicable maintenance sites. Failure to attend the pre -bid conference may result in your bid not being considered by the City. Bidders should insure that a qualified representative from their firm be present for the site inspection portion of the pre -bid conference, as the City will only provide a single opportunity for bidders to view these sites. 2. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 3. BID DEPOSIT Bidder shall provide a bid deposit equal to 5% of the contract value, which shall accompany the bid document. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds. Failure to provide a bid deposit along with the bid shall be grounds for bid disqualification. of Tamarac Purchasing B Contracts Division iw 4. PERFORMANCE AND PAYMENT BONDS The successful Bidder shall fumish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the City's forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish the required bonds within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's failure to fumish said bonds. Please refer to Section 16 of the Special Conditions herein regarding additional requirements for Performance and Payment Bonds. of Tamarac Purchasing d Contracts Division SPECIAL CONDITIONS 1. ASSIGNMENT OF CONTRACT This contract, or any portion thereof, shall be assigned, except by formal written approval of the City. No such approval will be to subject the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of Contractor's liability and obligation under this contract. 2. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 7:30 AM. Exceptions to this schedule can only be made with the prior written approval of the City. The Contractor shall provide a qualified foreperson present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the job site is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after maintenance operations, and to protect the general public from harm, Contractor shall remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Utilities Engineering Department by telephone at (954) 724-2506 or of Tamarac & Contracts Division assigned project manager and inform the appropriate staff member about the location and extent of the damages. 4. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as identified in the Technical Specifications. Cost of permits from agencies other than the City, will be reimbursed by City without markup, for properly submitted invoices. 5. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed landscape maintenance sites. A MANDATORY pre -bid conference providing bidders with the opportunity to view all sites will be held at the time and place shown on the cover sheet herein. Failure to participate in this mandatory conference will result in no further consideration being given to your firm. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has become familiar with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. 6. SITE INSPECTION — CITY All work will be conducted under the general direction of a City project manager from the City of Tamarac Public Works Department. All work completed by the successful contractor is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without proper written authorization from the project manager/consultant nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. 7. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Award. 8. PAYMENT Payment will be made monthly for work that has been completed, Inspected and properly invoiced. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218 of Tamarac Purchasing & Contracts Division 9. CONTRACT DOCUMENTS 9.1 The contract documents shall consist of the final Agreement, Bid Document No. 04-30B, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda issued prior to, the Contractors bid/proposal included herein, and all modifications issued after execution of the Agreement. 9.2 If any portion of the Contract Documents appears to be in conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: (1) The Final Agreement (to be developed after bid opening) (2) The Special Provisions (3) The Technical Specifications (4) The Instructions to Bidders and General Terms and Conditions (5) The Sample Agreement If applicable, as between schedules and information given on Drawings, the schedules shall govern; as between figures given on Drawings and the scale measurements, the figures shall govern; as between large-scale drawings and small-scale drawings, the larger scale drawings shall govern. 10. CHANGE ORDERS Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes. to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. CHANGES IN THE WORKtCONTRACT PRICE 11. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the City of Tamarac I purchasing & Contracts Division event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. CHANGES IN CONTRACT TIME 12. CHANGE ORDER The Contract Time may only be changed by a Change Order, A fully executed change order must exist prior to extension of the contract time, 12.1 Notice Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (1 b) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 12.2 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 13. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall fumish proof of such adjustment to the Gty of Tamarac Purchasing & Contracts Division CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 14. LIQUIDATED DAMAGES Failure to respond to requests by City within twenty four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a $50.00 a day deduction from the following payment application. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Contract, and agree that $50.00 per day is an amount proportionate to the cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. 15. BONDS The Contractor shall furnish a 5% bid bond. The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10- 156. If the surety on any bond fumished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 16. PERFORMANCE AND PAYMENT BONDS Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and, furnish the City a Performance Bond and Payment Bond, using City -provided forms, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of said contract which the City may be required to make under the law. of Tamarac I Purchasing & Contracts Division IV) CITYWIDE LANDSCAPE MAINTENANCE BID 04-30B TECHNICAL SPECIFICATIONS SCOPE OF SERVICES The City of Tamarac is interested in obtaining proposals from qualified Contractors, for an initial three (3) year contract, with the option to renew for one (1) additional three (3) year period, to provide high quality landscape maintenance service. Service and good workmanship are of primary concern. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly maintain the areas covered by this requirement. Installation shall be by a licensed landscape contractor and crew with at least three years of verifiable full-time experience with landscaping projects of similar nature or dollar cost. SPECIFICATIONS The Specifications listed below constitt Contractor shall be responsible for takii conditions, quantities and details sho%A received from the City, and shall noti discrepancies found therein. Failure discrepancies shall not relieve Contract faulty construction, or improper operation at Contractor's own expense. SECTION 1. DEFINITIONS I.I. DEBRIS & LITTER to the technical specifications for this project. g measurements and verifying all dimensions, 7 on the drawings, schedules, or other data y City of all errors, omissions, conflicts and to discover or correct errors, conflicts or )r of full responsibility for unsatisfactory work, resulting from nor from rectifying such condition Objects that are unsightly or present obstacles to mowing and other grounds maintenance operations including but not limited to, rocks in lawn areas, wind and storm damage items; paper, glass, trash, or debris deposited or blown onto the sites; palm fronds and tree limbs; and illegally posted signs within the public rights - of -way, are to be removed by Contractor, at Contractor's expense. 1.2. EDGING The cutting of overhanging vegetation away from the hard surface (curbs, sidewalks, driveways, etc.) to include actual depth penetration of soil. of Tamarac Purchasing & Contracts Division i• 1,3. HEDGE TRIMMING The trimming of hedges or any shrub material. 1.4. I.P.M. Integrated Pest Management is a sustainable approach that combines the use of prevention, avoidance, monitoring and suppression strategies in a way that minimizes economic, health, and environmental risks. IPM will be implemented for the treatment of damaging insects and diseases to shrub and turf areas. Incidental application of pesticide will be done as needed. Ant bait will be used for control of anthills upon monthly inspection. Post and pre -emergent herbicides will be applied to control weeds in landscape beds, tree rings, pavers and crack weeds, 1.5. IRRIGATION All of the plumbing and electrical devices involved in the distribution of irrigation water. The plumbing begins at, and includes, the main supply and ends with the drain valve or sprinkler head. The electrical begins at, and includes, the electrical controller (including box) and ends with the electrical solenoid on a valve or sprinkler head. 1,6. MULCH Shall mean shredded cypress, melaluca, eucalyptus, or rainbow (red mulch). 1.7. PERFORMANCE. BOND Shall mean the form of security approved by the City and furnished by the Contractor as a guarantee that the Contractor will execute the work in accordance with the terms of this Bid and will pay lawful claims. 1.8. PROPER VEHICLES. Any vehicle that is not in violation of any provision of this Bid is a proper vehicle. 1.9, PEST CONTROL The use of integrated pest management techniques to control outdoor pests such as weeds, rodents, plant insects and diseases. 1.10. SCOPE OF WORK The work in this Bid shall consist of the supervision, materials, equipment, labor and all other items necessary to complete said work. City of Tamarac 1.11. SHRUB & Contracts Division A woody plant of relatively low height, distinguished from a tree by usually having several stems rather than a single trunk. 1.12. WEED EATING The cutting of grass and weeds in areas that is inaccessible to mowers due to obstacles. 1.13. WEED Any plant growing where it is not desired. Plants such as, but not limited to: clover, dandelions, purslane, chickweed, plantain, knotweed, black medic, and volunteer trees are also considered weeds. Grass in plant, rock and shrub beds, cracks in sidewalks, streets and parking lots is also a weed. SECTION 2. TERM 2.1 PERFORMANCE PROBATION PERIOD (a) The Contractor will enter into a three (3) month probationary period beginning on the date of the contract award. During this time City staff will closely scrutinize the Contractor's performance. If the performance is acceptable, the Contractor will be notified and the contract will extend through the expiration date given in the Agreement. (b) The City has the right to terminate the contract during the probationary period with or without cause, and this right shall be solely at the discretion of the City. 2.2 CONTRACT TERM The term of the Agreement shall be for a three (3) year period commencing on and including and expiring on Service shall commence no later than fourteen (14) days from the date the Agreement is executed by both parties. 2.3 OPTION (EXTENSION) City shall have the option to extend the term of the Agreement on a month -to -month basis on thirty (30) days written notice to the Contractor. 2.4 RENEWAL TERM The City reserves the right to renew the Agreement resulting from this bid for one (1) additional three (3) year period upon mutual written agreement between the o/Tamarac Purchasing & Contracts [Division parties, and subject to successful performance by the Contractor during the initial contract period, SECTION 3. GENERAL REQUIREMENTS 3.1 GENERAL STATEMENT OF CONTRACTOR'S OBLIGATIONS Contractor agrees to provide landscape maintenance services to public right-of- ways and/or medians within the corporate limits of the city at specific locations as described in the schedule of prices for level 2 areas, Attachment "A" Bid Form. 3.2 MOWING REQUIREMENTS (a) Mowing shall be performed in a manner consistent with landscape maintenance industry standards that ensures smooth surface appearance without scalping or leaving any missed uncut grass. (b) Reel mowers with rollers or rotary mowers will be used on St. Augustine grass; reel mowers with roller, rotary mowers, or flail mowers will be used on Bahia grass. (c) All mowers must be adjustable and adjusted to the proper cutting height and level for the type of grass and current condition of the turf. Mower blade height adjustment is to be measured from a level floor surface to the parallel and level plane of the mower blade. (d) All mower blades are to be maintained in a sharpened state to provide for even cut without tearing of grass blades. (e) All litter and debris is to be removed from turf prior to mowing. (f) The Contractor shall exercise care in mowing in order to avoid damage to trees, shrubs, ground cover beds, sod berms, sprinkler heads, valves, manifolds, time clocks, curbs, or other facilities. (g) Grass clippings or debris caused by mowing, weed eating or trimming will be removed from adjacent walks, drives, gutters, and curbs or surfaces on the same day as mowed or trimmed. No clippings, or other landscape debris shall be allowed to stay in the vicinity of a stormwater inlet/catch basin(s) or be allowed to enter into any body of water. Blowing of grass clippings into hedges, shrub beds or roadway will not be permitted. Failure to follow these requirements may result in contract termination. (h) Mowing may not occur in any area when weather or conditions will result in damaged turf or uneven cutting. If damage occurs under these circumstances, turf will be replaced at the Contractor's expense. 3.3 3.4 of Tamarac i& Murchasr'n d Contracts D+vrsion (i) Berms must be mowed without damaging the turf (j) St. Augustine Grass shall not be mowed lower than two (2) inches in height. Cut heights should be set to remove half (1/2) of the blade height, not to exceed three quarter (3/4) of the blade height, with an average maintained height of three (3) to four (4) inches. (k) In the event that the growth rate of St. Augustine and Bahia grass exceeds the mowing frequencies specified in Section 3.3 of this solicitation, the Contractor shall remove from right-of-way natural turf areas excessive clippings. The City's supervisor shall make a determination re ardi excessive clippings. g ng (1) Bahia grass shall not be mowed lower than two (2). inches in height. Cut heights should be set to remove half (1/2) of the blade height, not to exceed three quarter (3/4) of the blade height, with an average maintained height of three (3) to four (4) inches. MOWING FREQUENCIES Level 1 (St:Augustine): Thirty (30) to thirty-two (32) times annually based on a frequency of three (3) times per month, in the months of April through October and two (2) times per month, in the months of November through March. Level 2 (Bahia): Twenty-six (26) to twenty-eight (28) times annually based on a frequency of three (3) times per month, in the months of May through September and two (2) times per month, in the months of October, November, March and April, with December, January and February only requiring one (1) per month. SHRUB AND HEDGE CARE (a) Shrubs shall be maintained in a healthy, growing correct color condition in the shape and area specified, or as specifically directed by City designee. (b) Contractor shall prune & trim all shrubs and hedges,. which include but not be limited to, the removal of dead and/or broken branches, suckers or sprouts, branches that may hang over walkways, grow through fences or obscure roadway vision. Pruning shall be performed to have shrubs appear orderly and neat at all times. All hedges and shrubs should be maintained at a height not to exceed 24" from the top of pavement within sight triangles. (c) All pruning & trimming will be accomplished in accordance with standard practices including the use of sharp cutters and not hedge shears for pruning. Machetes shall not be permitted for any operation. of Tamarac Purchasing d Contracts Division 3.5 WEED TRIMMING AND EDGING: (a) Weed trimming: Grass shall be trimmed during, or as an immediate operation following, mowing. Weed trimming may be accomplished by hand or hand powered shears or rotary nylon "fish line" cutting machines. Grass will be trimmed at the same height as adjacent turf is mowed, and as needed to remove all grass leaves from around all obstacles and vertical surfaces in the turf such as posts, trees, walls, cement medians. Berms shall be trimmed with a small trim mower only. Contractor shall use special care when weed trimming around trees to limit damage to bark surface and/or the living cambium layer beneath, and when weed trimming around sprinkler heads and other irrigation system fixtures to assure their proper water delivery function. (b) Edging: Mechanical edging of all turf edges abutting sidewalks, and flush paved surfaces, including all road curbs, drives, etc., will be done during or as an immediate operation following the mowing for the cycle as follows: turf will be edged approximately eighteen (18) inches outside and around all trees that are in lawn areas, or as directed by City designee. Turf will be edged approximately ten (10) inches out from the drip line of shrubs and hedges. Turf edging at shrub beds, flower beds, ground cover beds, hedges, or around trees (where edging rather than weed eating is directed) shall be edged with a manual or mechanical edger to a neat vertical uniform line. (c) Dirt and debris produced by edging or weed eating will be removed and swept from adjacent hard surfaces during or as an immediate operation following the mowing. (d) hemica! Edging: Chemical application may be used as an alternative to mechanical edging to kill weeds and trim in and around areas such as planters, areas adjacent to buildings, trees, fence lines, sprinkler heads and cement medians (concrete divider isles). Prior to application of chemicals, all areas shall be trimmed to proper mowing height. Chemicals shall be applied in a manner to limit drift to six (6) inches. (e) Contractor is responsible for replacement of all damaged sod at Contractor's cost and City shall not be financially responsible for replacement of sod damaged by Contractor. If sod replacement is not complete within one week of written notification, City may replace and deduct the cost of replacement from the next monthly payment application. 3.6 WEED TRIMMING AND EDGING FREQUENCIES Level 1 (St. Augustine): Edging and weed trimming to be done every time area is mowed. Level 2 (Bahia): Edging and weed trimming is to be done every other time area is mowed. City of Tamarac Purchasing & Contracts Division Awl 3.7 WEED CONTROL - LANDSCAPE MAINTENANCE WEED CONTROL (a) Weeds are to be mowed, trimmed or edged from turf areas as part of turf care operations. Weeds are to be manually or mechanically removed from shrub, hedge, ground cover or flowerbeds on the same frequency as edging and weed eating as stated in section 3.5 of this Specification (b) Weeds are to be mechanically or chemically removed from walkways, walkway and curb gutter expansion joints and along fence lines and cement / paver noses of medians with every mowing. (c) Contractor may use contact herbicides for killing spots of weeds in St. Augustine grasses, with written permission. 3.8 TURF FERTILIZATION Fertilization for all turf areas should be completed so as to provide one (1) pound of actual nitrogen per 1,000 square feet of lawn area, for each application specified: (a) St. Au ustine Turf Fertilization: St. Augustine turf fertilization shall follow the schedule contained for the fertilization of St. Augustine lawn areas, as shown on Schedule of Prices herein. (b) St. A ustine W ed id Feed A li ation: St. Augustine weed and feed application shall follow the schedule as shown on the Schedule of Prices herein. (c) B hia and St. Augustine Insecticide and Fertilizer Combination: Bahia and St. Augustine insecticide and fertilizer combination shall follow the schedule attached as shown on the Schedule of Prices herein. (d) Fire Ant Control: Fire ant control will be performed on an as -needed basis with written City authorization only, with the use of Amdro or other approved insecticide labeled for fire ant control. (e) Disease Control: Disease control in turf and shrub areas will be by identification and diagnosis and application of appropriate fungicide or bactericide as needed upon written authorization of the City. 3.9 SHRUB AND GROUNDCOVER FERTILIZATION Shrub and groundcover fertilization shall be accomplished in accordance with the Schedules attached as shown on the Schedule of Prices herein, with a 10-10-10 mixture with microelements at the rate of three quarter (3/4) pound of fertilizer per 100 square feet of shrub area. of Tamarac ti; Purchasing & Ccntracts Division 3.10 MULCH Mulch shall be added to planting beds once a year in March. Mulch shall be applied three (3) inches thick. Beds will be clean of weeds when new mulch is applied. Beds may be cultivated to help achieve this depth prior to application of new mulch. 3.11 TREE CARE All tree work shall be supervised by a Licensed Arborist, licensed by, and a member in good standing of, the National Arborist Association (NAA). Additionally, all pruning shall be in accordance with the NAA, 1989 Revision of "Pruning Standards for Shade Trees" or most current edition. Under all circumstances, this work should be performed so as to ensure the highest possible value for each tree is maintained, based on the International Society of Arboriculture (ISA) Standard Valuation Guidelines. All tree work shall be subject to present and pending Broward County regulations. Bidder shall conform to future and pending regulations, including, but not limited to, the changes in Section 9, Article XI of the Broward County Code of Ordinance. Other Standards of practice as published by the United States Department of Agriculture, Florida Department of Agriculture and Consumer Services - Division of Forestry, and/or University of Florida/Florida Cooperative Extension Service Institute of Food and Agriculture Sciences, may be referenced when local conditions are not specifically addressed by the NAA or ISA guidelines. (a) Palm Trees: Dead fronds from palm trees shall be removed from the ground as they fall. All Palms throughout the City shall be thinned of dead fronds and trimmed once annually. (b) Sbpgg,Trees: Shade Trees shall be pruned to remove sucker growth and to maintain clear visibility between grade and a height of at least six (6) feet. All damaged, dead or diseased limbs resulting from weather or pests shall be removed immediately. All trees throughout the City shall be thinned and trimmed once annually. (c) Accent Trees: Accent Trees such as Cattley Guava, Ligustrum and Oleander Standards shall be pruned by thinning to maintain shape of tree every other month. (d) Debris: All debris, limbs and fronds will be picked up the same day of pruning. Failure to pick up debris will result in assessment of damages as indicated in Section 8 of this Specification. 3.12 TREE FERTILIZATION: (a) Tree fertilization Shade trees shall be fertilized in accordance with requirements shall follow the schedule attached as shown on the Schedule of Prices herein, with a 8-10-10 or 10-10-10 mixture complete fertilizer with City of Tamarac _ Purchasing & Contracts Division microelements, at a rate of one (1) pound per caliper inch of trunk diameter at breast height (DBH). (b) Palm Tree Fertilization: Palms shall be fertilized in accordance with herein as shown on the Schedule of Prices herein with a complete 10-5-5 mixture Palm Special type fertilizer containing microelements at the rate of one (1) to five (5) pounds per palm, dependent on the trunk diameter, generally one-half (1/2) pounds per inch of trunk diameter. 3.13 LITTER AND DEBRIS CONTROL 3.13.1 Standard Services (a) Litter removal from turf areas and plant beds and designated right-of- way areas shall be completed prior to each mowing operation in the same day. (b) Litter is to be removed entirely from the sites and disposed of in accordance with City of Tamarac Ordinances; at Contractor's expense (no dumping on City property shall be permitted). (c) The City reserves the right to maintain ownership of all shrub and tree trimmings, for mulch cultivation services. The Contractor shall be required to deliver said trimmings to the Public Works Department if requested by Landscaping Division, as part of services. (d) City retains the right to request debris removal upon a finding by City staff that such services are necessary. 3.13.2 Storm & Hurricane Debris Removal (a) The Contractor shall make available to the City upon request, up to two (2) three (3)-person crews, including required equipment, for trash and vegetative debris removal. These services shall be performed following significant weather events, at the City's discretion. (b) The Contractor shall make these services available to the City within 12 hours, whereby the City maintains the right of refusal. In the event the City relinquishes this service, the City may later request such service upon re-evaluation by City staff. 3.14 IRRIGATION (a) Inspections: Contractor shall check irrigation systems upon each mowing operation to ensure no damage to heads or valves has occurred. The entire irrigation system shall be thoroughly inspected and we tested f r l2roger coverage by contract foreman one (1) time per month during the months of Ask of Tamarac j �W purchasing d Contracts Division May — October and two (2) times per month during the months of November -- April. Contractor will replace any heads or valves damaged by Contractor in the act of mowing at Contractor's expense. City personnel shall inspect all systems weekly. Cost of replacement will be charged to the maintenance contractor and performed by the irrigation maintenance contractor. (b) Ad' stments: The Contractor shall be responsible for any adjustments to time clocks or other irrigation control devices. The Contractor will, as part of routine monthly inspection services, make any minor head, or nozzle adjustments to maintain full irrigation coverage as are needed, including but not limited to, straightening/resetting of misaligned heads and cleaning of nozzles. (c) Replacements: Replacements for damage caused during maintenance shall remain the responsibility of the Contractor. Contractor shall replace items needed due to normal wear and tear or damages caused by equipment other than that used for maintenance. (d) Materials to be utilized in the performance of this Contract are as follows: Heads 1.1. Rainbird 1$00 Series 6" & 4" Pop -ups (w/PA-$ shrub adapters) 1.2. Rainbird R-50 Series Rotary (3.0) 1.3. Hunter PGP Rotary 6" Pop-up 1.4. Hunter PGM Rotary 4" Shrub 1.5. Toro 300 XP Rotary Stream Pop -ups 1.6. Toro 570 Series 6" & 4" Pap -ups 1.7. Hardie HS 6" Pop -ups 1.8. Saf-T-Lawn 6" Pop -ups 2. Valves 2.1. Hardie 700 Ultraflow Electric Globe 2.2. Rainbird 150/200 PE Electric Angle 2.3. AVP Pressure Valves 2.4. FimCo Hydroindexing Valves 3.15 CHEMICAL PEST CONTROL: (a) Turf Insecticide Program: Turf insecticide program on St. Augustine turf will receive preventative application of insecticide as shown on the Schedule of Prices herein. After required applications, insect control will be identification of target insect and treated on an as -needed basis (unit price) upon City authorization. (b) Shrub Tree roundcover Insect Contr I: Shrub, tree and groundcover insect control shall be for specific insects identified by City staff as of Tamarac Purchasing & Contracts Division problematic and treated as needed upon City authorization. Some specific insects to be controlled are aphids, scale and grasshoppers. (c) General U§e of Chemicals: 1. All work involving the use of chemicals shall be in compliance with all federal, state and focal laws and will be accomplished by or under the direction of a person holding a valid Florida Certified Pesticide Applicators License. Application shall be in strict accordance with all governing regulations. 2. A listing of proposed chemicals to include commercial name, application rates and type of usage shall be submitted to the City designee for approval at the beginning of the Contract period. All proposed chemicals shall be approved by the Florida Department of Agriculture. No work shall begin until written approval of use is obtained from the City designee. 3. Chemicals shall only be applied by or under the supervision of those persons, processing a valid Florida Certified Pesticide Applicators License. Applications shall be in strict accordance with all governing regulations. 4. Records must be kept and retained (with copies provided to the City in application report) as prescribed by law for the use of pesticides for all operations stating dates, times, methods of applications, chemical formulations, applicators names and weather conditions. 5. Chemicals shall be applied when air currents are "still", using methods' that will prevent drifting onto adjacent property and prevent any toxic exposure to persons whether -or -not they are in or near the maintenance area. No spray applications are permitted when prevailing wind speeds exceed five (5) miles per hour. 6. Any soil, sod or plants contaminated or damaged by misuse of chemicals on the sites will be removed and replaced, with such removal and replacement cost paid for by Contractor. 3.16 GENERAL (a) Damages: Damage to landscape material due to any cause shall be immediately corrected by Contractor. This includes up -righting and staking any fallen or leaning trees and palms; removal of dead or damaged material; and minor grading and replacement of sod displaced by vehicles. Any pits left from tree removal shall be filled with clean topsoil with sod laid to match existing grade. (Contractor must contact City designee within twenty four (24) hours of such repairs.) of Tamarac Purchasing & Contracts Division (b) Contractor shall also replace any landscape, irrigation, or structures damaged by maintenance operations or due to neglect to perform these operations in accordance with the contract specifications. In the event that the Contractor fails to repair damages or replace damaged items the City reserves the right to repair the damage to the satisfaction of the City, and back -charge the Contractor the City's cost for all labor & materials required to complete reinstallation. (City designee will notify Contractor prior to replacement of repair.) (c) Reports: The Contractor shall be provided with a maintenance checklist to be filled -out and returned to the Public Works Department after each grounds maintenance and/or irrigation operation. All maintenance operations and the dates they were performed shall be noted, and any repairs or damages shall be described.. No payment will be made unless all reports are provided. (d) chedule: Contractor shall provide a daily schedule of daily activities to the City's Landscaping Supervisor prior to the execution of any work. (e) Time Limits: All maintenance shall be performed in accordance with Contractor's approved time schedule, submitted after Notice of Award. The following limitations shall apply, and may only be modified if requested in writing and approved by the Public Works Department Director: (f) Irrigation only 1. City Hall and Broward weekends only. 2. All other public facilities p.m. only. (g) General Sheriffs Office shall, be maintained on shall be maintained on weekdays after 3:30 Rights -of -way shall be maintained at any time excluding weekday rush hours, generally Monday through Friday 7:30 - 9:00 am and 4:30 - 6:00 p.m. (h) Special attention will be given to specified areas, as established by the City, prior to national holidays. The contractor may be required to provide non- scheduled maintenance services to accommodate this requirement. The Contractor will check the specified area(s) two (2) days prior to the holiday and verify that maintenance has been properly performed. 3.17 ADDITIONAL WORK (a) Sod Replacement Contractor shall supply sod replacement to the City on an as -needed basis. Contractor shall price sod on cost per square foot including the cost for removal, grading and installation. Prices for sod may be adjusted annually on the anniversary date of the Agreement. of Tamarac Purchasing & Contracts Divtsian (b) Palm and Tree Removals: Contractor will supply a firm, fixed price which shall include labor, equipment and disposal for removal of palms and other trees as needed. Two (2) size rates shall be provided, one for trees and palms up to 25' in height, and one for trees and palms larger than 25' in height up to 40' in height. All removals shall include stump grinding or removal where appropriate. (c) Fertilizing: Contractor will supply labor for additional fertilizing if needed. Labor will be priced on a per 50 lb. bag basis, including cost of fertilizer. (d) Ad0ional I.P.LA,: Price shall be per 50 gallons of insecticide or 50 pounds of granular insecticide per as -needed application, and shall include all labor and materials. (e) Storm and Debris leanu : Debris shall be removed within the project maintenance areas after major storm events, including but not limited to hurricanes, at the City's request, on a crew hourly rate, which should include minimum 3 man crew, all necessary equipment, and disposal in said rate. SECTION 4. RATES, RECORDS AND BILLING 4.1 RATES (a) The rates referred to in Section 5 shall be applied to services performed by Contractor within service area. Contractor shall also receive compensation for additional work performed as stated in Section 5. City shall approve such additional work first. (b) The rates quoted are to apply to any area annexed into the City. (c) Contractor shall work with City to resolve any unforeseen problems that may arise during the term of this Bid. This includes, but is not limited to, providing extra crews and equipment in times of emergency. 4.2 RECORDS Contractor agrees to maintain, at Contractor's principal office listed in this Bid, adequate books and records relating to the performance of its obligation under this Bid. 4.3 BILLING (a) After each maintenance operation is complete, Contractor shall request inspection by the City's supervisor. The City's supervisor shall then sign -off on job ticket to signify approval of work completed. The approved tickets shall be included with each monthly invoice. Contractor shall submit a of Tamarac Purchasing & Contracts Division monthly invoice on the first day of each month, itemizing all maintenance items performed during the previous month, with the City approved tickets attached. A schedule of all maintenance items to be performed the following month shall be submitted with the invoice noting dates, times and locations of operations. The Public Works Department must be notified prior to any change in scheduling within five (5) working days to allow City staff to inspect sites for scheduled maintenance. Written reports must be turned in to the Public Works Department after each mowing operation, which shall include a checklist to be provided to the Contractor by the City. (b) Payment will be made after all services have been received, accepted, and properly invoiced. Invoices must bear the project name, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. SECTION 5. COMPENSATION, SCHEDULES AND FREQUENCIES 5.1 COMPENSATION Contractor shall be paid the following sums for all services that Contractor provides City as stated in the City -Wide Landscape Maintenance Schedule of Bid Prices contained herein. SECTION 6. CONTRACTOR'S LOCAL OFFICE 6.1 OFFICE/MANAGING AGENT Throughout the term of this Contract, the Contractor shall establish and maintain a local office or authorized managing agent within Broward County and shall designate in writing within ten (10) days of execution of this Contract the name and contact information for the agent to whom all notices may be served by the City. Service upon Contractor's agent shall always be construed to constitute service upon the Contractor. 6.2 HOURS Contractor's local office shall be open during normal business hours so that the City may lodge complaints, request information, and initiate requests for service. At a minimum, the Contractor's local office shall be available during the hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. 6.3 STAFFING Contractor's local office shall have a responsible person in charge during regular business hours, shall be equipped with sufficient telephones, a local telephone number, and sufficient attendants to receive telephone calls. Attendant(s) shall receive calls in a courteous and polite manner, record all complaints, and resolve all complaints in an expeditious manner within the next business day. City of Tamarac SECTION 7. CONTRACTOR'S RELATION TO THE CITY 7.1 INDEPENDENT CONTRACTOR Purchasirg $ Contracts Division The relationship of the Contractor to the City shall be that of an independent contractor, and no principal -agent or employer -employee relationship between the parties is created by this Bid. By entering into this Bid with the City, Contractor acknowledges that it will, in the performance of its duties under this Bid, be acting as an independent contractor and that no officer, agent or employee of the Contractor will be for any purpose an employee of the City and that no officer, agent or employee of the Contractor is entitled to any of the benefits and privileges of a City employee or officer under any provision of the statutes of the State of Florida and ordinances of the City. 7.2 NON -WAIVER OF POWERS AND REGULATIONS This Bid shall not be construed to imply the relinquishment or waiver by the City of its power to make other reasonable requirements or regulations pertaining to the subject matter hereof, and the City hereby expressly reserves the right to make all regulations which may be necessary or proper to secure the safety, welfare and accommodation of the public, including, but not limited to, the right to adopt and enforce regulations to protect and promote the health and general welfare of the public from danger and inconvenience in the management and operation of landscape maintenance detailed herein. Further, nothing herein contained shall constitute a waiver of any of the requirements of the rules and regulations heretofore adopted by the City, including the right to make such changes and amendments to said rules and regulations as City may deem to be advisable and necessary to protect the public health and general welfare of its inhabitants. 7.3 LABOR FORCE (a) Employees of the Contractor shall at all times be under Contractor's sole direction and are not employees or agents of the City. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Contractor shall be responsible to the City for the acts and omissions of all employees working under its directions. (b) A representative of the Contractor for the purpose of contact during regular work -hours, after-hours, weekends and holidays must be identified. The named representative shall be understood and agreed by both parties to be the contact person for Contractor. Said representative(s) shall be on -site, in a supervisory position, at all times during which work is being performed. Additionally, said supervisor shall be fully fluent in the English language and of Tamarac & Contracts Division shall be able to maintain effective communications with all crewmembers under said supervisor's control. All personnel shall wear proper attire during City service performance, including any applicable and required Occupational Safety and Health Administration (OSHA) safety articles or equipment. (c) Safety„ precautions: Federal, State and Local environmental regulations shall be followed to minimize the possibility of air, water and soil contamination or other undesirable results. Additionally, all work in public right-of-ways shall be performed in accordance with a Florida Department of Transportation, Broward County and/or City approved traffic maintenance plan. The costs related to any and all materials required for said traffic regulation shall be included. Access and passage by all vehicular and pedestrian traffic shall be maintained while work under this Bid is being performed. Blockage will not be permitted for more than 30 minutes without written approval of the Broward Sheriff's Office (Tamarac Division). (d) Contractor's responsibility: Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this Bid shall be in good and proper working order. Unless otherwise stated, all services shall be executed between the hours of 8 A.M. and 6 P.M. Exceptions to this schedule may only be made with the prior approval of the City in writing. The Contractor shall provide a qualified Supervisor present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the job site is in a City facility, that it is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. Any materials or equipment left on site shall be left at the risk of the Contractor, who is fully and totally responsible for security. (e) Loss of materials or equipment due to theft, vandalism, etc., shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 7.4 DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced at no additional cost to the City. of Tamarac Purchasing & Contracts Division The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, the Contractor shall immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Works Department by telephone at (954) 724-2410 and inform the appropriate staff member about the location and extent of the damages. 7.5 EQUIPMENT (a) Contractor, at its sole cost and expense, shall furnish and maintain all Equipment as is considered reasonably necessary to perform the work in an acceptable manner to the City and at a satisfactory rate of progress. The equipment shall be maintained in a safe and efficient working condition throughout the term of the Contract and any renewal period. Contractor shall establish a regular preventative maintenance program for all Equipment and shall maintain records of preventative maintenance and other maintenance repairs to the Equipment. Contractor shall be responsible for initiating, maintaining and supervising all maintenance programs, safety precautions and programs, in connection with the work and services performed hereunder. Contractor shall establish reasonable procedures and programs to prevent property loss or damage and/or personal injury to persons, including, but not limited to, employees performing such work and all other persons who may be affected hereby. (b) Contractor shall comply with all Federal, State, and local rules and regulations when conducting operations pursuant to this Contract. Contractor shall maintain tiles and records of all citations and violations of any laws, statutes, ordinances, or regulations in the ownership, title, maintenance, or operating of the Equipment and such files and records shall be available upon reasonable notice for review by the City. If Contractor is in violation of any law, Contractor shall be solely responsible for coming into compliance with such law and shall be solely responsible for the payment of any fine charged for such violation. SECTION S. PERFORMANCE, EVALUATION AND MONITORING 8.1 LIQUIDATED DAMAGES Failure to respond to requests by City within twenty four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a $50.00 a day deduction from the following payment application. In addition, all debris, limbs and fronds will be picked up the same day of pruning. Failure to pick up debris will result in a fee of $50,00 per day, as long as debris remains. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that $50.00 per day is an amount proportionate to the cost incurred by the City as a of Tamarac Purchasing & Contracts Division result of such breach. The parties agree that this amount is not intended as punitive damages. 8.2 DISPUTE RESOLUTION: All disputes pertaining to this Bid between the City and the Contractor shall be settled internally with the appropriate City staff making the final determination and through the following chain of command: 1) Landscaping Division Supervisor; 2) Superintendent, 3) Project Manager, 4) Assistant Director of Public Works, 5) Director of Public Works, and B) City Manager. The Purchasing and Contracts Manager shall be present and included in all dispute resolution meetings pertaining to this Bid. In the event a dispute cannot be settled through the chain of command set forth in this section, the dispute shall be brought forward in a court of competent jurisdiction. The laws of Florida shall be controlling. Venue shall be in Broward County, Florida. City of Tamarac & Contracts Division COMPANY NAME: (Please Print): W rt, Phone: 24 ; , � Fax: Q Z t BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 0 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. [J2. Carefully read the Detailed Specifications, and properly fill out the Bid Forms. [213. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 04. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. [] 5. Fill out the Bidder's Qualification Statement, 6. Fill out the References form. [ T. Sign the Vendor Drug -Free Workplace form. 28. Fill out the List of Subcontractors, 09. Include a 5% Bid Deposit/Guarantee. Failure to provide a bid deposit/guarantee will result in automatic rejection of your bid. 0 10. Fill out and sign the Certified Resolution. Q 11. Include proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. of Tamarac I- Purchasing d Contracts Division BID FORM BID 04-30B CITYWIDE LANDSCAPE MAINTENANCE Submitted by: `t sr��4t b Y �.r. Date H it 10+ (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881" Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local c(,nditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees ' that the Work will be substantially performed and complete in accordance with the schedules established herein. City of Tamarac Purchasing & Contracts Division BID FORM BID 0430E (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide Citywide Landscape Maintenance, as follows: Furnish all labor, materials, tools, and equipment necessary as indicated in the specifications to provide quality landscape maintenance for areas as designated within the City of Tamarac. In order to be considered for this project, the vendor must meet the following conditions: 1. Has successfully completed a minimum of three (3) projects of similar scope and complexity over the past five (5) years. 2. Must be able to document the requested experience upon request. We propose to furnish the following in conformity with the specifications and at the bid prices referenced on the Schedule of Bid Prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. . �hz'L� � r 1Vr�� i it ic+ Name of Bidder Datl I See Schedule of Bid Prices on the following pages. BID 04-30B SCHEDULE OF BID PRICES RIGHTS -OF -WAY Pricing Rights -of -Way Annual Total Public R.O.W. Description Comments Quantity Frequency Unit price Cost Commercial Blvd. mowing services medians & swales 28 736 1,008 20,608 12,096 Hedge trimming 7777.112 24 24 371 8,904 (From Universit Drive to irrigation inspection # of zones Prospect Road) Prunin &Trimmin 146 1 3,212 3,212 includes: b trees 52 1 1,O4q 1,040 1 NW 31 ave. alms 2) NW 56 St !Chemical ap lications kI.P.W. 12 300 3,600 2 252 504 b turf fert. 146 1 1$9 189 c tree fert- lm tree fert. ti 52 1 44 44 #ee) rub fert. beds & trees 2840 1 4,2 00 1,680 4,200 h 56,077 TOTAL a„ ., 28 736 2D,608 Hiatus Road mowingservices medians & swales .. 12 336 4 032 Hedge trimmin .. • 1 61 24 357 8,568 from Gommerciat Blvd. to irrigation inspection # o zones7777777777777 to Mcnab Rd. Pruning & Trimmingr ' 264264 b trees 46 1 92 0 920 c alms Chemical applications 12 250 3,000 a LP.M.• 2 294 588 b turf fert. 1 42 42 „. C tree fert. 1 66 66 2 d) palm tree fert. 46 2 420 840 e shrub fert- 1 1,750 1,750 Mulch beds & trees 40,678 TOTAL T Rock Island Road mowin services medians & swales 28 414 11,592 5,040 (From Commeicial•Blvd. hed a trimming 12 12 24 420 84 2 016 to NW 44 St.) irri ation inspection # of zones � Pruning & Trimming 61 1 1,342 1,342 a trees 61 1 1,000 1 000 b alms Chemical applications 12 150 1,800 a LP.M.• 2 105 210 x• b turf fert. x 1 84 84 3 c) shade tree fert. 61 88 d aim tree fert. 61 1 2 88 252 504 e shrub fert. 1 1,750 1,75p Mulch beds & trees n _ m' 25,426 TOTAL medians 28 368 1Q304 University Drive mowin 12 504 6,048 (From South ate Blvd. to hedge trimming 23 ` 24 168 4,032 Commercial Blvd. irrigation inspection ones -7777777777777 Prunin &Trimming • 180 1 2,640 ,. 2.640 a trees 131 1 2,500 2,500 balms Chemical applications 12 200 2,400 a I.P.M.. 2 105 21G e In turf fert. 180 1 231 231 q c shade tree fert. 131 1 176 17E d aim tree fert. 2 315 63C e shrub fert. ; 1 4.200 4,20C Mulch beds & trees 33,371 TOTAL BID 04-30B SCHEDULE OF BID PRICES Pricing Annual Total Public R.O.W. Descri tion Comments Quantity Frequency Unit price Cost Pine Island Road mowing services medians & swales 28 368 10,304 (NW 88 Avenue) hedge trimming 12 672 8,064 from Southgate Blvd. to irrigation inspection # of zones 7 24 168 4,032 Commercial Blvd. Pruning& Trimming+. a trees 34 1 748 748 b alms 24 1 480 480 . Chemical applications a LP.M.. 12 150 1,800 b turf fert. u 2 147 294 5 c) shade tree fert. ;; .' 34 1 84 84 d Palm tree fert. 24 1 88 88 e shrub fert. 2 252 504 Mulch beds & trees 1 1,750 1,750 TOTAL z 28,148 Nab Hill Road mowing services medians 28 322 9,016 a From Southgate Blvd. hedge trimming 12 210 2,520 to Commercial Blvd. irrigation inspection # of zones 17 24 119 2,856 Pruning & Trimming a trees 122 1 1,540 1,540 b alms 77 1 800 800 Chemical applications a I. P.M, 12 150 1,800 b turf fert, 2 252 504 c shade tree fert. 122 1 147 147 6 d) palm tree fert. 77 1 88 88 e shrub fert. 2 420 840 Mulch beds & trees 1 1,155 1,155 TOTAL 21,266 Southgate Blvd. mowin services medians 28 828 23,184 hed a trimming 12 1,008 12,096 from NW 66 Ave. to Bush Hop_berm-, road to 2nd post 9 650 5,850 NW 108 Ave. Irrigation Inspection 24 378 9,072 Pruning& Trimming a trees 312 1 6,380 6,380 b alms 128 1 2,560 2,560 Chemical applications a I.P.M. 12 450 5,400 b turf fert. 2 840 1,680 7 c) shade tree fert. 312 1 504 504 d palm tree fert. 128 1 220 220 e shrub fert. 2 1,680 3,360 Mulch beds & trees 1 6,125 6,125 TOTAL 76,431 Boulevards mowingservices medians & swales 28 368 10,304 includes. Hedge trimming 12 168 2,016 NW 55, 54 & 53 Streets Pruning& Trimming Prospect Road b trees 1 3,190 31190 NW 26 & 27 Ave. ms 1 1,600 1,600 NW 51 Street pp.... ical applications rhe M. 12 150 1,800 fert,2 210 420 e fert. 1 105 105 8 d) 2alm tree fert. 1 44 44 e shrub fert, 2 84 168 Mulch beds & trees 1 420 420 TOTAL „.. 20,067 Paao I& of 7(1 BID 04-30B SCHEDULE OF BID PRICES Annual Total Public R,O,W. Description Comments Quantity Frequency Unit rice Cost Mainlands Drive mowin services medians & entranceways 28 27B 7 728 From Commercial Blvd. hedge trimming 12 1,008 70 12,096 1,680 to Highland Or- irrigation inspection # of zones n/a 7-7 77 24 a 61 1 1,100 1,100 includes: a trees 61 1 800 800 entranceway structure & b alms NW 47 Ter. entrance & Chemical applications w r NW 50 St- a LP.M- 12 2 200 105 2,400 210 777777. b turf Pert.: 61 1 168 168 9 shade tree fert. alm tree fert. rd x. � 61 1 220 220 shrub fert, ' 2 1 420 2,800 840 2,800 x Mulch 'S beds &, trees �. 30,042 TOTAL TOTAL medians *} . 28 552 15,456 fed. McNabfrom mowin 12 840 12.52C NW 69 Ave. to hedge trimmin r! 24 105 2 52C NW 108 Ave. irrigation inspection # of zones n/a ', Pruning & Trimming_ 50 1 1,100 1 10C r , :: : „, a trees 143 1 2,860 2 balms Chemical applications a LP.M. 12 400 4,80C b turf fert. 2 252 50le 10. c) shade tree fert. 50 1 fi3 6: d palm tree fert. 143 1 176 17E e shrub fert. Mulch beds & trees 1 2,100 2,10( 39,65s TOTAL NW 57 Street :. a . mowing services medians & swales 28 736 20,60E from NW 94 Ave. to hedge trimming ' 12 24 1,344 112 16,12E 2 68E Irrigation Inspection r Lime Bay Pruning & Trimming 88 1 1,936 1,93E includes' a trees 206 1 4,120 4 12( NW 64 Avenue b alms .„.. ;:. Chemical applications 12 ` 400 4,801 V a I -P.M.. b) turf fert. `' 2 483121 126 121 11 c) shade tree fert- �� 88 1 331 d aim tree fert. 206 1 2 330 1 008 2,011 e shrub fert. 1 3 850 3,851 Mulch beds & trees 57,561 TOTAL Greenbrier mowing services medians 28 69 1 93: from NW 75 Ave. to Pruning & Trimming'8: 1 396 39, NW 73 Ter a trees 6 1-77777-7 160 16 7777 b alms Chemical applications " 30 a I.P.M.. 12 2 25 42 e b turf fert. 18 1 21 2 c shade tree fert. 1 22 2 12 d) palm tree fert. ,.., 6 1 35 3 Mulch bed s &trees 5 TOTAL Page 37 of 76 BID 04-30B SCHEDULE OF BID PRICES Pricin Annual Total Public R.O.W. Description Comments Quantity Fre uenc Unit rice Cost Lagos de Campo mowing services medians 28 276 7,728 from Pine Island to hed a trimming 12 378 4,535 Irrigation Inspection s 24 168 4,032 McNab Rd. Pruning & Trimmin a trees 56 1 1,100 1,100 xr b alms 151 1 2,960 2,960 Chemical applications ;'z^777 a I.P.M. 12 200 2,400 b turf fert. 2 126 252 c shade tree fert, 56 1 84 84 13 d) palm tree fert. 151 1 220 220 e shrub fert. 2 525 1,050 ;.; Mulch beds & trees 1 1,925 1,925 TOTAL 26,287 Sabal Palms mowing services medians 28 92 2,576 from Rock Island Rd. Hedge trimmin e 12 504 6,048 to Bailey Rd. Irrigation Inspection Pruning & Trimmin °' w b trees f 17 1 374 374 c alms 68 1 1,240 1,240 Chemical applications a I.P.M. 12 100 1,200 b turf fert. 2 21 42 c tree fert. 17 1 42 42 14 d) Palm tree fert. 68 1 110 110 e shrub fert. 2 210 420 7. Mulch beds & trees 1 525 525 TOTAL 12,577 Woodlands North mowing services medians & swales 28 184 5,152 from Commercial Blvd. to Hedge Trimming Irrigation Inspection Pruning & Trimmin Bailey Rd, a trees 1 704 704 b alms 1 1,060 1,060 Chemical applications a I.P.M. 12 100 1,200 b turf fert. 2 63 126 15 c) shade tree fert, 1 63 63 d alm tree fert, 1 88 88 e Shrub fert.` 2 210 420 Mulch beds & trees 1 1,225 1,225 TOTAL 10,038 Woodmont area mowing medians 28 698 16,744 Hedge Trimming 12 1,344 16,128 irrigation inspection 24 329 7,896 includes' Pruning & Trimming NW 78 Street a trees 156 1 2,640 2,640 NW 81 Street b alms 112 1 1,600 1,600 NW 82 Street Chemical applications NW 80 Avenue a LP,M. 12 400 4,800 NW 70 Street b turf fert. 2 399 798 16 c) shade tree fert. 156 1 126 126 dl palm tree fert. 112 1 176 176 e shrub fert. 2 1,050 2,100 ` . Mulch beds & trees 1 2,100 2,100 TOTAL 55,108 _ f 74 BID 04-30B SCHEDULE OF BID PRICES Pricing nnual Public R.O.W. Descri tion Comments HQuantity e uenc Unit rice Cost28Prospect Rd. mowin services medians & swales28 276 7,7 from 4875 block to Pruning & Trimming NW 15 Ave. a trees " 1 2,2D0 2,200 ti a b alms 1 80 BQ F ; Chemical a lications a I.P.M. 12 100 1,200 b turf fert. 2 105 210 17 c) shade tree fert. "' 1 105 105 d aim tree fert. 1 22 22 Mulch beds trees" 1 35 35 11,580 TOTAL NW 108 Ter.180 Street mowing services medians &swales 28 460 12,880 from McNab to hedge trimmin 12 336 4,032 Nob Hill Road irrigation inspection # of zones 23 24 161 v 3,864 Pruning & Trimming a trees 87 1 1,320 1.320 b alms 223 1 3 000 3 000 Chemical applicationS " a LP.M. 12 300 3,600 ,, ..•.''> . b turf fert. 2 210 420 c shade tree fert_ 87 1 12fi 126 18 d) palm tree fert. 223 1 396 396 e shrub fert. 2 1 168 3,150 336 3,150 :• Mulch beds & trees �, 777 33,124 TOTAL NW 70 Ave. mowing services medians 28 322 9,016 from McNab Rd, to hedge trimmin 12 1,008 12,096 NW 77 Street irri ation inspection # of zones n/a 24 175 4,200 Includes: Pruning & Trimming 1 1,100 1,100 Brookwood Blvd, al trees 1 60 60 b palms Chemical applications I.P.M. 12 250 3,000 a b turf fert. 2 105 210 19 c) shade tree fert. * : 1 168 168 dpalm tree fert. 1 220 22C fert. 2 378 756 Mulch beds & trees 1 4,375 4,37E 35,201 TOTAL NW 77 Street mowing services medians 28 184 294 5,152 3,52E Hedge Trimming 12 77777 from Pine Island Rd. to Pruning & Trimming 1 880 88C Nob Hill Road a trees 58 71 1 1 20 1 42C alms Chemical applications a LP.M. 12 125 1,50C 2 63 12E b turf fert. 58 1 105 1V 20 c shade tree fert. 1 132 13, ° d aim tree fert. 71 2 168 33E e shrub fert. Mulch beds & trees 1 1,400 1,40( 14,57b TOTAL Page 39 of 76 BID 04-30B SCHEDULE OF BID PRICES Pricing Annual Public R.Q.W. Oescri tion Comments Quantiti Frequency Unit price Cost NW 81 Street mowing services medians 28 230 6,440 irrigation inspection 24 294 7,056 from Pine Island Rd. to Pruning & Trimming NW 96 Ave, a tees 67 1 1,100 1,100 b alms 34 1 680 680 Chemical applications 7777777. a I . P. M. 12 100 1,200 b turf fart. 2 168 336 21 c) shade tree fert. 67 1 84 84 d palm tree fert. 34 1 88 88 e shrub fert. 2 378 756 Mulch beds & trees 1 1,050 1,050. TOTAL 18,790 NW 84 Terrace mowln services medians 28 138 3,064 from 57 Street to hedge trimming 12 252 3,024 irrigation inspection 24 70 1,680 Lagos de Campo Pruning & Trimming a trees 33 1 704 704 b alms 73 1 660 660 Chemical applications a 1. P.M. 12 150 1,800 b turf fert. 2 126 252 c shade tree fert. 33 1 42 42 22 d) palm tree fert. 73 1 88 88 e shrub fert. 2 420 840 ... Mulch beds & trees 1 1,225 1,225 TOTAL NW 94 Avenue mowing services medians 28 46 1,288 hedge trimming12 84 1,008 from 57 Street to irrigation inspection # of zones 4 24 28 672 NW 59 Ct. Pruning & Trimmin a trees 1 1 22 22 b alms 17 1 240 240 Chemical applications a I. P.M, 12 75 900 b turf fert. 2 42 84 c shade tree fert. 1 1 21 21 23 d) palm tree fert. 17 1 22 22 e) shrub fert. 2 42 84 Mulch beds & trees 1 175 175 TOTAL 4,516 NW 96 Avenue mowing services swales 28 46 1,288 from 81 Street to Chemical applications 77777777 Canal south of 80 St. a I.P.M. 12 25 300 24 b) turf fert. 2 21 42 TOTAL 1,630 Wild Life area mowing services 28 92 2,576 Pruning & Trimming a trees _ 1 88 88 25 Chemical applications a 1. P.M. 12 25 300 b) turf fert. 2 63 126 TOTAL 3,090 Page 40 of 76 BID 04-30B SCHEDULE OF BID PRICES ,..,....� Pricing Annual Public R.O.W. Descri tion Comments Quantity_Fre uenc Unit Price Cost Yanal Kings mowing services g across City 10 28 184 15 ter' Chemical applications 105 1,260 26 a) LP.M. 12 42 b) turf fert. 21 6,454 TOTAL Lift Stations mowingservices across Cit 30+ 28 12 138 2 25'ry` 3,864 3,024 27 hedge trimming where applicable '.' A • ;` ,;,:, .:,:. 6,888 TOTAL Public Safety Lot mowing services Size = 72,747 Sq.Ft. 28 69 1 932 28 S, 1,932 TOTAL . 28 23 644 NW 64th Avenue mowing services medians " 21 252 hedge trimming 12 irri ation Inspection # of zones 24 28 672^ Pruning & Trimming a) trees 2 1 66 60 66 60 b) palms77 11 1 Chemical a piications 12 25 300 a ) I.P.M. 77777) 2 21 42 b turf fert. r, 2 1 21 21 c shade tree Pert. 1 22 22 29 d) palm tree fert. 11 42 2 21 e) shrub fert. 1 35 35 , Mulch beds & trees 2,156 TOTAL 138 3,864 NW 75th Street mowin services medians 12 12 10 210 2,52C hedge trimming 24 77 1,84E irrigation inspection # of zones Pruning & Trimming 1 t 1 122 1,12i a trees a 28 4 1 640 fi4C b alms Chemical applications 75 90C a I,P.M. w 12 2 84 16E b turf fert. r:(. 28 1 63 6 c shade tree fert. 4 1 176 17E 30 d) palm tree fert. 2 168 33E e) shrub fert. 7777777 1 350 35C Mulch be & trees TOTAL w TOTAL - ROW 701,79< Page 41 of 76 BID 04-30B SCHEDULE OF BID PRICES CITY FACILITIES AREAS (sq. ft Annual FACILITIES Description Sod Landsca a beds Quanti Frequency_Unit rice Cost City Hall mowing services 139,850 29,950 :: 32 276 8,832 (7525 NW 88 Avenue) hedge trimming 27.012 12 588 7,056 ir riglation inspection # of zones 15 24 105 2,520 1 Pruning & Trimming a trees 160 1 3,080 3,080 b alms 26 1 400 400 Chemical applications 4 a I P. M. 139,850 12 150 1,800 b turf Pert. 139,850 3 168 504 c shade tree fert. 160 2 105 210 dpalm tree fert. 26 2 88 176 e shrub fert. 3 336 1 008 Mulch ' ' 29,950 1 1,235 1,235 TOTAL 26,821 Sroward Sheriffs Office mowing services 100,000 11,325 32 164 5,888 7515 NW 88 Avenue) hedge trimming :a q'- 6,840 •. 12 546 6,552 irrigation inspection #of zones 13 24 91 2,1$4 2 Pruning & Trimming ------------- a trees 98 1 2,090 2 090 b alms 24 1 440 440 Chemical applications " a I.P.M. 100,000 12 75 900 b turf fert. 100,000 . ` 3 105 315 c shade tree fert. 98 2 42 84 dpalm tree fert. 24 2 132 264 e shrub fert. 3 126 37$ Mulch 11,325 1 875 875 TOTAL 19.9 70 Fire Station #1 mowing services 16,100 750 32 92 2,944 (7501 NW 88 Avenue hedge trimming 722 12 378 4,536 irri ation inspection # of zones 4 12 28 336 3 Pruning & Trimming a) trees 5 1 110 110 777- b alms 1 40 40 Chemical applications a I, P.M, 16,100 12 25 300 b turf fert. 16,100 . • 3 84 252 c shade tree fert. 5 2 21 42 d shrub fert. 3 42 126 Mulch 750 1 350 35Q TOTAL 9,036 AREAS (sq. ft Annual FACILITIES Description Sod Landsca a beds Quantity Fre uenc Unit rice Cast Fire Station #2 mowin services 28,925 1,475 32 46 1,472 4801 W Commercial) hedge trimming12 210 2,520 irrigation inspection # of zones 6 12 84 1,008 4 Pruning & Trimmin "- a trees 12 1 440 440 b alms '. 23 1 460 460 Chemical ap lications a 1. P.M. 28,925 12 50 600 b turf fert. 28,925 3 42 126 c shade tree fert. 12 2 42 84 dpalm tree fert, 23 2 88 176 e shrub fert. 3 54 252 Mulch 1475 1 455 455 TOTAL 7,593 TOTAL ILIEVEL1 ,.. • 63,420 Mowina services include mowina. blowing, edging, weed eating, de -littering & bed maint. BID 04-30B SCHEDULE OF BID PRICES ADDITIONAL WORK (AS NEEDED) ITEM DESCRIPTION - PRIOE 1 Pruning & Trimming tree 55 per tree palm 32 per tree 2 Tree removal including stump grinding/Without grinding 325 per tree under 25' 475 per tree over 25' Palm removal including stump grinding/Without grinding 195 per tree under 25' 285 per tree over 25' 3 4 5 6 7 8 9 Sod replacement (per sq. ft.) .60 Bahia .65 St. Augustine Fertilizing (per 50 lb. bag including labor) 30 I.P.M.. a) Pest Control Liquid 145 per 50 gal. Granular 39 per 50 lb. bag b) Fire ant control including labor 5 per 1000 sq. ft. Storm debris'removal (per crew hour) Non -Storm debris removal (per crew hour) Irrigation inspection Irrigation repairs including material, labor and restoration work 10 Mechanical edging 11 Hedge Trimming 175 including equipment, hai & disposal 160 including equipment, hal & disposal 14 per zone per inspection 9 spray heads 25 rotor heads 310 electric valves 215 pressure valves 205 indexing valves .34 per linear foot for non -curbed area .47 per linear foot Page 43 of 76 A& of Tamarac 1.0 Purchasing &Contracts Division BID FORM BID 04-30B (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have speck and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. fiz,: I -A Company Name Vh Address A J i C. i L -:� 7-..I i+ Cl y, State, ZIP Contractor's License Number Au ari Si re Typed/Printed Name Telepho a Fax Number Z�3`��Z9 Federal Tax ID# Penn AA n$ 70 City of Tamarac Bidders Name t-. Purchasing and Contracts Oivision BID FORM BID 04-30B (continued) &0��rL_TvA f/ TERMS: Net DAYS or % discount within days Delivery/completion: 180 calendar days after receipt of Notice to Proceed. To be considered eligible for award, one (1) original of this bid form must be submitted with the Bid. Two (2) copies should accompany the original; however, copies must be provided within 3 days of the City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. AIQL City of Tamarac purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL PARTNERSHIP 1-1 If "Other', Explain CORPORATION OTHER Authori d re Name (Printed Or Typed) J� I Title % Federal Employer I.D,/Social Security No. "31 Company Name Address C` /State/Zip Fax Nu ber �t Teiepho e Contact Person of Tamarac CERTIFIED RESOLUTION & Contracts Division / L-•-' G%A (Name), the duly elected Secretary of . ; ww ru c,r c.. WTe dditorp.), a corporation organized and existing under the laws of the State of I do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (.7 ram. Li c-A (Name)", the duly c d (Title of Officer) of ;-► �,�a i� AlA (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/or Bid ond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation: and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE j' SIGNATUR Or "Y,t Given under my hand and the Seal of the said corporation this day of d o ✓ . , 20 = . (SEAL) By: �. Secretary Corporate Title NOTE: The above is a suggested fcrm of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. City o/ Tamarac Purchasing & Contracts Division BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 881h Avenue CHEC ONE: Tamarac, Florida 33321-2401 Corporation p ❑ p Partnership Individual Joint Venture Other SUBMITTED BY (Company Name) J�ET(t.4, ADDRESS: 372) c at2.uj, +U" \J 4 CITY, STATE ZIP: �L�t ►t. 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: Correct Name of Bidder �r" i Principal address of Business City, State Zip 2. If Bidder is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name f. Treasurer's name g. Name of Resident Agent r r LA ..fin C�^GJ Li c.,A 3. If Bidder is an Individual or a Partnership, answer the following: Date of Organization u /yt Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS 5�;4 - OWNERSHIP UNIT C�^GJ Li c.,A 3. If Bidder is an Individual or a Partnership, answer the following: Date of Organization u /yt Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS 5�;4 - OWNERSHIP UNIT City of Tamarac Purchasing & Contracts Division State whether general or limited partnership d. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS +-i ( VT 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Q.• 6. How many years has your organization been in business under its present name? kt 14 A -> a. Under what former names has your organization operated? t-)I"N T Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and whey:` 9, State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE City of Tamarac Purchasing Division 10. List the pertinent experience of the key individuals of your organization (continue on separate sheet, if necessary). (--,LAA,NC.. 1-1.`A � Ir, , %, #L c,N ��1�vTvn. 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND 1F AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of -C On this the 1-7 day of N ��,.,tc� 20�,�, before me, the undersigned Notary Public of the State of Florida, personally appeared c,I� _:)c-, -- - and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC NOTARY PUBLIC, STATE OF F'LORIDA -' SEAL OF OFFICE: (Name of Notary Public: Print, �"M� Li*a L.. Binkley Stamp, or Type as Commissioned) � My Cm"'iUlOn 00251 B35 M� ExPNesoaObw31 2007 (Personally known to me, or ❑ Produced identification: / (Type of Identification Produced) Q DID take an oath, or 0 DID NOT take an oath City of Tamarac Purchasing & Contracts Division �L NON -COLLUSIVE AFFIDAVIT r State of )ss. County of tom, A h b ) being first duly sworn, deposes and says that: 1. He/she is the(Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness, Witness ��Print me Title of Tamarac Purchasing & Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of--.. On this the I I day of 1'►;yemlxf , 20_�L, before me, the undersigned Notary Public of the State of Florida, personally appeared (-� and (Name(s) of indi"vidual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC NOTARY PUBLIC, STATE OF FLORIDA SEAL OF OFFICE: ?? ,01� tm (Name of Notary Public: Print, Stamp, or Type as Commissioned) 4�aC5,ox-4 ova5`Ssb dPersonally known to me, or "c�3� xA0 ❑ Produced identification: v bra (Type of Identification Produced) p DID take an oath, or O DID NOT take an oath of Tamarac I Purchasing & Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 28.08, Florida Statutes. This requirement affects all public entities of the State and becomes effective dnuary 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 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's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Ge each employee engaged in providi ng the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).- 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 83 or of any control) ed substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employees 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 this section, As the person authoried to sign the statement, I certify that s form complies fully with the above. requirements. �,5. T_ r T"4 _uth d nature Company Name City of Tamarac Purchasing & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name. - Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name of Tamarac LIST OF SUBCONTRACTORS & Contracts Division The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid non -responsive and may cause its rejection. Subcontractor Name/Address N 4V_N % Total Contractor Contract License No. Work to Be Performed City of Tamarac Purchasing & Contracts Division BID BOND STATE OF FLORIDA) )SS: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Dollars $ lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated Zp , for: NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attribtitable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. of Tamarac Purchasing & Contracts Division ACKNOWLEDGEMENT BID BOND Signed and sealed this day of IN PRESENCE OF: (AFFIX SEAL) ATTEST: Secretary ATTEST: Secretary *Impress Corporate Seal Principal Business Address City/State/Zip Business Phone Surety* By Title Attorney -In -Fact" m ,20 of Tamarac Payment Bond FORM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirements of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of , 20 , with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorneys fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. of Tamarac Pa ment Bond 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL). IN THE PRESENCE OF: Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone City of Tamarac ACKNOWLEDGMENT FORM PAYMENT BOND State of County of Payment Bond On this the . day of , 20 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) ,a (Name of Corporation) corporation, on behalf of the corporation, WITNESS my hand and official seal. (Title) (State of Corporation) of NOTARY PUBLIC NOTARY PUBLIC, STATE OF SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or d DID NOT take an oath CERTIFICATE AS TO PRINCIPAL certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine, and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) City of Tamarac I'Aft Performance Bond FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of: Dollars, ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of , 20 , with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated 20 , for the within calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4A Complete the Contract in accordance with its terms and conditions; or of Tamarac Pertrmence acnd 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes, The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above of Tamarac IN THE PRESENCE OF: State of County of Performance Bond INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND On this the day of .20 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: a of (Title) (State of Corporation) NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or❑DID NOT take an oath City of Tamarac CERTIFICATE AS TO PRINCIPAL Performance Bond I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that ._ who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) o/ Tamarac (. Purchasiog & Contracts Division CHANGE ORDER DATE OF ISSUANCE: CHANGE ORDER NO, OWNER: PROJECT CITY OF TAMARAC NAME: 7525 NW 88`' Avenue Tamarac, FL 33321-2401 BID NO, PROJECT NO, CONTRACTOR P.O. NUMBER IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE Original Contract Price CHANGE IN CONTRACT TIME Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders RECOMMENDED APPROVED APPROVED BY BY BY Director City Manager Contractor of Tamarac SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND " & Contracts oivision This Agreement entered into this day of 200 between THE CITY OF TAMARAC, a municipal corporation with principal offices located at 7525 NW 88th Ave., Tamarac, Florida 33321, (hereinafter referred to as "City"), and a , _� corporation with principal offices located at (hereinafter referred to as "Contractor") to provide for City-wide Landscape Maintenance Services. In consideration of the mutual terms and conditions, promises, covenants and Payments hereinafter set forth, City and Contractor hereby agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Invitation to Bid No. 04-3013, entitled City-wide Landscape Maintenance, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda issued prior to, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These Contract Documents form the Agreement, and all are as fully a part of the Agreement as If attached to this Agreement or repeated therein. 2) Term 2.1 Performance Probation Period: The Contractor will enter into a three (3) month probationary period beginning on the date of the contract award. During this time City staff will closely scrutinize the Contractor's performance. If the performance is acceptable, the Contractor will be notified and the contract will extend through the expiration date given in this Agreement. The City has the right to terminate the contract during the Probationary period with or without cause, and this right shall be solely at the discretion of the City. 2.2 Contract Term: The term of the Agreement shall be for a three (3) year period commencing on and expiring Work shall commence no later than fourteen (14) days from the date the Agreement is executed by both parties. City of Tamarac Purc"asirg & Contracts Division 2.3 Ootion (Extension): City shall have the option to extend the term of the Agreement on a month -to -month basis upon thirty (30) days written notice to the Contractor. 2.4 Renewal Term: The City reserves the right to renew the Agreement for one (1) additional three (3) year period upon mutual written agreement between the parties, successful vendor performance and the City's determination that such renewal would be in its best interest. 3) The Work 3.1 The Contractor shall perform all work for the City required by the Contract Documents as set forth below: 3.1.1 Contractor shall furnish all labor, materials, and equipment necessary to provide landscape maintenance to public right-of-ways and/or medians within the corporate limits of the City at specific locations as described in the schedule of prices included in Bid Document 04-30B attached hereto. 3.1.2 Contractor shall supervise the work force at all times to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 3.1.3 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or sub -contractors, if any, with respect to the work and services described herein. 3.2 Reports: The Contractor shall be provided with a checklist to be filled out and returned to the Public Works Department after each grounds maintenance and/or irrigation operation. All maintenance operations and the dates they were performed shall be noted, and any repairs or damages shall be described. No payment will be made unless all reports are provided. 3.3 Schedule: Contractor shall provide a weekly schedule of daily activities to City's Landscaping Supervisor ahead of time. 3.4 Time Limits: All maintenance shall be performed in accordance with Contractor's approved time schedule, to be mutually agreed upon by the City and Contractor after Notice of Award, and in accordance with the requirements outlined in the Invitation for Bid. 4) 5) of Tamarac Rates, Records and Silling & Contracts Division 4.1 Rates: The rates referred to in Article 5 shall be applied to services performed by Contractor within service area. Contractor shall also receive compensation for additional work performed as stated in Article 5. City shall approve such additional work first. 4.1.1 The rates quoted are to apply to any area annexed into the City. 4.1.2 Contractor shall work with City to resolve any unforeseen problems that may arise during the term of this Agreement. This includes, but is not limited to, providing extra crews and equipment in times of emergency. 4.2 Records: Contractor agrees to maintain, at Contractor's principal office listed in this Agreement, adequate books and records relating to the performance of its obligation under this Agreement. 4.3 Billing: After each maintenance operation is complete, Contractor shall request inspection by the City's supervisor, and sign -off on job ticket, to be included with each monthly invoice. Contractor then shall submit a monthly invoice on the first day of each month, itemizing all maintenance items performed the previous month, with signed -off tickets attached. A schedule of all maintenance items to be performed the following month shall be submitted with the invoice noting dates, times and locations of operations. The Public Works Department must be notified prior to any change in scheduling within five (5) working days to allow City staff to inspect sites for scheduled maintenance. Written reports must be turned in to the Public Works Department after each mowing operation on a checklist to be provided to Contractor by City. 4.4 Payment: Payment will be made after all services have been received, accepted, and properly invoiced. Invoices must include the project name, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 215. Compensation, Schedules and Frequencies Contractor shall be paid in accordance with the Schedule of Bid Prices contained in Invitation for Bid No. 04-308, "City -Wide Landscape Maintenance". B) Contractor's Local Office 6.1 Office/Managing Agent: Throughout the term of this Contract, the Contractor shall establish and maintain a local office or authorized managing agent within Broward County and shall designate in writing City of Tamarac 1; Purchasing & Contracts Division within ten (10) days of execution of this Contract the agent upon whom all notices may be served from the City. Service upon Contractor's agent shall always constitute service upon the Contractor. 6.2 Hours of Operation: Contractor's local office shall be open during collection hours so that City may lodge complaints, requests for information, and. requests for service. At a minimum, the Contractor's local office shall be available during the hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. Landscape Maintenance operations shall not begin prior to 7:30 a.m., as provided in the Invitation for Bid. 6.3 Staffing: Contractor's local office shall have a responsible person in charge during regular business hours, shall be equipped with sufficient telephones, a local telephone number, and sufficient attendants to receive telephone calls. Attendant(s) shall receive calls in a courteous and polite manner, record all complaints, and resolve all complaints in an expeditious manner within the next business day 7) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 8) Performance Evaluation and Monitoring 8.1 Termin tign for Convenience of Cit : This Agreement may be terminated by the CITY for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. 8.2 Default by C,.gntractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 8.3 Liguidated_Damages Failure to respond to requests by City within twenty four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a $50.00 a day deduction from the following payment application. In addition, all debris, limbs and fronds of Tamarac �. P;jrchasing & Contracts Division will be picked up the same day of pruning. Failure to pick up debris will result in a fee of $50.00 per day, as long as debris remains. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that $50.00 per day is an amount proportionate to the cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. 8,4 Di ute -Resolution: All disputes pertaining to this Agreement between the City and the Contractor shall be settled internally with the appropriate City staff making the final determination and through the following chain of command: 1) Landscaping Division Supervisor; 2) Public Works Coordinator, 3) Public Works Operations Manager, 4) Director of Public Works, and 5) City Manager. The Purchasing and Contracts Manager shall be present and included in all dispute resolution meetings pertaining to this Agreement. In the event a dispute cannot be settled through the chain of command set forth in this section, the dispute shall be brought forward in a court of competent jurisdiction in accordance with Article 12 of this Agreement. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, sub -contractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Insurance $ Bonding 10.1 Insurance Re uirements: Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the Invitation for Bid document, or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the Ott of Tamarac i" Purchasing & Contracts Division City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. Contractor will ensure that all sub -contractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this Agreement. 10.2 Contra r Insurance Responsibilities: Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 10.3 Certificates of Insurance: The Certificate shall contain a provision that coverage afforded under the policy will not be canceled until at least thirty (30) days prior written notice has been given to City. In the event the Certificate of Insurance provided indicates that the insurance shall terminate and lapse during the period of this Agreement, Contractor shall furnish, at least five (5) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverage for the balance of the period of the Agreement or extension thereunder is in effect. 10.4 P_erformance_& Payment Bonds: Within fifteen (15) calendar days after execution of this Agreement, but in any event prior to commencing work, the Contractor shall execute and furnish the City a performance bond and payment bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on Federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of one hundred percent (100%) of the bid amount for the life of the Agreement. The performance bond shall be conditioned that the Contractor performs the contract in the time and manner prescribed in this Agreement. The payment bond shall be conditioned that the Contractor promptly make payments to all persons who supply the Contractor with labor, materials, and supplies used directly or indirectly by the Contractor in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law; and that Contractor shall indemnify and hold harmless the City to the extent of any and all payments in connection with the carrying out of said contract which the City may be required to make under the law. cf Tamarac 11) Agreement Subject to Funding Ve Farchasing & Contracts Division This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 12) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. 13) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 14) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 15) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 1 B) Time Is of the Essence Time shall be deemed to be of the essence of this Contract whenever time limits are imposed herein for the performance of any obligations by any of the Parties hereto, or whenever the accrual of any rights to either of the Parties hereto depends on the passage of time. 17) Right to Require Performance The failure of the City at any time to require performance by the Contractor of any provisions hereof shall in no way affect the rights of the City thereafter to enforce the same, nor shall waiver by the City of any breach of any provisions hereof be taken or held to be a waiver of any succeeding breach of such provisions or as a waiver of any provisions itself. of Tamarac 18) Force Majeure d Contracts Division Neither the Contractor nor the City shall be liable for the failure to perform its duties if such failure is caused by a riot, war, governmental order or regulation, strike, act of God, or other similar or different contingency beyond the reasonable control of the parties. 19) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior written consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the City. 20) Change Orders Without invalidating this Agreement, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the character or quality of the work as may be considered necessary or desirable to complete the purpose of this Agreement in a satisfactory manner. The Contractor shall not start work on any such alteration that requires an increase or decrease to either the contract price or contract time until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. In the event the parties cannot agree on a satisfactory adjustment for any item requiring a change in the contract price or contract time, and a change order has not been issued, the City reserves the right at its sole option to amend the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The value of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. Any notice required to be given to a surety by the provisions of the bond shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. 21) Permits & Licenses The Contractor shall submit copies of all licenses required for this work to the City's Designated Representative. A City of Tamarac Engineering Permit will be required; however, the City's permit fees will be waived. 22) Bankruptcy This Contract shall terminate in the case of bankruptcy (whether voluntary or involuntary) or insolvency of the Contractor. In the case of bankruptcy, such termination shall take effect on the day and at the time that the bankruptcy action is filed. City of Tamarac 23) Notice AUIL V1. Purchasing & Contracts Division Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 With a Copy to the City Attorney at the same address. CONTRACTOR The Remainder of This Page Intentionally Left Blank of Tamarac Purchasinq_& Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date I of Tamarac Purchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF 1 HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of , a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20_ Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or 0 DID NOT take an oath. FRED LICA General Mpncgf ae GREG LICA PRE:�TIG Controller Property Management and Maintenance, Inc. TOM JACOB OperationsMano� 3300 S.W. 46th Avenue / Davie, Florida 33314-2215 / (954) 584-3465 / Fax: (954) 584-2185 / Email: info@prestigepmm.com COMPANY PROEM PRESTIGE PROPERTY MANAGEMENT AND MAINTENANCE, INC. is a full service commercial lawn maintenance company which has served South Florida since 1986. PRESTIGE offers its customers all of its lawn care needs, including maintenance, landscaping, pest control, irrigation and tree trimming. Key personnel of PRESTIGE include GREG LICA, Controller; FRED LICA, General Manager; TOM JACOB, Operations Manager; and MIKE DIEFENDERFER, Project Manager. All of these individuals have been with PRESTIGE since its inception. A brief description of the key personnel's background and experience is set forth below. As a mid -sized, family owned and operated company, PRESTIGE has earned itself the reputation of being able to provide both personalized and quality service to its customers over its fifteen plus years in the lawn care business. Although PRESTIGE's customer base is broad, the majority of PRESTIGE's service contracts are with medium to large private companies and developments, the State ofFlorida and various local governments. PRESTIGE has been able to maintain and increase its revenues over the years by providing quality service that, in turn, promotes customer loyalty and retention, renewed service contracts and referrals. PRESTIGE's focus on customer satisfaction is the primary component of its long term success in an industry that is often plagued with flyby -night companies GREG LICA holds a bachelor's degree in Accounting and brings to PRESTIGE more than ten years in Construction ,accounting and Marketing, in addition to Small Business Management. Greg is also a State licensed Property Manager and Real Estate Broker. At PRESTIGE, Greg's responsibilities include all accounting and marketing functions. His knowledge in the financial area and in the insurance area has allowed PRESTIGE to remain a viable business in times where other similar businesses have suffered or even failed. FRED LJCA holds a bachelor's degree in Small Business Management and is also a State licensed Irrigation Contractor. Fred is deemed an irrigation expert in South Florida and is known for his troubleshooting skills. Fred is also a certified member ofthe Florida Nurserymen and Growers Association. At PRESTIGE, Fred is responsible for Direct Job Supervision, Inspections, Estimating and Scheduling for the Maintenance Division. In addition, Fred uses his irrigation skills to oversee PRESTIGE's Irrigation Division. TOM JACOB is recognized in South Florida as an expert in arboriculture and turf& ornamental pest control. He is a International Society of Arboriculture, Certified Arborist and licensed as a "Class A" tree trimmer. Additionally he is a certified and licensed Pest Control Operator. At PRESTIGE, Tom offers customers his expertise in tree trimming, turf and ornamental pest control, in addition to being responsible for Quality Control, Inspections and Supervision of Equipment Maintenance. As Accounts Manager, Tom also lends to PRESTIGE his ability to effectively and positively communicate with PRESTIGE's customers. MIKE. DIEFENDERFER is a certified member of the Landscape Managers Association. In addition, Mike studies at Broward Community College to enhance his landscaping knowledge and skills. Mike is responsible for alI of PRESTIGE's landscaping installations and designs, scheduling operations, as well as quality control site inspections. His keen eye in landscape design makes him a valuable consultant to customers. MAINTENANCE FE NCES 9551 West Sample Road Contact: Bill Castelli Coral Springs, Florida 33075-4501 (954) 345-2143 FLORIDA POWER & LIG - PORT EVERGLADES 8100 Eisenhower Boulevard Contact: Larry Stanton Fort Lauderdale, Florida 33316 (954) 527-3619 13ROWA _CQUNTY AVIATION DEPARTMENT 1501 Southwest 43rd Street Contact: Mason Tomlinson Fort Lauderdale, Florida 33315 (954)359-1250 BROWARD COUNTY FACILITIES MANAGEM NT Government Center. Room 504 Contact: Anne Rawlings 115 South Andrews Avenue (954) 357-6544 Fort Lauderdale, Florida 33301 BOCA WEST - VILLAGE EWOOD ASSOCIATION 2400 Bridgewood Drive Contact: Carol Meyer Boca Raton, Florida 33434 (561) 483-7133 CITY OF TAMARAC Public Works Contact: John Engwiller 6011 Nab Hill Road (954)724-2405 Tamarac, Florida 33321-2401 VII'Ti"10 3Ix4f 7uiu [I1►1 11'LKr1 a�e�al Central Campus Contact: Wayne Quimby 3501 Southwest Davie Road, Building 21 (954)475-6825 Davie, Florida 33314 91 1 4 i '� 0 C H G L O C/ 1I A I L Dowd co commy cawwiaaleNMe. 0awrwd Ca" WW ellownllp C0UmY 000iMATOMAL Lmmm TAX FORM .rfoltwic 26w, FOR PER100 OCTOBER 1, 2W4THRU SEP'TEMSM 30, ]006 X %AX � J RENEWAL C] TRIWSFEA SEC tI 1 2 _ / 3 2 9 81 . 0 0 OCT..a wok • +Ir,l, x aAcx sAlc a . • ian.r G >h . z�c J NEW OATS BUSINESS OPENED 0 A / 01 / 8 6 COOK F"Ou ft a was .00 fT/R'E OR COUNTY CEATIREq / TC a L*Nmg On a Algr NOrNleer 30, 200+ >tasYnaa Laaaleaa AeMaae �, 3 3 0 it 3% 46 A V E TOUIL r ACCOUNT Mwt.w I B;I.iNzi; PHONC: t;',}7;5t36-3/►65 �a~� `' PRESTIGE PROPERTY PANAGEMEN- 3 ' MAI4TENAVCE INC TNIS LICENSE MUST 9E CONSPtCUOUSLY 01SPLAYE0 3300 Sri 46 AVE as TO PUBLIC VIEW AT THE LOCATION Al2ORESS ABOVE, DAVIE FL I+ 3331.-eu�_w er f F TYPE OF LICENSE TAX PAID 3 Q)UNaROPERTY MANAGEMEN" $ MArmr -� 6 OMITSGROWAA0 COUNTY REVENUE / Annex 2004 2005 - 11 S S. An m Avenue. Govemental Center FORT LAUDERDALE, FL 33341 PAYMENT RECEIVED AS WILICyATED AOM -SEE INSTRUCTIONS ON aACX OF LAST COPY wow hrowerdcwmvenue Qua . _;'� .� _0':i..''�3.it. 0�� i!"••�Ox:Qti' �S.00' tC�.:l !a STAT! OF FLORIDA BURRAU OF,VaOMOLOGY i FL4T CONTROL Olio File No. Expires April 7. 2004 J93219 Febraary 22. 21106 THE PEST CONTROL FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRTNQ: Februery 23, I0" AT 3300 S W 46 AVE DAVIE, PL 33314-2215 PRESTIGE PROPERTY MGMT A MAINT Lawn & Ornamental 3300 S W 46 A V E DAVIE,FL 333L4.2215 A-Zl[5 01ARLES H BRONSON, GOMMISSIONFR t ' ."" Q. 17 r. L CD__ c� N p �J p R MA s ON" p p y�l A //` p n CEIMFICATE OF COMPETENCY ', Y/'" AMDetach and s16N the reverse side of this �+ OUNTY Cara IMMEDIATtLY upon receipt! You 0 s<hauW carry this card with you at a111imes. LZCA, FRED W $ 0'71 ON 64 AVE nAVIN YL 33314 503-207 (Rev. Q03) p �r „�/f,/A p n TREE TRIMMER LICENSE L] 1r Y/'111L� any++ and SIGN me re�r�rsr� side of *t+is • COUNTY ward IMMEDIATELY upon receictl You should COury this card with you of of times. TiIMUS P" JACOB PIR=GE PROPnTY MANAGTA� & MAINTENANCE INC 3300 sw K AGUE I]AVM FL m4 K4=1 i HOWARD COUNTY, FLORIDA 'CEiI ICATS OF COMPETENCY I 874C #LmwXR-ratm Bp Rss17mxst t CCA9i-C'L8-f0t-Y RM, 05-10385: I • .,,Pits[gE"'mr.NOT a KA.= iI1C r. V. c r. WWAW COUNTY, FLORIDA T1146 TRIMWR LICENSE 1 Tm T1300M LiMNR - CWW A I. ( yt1.R ,�AEC�1r TiCE[AS P.�rIVC • r ML �• Y,( �> � xr 1..L No Text CON RACTORS EQ1 TIPMENILIST Qyt Desc ' i 22 . Trucks - clearly marked with company name and logo. 23 Maruyama BL 480 - Backpack Blowers 14 Maruyama ED 260 - Edgers 23 Maruyama BC 260 - Weedeaters 12 Maruyama HT 230 - 30" Hedge Trimmers 2 Ferris 72" Mowers 8 Ferris ZTR 3000 - 61 " Mowers 12 Ferris - 52" Midsize Mowers 10 Ferris - 48" Midsize Mowers 4 Ferris - 36" Mowers 10 Stihl 009 Chain Saws 5 Lesco 30965 Power Spreaders 1 Culver fertilizer blower 10 Backpack Sprayers 1 100 Gallon Sprayer on skids 1 100 Gallon Sprayer pull behind Gator or golf cart 1 300 Gallon Bean Pump & Sprayer on trailer 2 50 Gallon Sprayer - truck mounted 2 Asplundt Disc Chippers 1 Vermeer Drum Chipper 2 Massey 399 Tractor & 3615 Bush Hog Deck 1 Ford Tractor 2000 1 Kubota L3450 Dt Tractor 1 Ford 555C Backhoe 1 New Holland L-781 Skid Loader 1 Generator Onan 30 EK 2 Progressive Electronic 521 Tracker 1 Suzuki ATV 230E 1 Polaris 500 Diesel ATV - 4WD 1 Maruyama Water Pump MP2532E2, 2 Viking Industries Pressure Cleaner # 3040 W AW PS I \oRMS\Equip_list-2004, fim '1 /•iW. ',)04— 9:21AM Insurance Cffice of America Inc No.^63� p. I .A-�. CERTIFICATE OF LIABILITY INSURANCE L""`rAMMON'YY7 11/16/2004 PRODUCER (813)637-$877 FAX (813)637-8484 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Insurance Office of America, Inc, ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 491S West Cypress Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tampa, FL 33607 INSURERS AFFORDING COVERAGE NAIL g :NSUREO Able Body Labor P 0 Box 4699 Clearwater, FL 33758 - INSURER A: American Ca so Co. of Reading PA CNA)i INSURM C, - INSU�t D. INSURER E. "' C VERA E THE: POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO`rWITHSTANDINO ANY MAY PERTAI�N.�THE INSURANCE AFFORDENT. TERM OR CONDITIOND BYE POLICF ANY IES DESCRIBED CT OR OTHER HEREIN IS SUBITH JECT TO ALL THE TERAAS,SPECT TO WHICH HIS CERTIFICATE MAY BE ISSUED EXC EXCLUSIONS AND CONDIT ONS OFSUCHPOLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSA DD' TYPE OF IN$UKWCE . POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION GENERAL LIAW4IT"1' YI I 0ATF IMMRIr]rYY� LIMITS COMMERCIAL GENERAL LIAWLITY CLAIMS MADE E OCCUR GFN'I AGGRFGATE LIMIT APMES PER: 7 POLICY JECT We AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULEDAuTOS HIRED AUTOS NON -OWNED AUTO$ GARAGE LIABILITY I ANY AUTO EXCES$1UMBRELLA LIA13ILITY -_j OCCUR F CLAIMS MADE DEDUCTIRLR RETeNTKJN $ WORKER$ COMPENSATION AND "PLOYER$' LIABILITY A ANY PROPRIFTOR/PARTNER* ECUTIVE UFFICERIMEMBER EXCLUDED? H yes. desaroe unaer SPECIAL PROVISIONS hNnw GTHL-R ESCRIPTION OF OPERATIONS I LOCATION$ / VEHICLCS 1 EXCL EII Ily those employees rented from Able City of Tamarac Purchasing 7525 NW 88th Avenue Suite 108 Tamarac, FL 33321 ►+1C2478423011 12/01/2003 1 12 EACH OCCURRFNCF f DAMAGC 7O RENTED 5 MED E-W (Any one parson) S .P62SONAL A %AOV INJURY 3 GENERAL AGGREGATE $ •.••. , •,• PRODUCTS - COMP/OPAGG 3 —i COMBINED SINGLE LIMIT 3 (cam n�idenl) WDILY INJURY 3 (Perpvson) BODILY INJURY 3 (Per s=ident) PROPERTY OAMACE I $ (Per v 6d&I1) AUTO ONLY - EA ACCIDENT I £ OTHER THAN EA ACC S AUTO ONLY:I- Ii ACH OCCURRENCE 3 S 3 E.L. EAG,I ACCIDENT fs 1.000 , 00 E.L. DISEASE - EA EMPLOYE $ j , Q0O 00 E.L. DISEASE - POLICY LIMIT 1 3 1.000.00 ! BY ENDORSEMENT I SPECIAL PROVISIONS Labor to Prestige Property Management & Maintenance, Inc. SHOULD ANY OF THE ABOVE OESCRIBED POUCIES 0E CANCELLED BEFORE THE RXPIRATION LATE THEREOF, THE ISSUING INSURER VALL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HDLOER NAMED TO THE 4EFT BUT FAILURE ro MAIL SUCH N0710E SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY 10Nq UPON THE INSURER, ITS AGOITS OR REPR6SEHT,ATIVe$, AUTNOA=D A6PRESENTATTvE Hnrwtan pmnv /r110TTC ��r11.�-�J� _ � .09r) 19 I7/1"T^94 AOB11►TM CERTIFICATE OF LIABILITY INSURANCEL1"_1/T11='1" PRODUCER THIS CERTIFICATE 13 ISSUED AS A (MATTER OF INFORMATIO Advanced Insurance Underwriters ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICAT 3250 North 29th Ave. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND C Hollywood, FL 33020-1313 ALTER THE COVERAGE AFFORDED BY THE POLICIES BEOO1 g�q 963.6666 INSURERS AFFORDING COVERAGE INSURED RERA. FOCI INSURANCE COMPANY Prestige Property Mgmt 81 Main., Inc. 8 INsu i INsuRER B: Old Dominion Ina CoX Prestige Growers, Inc. r - - —a INSURER c: National Union Fire } j 3300 SW 48th Avenue Davie, FL 33314 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDII ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED I MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SU POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TYPE OF INSURANCE POLICY NLIAIRER_ Y EFFECTIVE RALTRTIO LIMB$ A GENERAL LIAaILITY GL0002661 02/18/04 02/18/05 EACH OCCURRENCE f1 000 000 FIRE DAMAGE (Any wo Are)_ $100000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR MED EXP (ARY one pMam) ' S5 000 PERSONAL & ADV INJURY $1 000 000 GENERALAGGREGATE $2 000 000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG S2,000,000 X POLICY PRO- :ram LOC__ B AUTOMOBILE X LIABILITY ANY AUTO B1 G61376 02/18/04 02/18/05 COMBINED SINGLE LIMIT (Ea accidam) $1,000,000 BODILY INJURY f (Pef pamn) ALL OWNED AUTCS SCHEDULED AUTOS BODILY INJURY f (Per acc+arn) X HIRED AUTOS NON -OWNED AUTOS X_ X Drive Other Car _�„ .. .._. PROPERTY DAMAGE S (Pe/ accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC f ANY AUTO AUTO ONLY: AGG $ C EXCESS LIABILITY y ESU5195038 03/24/04 02/18/05 EACH OCCURRENCE f1 000 000 AGGREGATE _ $1J,000�000_ _ X OCCUR y, CLAIMS MADE : S S DEDUCTIBLE S X! RETENTION $10000 WORKERS COMPENSATION AND TQRY WC STATU- OTH- EMPLOYERS' UABILITY E.L. EACH ACCIDENT $ E.L. DISEASE • F"A EMPL OYEE $ E.L. DISEASE • POLICY LIMIT S OTHER DESCRIPTION OF OPERA.TIONB/LOCATIONBJVEHICLE&EXCLUSION$ ADDED BY ENDORSEMENTISPECIAL PROVISIONS re: Bid 04308 CER11FICATE HOL EE ADDRIONALINSURED • INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED $BFORETHE EXPWATIOI City of Tamarac Purchasing DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMML30,,.„_DAYS WRITTEI 7625 NW 88 Ave RM 108 NOTICE TOTH19 CERTIFICATE HOLD ER NAMED TOTH E LEFT, BUT FAILURE TO DOSo$HALL Tamarac, FL 33321 IMPOSE NO OBLIGATION ORLIADILITYOFANY KIND UPON THE INSURER.ITSAGENTS Of REPRESENTATIVES. AUrHORUED REPRESENTATIVE ACORD 25-S (7197)1 of 2 11g.7.tiA1iR!�IIM�Il5�g1) - " 11604 A ACORD CORPORATION 11 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorrsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. z: 5/19/2004 Time: 10,21 AM To, A 9547242408 Page: 003 ClientN:29941 ppFpti C;IERTIFICA )IUIM PftODUCEFi W R _ Advanced Insurance Underwriter* 111 0- 3260 North 29th Ave. n Hollywood, FL 33020-1313 -��, ",. n, �•, i " 964 963-6668 INSURED rILIT'Y INSURANCE DMATEIMMMM/DLVYYI THIS /19 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATI( ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICA' rHOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND CLTER THE COVERAGE AFFORDED BY THE POLICIES BELOI INSURERS AFFORDING COVERAGE INSURERA: FCCI INSURANCE COMPANY INSURER B: Old Dominion In* Co INSURERc: National Union Fire INSIJRBR D: V. INSURER E: COVERAGES THE POI.ICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAND .ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED NC%Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SL POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, NISa TYPE 01FIN90RANCE POLICY NUMBER A GENERAL LIABILITY GL0002661 X r_GMMERCLAL GENERALLIABILRY :LAIMS MADE 1Z OCCUR Prestige Property Mgmt & Main., 446 Prestige Growers, Inc. 3300 SW 46th Avenue Davie, FL 33314 _ EN'LNJ!;RE',ATE LIMITAPPLIBS PBR: )( F•RO• F'6LICY LOC B Avrot-IOBILE LIABILITY X ANYAI)TI. ALL OWNRD AUTOS St''.HEDULEDAUTOS X HIRFID AUTOS X N0N-C'WN8DAUTOS X Drive Other Car RACE LIABILITY lANY AUTO C EXC'ESS LIABILITY X "'�-CUR a CLAIMS MADE D EDI!CTI BL E X RPTINTION 110000 W OKKEk_c COMPENSATION AND ENIPLOYERS' LIABILITY OTHER I � RAW A FW Oaf b% Y PG�� �dre t DESCRIPTION OF OPERATION-R/LOCATIO?gWVEHICLMEXCLUSIOIIS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Cerificate Holder is listed as Additional Insured with Regard to General Liability POLICY ErPECTIVE POLICY EXPIiwT1ON LInIITP 02/18/04 02/1SIM e. CH OCCVRRENCR f j M Lr PI RR DAMAOR (My one fire) f 100 000 MEP EXP (M one run) f 5 ow / PERSONAL & ADV INJURY ♦�J/ GENERALAGCRBOATE f2000000 PRODUCTS-COMPIOP AGO 12 000 000 2/18/04 02/18/0.5 COMBINED SINGLE LIMIT (Ea wcidv,t) f 1,000,000 BODILY INJURY (Per person) f BODILY INJURY (Per �ideru) I PROPHRTY DAMAOR (Per wc6knt) I AUTO ONLY •-RA ACCIDENT I OrHER THAN EA ACC AUTO ONLY: AGO f f 03/24/04 02/18/05 EACH OCCURRENCE f 1 000 000 AGGREGATE f1 000 000 f S T WCSTATU• C711 R.L. EACHACCIDENT I E.L.DISEA.NB-BAEMPLOYRB I•^ E.L. DISBASE . POLICY LIMIT f i C'E R'CIFIC.ATE HOLI)EX ADDITIONAL INSURED•INSURERLETTER CANCELLATION SHOULD AN Y OF TH E AB OVE D ESC kIB E D POLICIES BE CAN CE IJXD H WOKE TH E EXPIRATM City of Tamarac Purchasing DATE THEREOF, THEISSUING INSURER WILLENDEAVOK TOMAI L3j0L` DAYS WRHTFN 7526 NW 88 Ave RM 108 NO'nCETOTHE CERTIFICATE HOLDER NAMED TOTH E LEFT. BLrrPAII.IJRE TODOSOSHALL Tamarac, FL 33321 IMPOSE NO OBLIGATION ORLIABILITYOPANY KIND UPON THE INSUREFZITSAGENTS OR REPRESENT TIVEs. i AUTHYRIZEDRXPRESENTATIVE m PFwnuoEl+ (tli3J63-t->i TnEurenca t]tswr ut A mmira, Tr1C. 49i5 Weal(,' Ff'77 SICMEt Suits t00 T=PIL FL 33607 INSURED Alge Body (Abor Y. 0. Bo: A{i99 CleaOvarar. Frl 337SK COVERAGE$ CEFMFICATE 01= LIABILITY INSURANCE CATE(M Mto ,leraoo. KAx (813)637.646� T}tiC CER7TrICAT613 IS$Q= AS A MA'-TLiA OF INIoMMATION ONLY AND CONFtfgg N RIGYRe UPON THe (314IITIkICATE HOLI OL Tmm at0'IT,RCAT6 Does Nar AMMMI), D (M ALM TMI COW GRAGC AFFORDED IY Ti.M POUCIeB $CLOW. wGLrImC A/�f;7HDINQ cavEwwa MUMS A: AMdW C*L Oo. d M0mW j PA (CNA) IMtiUNCR 0. INSURrR CI rr wmm DI IWFM 1; woo u 'mft %Arvlb UWFE'u BELOW HAVE ISM ISSUED 70 T►M INSU14M MAMBA AIOVLr FOR THE POLICY PU WO INOICATto NorMTHSTANDIM ANY tl&AVIARMCMT, Tp1M CONQIi10N OF AIVY TMCT On OTMI OCUM b(Nr WITH MGJPGCT TO WN1CH THIS CEPITIPgQATE MAY 36 Irk M OR MAY PERTAIN.'W INBUAANCS AFrrRDib 8Y THE PpUGiTi pGBGAlA1D muRE1N 19 tutuem TO ALL r-4a TIEPINS, mxCLUSIMS ANb OOMCWTIONO DP SUCM POLIOU. AGOM"TH LIMITS lh�D" MnY HAVt; 9E6N REb Og pT PAID CLAIMS. INS TYPR OP IR"ANCE LYY� POLI 95KAL L* PpIICV NUAAL�EA LIMFVS METAL LIADM1JTT OMM CCURRENCE LA MS MADE U LIAq[uTY.MAQe WlYAM 11rg so (Wmg eA A A0V INJURY LIMIT APPLIES PEKE AUTO WNED ALMM E0LIUE0 ALTOS 0 AUTDB 1OWN:4 ALIT03 Dade Ot V'" . � J Pc�ep��ep�ble t:VTO CLAIMS MADC TISATIQ ANOWG2d7 LITY A (3Dly Ihae Cm(+layeee rusted beep Able Body L�tlor w Parrs yc Prc cdy MlwgcrosA & NUTAI nanlce, Inc HOLDER City Timorox- 7SZ5 NW 881h A,,a r++Mnr. Ft. 33321 aft FMINM *MOLE W447 (i Peddenl) 0I LY uuumv Ilver Aonan) WDILY INJURY (pr MxNmn "OPIERTV UUAC. E (Par kalavo) %LITO ONLY - EA AC349NT OTHER WN QA ACC A tOCWLV. AOL# X WC Stew- OTH. twy Lkrja ER SHOULD ANY OP THE All PEW PtIRSD POLIGIC9 Re CANCELLED MORE TWE EXPIRAT DAM TMRWF. TNT' 185UIMG INSURE; WALL. INDFAVOR TO MAM RAYS WArrrEN NOrr TO THI GeRl iI'ICATE HOLDER NAM60 TO TK LEFT, OLrr FAILU O MAIL SUCH NOTICE 3OR MALLWPASE NO OUL100ION OA LldalurY qa ANY. lamp UrON THE WMPAMY. ITS AGO WESE'NTATIYeS. ALOorizo0 RApreesntAtNa He*= perry coot of Tamarac AGREEMENT BETWEEN THE CITY OF TAMARAC AND Purchasing & Contracts Division PRESTIGE PROPERTY MANAGEMENT AND MAINTENANCE, INC. This Agreement entered into this � day of 2004, between THE CITY OF TAMARAC, a municipal corporation with principal offices located at 7525 NW, 88th Ave., Tamarac, Florida 33321, (hereinafter referred to as "City"), and Prestige Property Management and Maintenance, Inc., a Florida corporation with principal offices located at 3300 SW 46t" Avenue, Davie, FL 33314 (hereinafter referred to as "Contractor) to provide for City-wide Landscape Maintenance Services. In consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, City and Contractor hereby agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Invitation to Bid No. 04-30S, entitled City-wide Landscape Maintenance, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda issued prior to, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement, and Bid 04-30B "Schedule of Bid Prices", attached hereto as A hme j."A. These Contract Documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) Term 2.1 Performance Probation Period: The Contractor will enter into a three (3) month probationary period beginning on the date of the execution of this Agreement. During this time City staff will closely scrutinize the Contractor's performance. If the performance is acceptable, the Contractor will be notified and the Agreement will extend through the expiration date given in this Agreement. The City has the right to terminate the contract during the probationary period with or without cause, and this right shall be solely at the discretion of the City. 2.2 Contract Term: The term of the Agreement shall be for a three (3) year period commencing on December 1. 2004 and expiring November 30, ?DOZ. Work shall commence no later than fourteen (14) days from the date the Agreement is executed by both parties. 2.3 Qptio_ nn (Extension): City shall have the option to extend the term of the Agreement on a month -to -month basis upon thirty (30) days written notice to the Contractor. City of Tamarac & Contracts Division 2.4 Renewal Term: The City reserves the right to renew the Agreement for one (1) additional three (3) year period upon mutual written agreement between the parties, successful vendor performance and the City's determination that such renewal would be in its best interest. 3) The Work 3.1 The Contractor shall perform all work for the City required by the Contract Documents as set forth below: 3.1.1 Contractor shall furnish all labor, materials, and equipment necessary to provide landscape maintenance to public right-of-ways and/or medians within the corporate limits of the City at specific locations as described in the schedule of prices included 'in Bid Document 04-30B attached hereto. 3.1.2 Contractor shall supervise the work force at all times to ensure that all workers conduct themselves and perform their work in a safe and professional manner.' Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 3.1.3 Contractor shall comply with any, and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or sub -contractors, if any, with respect to the work and services described herein. 3.2 Reports: The Contractor shall be provided with a checklist to be filled out and returned to the public Works Department after each grounds maintenance and/or irrigation operation. All maintenance operations and the dates they were performed shall be noted, and any repairs or damages shall be described. No payment will be made unless all reports are provided. 3.3 Schedule: Contractor shall provide a weekly schedule of daily activities to City's Landscaping Supervisor ahead of time. 3.4 Time Limits: All maintenance shall be performed in accordance with Contractor's approved time schedule, to be mutually agreed upon by the City and Contractor after Notice of Award, and in accordance with the requirements outlined in the Invitation for Bid. 4) Rates, Records and Billing 4.1 Rates: The rates referred to in Article 5 shall be applied to services performed by Contractor within service area. Contractor shall also receive PA %.y...... i!'c3C . !�(drrt.>�:(sing Ow rsin(r .._: s ,Divi compensation for additional work performed as stated in Article 5. City shall approve such additional work first. 4.1.1 The rates quoted are to apply to any area annexed into the City. 4.1.2 Contractor shall work with City to resolve any unforeseen problems that may arise during the term of this Agreement. This includes, but is not limited to, providing extra crews and equipment in times of emergency. 4.2 Records: Contractor agrees to maintain, at Contractor's principal office listed in this Agreement, adequate books and records relating to the performance of its obligation under this Agreement. 4.3 Bil_ling: After each maintenance operation is complete, Contractor shall request inspection by the City's supervisor, and sign -off on job ticket, to be included with each monthly invoice. Contractor then shall submit a monthly invoice on the first day of each month, itemizing all maintenance items performed the previous month, with signed -off tickets attached. A schedule of all maintenance items to be performed the following month shall be submitted with the invoice noting dates, times and locations of operations. The Public Works Department must be notified prior to any change in scheduling within five (5) working days to allow City staff to inspect sites for scheduled maintenance, Written reports must be turned in to the Public Works Department after each mowing operation on a checklist to be provided to Contractor by City. 4.4 Payment: Payment will be made after all services have been received, accepted, and properly invoiced. Invoices must include the project name, bid number and purchase order number, The City has up to thirty (30) days to review, approve and pay all invoices .after receipt, All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218, 5) Compensation, Schedules and Frequencies The Contract Sum for the above work shall not exceed a total of Seven Hundred Eighty -Eight Thousand Nine Hundred Fifty -Nine Dollars and Zero Cents. ($788,959.00). Contractor shall be paid for all services, including labor and materials, in accordance with the Schedule of Bid Prices contained in Attachment "A" herein titled "2004 Grounds Maintenance Contract Sheet -- Prestige Property Management". 6) Contractor's Local Office 6.1 Office/Managing Agent: Throughout the term of this Agreement, the Contractor shall establish and maintain a local office or authorized managing agent within Broward County and shall designate in writing r9l of Tamarac & Contracts Division within ten (10) days of execution of this Agreement the agent upon whom all notices may be served from the City. Service upon Contractor's agent shall always constitute service upon the Contractor. 6.2 Hours 9f Oper)jon: Contractor's local office shall be open during collection hours so that City may lodge complaints, requests for information, and requests for service. At a minimum, the Contractor's local office shall be available during the hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. Landscape Maintenance operations shall not begin prior to 7:30 a.m., as provided in the Invitation for Bid. 6.3 Staffing: Contractor's local office shall have a responsible person in charge during regular business hours, shall be equipped with sufficient telephones, a local telephone number, and sufficient attendants to receive telephone calls. Attendant(s) shall receive calls in a courteous and polite manner, record all complaints, and resolve all complaints in an expeditious manner within the next business day 7) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 8) Performance Evaluation and Monitoring 8.1 Rrmination for Convenienrq of Citv: This Agreement may be terminated by the CITY for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. 8.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 8.3 LiguidAled D ma es: Failure to respond to requests by City within twenty four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a $50.00 a day deduction from the following payment application. In addition, all debris, limbs and fronds of Tamarac Purchasing & Contracts Division will be picked up the same day of pruning. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that $50.00 per day is an amount proportionate to the cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. 8.4 Dispute Re,§olution: All disputes pertaining to this Agreement between the City. and the Contractor shall be settled internally with the appropriate City staff making the final determination and through the following chain of command: 1) Landscaping Division Supervisor; 2) Public Works Coordinator, 3) Public Works Operations Manager, 4) Director of Public Works, and 5) City Manager. The Purchasing and Contracts Manager shall be present and included in all dispute resolution meetings pertaining to this Agreement. In the event a dispute cannot be settled through the chain of command set forth in this section, the dispute shall be brought forward in a court of competent jurisdiction in accordance with Article 12 of this Agreement. 8) • Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Insurance & Bonding 10.1 Durance Requirements: Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the Invitation for Bid document, or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life. of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under AGIL City of Tamarac Purchasing & Contracts Division this section prior to beginning any work under this Agreement. Contractor will ensure that all sub -contractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this Agreement. 10.2 Contractor Lnsurano R s onsibiliti s: Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out. and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 10.3 Certificates of Insurance: The Certificate shall contain a provision that coverage afforded under the policy will not be canceled until at least thirty (30) days prior written notice has been given to City. In the event the Certificate of Insurance provided indicates that . the insurance shall terminate and lapse during the period of this Agreement, Contractor shall furnish, at least five (5) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverage for the balance of the period of the Agreement or extension thereunder is in effect. 10.4 Performance Payment Bonds: Within fifteen (15) calendar days after execution of this Agreement, but in any event prior to commencing work, the Contractor shall execute and furnish the City a performance bond and payment bond, each written by a corporate surety; having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on Federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of one hundred percent (100%) of the bid amount for the life of the Agreement. The performance bond shall be conditioned that the Contractor performs the Agreement in the time and manner prescribed in this Agreement. The payment bond shall be conditioned that the Contractor promptly make payments to all persons who supply the Contractor with labor, materials, and supplies used directly or indirectly by the Contractor in the prosecution of the work provided for in the Agreement and shall provide that the surety shall pay the same In the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law; and that Contractor shall indemnify and hold harmless the City to the extent of any and all payments in connection with the carrying out of said agreement which the City may be required to make under the law. of Tamarac 11) Agreement Subject to Funding & Contracts Division This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 12) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. 13) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 14) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 16) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 16) Time is of the Essence Time shall be deemed to be of the essence of this Agreement whenever time limits are imposed herein for the performance of any obligations by any of the Parties hereto, or whenever the accrual of any rights to either of the Parties hereto depends on the passage of time. 17) Right to Require Performance The failure of the City at any time to require performance by the Contractor of any provisions hereof shall in no way affect the rights of the City thereafter to enforce the same, nor shall waiver by the City of any breach of any provisions hereof be taken or held to be a waiver of any succeeding breach of such provisions or as a waiver of any provisions itself. City of Tamarac 18) Force Majeure ASMIL imPurchasing & Contracts Division Neither the Contractor nor the City shall be liable for the failure to perform its duties if such failure is caused by a riot, war, governmental order or regulation, strike, act of God, or other similar or different contingency beyond the reasonable control of the parties. 19) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior written consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the City. 20) Change Orders Without invalidating this Agreement, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the character or quality of the work as may be considered necessary or desirable to complete the purpose of this Agreement in a satisfactory manner. The Contractor shall not start work on any such alteration that requires an increase or decrease to either the contract price or contract time until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. In the event the parties cannot agree on a satisfactory adjustment for any item requiring a change in the contract price or contract time, and a change order has not been issued, the City reserves the right at its sole option to amend the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The value of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. Any notice required to be given to a surety by the provisions of the bond shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. 21) Permits & Licenses The Contractor shall submit copies of all licenses required for this work to the City's Designated Representative. A City of Tamarac Engineering Permit will be required; however, the City's permit fees will be waived. 22) Bankruptcy This Agreement shall terminate in the case of bankruptcy (whether voluntary or involuntary) or insolvency of the Contractor. In the case of bankruptcy, such termination shall take effect on the day and at the time that the bankruptcy action is filed. City of Tamarac, Purchasing & Contracts Division 23) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 NW 88t" Avenue Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 With a Copy to the City Attorney at the same address. CONTRACTOR Mr. Tom Jacob Manager Prestige Property Management and Maintenance, Inc. 3300 SW 46 n Avenue Davie, Florida 33314 (954) 584-3465 The Remainder of This Page Intentionally Left Blank City of Tamarac & Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and PRESTIGE PROPERTY MANAGEMENT AND MAINTENANCE, INC., signing by and through its President, duly authorized to execute same. ATTEST. U 4,M�"ariaAS v+ienso MC City rk Date ATTEST: t e Secretary) Gregory Lica _ Type/Print Name of Corporate Secy. CI OF TAMARAC Schreiber, Mayor v Date M *effire4y7 L. ills , City Manager Date and legal syrfliciency: Mitchell S' I -05 Date Prestige Property Management & Maintenance. Inc. Company Na ►. S n resident Gregory Lica Type/Print Name of President 4- (CORPORATE SEAL) Date 10 City of Tamarac Purchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF BROWARD: I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Gregory Lica, President, of Prestige Property Management and Maintenance, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this v'Kday of NeV6*% EPA , 20Q&. e" ►� �"* �•16,� Signature of Notaryublic �104-j � , 31 � State of Florida a arge Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ® DID take an oath, or ❑ DID NOT take an oath. 11 Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management hts-of-Way MWI Pricing Annual Total Public R.O.W. Descji tion Comments Quantityi Frequency Unit price Cost Commercial Blvd. mowing services medians & swales 28 736 $ 20,608.00 Hodge trimmin 12 1,008 $ 12,096,00 (From University Drive to irrigation inspection # of zones 24 24 371 $ 8,904.00 Prospect Road) Pruning & Trimming includes: 01 trees 146 1 1 3,212 $ 3,212.00 1 NW31 ave. c alms 52 1 1 1,040 $ 1,040.00 2) NW 56 St. Chemical apElications a I.P.M.. 12 300 $ 3,600.00 b turf fart. c tree fort. 146 2 1 252 189 $ 504.00 $ 189.00 d) palm tree fart. 52 1 44 $ 44.00 1 e shrub fert. 2 840 $ 1 680.00 Mulch beds & trees 1 1 4,200 $ 4,200.00 TOTAL. "An. Hiatus Road mowing services medians & sweles 281 736 $ 20,608.00 Hedge trimming 121 336 357 $ $ 4,032.00 8,568.00 from Commercial Blvd. to irri atian ins ction # of zones 61 241 to Mcnab Rd. Prunin & Trimmin b trees - 1 1 264 $ 264.00 c alms 461 1 1 920 $ 920.00 Chemical applications a I.P.M.. 121 250 $ 3,000.00 b turf fart. 2 294 $ 588.00 G tree fert. - 1 42 $ 42.00 2 d) palm tree fort. 46 1 66 $ 66.00 e shrub fert. 2 420 $ 840.00 Mulch beds & trees 1 1,750 $ 1,750.00 OTAL 40,678.001 Rock Island Road Inlowing services medians & sweles 281 414 $ 11,592.00 hed a trimming 121 420 $ 5,040.00 to NW 44 St.) irrigation inspection # of zones 121 241 84 $ 2,016.00 Pruning & Trimming s trees 61 1 1,342 $ 1,342.00 b alms 61 1 1.000 $ 1000.00 Chemical applications a I.P.M.. 12 150 $ 1,800.00 b turf Pert. 2 105 $ 210.00 3 c) shade tree Pert. 61 1 84 $ 84.00 dpalm tree fart. 61 1 88 $ 88.00 e shrub fort. 2 252 $ 504.00 Mulch beds & trees 1 1,750 1,750.00 TOTAL 2 Unlv*rs Irnowing medians 28 368 $ 10,304.00 (From Southgate Blvd. to 11hedge trimmin 12 504 $ 6,048.00 Commercial Sivd. lirrigation inspection I # of zones 231 24 168 $ 4,032.00 runing & Trimming trees 180 1 2,640 $ 2,640.00 alms 131 1 2,500 $ 2 500.00 hemical a Iicstions I.P.M.. 12 200 $ 2,400.00 I turf fort. 2 105 $ 210.00 4 shade tree fert. 180 1 231 176 $ $ 231.00 176.00 palm tree fert. 131 1 shrub fert. 2 315 $ 630.00 Mulch beds & trees 1 4,200 $ 4,200.00 TOTAL 33,171.00 Pricing Acknowledgement ,.�� v _,,,� 1-14 re: Gregory Lica ate Page 1 of 10 Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management Pricing Annual Total Public R.Q.W. Description Comments quant' FrejUn.CL Unit price Cost Pine Island Road mowing services medians & swales 28 368 $ 10,304.00 (NW 88 Avenue) hedge, trimming 12 672 $ 8,064.00 from Southgate Blvd. to Irrigation Inspection # of zones 7 241 168 $ 4,032.00 Commercial BNd. Pruning & Trimmin a trees 34 1 1 748 $ 748.00 b alms 24 1 1 480 $ 480.00 Chemical applications a 1. P.M.. 12 150 $ 1,800.00 b turf fert. 2 147 $ 294.00 5 c) shade tree fert. 34 1 84 $ 84,00 d aim tree fert. 24 1 88 $ 88.00 e shrub fert. 2 252 $ 504.00 Mulch beds & trees 1 1 1,750 $ 1,750.00 TOTAL 28,14a.00 Nob Hill Road mowing services I medians 281 322 $ 9,016.00 a) From Southgate Blvd. hedge trimming 121 210 $ 2,520.00 o Commercial Blvd. irrigation Inspection # of zones 171 241 119 $ 2,856.00 Pruning & Trimming a trees 1221 1 1 1,540 $ 1,540.001 bj polms 771 1 1 800 $ 800.00 hem cal a 1 cations a I.P.M. 12 150 $ 1,800.00 b turf fert. 2 252 504.00 c shade tree fert. 122 1 147 88 $ $ 147.00 88.00 8 d palm tree fert. 77 1 e shrub fert. 2 420 $ 840.00 Mulch beds & trees 1 1,155 $ 1,155.00 TOTAL 21.268.00 Southgate Blvd. Imowing services I medians 28 828 $ 23,184.00 hedge trimmina 1,008 $ 12,096,00 from NW 66 Ave. to Bush Hog I berm; road to 2nd post 9 660 $ 5,850.00 NW 108 Ave. Irrigation Inspection 24 378 $ 9,072,00 Pruning & Trimming a trees 312 1 6,380 $ 6,380.00 b alms 1281 1 1 2,560 $ 2,560.00 Chemical a Ilcations a I. P.M. 12 450 $ 5,400.00 b turf fert. 2 840 $ 1.680,00 7 c) shade tree fert. 3121 1 504 $ 504.00 dpalm tree fert. 1281 1 220 $ 220,00 e shrub fert. 2 1,680 $ 3,360.00 Mulch beds & trees 1 6,125 $ 6,125.00 TOTAL 76,431. Boulevards mowing.sere ces m ians & swales 281 368 $ 10,304.00 inGudes: Hedge trimmin 121 168 $ 2,016.00 NW 55, 54 & 53 Streets Prunin &Trimming Prospect Road b trees 1 3,190 $ 3,190.00 NW 26 & 27 Ave. c alms 1 1 600 $ 1 600.00 NW 51 Street lChemical applications 150 $ 1,800.00 a I. P.M. 12 bj turf fert. 2 210 $ 420.00 c tree fert. 1 105 $ 105.00 8 d) palm tree fert, 1 44 $ 44.00 e shrub fert. 2 a4 $ 168.00 Mulch beds & trees 1 420 i $ 420.00 OTAL 1 20,087.00 Pricing Acknowledgement �} egory Lisa ate Page 2 r. 10 Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management ncm Annual Total Public R.O.W. Description Comments Quanti Freuen Unit rice Cost Mainlands Drive movAng services medians & entrancewa s 28 276 $ 7,728.00 From Commercial Blvd, hedge trimmin 12 1,008 $ 12,096.00 to Highland Dr. Irrigation Inspection # of zones Na 241 70 $ 1,680.00 Pruning & Trimmin includes: a trees 61 1 1,100 $ 1,100.00 entrancewaystructure & b alms 61 1 800 $ 800.00 NW 47 Ter. entrance & Chemical applications NW 50 St. a I.P.M. 12 200 $ 2,400.00 b turf fort. 2 106 $ 210.00 9 c) shade tree fart. 61 1 188 $ 168.00 d alm tree fart. 61 1 220 $ 220.00 e shrub fert. 2 420 $ 840.00 Mulch beds & trees 1 2,800 $ 2,800.00 TOTAL 30,042.00 McNab Rd. mowin medians 28 552 $ 16,466,00 from NW 69 Ave. to 1hedge trimming 12 840 $ 10,080,00 NW 108 Ave. lirrigation inspection # of zones n/s 241 105 $ 2,520.00 Pruning & Trimmin a trees 501 1 1 1,100 $ 1,100,00 b alms 143 1 2,860 $ 2,860.00 Chemical applications a I.P.M. 12 400 $ 4,800'00 b turf Pert. 2 252 $ 504.00 10 c) shade tree fort. 50 1 63 $ 63.00 d alm tree fert. 143 1 176 $ 176.00 e shrub fert. 2 Mulch beds & trees 1 2,100 $ 2.100.00 TOTAL , 0.00 NW 57 Street mowin services medians & swales 28 736 $ 2Q608.00 from NW 94 Ave. to hedge trimmin 12 1,344 $ 16,128.00 Irrigation Ins tion 24 112 $ 2,688.00 Lime Say Prunin &Trimmin includes: a trees 88 1 1,936 $ 1,938.00 NW 64 Avenue b alms 206 1 4,120 $ 4,120.00 Chemical applications a I.P.M.. 12 400 $ 4,800.00 b turf fart. 2 48 3 $ 966.00 11 c) shade tree fort. 88 1 126 $ 126.00 d alm tree fert. 206 1 330 $ 330.00 e shrub fart. 2 1,008 $ 2,016.00 Mulch beds & trees 1 3,850 $ 3,850.00 TOTAL services medians 281 69 $ 1,932.00 Greenbrier Imowins From NW 75 Ave. to IPMnin &Trimmin NW 73 Ter. a trees 18 1 396 $ 396.00 b alms 6 1 160 $ 160.00 Chemical applications a 1. P.M.. 12 25 $ 300.00 b turf fert. 2 42 $ 84.00 c shade true fart, 18 1 21 $ 21.00 12 d) palm tree fart. 6 1 22 $ 22.00 Mulch beds & trees 1 35 $ 35.00 TOTAL Pricing Acknowledgement gory Lica Page 3 or 10 Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management Pricin Annual Total Public R.O.W. Description Comments Quanti Fre uen Unit price Cost Lagos de Campo mowing services medians 28 276 $ 7,728,00 from Pine Island to hedge trimming 12 378 $ 4,536.00 Irrigation Inspection 24 168 $ 4,032.00 McNab Rd. Pruning & Trimming trees 56 1 1,100 $ 1,100.00 alms 151 1 2,960 $ 2,960.00 hemical applications I.P.M. 12 200 $ 2,400.00 turf fort. 2 126 $ 252.00 shade tree fart. 58 1 84 $ 84.00 13 palm tree fart. 151 1 220 $ 22000 shrub Pert. 2 525 $ 1050.00 ulch beds & trees 1 1,925 $ 1,926,00 TOTAL r $ 7, Sabal Palms mowing services medians 28 92 $ 2,576.00 from Rock Island Rd. Hedge trimming 12 504 $ 8,048.00 to Bailey Rd. Irrigation Inspection Prunina & Trimmin b trees 17 1 374 $ 374.00 c alms 68 1 1240 $ 1,240,00 Chemical applications II.P.M. 12 100 $ 1,200,00 1!14 b turf fert. 2 21 $ 42.00 c tree fart. 17 1 42 $ 42,00 d palm tree fort. 68 1 110 $ 110.00 e shrub fert. 2 210 $ 420-00 Mulch beds & trees 1 525 $ 526.00 TOTAL ,t3Za.00 Woodlands North mowingservices medians & sweles 28 164 $ 5,152.00 from Commercial Blvd. to Hed a Trlmmin Irrigation inspection Prunin & Trimming Baile Rd. a trees 1 704 $ 704.00 b alms 1 1,060 $ 1060.00 Chemical applications a I.P.M. 121 100 $ 1,200,00 b turf fart. 2 63 $ 126.00 1s C) shade tree fart. 1 63 $ 63.00 dpalm tree fart. 1 88 $ 88.00 e shrub fort. 2 210 $ 420.00 Mulch beds & trees 1 1,2251$ 1,225.00 TOTAL ' ' 8.00 Woodmont area mowing medians 28 598 $ 1 5,744.00 Hedge Trimming 12 1,34d $ 16,128.00 irri anon Ins ction Pruning & Trimmin 1 241 329 $ 7,896-00 includes: 2,640 1 $ 2,640.00 NW 78 Street a trees 1561 1 1 NW 81 Street NW 82 Street b Palms Chemical applications 1121 1 1 1,600 $ 1,600.00 NW 80Avenue NW 70 Street a I.P.M. b turf fort. 12 2 400 399 $ $ 4,800.00 798.00 16 c) shade tree fart. 156 1 126 $ 126.00 dpalm tree Pert. 112 1 176 $ 176.00 0e shrub fart. 2 1,050 $ 2,10D.00 1 beds & trees 1 2,100 $ 2,100,00 TOTAL s `'55,108.00 Pricing Acknowledgement ` v eC regory Lica to Pape 4 or 10 Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management Pricing Annual Public R.O.W. Description Comments Quan " Frequency Unit prioe Cost Prospect Rd. mowing services medians & #wales 281 276 $ 7,728.00 from 4875 block to Prunin & Trimmin NW 15 Ave, a trees 1 2 200 $ 2,200"00 b alms 1 80 $ 80.00 Chemical a lications a I.P.M. 12 100 $ 1,200.00 b turf fert. 2 105 $ 210.00 17 c shade tree fart. 1 105 $ 105.00 dI Dalm tree fart. 1 22 $ 22.00 Mulch beds & trees 1 35 $ 35.00 TOTAL 0.00 NW 108 TerJ80 Stroet mowing services medians & swales 28 460 $ 12,880.00 from McNab to hedge trimmin 12 336 $ 4,032.00 Nob Hill Road irrianon ins ction # of zones 23 241 161 1 $ 3,864,00 Pruning & Trimmin a trees 87 1 1 1,320 $ 1,320.00 bpalms 223 1 1 3,000 $ 3 000.00 Chemical a lications a I. P.M. 121 300 $ 3,600.00 b turf fart. 2 210 $ 420.00 c shade tree fart. 87 1 126 $ 126.00 18 d) palm tree fort. 223 1 396 396"00 e shrub fert. 2 168 $ 336.00 Mulch beds & trees 1 3,150 $ 3,150.00 TOTAL mowing services medians 281 33,11247 NW 70 Ave. 322 9,016.00 from McNab Rd. to hedge trimming 121 1,008 $ 12,096.00 NW 77 Street irri ation insention # of zones n/a 1 241 175 $ 4,200,00 Includes: Pruning & Trimmin Brookwood Blvd. a trees 1 1 1,100 $ 1 100"00 b alms 1 1 60 $ 60.00 Chemical ap llcatlons a I.P.M. 12 250 $ 3,000,00 b turf fart. 2 105 $ 210.00 19 C shade tree fart. 1 168 $ 168.00 d elm tree fart. 1 220 $ 220.00 e shrub fart. 2 378 $ 756.00 Mulch beds & trees 1 4,375 $ 4,375"00 35,201.35 TOTAL NW 77 Street Irnowing services I medians 281 184 $ 5,152,00 Hod a Trimming 121 294 $ 3,528,00 from Pine Island Rd. to —_tPruning & Trimmin Nob Hill Road a trees 58 1 880 $ 880.00 b alms 71 1 1420 $ 1,420.00 Ghemical applications a I.P.M. 12 125 $ 1500.00 b turf Pert. 2 63 $ 126"00 20 c shade tree fart. 58 1 105 $ 105,00 d alm tree fart. 71 1 132 $ 132.00 e shrub fart. 2 168 $ 336.00 Mulch be trees 1 1,400 $ 1,400.00 TOTAL e • 14A5'til.00 Pricing Acknowledgement at ory Lica ape 5 of 10 ate Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management Pricing Annual Public R.O.W. Description Comments Quanti Frequency Unit price Cost NW 81 Street mowing services medians 28 230 $ 6,440.00 Irrigation inspection 24 294 $ 7,056.00 Iftom Pine Island Rd. to Prunin & Trimmin NW 96 Ave. a trees 671 1 1 1,100 $ 1,100.00 b aims 341 1 680 $ 680.00 Chemical a Ilcations a I.P.M. 12 100 $ 1,200,00 b tun` fert. 2 168 $ 336.00 21 c shade tree Pert. fi7 1 84 $ 84.p0 dpalm tree fert. 34 1 88 $ 88.00 e shrub fort. 2 378 $ 756.00 Mulch beds & trees 1 i,050 $ 1,050,00 TOTAL 18,790.00 NW 84 Terrace mowing services medians 28 138 $ 3,864.00 from 57 Street to hedge trimming 12 252 $ 3,024.00 Irrigation inspection 241 $ 1,680.00 70 Lagos de Campo Prunin & Ttimmin a tnges 33 1 704 $ 704.00 bpalms 73 1 660 $ 660.00 Chemical applications a I.P.M. 121 150 $ 1,800.00 b turf fert. 2 126 $ 252.00 C shade tree fort. 33 1 42 $ 42.00 22 d) palm tree fort. 73 1 88 $ 88.00 0 e shrub fart. 2 420 $ 840.00 Mulch beds & trees 1 1,225 $ 1,225.00 NW94Avenue Irnowing services I medians 281 46 '. $ 1,288.00 hed a trimming 12 84 $ 1,008,00 from 57 Street to lirrigation InsELetion 0 of zones 4 1 241 28 $ 672.00 NW 59 Ct. Pruning & Trimmin a trees 1 1 1 22 $ 22.00 b palms 17 1 240 $ 240.00 Chemical ap lications a I.P.M. 12 75 $ 900.00 b turf fert. 2 42 $ 84.00 c shade tree fart. 1 1 21 $ 21.00 23 d) palm tree fart. 17 1 22 $ 22.00 e) shrub fert. 2 42 $ 84.00 Mulch Ibeds trees 1 175 $ 175.00 TOTAL 5 4, NW 96 Avenue ImovAng services I swales 28 46 $ 1,288.00 from 81 Street to IChamlcal applications Canal south of 60 St. Im I.P.M. 12 25 $ 300.00 24 b) turf Pert. 2 21 $ 42.00 OTAL 1630.b iId Life area mowin services Prunin & Trimmin 26 92 $ 2,576.00 a trees 11 88 88,00 25 AChernIcal applications a I.P.M. 121 25 $ 300.00 b) turf fort. 2 63 $ 126.00 [TOTAL 3,090. Pricing Acknowledgement n regory Lica Page 6 a 10 4- ate Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management Pricing Annual Public R.O.W. Description Comments Quantity Frequency Unit price Cost Canal Xin s Imowing services across City 10 28 184 $ 5,152.00 Chemical applications 26 a LP.M. 12 138 $ 1,260.00 b) turf fert. 2 21 $ 42,00 TOTAL 6,464.00 Lint Stations mowing services across City 30+ 2$ 138 $ 3,864.00 27 1hodge trimming where applicable 121 252 $ 3,024.00 TOTAL $ Sie Public Lot mowing services Size = 72,747 Sq. Ft. 28 69 $ 1,932.00 28 TOTAL 32.00 NW 64th Avenue Imovoing services I medians - 281 23 $ 644,60 hod a trimming 1 121 21 $ 252.00 Irrigation inspection # of zones 241 28 $ & Trimming trees 2 1 66 $ t-7672Pruning lima) b) palms 11 1 60 $ Chemical applicatbns a) 1. P.M. 12 25 $ 300,00 b) turf fert. 2 21 $ 42.00 c) shade tree fert. 2 1 21 $ 21.00 29 d) palm tree fart. 11 1 22 $ 22.00 e) shrub fert. 2 21 $ 42.00 Mulch beds & trees 1 35 $ 35,00 OTAL 2111 ;0 NW 76th Street mowing services I medians 28 13 $ 3,864.00 hedge trimming 12 210 $ 2,520,00 irrigation inspection I # of zones 24 77 $ 1,848.00 Pruning & Trimmin a trees 28 1 1,122 $ 1,122.00 b alms 4 1 640 $ 640.00 Chemical applications al LP.M. 12 75 $ 900.00 b turf fert. 2 84 $ 168.00 c shade tree fart. 2$ 1 63 $ 63.00 30 d) oalm tree fert. 4 1 176 $ 176.00 e) shrub fort. 2 16$ $ 336,00 Mulch beds & trees 1 350 1 $ 350.00 OTAL. ' r .00 TOTAL - ROW $ 701,799.00 I. Mowing services Include mowing, blowing, edging, weed eating, do -littering & bed maintenance where applicable. 2. Hedge trimming Includes bed maintenance. Pricing Acknowledgement �f gory Lica Pago 7 of 10 TR 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management AREAS (sq. ft Annual FACILITIES Description Sod Landscape bed Quanti Fre uen Unit price Cost City Hall Imowing services 139,850 29,950 32 276 $ 8,832,00 7525 NW 88 Avenue hedge trimming 27,012 12 588 $ 7,056.00 Irrigation Inspection # of zones 15 24 105 $ 2,520.00 1 Pruning& Trimmin a trees 160 1 3,080 $ 3080.00 b alms 26 1 400 $ 400.00 Chemical applications a 1, P.M, 1 139,850 12 150 $ 1'800.00 b turf Pert. 139,860 41 504.00 c shade tree fert. 180 2 105 $ 210.00 d aim tree Pert. 26 2 88 $ 176,00 s shrub tent. 3 336 $ 1,008.00 Mulch 29,950 1 1,235 $ 1,235.00 OTAL 26,821.00 Broward Sherlfrs Officelmowing services 100,0001 11,325 32 184 $ 5,888.00 7515 NW 88 Avenue) 1hedge bimming 6,8401 12 546 $ 6,552.00 ird ation Inspectlon # of zones 13 24 91 1 $ 2,184,00 2 Pruning S Trimmin a trees 98 1 2,090 $ 2,090.00 b alms 24 1 440 $ 440.00 Chemical applications a I. P.M. 100 000 12 75 $ 900.00 b turf fert. 100.000 3 105 $ 315.00 c shade tree fart. 98 2 42 $ 84.00 d aim tree fert. 24 2 132 $ 264.00 e shrub Pert. 3 126 $ 378.00 Mulch 11,325 1 875 $ 875.00 OTAL 1 ,97000 Fire Station #1 Imowing services 16,100 750 321 92 $ 2,944.00 7501 NW 88 Avenue) 1hedge trimming 722 12 378 $ 4,536.00 Irrigation inspection # of zones 4 1 121 28 $ 336.00 3 Prunin & Trlmmin a trees 5 1 110 $ 110.00 b alms 1 40 $ 40.00 Chemical applications a 1. P.M. 16100 121 25 $ 300.00 b turf fert. 16 100 31 84 $ 252.00 c shade tree fert. 5 2 21 $ 42.00 d shrub fart. 3 42 $ 126.00 Mulch 750 1 350 $ 350.00 TOTAL T 9,036,00- AREAS (sq. ft Annual FACILITIES Description I Sod 11-andscape bedil Quantity Frequency Unit price Cost Fire Station 02 mowino services 28,925 1,475 32 46 $ 1,472.00 4801 W Commercial hedge trimmin 12 210 $ 2,520.00 Irrigation Inspectlon # of zones 6 12 84 $ 1,008.00 4 Pruning & Trimmin a trees 12 1 1 440 $ 440.00 bpalms 23 1 1 460 $ 460.00 Chemical applications a I.P.M. 28,925 12 50 $ 600.00 b turf fert. 28,925 3 42 $ 126.00 c shade tree fert. 12 2 42 $ 84.00 dpalm tree fert. 23 2 88 $ 176.00 e shrub fert. 3 64 $ 252.00 Mulch 1,475 1 455 $ 455,00 OTAL 5 T A LEVEL 1 gS, mowing services inciuoe mowing, plowing, edging, weed eatin ring & bed maint. Pricing Acknowledgement e' ry Lisa oBPf 10 Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management ADDITIONAL WORK (AS NEEDED) ITEM DUCRIPTION PRICE 1 Pruning & Trimming tree $ 55.00 per tree palm $ 32.00 per tree V, 3 4 5 6 7 8 9 Tree removal including stump gdnding/VVithout grinding Palm removal including stump grindingNVithout grinding Sod replacement (per sq. ft.) Fertilizing (per 50 lb. bag including labor) I.P.M.. a) Pest Control b) Fire ant control including labor $ 325.00 per tree under 25' $ 475.00 per tree over 26' $ 195.00 per tree under 25' $ 285.00 per tree over 25' .60 Bahia .65 St. Augustine $ 30.00 Liquid $ 145.00 per 50 gal. Granular $ 39.00 per 50 lb. bag $ 5.00 per 1000 sq. ft. Storm debris removal (per crew hour) Non -Storm debris removal (per Crew hour) Irrigation inspection Irrigation repairs including material, labor and restoration work 10 Mechanical edging 11 Hedge Trimming Pricing Acknowledgement n . Gregory Lice Page 9 of 10 $ 175.00 including equipment, hauling & disposal $ 160.00 including equipment, hauling & disposal $ 14.00 per zone per inspection $ 9.00 spray heads $ 25.00 rotor heads $ 310.00 electric valves $ 215.00 pressure valves $ 206.00 indexing valves .34 per linear foot for non -curbed area .47 per linear foot -iiholo+ Gate Temp Reso 10599 2004 Grounds Maintenance Contract Bid Sheet Attachment "A" to Agreement Prestige Property Management Including Quantities from Planned Improvements Pricing O.W. MHiII Oescri tion Comments QuantityFrequency Annual Unit rice Total Cost mowin services medians 28 368 $10,304,00 ate Blvd, hedge trimming 12 294 119 $ 3,528.00 $ 2,856.00 a Commercial Blvd. Irrigation inspection # of zones 171 24 Pruning & Trimming a trees 152 1 2 640 $ 2,640.00 b palms 96 1 1.300 $ 1,300.00 Chemical applications a I.P.M. 12 200 $ 2,400.00 b turf fart. 2 252 $ 504.00 8 C shade tree fort. d) palm tree fort. 122 77 1 1 210 110 $ 210.00 $ 110.00 e shrub fart. 2 504 $ 1,008.00 Mulch beds & trees 1 1,225 $ 1,225.00 TOTAL 26,085.00 Southgate Blvd. Imowling services medians 28 920 $ 25,760.00 hod a trimming 121 1,260 700 $15,120.00 $ 6,300.00 from NW 66 Ave, to Bush Ha berm; road to 2nd post 9 NW 108 Ave. Irrigation Inspection 241 476 $11,424.00 Pruning & Trimming a trees 347 1 6 820 $ 6,820.00 b alms Chemical me lications 1731 1 1 3,000 $ 3,000.00 a I.P.M. 12 550 $ 6,600.00 b turf ferL 2 882 $ 1 764.00 7 c shade tree fart. 312 1 567 $ 567.00 di palm tree fert. 128 1 264 $ 264.00 e shrub fort. OOAML 2 2 100 $ 4,200.00 Mulch beds & trees 1 7,175 $ 7,175, 00 8 ,994.00 jProspect Rd. ImovAng services Iftom 4875 block to Pruning & Trimming medians & swales 28 322 $ 9,016.00 NW 15 Ave. a trees b alms Chemical a lications 211 1 31 1 1 1 4,400 80 $ 4,400,00 $ 80.00 a 1. P.M. b turf fert. 17 c shade tree fart. 12 2 1 200 $ 2,400.00 126 $ 252.00 126 $ 126.00 d aim tree fart. Mulch TOTAL beds & trees 1 1 264 1,400 $ 264.00 $ 1,400.00 1T. 0 TOTAL 133,017 1. Mowing services include mowing, blowing, edging, wood eating, de -littering & bed maintenance where applicable. 2. Hedge trimming includes bed maintenance. Pricing Acknowledgement wool regory Lisa efle 10 of 70 t�' ate ti\ 1VU1U, r,nl1JU.Ll L General Monaget &AW PRC�TIGC)o Controller Property Management and Maintenance, Inc. • A: Operations Monogar 3300 S.W. 46th Avenue / Davie. Florida 33314-2215 / (954) 584-3465 / Fax: (954) 584-2185 / Email: into ftrestigepmm..com CITY OF TAMARAC - Finance Department January 6, 2005 6011 Nab Hill Road Tamarac, Florida 33321-2401 (954)724-2450 * Fax (954)724-2408 ATTN: Keith Glatz RE: PARK MOWING As per your request, we are submitting a bid for turf maintenance. Our scope of work includes: Canorella Park w Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 176.00/cut $ 4,928.00/year Veterans Park w Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 198.00/cut $ 5,544.00/year Community Cen_te_r W Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 288.00/cut $ 8,064.00/year Sunset Pointe Park r•- Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 460.00/cut $ .12,880.00/year NW 61 Street ProneM w Mowing, Edging, Line Trimming, Blowing (12 cuts per year) $ 400.00/cut $ 4,800.00/year NW 77 Street Park w Bush Hog Mowing (12 cuts per year) $ 360.00/cut $ 4,320.00/year TOTAL S 40,536.00/year We appreciate the opportunity to bid your work. In the event any litigation arises out ofthis agreement, the prevailing party will be entitled to attorneys fees plus any costs associated with. If you have any further questions, please do not hesitate to contact me. ACCEPTED BY: SIGNATURE: TITLE: DATE: (print name) PRESTIGE PROPERTY MANAGEMENT AND MAINTENANCE, INC. Sincerely, Tom Jacob Operations Supervisor TPJ/lb W:\WP51\MAINTrBID\TAM-PKS2004.BI17 (rev) City of Tamarac CHANGE ORDER DATE OF ISSUANCE: January7, 2005 OWNER: CITY OF TAMARAC 7525 NW 88th Avenue Tamarac, FL 33321-2401 BID NO. 04-30B CONTRACTOR Prestige Property Management & Maintenance, Inc. Purch CHANGE ORDER NO. PROJECT NAME: PROJECT NO. Zell 01 to] ►y,140N & Contracts Division CITYWIDE LANDSCAPE MAINTENANCE N/A IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION: Supply equipment and perform grass maintenance at Caporella Park (28 cuts per year @ $176.00 per cut), Veterans Park (28 cuts per year @ $198.00 per cut), Sunset Pointe Park (28 cuts per year @ $460 per cut), NW 618t St. Property (12 cuts per year @ 400.00 per cut), NW 77th St. Park (12 cuts per year@ 360.00 per cut) and the Community Center (28 cuts per year @ $288.00 per cut). Work is to include mowing, edging, line trimming, and blowing each time the site is scheduled. PURPOSE OF CHANGE ORDER: To maintain the grass at various parks. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $ 788,959.00 Previous Change Order No. N/A to No. N/A Net change from previous change orders $ 0.00 Contract Price prior to this Change Order Contract Time prior to this Change Order $ 788,959.00 Net (Increase) of this Change Order Net (Increase) of this Change Order $ 40,536.00 Contract Price with all approved Change Orders Contract Time with all approved Change Orders $ 829,495.00 C ED APPROVED AP"OVERBY BY BY Direr or f City Manager Cont actor Date 11 .�- Date % F. O Sr Date 1 7 o "� FRED LICA i b General Manager d�fa GREG LICA �TIGG Controller PRE TB Property Management and Maintenance, Inc. OperraatonsAMaager 3300 S.W. 46th Avenue / Davie, Florida 33314-2215 / (954) 584-3465 / Fax. (954) 584-2185 / Emall: info®prestigepmm,com CITY OF TAMARAC - Finance Department January 6, 2005 6011 Nob Hill Road Tamarac, Florida 33321-2401 (954)724-2450 * Fax (954)724-2408 ATTN: Keith Glatz RE: PARK MOWING As per your request, we are submitting a bid for turf maintenance. Our scope of work includes: CUorella Park w Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 176.00/cut $ 4,928.00/year Veterans Park w Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 198.00/cut $ 5,544.00/year Community Center w Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 288.00/cut $ 8,064.00/year Sunset Pointe Park w Mowing, Edging, Line Trimming, Blowing (28 cuts per year) $ 460.00/cut $ 12,880.00/year NW 61 Street Property w Mowing, Edging, Line Trimming, Blowing (12 cuts per year) $ 400.00/cut $ 4,800.00/year NW 77 Street Park w Bush Hog Mowing (12 cuts per year) $ 360.00/cut $ 4,320.00/year TOTAL $ 40,536.00/year We appreciate the opportunity to bid your work. In the event any litigation arises out ofthis agreement, the prevailing party will be entitled to attorneys fees plus any costs associated with. If you have any further questions, please do not hesitate to contact me. ACCEPTED BY: (print name) SIGNATURE: TITLE: DATE: PRESTIGE PROPERTY MANAGEMENT AND MAINTENANCE, INC. Sincerely, Tom Jacob Operations Supervisor TPJ/lb W \WP51\MAINT\BID\TAM-PKS2004.BID (rev.)