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.)