Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2023-121Temp. Reso. 14024 October 11, 2023 Page 1 of 6 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2023 _ I A A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING RFP NO. 23-20R AND AUTHORIZING THE CITY MANAGER OR DESIGNEE TO NEGOTIATE AND ENTER INTO AGREEMENTS WITH JUNIPER LANDSCAPING OF FLORIDA, LLC. AND VISUALSCAPE INC. FOR CITYWIDE LANDSCAPE MAINTENANCE, MULCHING INSTALLATION AND IRRIGATION INSPECTION AND WET TESTING BASED ON ESTABLISHED CONTRACT FIXED UNIT PRICES, IN THE BEST INTEREST OF THE CITY; AUTHORIZING ANNUAL EXPENDITURES IN ACCORDANCE WITH THE AGREEMENTS, INCLUDING ANNUAL PRICE ESCALATION / DE-ESCALATION PER RFP NO 23-20R; AUTHORIZING THE CITY MANAGER OR DESIGNEE TO EXECUTETHE AGREEMENTANDRENEWALS, APPROVE ASSIGNMENTS AND OTHER AMENDMENTS TO THE AGREEMENTS; RATIFYING THE MONTH -TO -MONTH EXTENSION OF THE CURRENT AGREEMENT WITH SFM LANDSCAPE SERVICES, LLC.; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission deem it to be in the best interest of the citizens, residents, and businesses of the City of Tamarac to maintain City Rights -of - Way, Public Parks, and other green spaces around City Facilities through proper landscape maintenance services provided in a cost-effective and efficient manner; and WHEREAS, due to the complexity of the new contract format in order to increase competition, the currentAgreementwith SFM Landscape Services, LLC. required month - to -month extensions effective until the proposed Agreements are executed and in effect, which was approved administratively by the City Manager per Resolution R-2020-002, incorporated herein by reference and on file in the office of the City Clerk; and Temp. Reso. 14024 October 11, 2023 Page 2 of 6 WHEREAS, on June 1, 2023, the City of Tamarac published RFP No. 20-23R for Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and Wet Testing; and WHEREAS, on June 14, 2023, the City of Tamarac held a Mandatory Pre -Bid Conference for potential submitters; and WHEREAS, on June 29, 2023, the City received and opened seven (7) proposals, and determined all to responsive to RFP No. 23-20R; and WHEREAS, an Evaluation Committee,faciIitated by theCity's Senior Procurement Specialist and comprised of the Assistant Director of Public Services, Assistant Director of Community Development, Public Services Operations Manager, Recreation Superintendent, and City Manager's Office Chief of Staff, reviewed and evaluated the submittals; and WHEREAS, City Staff reviewed the submitted bids and ranked the seven (7) firms based on the evaluation criteria of RFP No. 23-20R as follows: 1. Brightview Landscape Services, Inc. 2. Juniper Landscaping of Florida, LLC. 3. SFM Services, Inc. 4. VisualScape, Inc. 5. Blue Marlin Investments, Inc. / dba Cayco Landscaping 6. Green Dreams Paradise Corp. 7. Superior Landscaping & Lawn Service, Inc. Temp. Reso. 14024 October 11, 2023 Page 3 of 6 A copy of the Evaluation Ranking Matrix is attached hereto as Exhibit 1; and WHEREAS, the top four(4) ranked firms were invited to make presentations to the City Commission on October 9, 2023 to further describe their services and approach to meeting the City's needs and requirements per RFP No. 23-20R; and WHEREAS, on October 9, 2023, at a public workshop, the City Commission reached consensus on selecting Juniper Landscaping of Florida, LLC. and Visualscape Inc.; and WHEREAS, the Director of Public Services, Director of Financial Services, and the Purchasing and Contracts Manager recommend the City Commission approve the award of RFP No. 23-20R to not more than two (2) firms for Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and Wet Testing, authorizing the City Manager or designee to execute said Agreement(s) divided geographically as determined to be most effective by City Staff, and that the City Manager or designee be authorized to execute said Agreements and further be authorized to execute annual renewals; and WHEREAS, the City Commission deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP No. 23-20R to, and authorize the City Manager or designee to execute Agreements with Juniper Landscaping of Florida, LLC. and Visualscape Inc. for Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and Wet Testing, and to authorize the City Manager or designee to execute said Agreements, authorize annual expenditures including annual escalation/de- escalation per RFP No. 23-20R, and further authorize the City Manager or designee to execute annual renewals per RFP No. 23-20R. Temp. Reso. 14024 October 11, 2023 Page 4 of 6 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, and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission, pursuant to Section 6-146(a)(3)(h) of the City Code, providing that the City Commission may award proposals in the best of the interest of the City, HEREBYawardsRFP No.23-20R to and authorizes the City Manager or designee to negotiate and enter into Agreements with Juniper Landscaping of Florida, LLC. and Visualscape Inc. for Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and Wet Testing ("the Agreements") and the City Manager or designee are hereby authorized to execute the Agreements, hereto attached as "Exhibit 2" and "Exhibit 3", respectively, to provide Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and Wet Testing. SECTION 3: The City Manager or designee are HEREBY authorized to extend or renew the Agreements and approve assignments and other amendments to the Agreements with Juniper Landscaping of Florida, LLC. and Visualscape Inc. for Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and WetTesting, as appropriate. SECTION 4: Annual expenditures, including annual escalation / de- Temp. Reso. 14024 October 11, 2023 Page 5 of 6 escalations per RFP No. 23-20R for Citywide Landscape Maintenance, Mulching Installation and Irrigation Inspection and Wet Testing, including annual escalation / de - escalations per RFP No. 23-20R are HEREBY approved. SECTION 5: The City Manager or designee is HEREBY authorized to approve and initiate Change Orders in amounts notto exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to making final paymentand releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 6: The City Commission ratifies the month -to -month extension, nuncpro tunc, of the current Agreement with SFM Landscape Services, LLC., effective until the proposed Agreements are executed and in effect. SECTION 7: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 8: If any clause, section, other part or application of this Resolution is held byanycountofcompetentjurisdiction to be unconstitutional orinvalid, in part or application, it shall not affectthe validity of the remaining portions or applications of this Resolution. SECTION 9 passage and adoption. Temp. Reso. 14024 October 11, 2023 Page 6 of 6 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this day of OL _10 867R- 2023. ATTEST: KIJKABERLY DILL CMC CITY CLERK ICHELLE J. G M , MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: V/M BOLTON DIST 2: COMM. WRIGHT JR E DIST 3: COMM. VILLALOBOS DIST 4: COMM. DANIEL APPROVEDAS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY. HAN0#1NOT CITY ATTORNEY Temp. Reso. 13377 January 8, 2020 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2020 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 19- 29B TO AND APPROVING AGREEMENTS WITH SFM SERVICES, INC. ("SFM") FOR GROUNDS MAINTENANCE SERVICES AND TO PRESTIGE PROPERTY MAINTENANCE, INC. ("PRESTIGE") FOR IRRIGATION SERVICES FOR CERTAIN PUBLIC RIGHTS -OF -WAY, CITY FACILITIES, AND CITY PARKS; BASED ON ESTABLISHED CONTRACT FIXED UNIT PRICES; AUTHORIZING ANNUAL EXPENDITURES NOT TO EXCEED $691,994.79 AND $72,660.00, RESPECTIVELY INCLUDING ANNUAL PRICE ESCALATION / DE- ESCALATION PER BID NO 19-2913; AUTHORIZING THE MONTH TO MONTH RENEWAL OF THE CURRENT AGREEMENT WITH PRESTIGE FOR GROUNDS MAINTENANCE SERVICES NUNC PRO TUNC UNTIL THE PROPOSED AGREEMENTS ARE EXECUTED AND IN EFFECT; AUTHORIZING PROPER CITY OFFICIALS TO EXECUTE CONTRACT RENEWALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission deem it to be in the best interest of the citizens, residents, and businesses of the City of Tamarac to maintain City Rights - of -Way, Public Parks, and other green spaces around City Facilities through proper landscape maintenance services provided in a cost-effective and efficient manner; and WHEREAS, due to the complexity of the new contract format in order to increase competition, the current Agreement with Prestige for Grounds Maintenance Services requires month to month extension nunc pro tunc effective until the proposed Agreements are executed and in effect; and WHEREAS, on August 6, 2019, the City of Tamarac published Bid No. 19-29B Temp. Reso. 13377 January 8, 2020 Page 2 of 5 for Citywide Grounds Maintenance, Mulching, Irrigation, and Tree Trimming/Pruning Services; and WHEREAS, on August 15, 2019, the City of Tamarac held a Pre -Bid Conference for potential submitters; and WHEREAS, on November 14, 2019, six (6) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications, a bid tabulation is attached hereto as "Exhibit 1 ", incorporated herein and made a specific part of this Resolution; and WHEREAS, City Staff reviewed the submitted bids and determined the most responsive and responsible bidder for each functional area, and determined SFM to be the most responsible and responsive bidder for the Grounds Maintenance portion, and Prestige to be the most responsible and responsive bidder for the Irrigation portion; and WHEREAS, the Director of Public Services, Director of Financial Services, and the Purchasing and Contracts Manager recommend the City Commission approve the award of Bid No. 19-29B to SFM Services, Inc_ for Grounds Maintenance Services and award of Bid No. 19-29B to Prestige Property Maintenance, Inc. for Irrigation Maintenance Services, and that the appropriate City Officials be authorized to execute said Agreements. 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 Temp. Reso. 13377 January 8, 2020 Page 3 of 5 confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof, and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission HEREBY awards Bid No. 19-29B to SFM Services, Inc. for Grounds Maintenance Services and award of Bid No. 19-29B to Prestige Property Maintenance, Inc. for Irrigation Maintenance Services ("The Agreements") and the appropriate City officials are hereby authorized to execute the Agreements, hereto attached as "Exhibit 2" and "Exhibit 3", respectively, to provide Grounds Maintenance Services and Irrigation Maintenance Services, respectively. SECTION 3: The appropriate City Officials are HEREBY authorized to extend or renew the Agreements with SFM Services, Inc. and Prestige Property Maintenance, Inc. for Grounds Maintenance Services and Irrigation Maintenance Services, respectively. SECTION 4: Annual expenditures in the amount of $691,994.79 including annual escalation / de -escalations per Bid No. 19-29B for Grounds Maintenance and $72,660.00 including annual escalation / de -escalations per Bid No. 19-29B are HEREBY approved. SECTION 5: The City Manager or designee is HEREBY authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6-147 of the City Code, and close the contract award, which includes, but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. Temp. Reso. 13377 January 8, 2020 Page 4 of 5 SECTION 6: The City Commission authorizes the month to month renewal, nunc pro tunc, of the current Agreement with Prestige for Grounds Maintenance Services effective until the proposed Agreements are executed and in effect. SECTION 7: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 8: If any clause, section, other part or application of this Resolution is held by any count of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. "The remainder of this page is intentionally left blank." SECTION 9: passage and adoption. Temp. Reso. 13377 January 8, 2020 Page 5 of 5 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this day of ,��cl� `'' 2020. MICHELLE J. G MAYOR ATTEST: LILLIAN PABON, CMC ACTING CITY CLERK RECORD OF COMMISSION VOTE MAYOR GOMEZ' DIST 1. V/M BOLTON DIST 2: COMM GELIN DIST 3: COMM FISHMAN DIST 4: COMM PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM ;j 'aAmUEL S. GOREN CITY ATTORNEY TR 13377 Exhibit 1 19-29B - Citywide Landscaping Maintenance MOWING SFM Services, Inc. Mainguy Environmental Care, Inc. 1. Fletcher Enterprises dba Trimac Outd- prestige property Maintenance, Inc. VIwalScape Inc. Supedar Landscaping & Lawn Service. Inc. OenlPam YeanY ruts hirehrcut foul hiA Poreut Tnbl --rout rod M¢re ryt Tey, h,ce-,. TZ, hw MCut Ton, t R s w s m OlaNDSCApE s w s m s ]vW s :6w s fom s :aw s tom 5 tom s :a.W MMNiFNA1aA iAOLlTlfS-Mown{ �nRgal cu'19n. )i1T VW 9aR. q.e•rnr-wl3T."J:Sa:` 1a 101122 5 S I- ".v00ro S m S < 5 6 9<1 5 <00W 5:6,LlJw S 911 <0 S]1281.?0 l.Ta1W $ r],1iam ]a asOw 5 Z T J W 5 1 v '6a11W i 5 )ou 5 1 w S 1JO 5 5 w 5 :Il.w mow 5 s i 5 3] $ lia n S Y 3 T 11u ]iw 9i1m S }l:mon S a M1m ),O$ We Is 19 JY 36m0 140000 92m0 5 W I U4 To 5 21 .m S 5:0'93w 5 6s51m S S ] 5 S 6Ww S wm 5 -.-'a w 1 u]e0 S S '11.m 5 se 5 )�]n.w S 295.m 5 aiow T ..MO.W 1 w 5 .xam S .6 S 62<Om ].6:U.P S b1J W 1 1JPw s n61:fi W 5 u tl 9 "c 5n re Surrcn alfi 9J1W'Y.Jnuerntvlr� - - Kn a;a:ae0: w'm-voY1 'a ww0 51KU ii0m s 11W 5 a19w S 10<.m s l-on S:i A:7w 5 1.-ou Z S Pm S SOm S Isw.W S :.GaOm S :6YOm S 155.m S aww S rA.m S a,3Sa.m 51i!SI.W S S,- 5 19aw 5 1Ww 5 vow $]a 2�1].W s ].000.m S <.,MOm 5 s W 5 ao S 1s91w $ l.la9.w S 5.:96P 5 1.09a,g1 S :.6fiam S SSi.m 1 K6]w S ab.lrKm 5 SS.Sw.W EY 5 )a.m S ]. m S :i0.m S g200.m 5 :O.w Mi. S i,6Pw S :)S.m S l.i0om S a:60 S $.:I.se S l.ma.w 5 ]0.6)?m _ awl: tcvrn<a al.cl S 1] w 5 }mw S i,um.m S a, l'.lm 5 :i0.m S a 5 :asw S 5.:96w f Lali.w 5 aS.6%.W r CSralvn as nr :OP'Scvr ua ev9l UI'mSGVE MNNIEIWW(E-FAOIInES-Mowin6luans 19 ale�J l: 5 S 5 191Jw U,9M.m S 5.:a0w SId's- f 5 ).910.ro 5J932U 5 S 1.. To ya9,11fim S $ W 5 I- an 13y8M.P f 1 1. 16+W M66P.W IANOSCAPE MMMn6Yrx0E -pAal6 lO1S-MYrNa6 29 tl"W 5 w 5 5 8. S;],<;6m w 5 S.OnO.m 5 lcap.w 1ii,]bm S it: 3s S 1'.1ou S 5,ala.w 55a.]]2 to S 111. 5 1.)w.ln s L1m.W 516,<rL.w S 69 fill 5 :a]6m 5 1.fi10.ep 5KAll.w I 1 1609.m S ].219.w 5 la.i93.m _ - lath Yana Terre-3l._I SW s O Z S 5 W. 2]w $ &Y.w S :10.W S l.:lOw 5 5 a- S 211m S t11eW f ilm f ]:lw s ow f IBPW S 11m S s<am 5 99w s 1.I+sw 5 Ill. S aa6w S So,lslw tlwsa $ IS'W s 9.9]4w 5 3o4w Z aaww 5 16xAu 5 1.:a1.m 5 a;sw S:I. n1Uw 5 aWw S:zyax.w 5 6e:w 5 1'Asa.In [7 - t92JS5 5 i20m 51<iP.w 5 aw.w 5::.lw.w S 101:1 S:a,wl.J6 $ %950. S $4600 2Y 39m s 10NIM f 4000 5 L110.w S 41U S 1.1)l.M S m.m 5 l,1a0m 5 92.110 5 Z596W 5 1a6.w $ Lma.m � a•4t2. "CIS f 760M S l 5 Nor 5 1.1<Om T $ e,NM m S .0. 5 S.-ree 5 i:6 W S i.M. S 61. in S 1a,0ln w - In 5 meW f 5lp To 1)fm 5 9-mw f 101.11 5 5,5PM S 1Tw S I.mow S w$ 5,:96.80 S 151IW S l?116w 109Y00 5 1A:?m sil.a;6 D S ]w0W SS6.000.m S 2.1)im $6l..mb S mw sluaW.W 5 w wJe S:9?M.m 5 244tallm 56Y.66aw _ 29 2I9iP S - 5 5 :.mOm SJa 5 6]x% S:1; a:.20 T 50o.W 5ta.sonm 5 160 S::b92.aU S Ica: GO S a].O6am �'rwtn0fvW an00 S ]6m S Paw S < m S 10 a0 S Sa?+1 5 30m 5 6<UW 5 a6a0 5 :.19910 $ S:Sm S Ii,5a0.W - 61rx Serer II`YIANOSCAPE :2 Mw0 S ]09m $ S.e96W 5 m 5 tawm s 11SW 5 i.iwm 5 w S a,5mw S }11.w $ 1.A<W i W 5 1t 61l.m FVONiENNN<F.VPPIIS/CATS. Maw,rt SWmuh $ 155,53].m $ 156,4w.m S 18lSw.i6 141.s16.m $ I39,6Y1.P Ui,4pam uxpsupE MMMENaNQ-MFpANS-MowirrE _ pern s e1z.m 5:E.e:6m s m s]> 5 91Ji I 5 2oll. Is L:Pm 51-w I 5 ti:96a.m s 6.i)9.m stel.m2.m s - f 1 W$ ]Pm S :o.1 5 S 5:'.,+mw. 5 529211.m S 2T12m $ l ]aSo 5 6 5 5 U.. f S 1.r3991 1 SSam 5 1.Ww T 5 JA9].w 5 wa.w 5 :69ilW . weer v5re2 axern vea rrr-J vw Jam JSmin ]J'mo1 S )fifiw s:U.- 5 1.21) m S:eSw.W 1 5 ,.s I m S :. ] S 6w.W 5A.-01 i I.O88W SSa.a61.m s e,;03.w 5::n,e56m :a6cs:e:a pcVlnra'1YmCm VKvaY act 56W0 5 "io 5 4,03am 5 ]lam 5 4.:ww s a011 i1750 S I. -as S Sll- 5 ).bum 5 141.W SM.- 5 Lfd:.w S 1J,06a.W 9<t.n-xels)4r.a m:aacl e<[rpel 101<a f 52.a0 S L.afi].tu 5 YOm 5 ).)a.m S 5 nASam S :wm T I'wm 5 al}m S1: bY1.P 5 L-.m 5 19.SOa.m re'Yaru +raC ]SwNaare 3lr_ra Cora+ual9+c) 19 1.555 f 196.w 5 6sto 5 'as. 5 1,9P.w 5 $s rl S 1559.0 5 400m 51:,1w.W 5 :.0aa.w sM331m S a,ll:.m sl}2,lU.w - _ _ cvcC-.Il ac! - Io66o A50 5 1 P S 120ro $ l w 5 15w SIOSmm i0w 5 6 m 5 l}im S10i93.w 5 :.1:1.m 5 3i,'J92W 5 191<:A 5 w 5 <,<Ya.m S 11:1: S 6599U T ,4Wm S ael0.W S w 516- 5 se:m 1 +I.Jia.w 11CUC ucw VCC-A a;acl ]a ata W 5:: w1m s TwW $:6510.m 5 1::.1i 5 T97IIS S f::IW.m S law 5}I,f,86m 5 4,37:m 5!N-ill _ - - .er) SB 9}Ou1 5 ea?o 5 t%st0 5 36;m S:a ])n.m 5 I::O] 5 5.%9�6 S naUm 5:3?<O.m 5 ].:60J0 SI?oPW 5 ?1T}m 3 lJ.t96m w.bs.awel'4r�va6 aLtc Wi<571-end. 9raeY+ecce _ 9ill 5 S 6,235.641 $ 5 1.- S Il3 S 610m 1 - 5 1.300 T J Ych nil ieaelYutMat<3Mbcerr<-er 31va129Y:(xA S 5 6 w 5 llsm 5 l.:mJ10 5 5 1 5 525m $Id.lm.7 S :.a+P Sa:JJ.a.aO 5 J)i.m aarOm 51]J.]Mm _ - vw s9 cn 102)2 5 0 5 111. 5 50.w 5 1."o. 5 s 9-ol S tOm S B-0.m 5 isle $'Nso S f 5 9 s 43s.00 $ �.IPW 5 5 6 5 sll.i}Om $ :!]1<0 1 li11.w S 1.R1m i 5 J51,1 5 9w1m S 51w.w 5:<,WOm 5 11- L:mW Sw,lw.m S <ow '39m fA.]10m S r,<DLW 511)196w 1J Ja ey 3ra n5rrctrcacct-4anc 2! 9caC0 5 21a30 s 6.%9.m 5 16aw S:U.OPm T :1.1 5 S ]ww 5 S.SOO.m S 5'"1 la 5 :.69:.m 5 alaMm NrcNncl vc<Y1,ccmaval31rCm 3aiev l-1 1Y <wpl 5 I'so S 1.936!0 $ ]wm 5 a,A- s :296a S It-2 5 ::Ow S l.aP.W 5 111w 5 c,+9640 5 L+::.m S 19,SMA weeuru si:mlGrr-araualsa. rrunal 5 1).i0 5 m 5 ];m 5 1110.m 5 11].57 $ -S. is, 5 ]BOm 5 )4a1a.W 5 0 111w 520,)91.10 5 L68:.m 5 11,0 . tr,•lach:'aanl r ra Da,ry sett 18 f 5 a 5 SOm 5 :+w.w r491 1w 5 <110w 5 11Um 5 1.090w 5 S i.wa.n0 5 W.w 5 115m.w 1 s 5.-- S S I,IPm 1 1: 5 L:f9M 5 1Tm ]99m S l,)wm S 6eTo a91 S:l39lw S Li57m S 11-ol _ armor{sect 9arc a_Ia 3erCern:nl S 5 x wP 5 m $ llaom 5 I:n 6: 1 6:a491 5 Y0 5 t.SYtl.aO 5 .:13.W 5 119:6m - _ _ "I". sW 5 1 S.:6S:a _ Y.WO - 5 !.-In 5 5 I m 5 5 :. w 5 5 5 5 6i.a0 S] <aW -_ �..< ail5t. arnlrrie, V•N 16a 21 5 ]m.w $ I.- 5 S a.rwW ` w 5 1,976w 5 Ji+w S 93Pw S 55n I-- 5 S.a1].m Sli},i:6w w b3cooS IT a1P.W 5 19fm 5 i S 2]Om S 6 w 5 i10ro 'ta,19t20 5 ].15?m 5 11.:%.m - 0 5 5 S i.:ww S w 5> f ?wnw 5 1 S25AMw 5 6tlm S ]lOaew _ ,:)aearJ'rrr -aa:3w � 4-•IMIDSGYEMMMENApU-Mwlans-MrlwinF5u6twl: 1 5 c.10 S )9]m 5 5 1.- 5 laa.oe S Isxw - - S <.w s ri10D 5 ww 5 : S 'Ow 5 =.1G: �tl 5 :,«]r1 •YI 5 6aC s i.tir- Is m 5 ll976.W - i 154,111To $ m -to S Mma0 5 Nit-ce, $ 99?AtP S L%O, 196w UwDScaeE MMN2ENr1NQ -BUFFER WIIIl / MOw- nlOxnrr( 11 Sl IT 1. grail ]x a3C0 s 1610 5 111m T W.1 5 1.4O3.01) 5 a0.w 5 :,l- 5 »w 5 -.1 5 An 5 9)ab / 1- 5 4mOm - aaai " vW B: a.a bvl worr�ra:.r: e �arW tc vch-Al a�i 1x 1s 31a1i0 5 ' 5 Is Se 5 w<.P 1 a S ) w s 393aa0 5 -In 5 15000 5 :mm S a w S n 5 <,1wW 5 auw S Sim 5 mm 5 I,120m s :.i<0m 5 :,:Tam ' Ww wm S 95W S 2.11100 S 1.-. S 1,%Ow S 5 l6CG S 1 Lw S S,:%.w S ),14- 5 3,3a.W T 5 l,]Sa00 S S.6:Ow S 9:lmm $ 5 aT To -_ I8 0:w S 3 w 1<6g1a s :mm 5 15.W $ i Iom 5 ?300 •D $ 1. 1. 5 S 10:20W 5 :.:tU.m 1i GJ 5 wm 5 Z:•inm 5 ar3.90 S f:6W 5 S I]UW 5 !S<Lio $ '.%:w 5 SO.m s 1;.)aBW S ] -..,..e Ytmrrcn.3res!SCUn a:.c+neoa R•t; ]+ S f ].. a 5 ImW $ 6,)IUm S SOm T I.1mm 5 iW.W 5:2.-. 5 Ill In $ 3,99150 5 3,a11.W 5 tl1<Aw gvel - Ma1NTE .>NANR-BUFFER WAIL/ROW-JMewiNSubtWl:5 4100 5 1e0 1 1 5 m 5 l.- ..020.m 1 lono 5 S ?- 9.740.00 S m 5 511 --"'Lop f Is.f 5 19aaP S),110.40 f e6i.m S I1.0}0w 3 moo IANOSGPE MMNTENANQ -BLLSX IIDG - Mowby _- 5 Se 1i L:W.W 5 w s :.6ww 5 l50m 5:0?w.m 5 U S :,510 <0 5 151w 5 - 1 <as 5 al $ t..5] S w 5 S I:;m :51 a0 S L.9aa.w 5 l90.W 5 <620W _: aGxenrrc 3c_ud S 19<:l S w 5 91waW 5 15 S 111W 4640 S Si6a0 5 -33W S + :erv•J JeMw i 11359l ..w 9aua s w 11 o1W S I, 5 1JO Ili l P S :S120) 5 :e- 6 5 5 Rnn Yl S 150w 5 1-To f 5 L-22 5 "S' 11. T Lll. S lan)m s iauw 1 5 5 2.9:0.m S X14ilm 5 210nOw 5 '1 'low _ -rY 35uo- St vECuml 5 5 a .2. 5 9SOm 5::.altl.m inon 5 1 :Sam - - :. a Ferirn, vcC'At>rne - 5 SSIw 5 S:4i S 5 L- S - - b-,.,.. r.rr_ re.,ee6r:•. ,r+'u•e re ,< <n. 5 > .- $ 6. a f 1+ 5 - r 5 1" . a .. S 9 t I.JE0 J0 S 3611'w Scrrngare 3.:r.lr.w=1'Jnvn;nr•c a•r.rv'.n .nh_�ed=-1� - 5 5 1.- 5 : 1 1-so. 5 5 1. T .w S S 11760T S LT..5 ]laww L:rMcrd>.rt ixanu ar•>I li 61«75 5 5-11 S 6.251.92 5 S:?5mw 5 IlS:W 5 L>wW s )'.r1w 5 I, 110m S 91x.W 5:111bw 5 J,OP.w S )63M.W tANOSG>E MWNTFNPNcf-Ous. NOG -Mowing Suar.m. S 35,610.m 5 6l.BBO-m 5 19,27Zm 5 39.3mm s U.ISZm S 16;6FLm Grand T0ul M0arirre:I S 42S.p9030 I S Sa6,670.00 I S 399,1So.86 I S 56g226VD 1 S 918.103.50 1 S 3,3T1,I30.00 l-•--L _.-._ wmenrsor<u+n n a1J:9lmta SFM Services, Inc nguy Environmiental Care, Inc. J. Fletcher Enterprises dba Trimac Outdoor prestige property Maintenance. Inc. VisualScape Inc. Superior Landscaping & Lawn Service. Inc. Grand T0ul M0vvma: 9 QSAWW T 516,6)O.m S 399,154.a4 $ SaZi..m $ 91jwso S 3,377.-cat Grant T. Hedlein..... S ]7 110 5 is S.Ow.w S 123.541.12 S w aIB,6fi0.w $ a6911aa0 S Ml.lbam CraM TaW themiol aentarrCal: 5 U,7M.P 5 )4Ouico S s]3w.w S S ILn1a.P S IOt.SU.m Grartl Tool Tvf FerClirar: $ Uil9.T1 5 59,9a0.m $ s0-i. 5 39,7OLw $ 51.Bn.m $ 186.0%.w - GmY Tmal SNrrb, Tree. paten I-sier: S U Y S J6 oa S Im,22B.w S Z1.5K0.w S Mr--m S 265.]L.m - Total Grand TOtai- Lan&) Mainterunce: S 691,944.79 S 96a,550A0 S 731067.32 S 1,184,940.00 S 1.544115612U 5 4,6111,866.00 TR 13377 Exhibit 1 19-29B - Citywide Landscaping Maintenance Hedge Trimming SFM Services, Inc-' Mainguy Environmental Care, Inc.' J. Fletcher Enterprises dba TrimacOutdoor Prestige Property Maintenance, Inc.isualScape Inc. Superior Landscaping & Lawn Service, Inc Ltne Item Description P Yearly Trims Price Per Trim Total Price Per Trim Total Price Per Trim Total Price Per Trim Total Price Per Trim Total Price Per Trim Total FACIUTI ES - Hedge Trimming 1 Nlunicipil Complea 7525 NW 8S[h Ave (City Hall BSO FS 41) 68.00 5 5.616.00 $ 5W.IX1 $ 6.000.00 5 232.00V2.784,00 .00 $ 2,490.00 $ 29.760.00 $ 2,392.50 5 28,710,00 $ 942.00 $ 11,304.00 2 Public Services 6011 Nob Hill Rd (PS North PR & FS IS) 1TOO 5 3,744.00 $ 100.00 $ 1,200.00 $ 232,00.00 5 1,000.00 $ 12,000.00 $ 1,087.50 $ 13,050.00 5 70TOO $ 8,484.00 3 Public Services South / IT Building (10101 State St} I16-00 5 1.872.00 $ 80.00 S 960.00 $ 2320000 $ S75.00 S 6,900.00 $ 870.00 $ 10,440.00 $ 471.00 S 5,652.00 4 Grants Plaaa (Utilities) (4191 W Commercial 3lvd) 5 $ 50.00 $ 600.00 5 232.00.00 $ SC.DO $ 6W.00 $ 2L75 $ 261.00 $ 1.541.00 5 18.492,00 5 Water Treatment 'lilt (7803 NW 61 ST) 5 5 5 5 232.00.00 $ 260.00 $ 3.120,00 $ 13.50 5 522.00 $ 1.541.00 5 18,49200 6 Community Center(8601 W Commercial) j121 68.00 5 5.6I6.00 S 500,00 5 6.00000 5 232.00.00 $ 89000 5 30,680.00 $ 870.00 $ SO.a4O.00 5 942.00 5 11,30400 7 Aquatic Center (9300 NW 58 St) 182.00 $ 2,194.00 $ 450.00 S 5,400.00 $ 232.00.00 $ 45000 $ 5,400.00 $ 261.00 5 3.132.00 5 471.00 $ 5,65200 8 Fire Station U36 (7200 N. University) 68.00 $ 5,616.00 $ $ 5 232.00.00 $ 275.00 $ 3,300-00 $ 10.90 5 130.90 5 707.00 $ 8,484.00 9 Fire Station 478 (4801 W Commercial) 156.00 5 197200 $ 160.00 $ 1920.On $ 232.00 5 273a.00 5 40000 5 4.800,00 $ 261.00 $ 3,132.00 5 236.00 $ 2,93200 - 6601 Southgate Blvd) 84.00 5 1.003.00 5 80.Kl 5 960-OQ 5 232.00 S 2.73400 5 30U.W 5 3,600.00 $ 261.00 $ 3.13200 $58.00 $ 7,068.00 Il Pump S[a[icn.42 (Central-88015outhga[e BNd{ 112.00 5 I.341.00 5 8000 $ 960,00 5 232.00 $ 7.734. 00 a,140UO $ 26L00 $ 3.13200 $ 589.00 $ 7,O6d.00 12 PumpStadonP3(West- 1D801southgate Blvd) 112.00 5 1.3a4.00 $ 80,00 5 960.00 5 232.00 $ 2.731.00 5 300.00 $ 3,600.001 5 261.00 1 $ 3,132.00 S 471.00 $ S,652.00 FACILITIES- Hedge Trimming Subtotud:j $ 30,216.00 1 $ 24,960.00 1 $ 33,408.00 1 $ 87,900.00 1 $ 79,213.80 $ 110,494.00 PARKS / LOTS - Hedge Trimming 1 Wildlife Dark 12 1 S 52-40 $ 628SO $ 100.00 $ 1.200.00 $ 232.00 $ 2 784.00 S 66.00 $ 792.00 $ 43.50 5 522.00 S 471.00 5 SAS2.00 2 Mainlands Park 12 $ 671.00 5 BA64.00 5 500.00 5 6,000.00 S 232.00 $ 2,731,00 $ 600.00 $ 7200.00 5 435.00 S 5,220.00 $ 707,00 5 8,48400 3 Sabal Palm Lot/ NE Corner (Rock Island &Commercial Blvd) 12 $ 2&00 5 336.00 $ 50.00 $ 6W000 $ 23200 $ 2734-00 $ 35.00 5 420.00 $ 213S $ 261.00 $ 81,00 $ 97200 4 Pine Island / Commercial Blvd Lot / NE Corner 12 $ 112.00 $ 1.34a.00 5 100.00 $ 1,200.00 $ 232.00 $ 2,784.00 5 200-00 $ 2,400.00 $ 217.50 $ 2,610.00 5 161-00 $ 1,932.00 5 Caporella Park 12 $ 168.00 5 2,016.00 $ 360.00 $ 4,320.00 $ 232-00 $ 2.784.00 S 390.00 S 4,680.00 5 174.00 $ 2,088.00 5 599.00 S 7,068.00 6 Sunset Park 12 $ 168,00 5 2,016.00 $ 400.00 $ 4,800.00 5 23100 5 2,784.00 $ 6WOO $ 7,200.00 $ 217.50 $ 2,610.00 $ 825.00 $ 9,900.00 7 Commons Park 12 $ 112.00 $ 1,3a4.00 $ 85.DO 5 1,020,00 $ 232.00 $ 2,784.00 $ 9900 5 1, 888.00 $ 174,00 5 2,088.00 $ 13$.00 $ 1.416.00 8 Landings Park 12 5 112.00 $ 1.344.OJ 5 85.00 5 1.020.00 $ 232.00 $ 2,78-100 $ 200.00 $ 2,400.00 $ 130.50 $ 1S6600 $ 354.00 $ a,248,00 9 Aquatic Center Park (Under Development) 12 5 112.00 $ 7,3a1.03 5 a50.00 S 5,400.q[1 5 232.00 5 2.734.00 S 400.00 5 4.BW.00 S 217.50 5 2.610-00 5 707.00 5 8.aU 00 10 Teph'ord Park(St. Augustine) 12 $ 168.00 $ 2.016.00 $ 1,650.00 $ 19,800.00 $ 232.00 $ 2,7EL $ S130.00 5 6,000.00 5 696.00 $ 6,352.00 S 94200 5 11,304.00 11 `Nolen, Edge Park 12 5 $ 12 Water Vlew Park 13ah,a) 0 $ $ $ $ $ 232.00 $ 5 S $ 5 5 $ 13 EmpN Lot Ncb HJI just north of NW 67th Street 0 5 5 S 5 $ $ 5 5 5 5 5 $ PARKS/LOTS - Hedge Trimming Subtotal: $ 20,452.80 $ 45,360.00 $ 27,840.00 $ 37,080.00 $ 27,977.00 5 59,460.00 MEDIANS - Hedge Trimming 1 Commercial Boulevard(University to Prospect) 12 $ 1,348.00 $ 16.176.00 $ 1,850.00 $ 22200.00 $ 11.66 $ 139.92 $ 2.700.00 $ 32,400.00 $ 3,262.50 S 39,150,00 $ 3,724_W $ 44,688.00 2 Un versi v Drive (Southgate Blvd to Commercial Blvd) 12 5 1,348.00 5 16,176.00 $ 750-W S 9,000.00 5 25.75 5 309-00 5 190.00 5 5,880.00 5 1.957-50 $ 23,49000 5 1,552.00 5 18.624.00 3 Greenboar(NW75 Ave to NW73Tem) 12 $ 5200. $ 624.00 $ 16000 $ 1,920-00 5 103.33 5 1,23996 5 75.00 S 900,00 5 1S2.2S 5 1,827.00 $ 236.00 5 2,832.00 4 Woodmont Area (Inc]: NW 78 Street NW 81 Street -NW 82 S[reet- YW80Ave-NW70St-NW 75th St) 12 S 580.00 $ 6,960-00 $ 1,OSO.00 $ 12,&o0.00 5 130.00 5 1,560.00 $ 3,000.00 $ 36,OW.00 $ 2,9S&OO S 35,496,00 $ 3.103.00 $ 37,236.00 5 Lagos de Campo (Pine Island to McNab Rd) 12 $ 15000 $ 1,800.00 $ 450 W $ 5,400.00 $ 186.67 $ 2,240.04 $ 640.00 5 7,680.DO 5 435.00 $ S220.00 $ 931.00 $ 11,172.00 6 NW 84 Terrace (57 Street to Lagos de Campo) 12 $ 150.00 $ 1,S00.00 $ 165.00 $ 1.980.00 5 150.00 S 180t1.00 5 275.00 $ 3.300.M $ 696.00 $ &3S2.00 $ 1,242.00 $ 14,90a.00 7 Pine Island Road ISouthgate Blvd to Commercial Blvd) 12 S 468.00 5 5,61600 5 530.00 S 6,960.00 5 113,33 5 135996 S L1a0.00 S 13.680.00 S 1.305.00 S 15.660.00 $ 2aS3.00 S 29,79600 8 NW 77 Street (Pine bland Rd to Nob Hill Rd) 12 S 416.00 $ 1,992.00 S 250.W S 3,000.00 $ 33103 S 3,972.36 $ 44OW 5 5.280.00 5 513.75 $ 6.525.W 5 931.00 5 11,172.W 9 NW 81 Street (Pine island Rd to Nob Hill) 12 $ 416,00 $ 4,992.00 $ 330,00 $ 3,960.00 $ 220.67 $ 2,643.0a $ 888.00 5 10,656.00 5 543.75 $ 6,S25.00 $ 1242A0 $ 14,904.00 10 NW 308 Terr/ 80 Street (McNab Road to Nob Hill Road) 12 $ 520.00 $ 6,240.00 $ 1,200.00 $ 14,400.00 $ 466.67 $ 5,6MO4 $ 900.00 $ 10,800.00 $ 6M.00 $ 7,308.00 $ 2,483.00 $ 29,796.00 11 McNab Road (East City line to west end) 12 $ 41600 S 4,992.00 $ 745.00 $ 8,940.00 $ 123.33 S 1,479.96 5 1,130,00 $ 13560.00 5 1,957.50 $ 23.490,00 $ 1,552.00 S 18,624,00 12 NW 70 Avenue (McNab Rd to NW 575treet-L Brookwood Blvd) 12 5 416.00 $ 4,99200 $ 660.00 $ 7,920-00 5 2000 5 210.00 5 2,000.IX1 5 24,000.00 $ 1,131.00 5 13,572.00 $ 1,962.00 5 22,34400 13 Nob Hill Road (Southgate Blvd to Commercial Blvd) 12 S 416.00 5 4,.1. 5 650.00 5 7,800.00 5 406.67 5 4,890.04 5 1,400.00 5 16,800.00 $ 1,783.50 5 Z3,402.00 5 2.483.00 S 29,796.00 14 NW W Avenue (57 Street to NW 59 Ct) 12 $ 13.00 $ IS6,00 $ 85.00 $ 1,020.00 $ 736.67 $ 8,840.04 $ 12(1.00 $ 1,4a0.00 $ 174.00 $ 2,OS8.00L4466.00 0 $ 3,732.00 1S NW 57 Strut(NI 91 Ave to Lune Bay INCL NW 64 Ave) 12 $ 520.00 5 6.2-00 $ 890.DO $ 10,680,W S 133.33 $ 1,S99.96 $ 2,200,00 $ 26,400,00 S 1,957.50 $ 23,490.000 $ 18.62a.00 16 Sc hgate Bculevard(Univ Dr&FPLberm) 12 $ 416W 5 4.992.00 $ 1,OS0.00 5 12,6M 00 5 130.00 $ 1.560.W 5 2,700.W $ 32,400,00 $ 10957,50 $ 23,490.000 $ 37,236,00 17 Bailey Road (81st Street to Rock Island) 12 $ 26.00 5 312.00 5 730.00 5 8,760.00 5 130.00 $ 1,560.00 $ 290.G0 $ 3,a80-00 $ 435.00 5 5.220.000 $ 11,172.00 18 `NWdlands North (Ccm -.Blvd to Bailey Rd) 12 5 41&00 $ a,992.00 5 325.00 $ 3,900.00 5 103.33 $ 1,239.96 $ 77SOO $ 9,300.00 $ 609.00 $ 7,308,0000 5 11,17200 19 Woodland,S-th(Commercial south to Poinciana) 12 $ 832.00 5 9,984.00 $ SOOO $ GOO 00 $ 186,67 $ 2,240.04 $ 1,250.00 S 15,OW-DO 5 1,305.00 $ 15,660.0000 $ 11,904.W 20 Saba) Palms (Rock Island Rd to Bailey Rd) 12 $ 208.00 $ 2,496.00 $ 90.00 $ 1,080,00 $ 296.67 $ 3,560.04 $ 99OL(IO $ 11,880.00 $ 870.00 5 10,"0.0000 $ 5,592.00 21 Rack Island Road l Bailey Rd to NW 44 Street) 12 $ 208.00 5 ?49600 5 45OW 5 5.400.W $ 53,33 $ 639,96 5 300.00 $ 9,6W.00 $ 652.5C5 7PS30.0000 $ 18,624.00 22 Saga Palm Boulevard (Rock Island Rd to Bayberry Ln) 12 5 150.00 $ 1,8CO 00 5 225.00 5 2,700.00 $ 22333 5 2,67996 S 380.Ih7 S 4,560.00 5 17a.00 S 2.088.C9 S 931.00 $ 11.172.00 23 Mainlands Drive )Commercial Blvd to NW 470h St) 12 $ 260.00 S 3,120.00 $ 495.00 $ 5.9-:0 00 5 186.67 $ 2,240.04 $ 950.00 S 11,400.00 S 978.75 $ 11,745.00 $ 1.862 00 $ 22,3aa.00 2/ Fire Station N 78 (4901 W Commerical) 12 5 150.00 $ 1,800.00 $ 180.00 $ 2.160.00 5 223.00 $ 2,676.00 $ 75.00 $ 900.00 5 130.50 $ 1,566.00 $ 621.00 5 7,451.00 2S Bculevard, :lincl. NW 55 S4 & 53 St; Prospect Rd; NW 26 & 27 Ave_ NW S151ree[oad 12 $ 580.00 $ 6,960.00 $ 625.00 $ 7,SW.W $ 223.00 $ 2,6/6.W 5 3,000.00 00 $ 36,0.00 $ 2,827.50 $ 33,93000 5 3,103.00 $ 37,236.W 26 Co Hiatus Rmmercial Blvd to M,Nab Rd) 12 $ 26.00 5 31200 5 S25.00 5 6,300.00 5 223.00 $ 2.676.00 $ 300.00 $ 3,600,00 1 $ 174 OO $ 2,08B.00 $ 1-S52.00 S 18,624,00 27 Canal Crossings o 5 5 S 5 $ 5 5 $ 5 5 5 $ 28 Lift Stations' NW 108 Terr. 111 Rear of City Hall/B50 (1) NW M Tell. (1) Mainlands Dr. Il 0 $ - 5 - $ 29 Sands Point ltagos De Campo to Roundabout) 12 $ 2620 5 33a.40 5 $ $ 5100 $ 63600 $ 210.00 $ 2,S20. GO 5 8700 5 1,044.00 $ 621,00 5 7,452.00 MEDIANS -Hedge Trimming Subtotal: $ 126,326.40 $ 174,720.00 $ 62,29332 $ 349,436.00 S 356,004.00 $ 511,224.00 Grand Total Hedge Trimming: $ 176,99520 $ 245,040.00 1 $ 123,541.32 $ 474,396.00 $ 463,144.80 $ 681,168.01) Senior Drxurement Specialist 13/2D/2a19 Andrew Rorwa4owski, CPPB TR 13377 Exhibit 1 19-29B - Citywide Landscaping Maintenance Chemical Pest Control SFM Services, Inc. Mainguy Environmental Care, Inc. J. Fletcher Enterprises dha Trimac Outdoor Prestige Property Maintenance, Inc.' VisualScape Inc. Superior Landscaping & Lawn Service, Inc. Line Rem Annual Cl IPM - Chem Cost Each Location Total IPM - Chem Cost Each Location Total IPM - Chem Cost Each Location Total IPM Chem Cost Each Location Total IPM - Chem Cost Each Location Total IPM - Chem Cost Each Location Total FACILITIES - Chemical Pest Control 1 Muniapal Complea 7525NW 88th Ave(G1y HaIIBSOF5411 12 5 26.20 $ 314,40 $ 150.00 $ 1,800.00 5 150.00 $ 1.800.00 $ 200.00 5 2,4CO.00 S 333.50 $ 4,002.00 S 398.00 5 4,776.00 Z Public Services 6011 Nab Hill Rd (PS North PR & FS 15) 12 5 26.20 $ 314.40 $ 40.00 5 480.CO 5 150.00 $ 1,800.00 5 100.00 $ 1,200.00 $ 250.00 $ 3,000.00 s 172.00 1 $ 2,064.00 3 Public Services South / IT R.ddwg (101015tate St-) 12 5 26.29 S 314.40 S 40.00 5 480.00 S 150.00 S 1,300.00 5 75.00 $ 900.00 S 41.70 $ 500.40 5 79.00 1 5 948.00 4 Grants Plaza (Util'aws) (4191 W Commercial Blvd) 0 S $ 5 40.00 $ $ $ 5 40.00 $ $ $ $ $ 5 'Water Treatment Plant (7803 NW 61 ST) 0 $ $ $ 40.00 S $ 5 $ ao.00 S $ 5 $ S 6 Community Center (3601 W Commercial) 12 5 26.20 $ 314.40 S 150.00 S 1.8CO.00 $ 150.00 $ 1,800.00 $ 175.00 5 2.100.00 5 250.00 S 3.000.00 5 319.00 $ 3,828.00 7 Aquatic Center 19300 NW 58 St) 12 5 26-20 5 314.40 5 75.00 5 9CO.00 5 1SO.00 S 1.800.00 5 130.00 5 2.560.00 $ 125.00 5 1,500.00 5 79.00 $ 948-00 8 = re Station 93617200 N. University) 12 S 26.20 $ 314.40 $ 40.00 $ 480.00 $ 150.00 $ 1,8C0.00 $ 120.00 $ 1,440.00 1 S 41.70 5 500,40 S 302.00 S 3.624.00 9 Fire Station 978 (4801 W Commercial) 12 1 5 26.20 1 5 314.40 1 $ 40.00 S 480.00 1 S 150.00 1 $ 1.800.00 1 S 60.00 S 720.00 5 SO.00 $ 6D0,00 $ 66.00 S 792.aO 10 Pump Stational(East-66035outhgate0lvd) 12 $ 16.20 S 314.40 5 40.00 $ 480.00 $ 75.00 5 900.00 $ 5000 $ 600.0a 5 33.50 $ 402.00 $ 79.00 $ 948.00 11 Pump Station a2 (central - 8801 Southgate Blvd) 12 5 16,20 5 3111.40 5 40.00 S 480.00 $ 75.00 S 900.00 15 60.00 5 720.00 S 33.50 1 $ 402.00 $ 79.00 $ 948.00 12 IDump Station 93 (West - 10801 Southgate Blvd) 12 1 5 26.20 $ 314.40 1 S 40.00 S 480.00 1 $ 75.00 1 S 900.00 1 5 50.00 $ 600.00 $ 33.50 1 $ 402.00 $ 79.00 $ 948.00 FACILmES- Chemical Pest Control Subtotal:l $ 3,144.00 1 $ 7,860.00 1 $ 15,300.00 1 $ 12,240.00 1 $ 14,308.1 $ 19,924.00 PARKS / LOTS - Chemical Pest Control 1 Wildlife Park 0 S $ S 5 $ S 5 5 5 $ S S 2 Mainlands Park 0 S $ $ $ 5 5 $ $ 5 S 5 5 3 Sal Palm Lot / NE Corner (Rock Island & Commercial Blvd) 0 S 5 5 $ 5 5 $ $ 5 $ $ 5 4 Pme Island /Commercial Blvd Lot / NE Comer 0 S $ 5 $ S S $ 5 $ $ $ S 5 Caporella Park 12 5 26.20 5 314A0 5 150.00 $ 1,800.00 5 150.00 $ 1,800.00 $ 90.00 S 1,080.00 5 166.70 $ 2,000.40 $ 240.00 $ 2,880.00 6 Sunset Park 12 5 26.20 5 314.40 $ 100.00 $ 1,200.00 S 150.00 51.800.00 5 170.00 $ 2,G10.00 5 125.DU 5 1,500.00 5 240.00 5 2.880.00 7 Cammu-Park 12 S 26.20 1 314.40 5 40.00 5 480.00 S 150,C0 S 1,800.00 $ 3000 5 36000 5 41.70 S 500.40 S 7900 5 948.00 8 LaMings Park 12 S 2&20 1 5 314A0 S 75.00 1 S 9(30.00 S 150.00 S 1.g00.00 $ 80,00 $ 96000 S 66.70 1 $ 800.40 5 213.00 $ 2,5S6.00 9 Aquatic Center Park (Under Develapment) 0 $ $ $ $ $ S 5 $ 5 $ $ S 10 TephImd Park (St. Augustme) 12 5 16.20 $ 314.40 $ 300.00 5 3.600-00 $ i50.00 S 1,80C.00 $ 240.00 5 1,81111 $ 183.50 5 2,202.00 S 240.00 SI Waters Etlge Park 12 5 26.20 5 314.40 $ 75.00 5 90000 5 150.00 51,800.DO $ 5 $ 166.70 5 2,OWA0 5 240.00 12 Water View Park Bahia) 0 S 5 5 $ 5 5 $ $ $ S $ E15,O24.0.0 13 Empty Lot Nab Hill just north of NW 67th Street 0 $ $ 5 $ $ $ $ $ $ $ $ PARKS / LOTS - Chemical Pest Control Subtotal: $ 1,896.40 $ 8,g80.00 $ 10,800m $ 7,320.00 S 9,CC3.60 $ MEDIANS - Chemical Pest Control 1 Commercial Boulevard(Universityto Prospect) 12 S 2620 S 314.40 5 625-00 S 7,500,00 5100,00 S1.20000 5 430.00 5 5,76000 5 416.70 5 5,00A0 5 419.00 5 5,023.00 2 University Dwve(Scutngate Blvd to Commercial Blvd} 12 5 26-20 S 314.40 $ 250.CO 5 3,000.00 $ 100.00 $ 1.200.00 S 400.00 5 4.800.00 $ 208.50 5 2,5(l S 316CC 5 3,79200 3 Greenbrrar(NW 75 Ave to NW 73 Ter,) 12 5 26.20 5 314.40 $ 5 5100.00 S1,200.00 5 3So0 $ 420.00 S 83.50 5 2,002.00 $ 134CC $ 1,6C8.00 4 wood-ru, A ea (Ind: NW 785treet-NW 81 Sweet NW 82 Street- N 7 12 5 26.20 $ 31440 $ 350.00 5 4,200.00 S 100.00 $ 1.200.00 5 400.00 S 4,800.00 S 333.50 $ 4,002.00 S 367,00 5 4,4C4.00 S Lagos de Campo (Pine Island to Ml Rdl 12 5 26.20 $ 314.40 $ 150.00 5 1,80000 $ 100.00 $ 1,200.00 $ 90.00 $ 1,080.00 $ 125.00 $ I,SOO.00 $ 186.00 $ 2,232.00 6 NW 94 Temace(57 Street to Lagos de Campo) 32 S 26.20 $ 314.40 $ 50.00 5 60C.00 $100.00 $1,200.00 S 80.00 5 960.00 $ 83.50 $ 1,002.00 $ 186.00 $ 2,232.00 7 Pme Island Road (Southgate Blvd to Commemal Blvd) 12 S 26.20 $ 314AU 5 195.00 5 2.340.00 $ 100.00 5 2.200.00 S 300.00 S 3,600.00 S 100.00 5 1.200.00 5 288.00 5 3,456.00 8 VW 77 Street (Pme Island Rd to Nob Hill Rd) 12 $ 26.20 $ 314.40 $ 9000 5 960.00 S 100,00 $ 1.200.00 $ 90.00 $ 1,080.00 $ 66.70 $ 800.40 S 186.00 $ 2,232.00 9 NW 81 Street (Pine 1stand Rd to Nob Hill) 12 5 26.20 5 314.40 $ I10-00 5 1.320-00 5 100.00 5 1.200.00 5 100.00 $ 1200.00 5 41.70 S 500.4o S 186.00 5 2.232.CO 10 NW 108 Ten/ 80 Street (NkNab Road to Nob Hill Road; 12 5 26.20 5 314AC $ 400.07 5 4,800.00 5 100.00 5 1,200.00 S 160.00 $ 1,9Z0.00 S 166.70 5 2.000.40 $ 288,00 5 3,456.00 Il McNab Road (East Gry line la west end) 12 5 26.20 S 314.40 5 25000 5 3,OCC DO 5 1C0.00 $ 1,700.00 $ 240 CC S 2.880.00 S 250.CO S 3.000co 5 288.00 5 3.456.00 12 NW 70 Avenue L IcNah Rd to NW 57 Street incl. Brookwood Blvd) 12 S 26-20 5 314.40 $ 220.00 5 2,640.00 S 100.00 5 1,ZCC.CO 5 15C.00 S 1,800.00 $ 83.50 5 1.002.00 5 186.00 $ 2.232 CO 13 Nob Hill Road (Southgate Blvd to Commemal Blvd) 12 S 2&20 5 314A0 S 220-00 $ 2,64000 S 100.00 5 1,2C0.00 S 240.00 $ 2,880.00 5 250.00 S 3,D0000 $ 288.00 $ 3.456.017 14 NW 94 Avenue 157 Street to NW 59 Ct) 12 5 26.20 $ 314AD $ 30.00 $ 360.00 5 100.00 5 1,2C0.00 $ 25.00 $ 300.00 $ 16,70 S 200.40 $ 131.00 $ 1.572.00 15 NW 57 Street INW 94 Ave to Lime Bay; INCL NW 64 Ave) 12 5 26.20 5 314.40 $ 295.CU S 3,540.00 S 100.00 $ 1,2C0.00 5 360.00 5 4,320.00 5 250.00 $ 3,000.00 5 316.00 S 3,79200 16 Southgate Boulevard lUniv Dr&FPL berm) 12 $ 26.20 5 314,40 5 3S0.CC S 4.200.00 S 1CC.00 512C0.00 $ 450.00 S SAOCCO S 416,70 5 5,000.40 S 367.00 5 4,4C4CD 17 3adey Road (gist Street to Rock Island) 12 $ 26.20 5 314.40 $ 240.00 $ 2,88000 5 1CC.CO 5 1.2C0.00 $ 50,00 S 600 M $ 16 70 S 200.40 $ 186.00 5 2.232.00 l8 Woodlands North (Commercial Blvd to Bailey Rd) 12 5 26.20 5 314.40 $ 300.00 $ 1,200 CO 5 ICO.CO 5 1,2Co.00 $ 75 00 5 9C0.00 5 41.70 5 SCU.40 $ 186.CO S 2,232.00 19 Woodlands South (Commercial South to Poinciana} 12 5 26.20 $ 314.40 $ 25.00 5 300.00 5 100.00 S 1,ZCO.00 S 300.00 5 3,600.00 $ 250.00 5 3,000.00 5 237.CO S 2.844.0O 20 Sabal Palms (Rock Island Rd to Bailey Rtl) 12 5 26.20 5 314.40 S 30.00 5 360.00 5 IC0.00 $ 1.2C0.00 5 125.00 S 3,500.OU S lb,70 5 200.40 $ 131.00 S 1.572.00 21 Rock Island Road (Bailey Rd to NW 44 Street) 12 $ 26.20 $ 314.40 5 180.00 S 2.160.00 5 100.00 5 1,200.00 $ 140.00 $ 1.680,00 5 12S O0 5 1,500.00 5 186.00 S 2.232.00 22 Sage Palm Boulevard (Rock Island Rd to Bayberry Ln) 0 $ $ 5 5 5 5 5 75.00 S 5 $ 5 $ 23 r lamlants Crave (Commercial Blvd [o NW »th SO 12 $ 26.20 5 314A0 $ 165.00 S 1,980.00 5 100.00 $ 1.200.00 $ 160.00 $ 1.92000 S 100�00 $ 1,200.00 $ 186.co $ 2.232.00 24 Fire 5lation a 7814801 W Commerica0 12 5 Z6.20 5 314A0 5 60.00 5 720.00 5 100.00 $ I.100.00 5 $ $ 8.50 $ 302.00 5 186.00 S 2,232.00 25 oulevards : (incl: NW SS 54 & 53 St; Prospect Rd: NW 26 & 27 Ave aw S 1 so-1 12 5 26-20 5 314.17 5 200. CC $ 2,400 CO 5 10C.00 S 1.200 CC 5 355 DO $ 4.26000 S 375. 00 $ 4, SC0. CC $ 288.00 5 3.456,00 2G Hiatus Road Commercal Blvd to McNab Rd) 12 S 26 20 $ 311 43 5 175.00 5 3,30CC0 S 100.00 5 1,200 CO 5 12000 $ 1.440.CC S 156.70 5 2.000.40 5 186.CC 5 2,232.00 27 Canal Gossings 0 $ 5 $ $ $ $ $ $ $ $ $ $ 28 Lift Stations: NW 108 Terr. (t) Rear of City Hall/B50 (1) NW84Tem. 1 Mainlands r 0 5 5 5 - S - $ - S 5 5 5 $ - 5 29 Sands Point (Lagos De Campo to Roundabout) 12 5 26.20 $ 314.40 $ 25.00 $ 300.00 $ 100.00 $ 1.200.00 $ 5 5 16.70 $ 2CC.40 $ 237.00 5 2,844.00 MEDIANS- Chemical Pest Control Subtotal: $ 8,174.40 S 57,300.00 $ 31.200.00 $ 59,100.00 $ 48,116.40 $ 73,692.DO Grand Total Chemical Pest Control: $ 13,204.80 $ 74.040.00 $ 57,300.00 $ 78,660:00 $ 71,428.80 $ 108,540.00 senile Pr«urement specialist tlRa/2019 AM- Rotwadowskl, CPPB TR 13377 Exhibit 1 19-298 - Citywide Landscaping Maintenance Turf Fertilizer SFM Services, Inc. Mainguy Environmental Care, Inc. J. Fletcher Enterprises dba Trimac Outdoor prestige Property Inc. Maintenance, Visual5cape Inc. Superior Landscaping & Lawn Service, Inc. Line Item Description yeany OTY SQ FT Turf Fertilizer Cost Total Turf Fertilizer Cost I Total Turf Fertilizer Cost Total TuA Fertilizer lost Total Turf Fertilizer Cost Total Turf Fertilizer Cost Total FAC1Ln1E5 -TuA Fertiizer 1 Municipal Complex 7525 NW a8th Ave (City Hall BSO FS 41) 3 302222 $ 255.56 5 766.68 $ 300.00 S 900.00FS721.00 5 2.910.00 $ 640.00 $ 1,920.00 5 360.00 $ 1,080.00 S 1,234.00 S 3.702.00 2 Public Services 6011 Nob Hill Rd (PS North PR&FS 151 3 95000 $ 237.50 $ 712.50 5 2W.W S GOO.W 5 2.808.WHSM $ 1,2W.W $ 150.W S 450.W $ 823.W $ 2.469.W 3 Public Services South / IT Building (10101 State St.) 3 45000 5 132.50 5 337.50 S 200.00 S 600.00 5 2,121.005 480 m $ 120.00 5 36000 S 576,00 5 1.723.00 4 Grants Plaza (Utilities) (4191 W Commercial Blvd) 0 26000 5 5 $ S $ 5 S Water Treatment Plant(7903 NW 61 SIT 0 1.,0000 5 5 $ 5 5 5 5 S 56 Community Cente, (8601 W Commercial) 3 92000 S 230.00 5 690.W 5 400.00 S 1.200,00 S 2.163.005 g40.00 $ 210.00 5 630.00 5 823.00 5 2.46900 7 Aquatic Center(9300 NW 585t) 3 60000 5 150.00 S 450.00 S 200.00 S 600.00 5 2.175.005 600.00 $ 30.00 $ 90.00 5 61700 5 1,85100 8 Fire Station 036 (7200 N. University) 3 157640 S 394.10 $ 1,182.30 $ WOO $ 240.00 S 3,669.00 5 120.00 5 30.00 5 90.00 5 1,645.00 5 4.935.00 9 Fire Station 978 (4901 W Commercial) 3 SOW $ 12.50 $ 37.50 S SOW $ 150.00 $ SSO.00 5 1.650,00 S 15000 $ 60.00 $ 180.W $ 93.00 5 279,00 10 Pump Stational(East- 66015outhgate Blvd) 0 38270M.1 $ S $ 5 5 5 5 S 5 11 Pump Station a2(Central- 3801 Southgate Blvd) 0 571x105 5 5 5 5 5 5 S 5 12 Pump Station 43 (West - 1080L Southgate Blvd)) 0 47870$ $ 5 5 $ 5 $FACILITIES- Turf Fertilizer Subtotal: 8 $ 4,290.00 $ 17,4%.005,310.00 5 2,880.00 $ 17,433.00 PARKS/ LOTS -Turf Fertilizer 1 Wildlife Park 0 128924 $ $ $ 5 5 $ 2 Mainlands Park 3 807364 S 1.513.81 5 4.541.43 S 1,190.00 $ 1,23400 5 3,702.00 S 2,400.00 S 7,200.W 5 1,5t10.00 S 4,S00.00 5 8,221.00 5 2,1,663.00 3 Sabal Palm Lot / NE Corner (Rock island & Commercial Blvd) 0 7500 $ $ $ $ $ S 5 S S $ 5 4 Pine Island/ Commercial Blvd Lot/NE Comer 3 5000 5 9.38 5 29.14 $ 200.00 $ 50.00 5 150�00 $ 50.00 S 150.00 $ 150.00 5 450.00 5 67.00 5 201,00 5 Caporella Park 3 130254 5 244.23 $ 732,69 $ 475.00 WO-05 $ 199.29 5 597.87 $ 320.00 S 960.00 $ 450.00 $ 1,350.00 $ 1,892.00 S S.676.00 6 Sunset Park 3 192355 S 360.67 $ 1,082.01 5 475.00 $ 296A0 5 98800 S 580.00 5 1,740.00 S 210.00 5 630.00 5 11850.00 $ 5,550.W 7 Ccmmons Park 3 16111 5 3021 5 90.63 S 80,00 5 5000 $ 15000 5SOW $ 1SO.00 S 60.00 5 180.00 S VS.00 5 525.00 8 Lardings Park 3 94635 5 177.41 $ 532.23 $ 120.W S 143.W 5 a29.W $ 2W.W $ 6W.W S 120.W 5 360.00 $ 1,234.00 5 3.70200 9 .auuat is Center Park(Under Development) 3 83900 5 145.80 5 43740 $ 300.00 $ 353.43 5 1,060,29 $ 160.00 $ 480.00 S 15000 S 450.00 1 $ 617.00 5 1.851.00 10 Tephford Park (5(. Augustine) 3 200800 51,641.14 5 4,923.a2 $ 1,580.00 $ 4,740.00 5 1,338.00 $ 4,014.00 $ 520.00 $ 1.560,00 $ 2.4W.W $ 7,2W.W $ 8,937.W $ 2fi,511.W 11 Waters Edge Park 3 239580 $ a49.21 5 1.347.63 1 5 790.00 $ 1,170,00 5 373.00 $ 1,119.00 $ 5 5 120.00 $ 360.00 S 2,457.W 5 7,401.00 12 Water View Park IBahla) 0 8000 5 $ 5 $ 5 SO.W $ $ S 5 S - 5 5 13 lEmpty Lot Nab Hill just north of NW 67th Street 0 94WO 5 5 5 5 $ $ $ PARKS/ LOTS -Turf Fertilizer subtotal: $ 13,715.58 1 $ 15,630.00 S 12.110-16 $ 12,840.00 $ 15,480.00 1 $ 76,080.D0 MEDIANS -Turf Fertilizer Boulevard(University to Prospect) 3 227395 S 567.50 S 1,702.50 S 1,67000 5 5,U10A0 59600 $ 288.W S 64000 $ 1,920.00 5 450.DO $ 1,350.00 S 3.29000 S 9,870.00 University Drive (Southgate Blvd to Commercial Blvd) 3 92100 5 230.00 $ 690,00 $ 68000 S 2.04000 $ 601.00 5 1803.00 $ 280.DO $ 840W S 540.00 $ 1,620.00 $ 1,646.00 S 4,939.00 Greenbriar(NW 75 Ave to NW 73 Terr) 3 20444 5 51.11 $ 153.33 5 150.00 $ iS0.00 5 256.00 5 768.00 5 80.00 5 240.00 5 6000 $ 180.00 $ 216.DO S 648.00 rCommercial Woodmont Area llncl: NW 78 Stree[- NW 81 Street NW 82 Street• NW 90 Ave- NW 70 St -NW 75th St)Lagos 3 131000 5 32750 $ 982.50 5 950.W $ 2,850.00 5 %,W $ 288.W $ 760,00 5 2,280.00 5 1,02000 5 3,060.00 $ 2.262.00 $ 6.78600 de Campo (Pine Island to McNab Rd) 3 56000 5 14000 $ 420.00 $ 410.00 S 1.230,00 $ 329.00 S 987.00 5 24000 5 720.00 5 360.W 5 1.08000 $ 699.00 $ 2,097.00 NW 84 Terrace(575treet to Lagos de Campo) 3 20444 5 51.11 5 153.33 5 150.00 $ 450.00 5 142.W S 426.00 5 80.W 5 240.00 5 12000 $ 360.00 5 371.W 5 1.113.00 vine Island Road (Southgate Blvd to Commercial Blvd) 3 71S5S S 178,89 S 536.67 5 525.00 5 1.575.00 5 18700 5 S61.00 $ 40000 5 1.200.00 S 540.00 5 1.620.00 S 1,646.DO 5 4,938.00 NW 77 Sveet (Pine Island Rd to Nob Hill Rd) 3 30666 S 76.67 5 230.01 5 22S OO 5 675.W 5 68L00 $ 2,043.00 $ 90.DO I S 270.00 $ 150.00 1 5 450.00 S 617.00 5 1,85100 9 NW 81 Street (Pine Island Rd to Nob Hill) 3 40888 S 102.22 5 306.66 $ 300.00 5 9W 00 $ 153.00 $ 45900 5 190,00 5 570 O $ 270.00 $ 810.00 $ 617.00 $ 1.351.00 10 NW 108 Terr/80 Street (McNab Road to Nab Hill Road) 3 148248 $ 370.62 5 1,111.86 $ 1,090.00 S 3,270.W $ 37LOO $ 1,125.00 S 48000 S 1,440.W S 540.00 5 1,620.00 5 2.056.00 $ 6,168.00 11 Mc Nab Road (Eau City line to west endl 3 92000 $ 230.W 5 690.W 5 675.00 5 2,025.00 5 371.00 S 1,113.00 S 350.00 5 1.050.00 S 660.00 $ 1,980.00 $ 1,646.W $ 4,93&00 12 NW 70 Avenue(McNab Rd to NW S7 Streetincl- Brookwood Blvd) 3 81777 5 20 U $ 613.32 S 60QW 5 1,90000 5 50.W S 15000 5 320.00 $ 960.W $ 420.00 $ 1,260.W S 1.234.00 $ 3.702.W 13 Yob Hill Road (Southgate Blvd to Commercial BWd) 3 S1W0 5 202.50 5 607.50 5 b00W S 1.BWW 5 505W S 1.51S.W 5 420W $ 1260.W $ 1.OSO.W 5 3,150.W 5 1.234,W $ 3.702.W 14 NW 94 Avenue (575[reet to YW 59 Ct) 3 10222 S 25.56 $ 76.68 $ 75W 5 225W 5 597W $ 1,79LW $ 40.W $ 720W $ 90.W $ 270.W $ 28800 5 864.W IS NW S7 Street(NW 94 Ave to Lime gay; I NCL NW 64 Ave) 3 I1C000 $ 27S.00 $ 825.W S 810.00 5 2.430.00 $ 413.00 5 1,239.00 S 45000 $ 1,3SO.W $ 1,050.00 $ 3,ISO.W $ IA39.W $ 4,117.00 16 Southgate Boulevard (Univ Dr & FPL berm) 3 1300W $ 325 W 5 975.00 5 950.00 5 2,850.00 5 1S4.00 5 552.00 $ 750.00 $ 2,250.00 5 1,800.00 $ 54400.00 5 1.748.W 5 5,244.W 17 Bailey Road(81st Street to Rock Island) 3 90000 5 22500 5 675.00 S 660.00 5 1.980.00 $ 50.100 5 150.00 $ 85.00 1 S 255.00 $ 30.00 5 90.00 5 1,234.00 $ 3,702.00 18 woodlands Noah (Commercial Blvd to Bailey Rd) 3 40000 S 10000 S 300.W $ NSA() 5 $8500 5 30600 5 91800 5 80.00 1 5 240.00 $ 9000 5 270.00 5 617.0D 5 1,851.00 19 Woodlands South JCommercial south to Poinciana) 3 SWO $ 12.50 5 37.50 $ 50.00 S 150.00 5 50.W 5 150.00 5 320.00 S 960.00 S 45000 $ 1.350.00 $ 1,645.00V4,9150020 Sibal Pat., (.Rock lsi-d! Rdto BaileyRd) 3 11000 S27SOO $ 82500 5 SO.W 5 24000 $ 27T00 5 837.W S 4S.W 5 135.00 5 3000 5 90 W $ 28800021 Rock Island Road(BaBey Rtl to NW 4.l Street) 3 67000 $ '67.50 5 502SO 5 49S.W S 1ASS.W 5 99.00 5 297.W $ 180.W 5 54000 5 240OD $ 720.00 5 926.0022 Sago Palm Boulevard (Rock Island Rtl to Bayberry Lnl 3 28000 5 7667 5 230,01 5 2W.W 5 600.00 5 352.00 5 1.056.00 5 85.W 5 25500 5 12000 $ 36000 5 6'7.WO23 Mainlands Drive(Comon-ol 8lvd to NW 47th 5t) 3 61000 5 'S2.SO 5 4S7SO 5 4SO.W S 1.350.W 5 298.00 5 894.00 5 125.W 5 375.00 5 '_50.00 $ 450.W S 1.234.W24 =ire Station 078(4801 W Commerical) 3 22000 S S5.W $ 165.00 5 160.00 5 480.W $ 34&00 $ 1,044.W 5 1.W $ 3.00 5 300 $ 9.W 5 412.0025 (ircl: NW SS S4 & 53 St; Prospect Rd; NW 26 & 27 Ave NW 51 Streetl 3 77000 $ 192,50 $ 577.50 S 565.W $ 1,695.W $ 11S.W $ 34S.W $ 450.00 $ 1.350.00 $ 1,020W 5 3060.00 $ 1,23dW0 26 Hiatus Road Commercial Blvd to McNab Rd) 3 65000 S 162.50 $ 487.50 $ 475.00 5 1.425.00 $ 96.00 $ 28800 $ 12SOO $ 375.00 $ 19000 $ 540.W 5 1,028.00 5 3,094.00 27 Canal Crossings 0 19W0 S $ 5 150.00 5 $ $ $ $ 5 28 N &4 Ters:NW amlands Dr Rear of GC/Hall/ei0 (1) Y'N 84Terr. 11Mainlands(1) 1)29 0 8W S $ - $ 25.00 $ 5 5 - 5 - $ $ 5 - 11]s4.� Sands Point(Lagos De Campo to Rouncaboc:) 3 3670 5 25.26 5 7578 5 SO.W 5 15000 5 5000 5 15000 S 120.00 $ 360W I,85!.W MEDIANS- Turf Fertilizer Subtotal: $ 14,407.65 $ 40,020.00 $ 21,237.00 1 5 21,558.00 S 34,479.00 $ 92,583.00 Grand Total Turf Fertilizer: $ 32,299.71 $ 59,940.00 $ SO,843.16 I $ 39,708.0t) I $ 52,839.00 $ 186,096.00 Senbr Procurement specialbi it/EO/E019 Aodrew Roawadows4i, CPPB TR 13377 Exhibit 1 19-29B - Citywide Landscaping Maintenance Shrub, Tree, Palm Fertilizer SFM Services, Inc. Mainguy Environmental Care, Inc. J. Fletcher Enterprises dba Trimac Outdoor Prestige Property Maintenance, Inc.isualScape Inc. Superior Landscaping & Lawn Service, Inc - Une Item Description Yearly CITY Shrub, Tree, Palm Fertilizer Cost Total Shrub, Tree, Palm Fertilizer cost Total I Shrub, Tree, Palm Fertilizer Cost Total Shrub, Tree, Palm Fertilizer Cost Total Shrub, Tree, Palm Fertilizer Cost Total Shrub, Tree, Palm Fertilizer Cast Total FACILITIES - Shrub, Tree, Palm Fertilizer 1 Mumclpa I Com plez 7525 NW 88th Ave (City Hall ASO FS 41) 2 $ 225.00 $ 450.00 5 350-00 $ 700.00 1 $ 467.00 5 934. DO 5 680.00 5 1,360.00 $ 420.00 $ 940.00 S 3,084.00 5 6.168.00 2 Puhlic Services 6011 Nab Hill Rd (PS North PR & FS 15) 2 S 90.00 $ 180-DO $ 160.00 5 320.00 $ 467.00 $ 934.00 $ 320. 00 $ 640.00 $ 280.00 $ 560.00 S 2,057.00 5 4,114.00 3 Public Services South/ 1T Buildirg(10101 State St.) 2 5 90.00 5 180.D0 5 50.00 $ 100,00 $ 467.00 5 934.00 5 160,00 5 320.DO $ 210.00 $ 42000 51,235.00 S 2,470.00 4 Grants Plaza (Utilities) (4191 W Commercial Blvd) 0 5 $ 5 $ $ $ 5 5 $ 5 5 5 5 Water Treatment Plant (7303 NW 61 Sr) 0 5 5 $ S S 5 5 5 5 5 5 5 6 Co. .unity Cenw(8601 W Commercial) 2 $ 225.00 $ 4SO-00 5 2S0.00 $ SCO.CO 5 467.00 5 934.00 5 480.00 $ 960.00 $ 52S.00 S 1,05000 5 2,263.00 S 4,526.00 7 Aquatic Center (9300 NW 5851) 2 $ 135.00 $ 270.00 5 200.00 $ 400.00 5 467.00 5 934.00 $ 400.00 $ 900.00 5 105.00 S 210.00 5 1,235.00 $ 2,470.00 8 lFire Station 036 (7200 N. 'Jnrve,S,ty) 2 1 5 135.00 5 270.00 5 50.00 5 IDD.CO 5 467.00 5 934.00 5 250.001 $ 500-00 1 $ 35.00 $ 70.00 $ 3,085.00 $ 6,170.00 9 Ere Station 97314/01 W Commercial) 2 5 90.00 $ 130.00 S 8000 5 16000 $ 46700 5 934.-0 S 280.00 $ S60.00 $ 175.00 5 350.00 S 771.00 S 1.542.00 10 Pump Station al (East -6601 Southgate Blvd) 0 $ $ $ 5 $ 5 5 S $ 5 S 5 11 Pump Stanan d2 (Central-8801 Southgate Blvd) 0 S $ 5 5 $ 5 5 5 $ S 5 5 12 Pump Station a3 (West - 10801 Sauthgate Blvd) 0 5 $ $ S 5 $ 5 $ $ $ $ S FACILITIES -Shrub, Tree, Palm Fertilizer Subtotal: $ 1,980A0 $ 2,280.00 $ 61538.00 $ 5,140.00 S 3,500.00 $ 27,460.00 PARKS / LOTS - Shrub, Tree, Palm Fertilizer 1 Wildlife Pat 0 5 S W$ $ 5 5 $ S $ $ 5 S 2 Mainlands Park 2 S 900.00 51.90000 $ 24000 S 480.00 5 967.00 5 1.934.00 $ 320.00 5 640.00 S 350.00 5 700.00 5 7,401.00 S 14,80200 3 Sabal Palm Lot/NE Car -(Rack Island& Commercial Blvd) 0 $ $ $ $ S 5 $ S S 5 5 $ 4 Pine Island Commercial Blvd Lot/NE Corner 2 $ 22.50 $ 4S.00 $ 80.00 $ 160.00 S 967.00 $ 1,93400 $ WOO $ 130.00 5 70.00 $ 140.00 5 201.00 $ 402.00 5 Caparella Park 2 5 225oO $ 450.00 5 200.00 5 400.00 5 967.00 5 1,934.00 5 160.00 5 320,00 S US= S 350.00 $ 5.348.00 S 10,696.00 6 Sunset Park 2 S 225.00 $ 450.00 $ 280.00 $ 560.00 5 967.00 $ 1,934.00 $ 200.00 $ 40C.00 5 29000 5 S60.00 5 2,468.00 $ 4,936.00 7 Commons Park 2 S 22.50 $ 45.00 5 200,00 S 400XO $ 967,00 5 1,934.00 S 120.00 $ 24(100 $ 105.00 $ 230.00 $ 435.00 5 970.00 8 Landings Park 2 $ 45.00 5 90.00 5 80.00 $ 160.GO $ 967.00 $ 1,934DO $ 80,00 $ 160.00 S 105.00 $ 210.00 $ 1,235.00 $ 2,470.00 9 Aquatic Center Pa,k(Under Development) 2 S 45.00 1 $ 90.00 1 5 200.DO 1 $ 400.00 $ 967.00 1 51,934.00 $ 240.00 1 $ 480-GO $ 70.00 $ 140.00 51,851m $ 3,702.00 30 Tephford Park ISt. Augustine) 2 5 675.00 1 S 1.350.00 5 795.00 5 1,590.00 1 5 967.00 1 5 1.93100 S 280.00 $ 560.00 $ 1,400.00 $ 2,80000 $ 7,a01.D�14,302.00 Il Waters Edge Park 2 5 $ 5 795.00 S 1,590.00 S 967.00 S 1,934.00 $ 50.00 $ 100.00 $ 175.00 5 350.00 $ 4,113-012 Water View Park(Bahia) 0 $ 22.50 $ $ S $ 967.00 $ $ $ $ S $ 13 Empty Lot Nob Hill just north of NW 67th Street 0 5 S 5 5 5 5 5 $ $ 5 $ PARKS / LOTS -Shrub, Tree, Palm Fertilizer Subtotal: $ 4,320.00 $ 5,740.00 $ 17,406.00 $ 3,010.00 $ 5,460.00 $ 61,006.00 MED IANS - Shrub, Tree, Palm Fertilizer 1 Commercal Boulevard (UnNersny to Prospectl 2 5 1,55000 $ 3,900-00 S 150000 S 3,00000 5 I,46700 5 2334.00 5 M0.00 $ 1,760.0C 5 700.00r2.803.00 0 5 9.04500 $ 18,090.00 2 University Drive (Southgate Blvd to Commercial Blvd) 2 $ 920.CJ 5 1.840.00 $ 600.00 $ 1,200.00 S 1,a67.00 $ 2.93400 $ 720-00 5 1,440.00 $ 700.1700 5 3,290.00 $ 6.S80.00 3 Greenbriar(NW 75 Ave to NW 73 Terr1 2 $ 204.44 $ 408-88 5 130.00 $ 260.00 51,46700 52934.00 5 8500 5 170.00 5 70.0000 S1,386.00 5 2.772.00 4 `Noodmont Area (Intl: NW 78 Saraa- NW 81 So.. -NW 82 Street- 2 5 1,310.00 5 2,62000 $ 8SO.DO 5 1,70000 5 1,46TOO $ 2,93400 5 620.00 $ 1,340.00 $ 1,400.0000 $ S.S50.00 S 11, 100.00 S '`agoS de Campo (Pine Island to MCNab 11, 2 $ 560.00 $ 1.12000 5 365.00 5 730.00 $ 1,467.00 $ 2.934.00 5 160-00 $ 320.00 $ 230.0000 $ 2.466.00 5 4,932.00 6 NW 84 Terrace (57 Street to Lagos de Ca ni 2 $ 204A4 5 408.88 $ 135.00 S 270-W $ 1,467.00 S 493,t00 S 200.00 $ 400 W 5 315.0000 5 1,851.00 S 3:702000 Pm, i, land Road(So. thga to Blvd to Corn menial Blvd) 2 S 715.S5 S 1,431.30 S 470.00 5 940.00 5 1.467.00 5 2,934.00 $ 4C0.00 $ BOO.00 $ 7C0.0000 5 4,93500 S 9,870.00 8 NW 77 Street (Pine Island Rd to Nab Hill Rd) 2 $ 306,66 5 613.32 5 200,00 5 400.00 S 1,467.00 $ 2,934 00 S 20000 $ 400.00 $ 210.00.00 $ 1,851 00 15 3,702 On 9 NW 81 Street (Pine Island Rd to Nob Hill) 2 $ 408.88 5 817.76 5 270.00 $ 540.00 $ 1,467.00 5 2934.00 $ 280.00 S $60.00 $ 21000 5 420.00 $ 1,851,00 $ 3,702.00 10 NW 108Terr/8OStreet(McNzb Road to Nob Hill Road) 2 51.482,48 $ 2,96436 5 970.00 $ 1,940.00 51,467.00 5 2,93400 5 800.00 $ 1,600,00 5 350.00 5 700.00 $ 7,811.00 $ 15,622.00 11 Mc Nab Road(East0ty linetowestend) 2 $ 920.00 5 1,840.00 5 600.00 $ 1,200.00 $ 1.467.00 5 2,934.00 5 240.00 $ 480.00 51,050.00 $ 2,100.00 $ 4423.00 5 9,046.00 17 NW 70 Avenue (MCNab Rd to NW 57 Street ind Brookwood Blvd) 2 $ 817.77 $ 1,635.54 $ 535.00 $ 1,070.00 $ 1,46TOO $ 2,934900 5 920.00 $ 1,840.00 $ 420.00 5 840 OD $ 3,699.00 $ 7,398.00 13 Nob Hill Road (Southgate Blvd to Commercial Blvd) $ 810.00 $ 1,620.00 S 530.00 $ 1,060.00 $ 1,467.00 $ 2,934,00 5 320,00 $ 640.00 $ 1,4CO.00 $ 2,800.00 $ 3,699.00 $ 7,398.00 14 NW 94 Avenue (57 Street to NW 59 Ct) 2 5 102.22 5 203.44 5 65.00 5 130.00 5 1,467.00 $ 2,934.00 $ 9000 S 180.00 S 105.CO $ 210.00 $ 1,438.00 S 2.87600 15 NW 57 Street (NW 94 Ave to Lime Bay; INC. NW 64 Ave) 2 $ 1,10000 5 2.2C0.00 $ 720.00 S 1,440.00 $ 1,467.00 S 2,934.00 S 560.00 $ 1.120.00 $ 980.00 5 1,960,00 5 3,699-00 5 7,39900 16 Southgate Boulevard (Univ Or&FPLbertn) 2 $ 1,300.00 $ 2,600.00 $ 850.00 5 1.700.00 5 1,467.00 S 2.934.00 $ 1,200.00 $ 2,400.00 S 1,750.00F42 0 $ 3,699.00 5 7,39&00 17 Bailey Road(81st Street to Rock island) 2 5 90a00 51,S000O 5 590.00 51,180.00 51.467.00 52,93400 $ 125.00 $ 250.00 $ 230.0000 53,083.00 $ 6.166.00 IB Wootllands North (Commercial Blvd to Bailey Ad) $ 400.00 5 800.00 $ 260.00 $ 520-CO $ 1,467.00 $ 2,93400 $ 120.00 $ 240.00 $ 245.0000 51,85100 $ 3.70700 19 Woodlands South (Commercial south to Poinciana) 5 50.00 $ 100.00 $ 3.57000 5 7,140.00 5 1,467.00 5 2934.00 $ 290.0C $ 580.00 5 S25.0000 $ 3,699.00 $ 7,398.00 ZO Sabal Palms (Rack Island Rd to Bailey Rd) 5 1.100.00 5 2,200.00 5 435.00 5 870.00 5 1,367.00 $ 2,934.00 $ 120.00 5 240-00 5 630.0000 5 1,43900 5 2,376.00 21 Rock Island Road (Bailey Rd to NW 44 Street) 2 5 670.00 $ 1,340.00 $ 185.00 $ 370.00 5 1.467C0 $ 2,934.00 5 160.00 5 320.00 5 2100000 5 2,775.00 5 5,550.00 22 Sago Palm Boulevard (Rock Island Rd to Bayberry'.nl 2 5 150.00 S 300,00 5 400.00 5 800.00 5 1,467.00 5 2,934.00 5 9000 5 160.00 5 175.00.00 $ 1,851.00 5 3,70200 23 Nbmhnds Drive(Commercial Blvd toNW 47th Stj 2 5 61000 $1,220,00 $ 140.00 $ 280.00 $1,46700 52,934900 5 400.00 5 900.00 $ 350.0000 54,11000 5 8220.00 24 Fire Station d 78(4901`N Commerical) 2 S 220.00 5 440.00 5 500.00 51,000.00 51,467.00 S 2,934,00 $ 8500 S 17000 $ 35.00.00 $ 1,43&OO $ 2,87600 25 Boulevards'.(ird NW 5554&53St, Prospect Rd; NW 26&27 Ave N tr et 2 5 77000 $ 1,54000 $ 425.00 5 850.00 $ 1,467.00 $ 2,934.00 5 720.00 51.440.00 S 1,750.CO 5 3,500.00 $ 3,699.00 $ 7,398.00 26 Hiatus Road Commercial Blvd to MCNab Rd) 2 $ fi50. W $ 1,300.00 5 125.00 S 250.00 $ 1,46700 5 2,934.-0 $ 125,00 $ 250.00 5 70.00 $ 140.00 $ 3,69900 5 7,398.00 27 Canal Crossings 0 $ 5 5 5 5 $ 5 5 $ 5 5 28 Litt Stations; N'N 108 Ter,. (1) Rear of City Hall/BSo (1) NW 4 T rr Mainlands Or_ 1 0 29 Sands Paint (Lagos De Campo to Roundabout) 0 $ 5 $ $ $ $ $ $ $ $ $ 5 MEDIANS -Shrub, Tree, Palm Fertilizer Subtotal: $ 37,264.88 $ 30,840.00 $ 76,294.00 $ 19,800.00 $ 29,680.00 $ 176,872,00 Grand Total Shrub,. Tree, Palm Fertilizer: $ 43,564.88 $ 38,860.00 $ 100,228,00 $ 27,950.00 $ 38,640.00 $ 265,338.0. 5emar Procurement Spedalist 11/20/2019 Andrew A-.dowski, CPP. TR 133T7 EXHIBIT 1 19-29B - Citywide Landscaping Maintenance IRRIGATION SFM Services, Inc Mainguy Environmental Care, Inc. J. Fletcher Enterprises dha Trimac Outdoor prestige property Maintenance, Inc vwalScape Inc. Superior landscaping & lawn Service. Inc. l'ne r.xly Irr6albn Desalption GiY 2Anes Rive hr TOW Teat Price Pa TOW Test ie Per TOW rert Rye hr Total TeR Riots Total ren RTe hr TOW TPu WRWAnON- FACRRIIS- W4tT-.9 W1 Camgn ]525 VW 8Bm are iGryrlall BSO rs+11 10 S ll].W s16s0.W 5 IN.W SIJ40W 5 Ib1W 51,95eW S Y0. slyaa.W 5 4950.W S )M.M 5 ?Bi6W PlYr Servrnr 6011 YeD 8n Rd:PS1—nR 1 IS I51 12 $ Il).i0 SIfsO.W S tl.W S 4CM 5 1.- 51956W S in In $1.4tl.W : 330m s 3.w 5 190.W i },)BpM NYC Serv�maSwm!rt BWang il]1U 151a14 Srl l2 10 s 131M $1.6i0W s 40.00 5 40W 5 II". s1,956 •W 5 RO CO S 9f0M i 4`3 )5 S 1:1Bi.W S 95M i 3.1WM Uanes Plua 111+�uesl ialAlwGmm�n.Y.1v91 11 o s 5 sq.CO S Oa 5 05 I000 5 lfO.W 5 al}5 5 a95.W $ 190.W s ],SRO.W VW 6: S'1 $ 110.W S1, tl.W 5 40.W IO.M SI,s6 S 0 51,1+OW 5 SO S 090.W 5 IW.W I S I.SeO.W 6 m4yaett.er1ie601w Cammemall S 1I).50 S I.6s0. c 5 imam S ]MOM S 163(30 S 1956.0(1 5 9000 S IOROM a 4) SO s 2,9m W 5 190.W I S 2.280M 49uamicCmin i93W YW Se NI Il W s IS- 11.-0. S alO.W 5 9Y M S I— S1,956.M S W.IRa 51,UW.x 5 12S S 4156M 5 1J0W 1 5 I.71fi.W B rm 4aDm 436 ()200 Y.urvr<Ivryl 11 W S U7.50 SLb50.W 5 tl.W $ 41- 5 W6. S1,95f.W 5 50.00 5 6W.W 5 ID"D S 24).111 S 9 Rte slalbn a>8 Rers W C-." 10 i 11150 51,650.•..1 S tl.W S 40W 5 1.0. 51,956.W S ­0 S 7XjOO 82650 S 9MM S 4.W 5 5)6M 10 Pump YaDan al aE+ufiE0l Swingale Blydl 0 0 5 S 5 5 S S S S 5 5 11 RanP waal..z lemrml e¢R3 sanmPre avll z s s s s s - s s 12 wmP 9aam n,wev-1uol seumary nrn R 5 s s s s s SIr,6Ba00 IRR"Ticel • PAOUTIES-Wa[Teuing Seb 5 1;9TO.M I s Ss.,zt00 1 5 11,12I.MI S 16,582M $ WRIGATgR-PMILS I-- Wx Tes[ Vnblde Pan 0 0 1$ 5 S is is S M S S S 2 NUarNanda Pan $ 206.25 S 2.4R00 5 mO. S I.400g0 5 W 5 2,928W S I.BOO.W 5 t6iM 5 1.9BO.W $ 190 W S 2,280M 1 Sabal P91m L01; NL I.-lRarR-d R Canm1-1 HHdl 0 S 5 $ S s " I.Ind /(ammernal HNd Lat 2 NE Caner 12 1s S 10615 S?J)iM 5 tl.W $ -0) S 2"Im 52.%1 0 S fiMM S 5 S 49 W S 48M S 5)6.MnW.W 5 9sdM 5 2". $tl.. $LSW.W 5 ID500 S L980.W 5 1.. $ 2.)eb.h0I10.W S 1,u0M 5 1N S Z,14000 P�- s I_ 5 I6SM 1 1,9R0.00 S man 5ms Pa4 ll l S 27 s0 S AIC 00 S 000 S UCW S S dBC:`0 S 600M i 4135 5 495.00 5 4M S s76M 11 S L8.75 SI.11500 5 tl.M S Y0M 5 2,1x 5233t•W0 5 48OM i 5 $ 49sC0 5 i L140W a9uun Cmlm Pan iun�r Ceaeb_0 S I11S0 Slbia.00 5 BOM > W $ .a% S1,9iE.M 5L—. 5 4115 S e9sw S 95M 5 1 40.00 IS 5 I0635 S I.4)Sd0 S W0M S Sfi00W S Z $ 192e00 S 1- 5 3WW S 1-00 S 18 5 'Am MEdge Psh 1W }3 5 3:6Zi 5S)95W $ IlOW 51.aJnM 5 M I6iM 54.+R9.W 5?RROM s M]50 SIO.AWM S IW.W 5 2ed.x new Pan lRlnal D s ssM 5 s 5 s s s $ s IS Fmbt,". Nab BR ua norm alvw 6Ta Srrlet S $ 5 S 5 5 S 5 SIS9IiW WAI TIOR-PARRS IIOTS-Wet Tp Subl O, $ 19,8W.W 5 12,210�M S n.m.M S 14,IBO.W S 11,TO.W S e RWe WN-Mw_s-We[Tes[W i <la 0oulna]Il,n,vnPtym PrOaR`01I, 5 L1625 52.1]S CO $ 67S: r0 $B.IOC.W $ Z4A 52.3M.00 $ WOW 5?EdO.0 i 5 L.9R0W 5 7.00 5 9.120.W 1 L vtr d,re lSuulanam Blvtl [a Cpmmerbq BHdl 5 m.11 $?a75W S 27SM $1110c. S 234.00 S1308.M 5 30C Oc SI6CU.W S 4 5c $ e,,scOe S )R 11M S 1420.W 3 <+rnbuar l`RV(75 avlrovW)3'enl 11S M6.35 S 5W 5 60x S nc. S Zl4 Gn sZ.-�� $ S aBC.A $ 8350 99000 $ 9+�10 $ t mm ea lmcl: YSV )8 Lett1 NW 11SR0et MV SI Nreer 11 5 1yb,15 S l.a)5W $ 3•aO.W 54,640.W 39W S I,�OB.]If 5 N. W $ 4.RMW r 1,3E12$ S 16.135A0 $ 3W.W 5 14o+de Gmpe(P. 61a1d 10 Vlc Ad) 115 El'13 M6.2s 52.4)5110 S iM.W 5192CM S I— $2,80R.]0 $ ROM i WOO S MM S 3,960.W S 143.x 5 l.)I6.W 6 YY/ N; M+x IS7.11.11.1ag0s de Cmpo) I2S 206.25 S2,4]5W 5 6.W S 72.W 5 1— 51"00 S Q..W S 4W.W 5 20615 S 1,475W 5 141W S 1.716.W Rro Rlandg0ad i5autlyate BM to Cem ..R 11 125 208.25 S?11SW 5 ]W.W S1.-CO S 13a-M $19MM $ IEOW $1,920M $ 495.M 5 5.940.W S Sm- 5 4 ]]Sean i0.ne anmd0.d mveb RAgdl 5 IO6.Z5 S24)SW S W.W $s,.OW S 2 W 5xj"= S 45.00 5 W.M S - S 19¢O.M S 143w 5 1,716W `N[815treet 1P,xlUJnd Rd rn N0b 8,q1 12S 2Pb25 S.2.4)SOO 5 S10.W SL-II) 5 I— S28CBOC S 12S.W SIrIc Im 5 208.R 5 3.46SW S 143.0J 5 I.I I6.W lb •nv 108'aarl®Sri-tLH14 RWdtn Nab He 908d1 5 ­25 54475W 5 MOW 5S24IW S I14.M 5?6OROc S ISO.W 5LRW.W 5 241 i0 $ Ilmco 5 .0. 5 a,I- It Y4Yab R0ad;Eastrrybm to «estendl L`is I$ me 21 5).4)SW S 21- 51m0.W S I.- SI,—9C 5 I60W SUm. 5 6EOW S I.920.W I S - 5 3 11 ,M,NArerwef`arwDaa tovW nSmtttin0 NanYv.mn PNdj •Is $ .1 IS $ 2.175 W 5 Sao W S I.I. W $ 5 2,1W x $ 120 W 5 1.J40.W $ 451 R 5 $.445 W 5 238.W $ 1.95b.x 13 !bD.110.0ad ($OutDgale Rvam CaamemNl Rlydl ll IS S M6.I, s?a)iW s 240.W SI,-. S } W $i,e®M ]O $ 1W S".Or. S SO 5 5 ..930.W 5 3B11.W S J560W I. vW Se Aver 01 SO.et 10 NW i9 C1) IS $ m61S 52.475D0 5 SO.00 S 350.0 S 24.M S2,BU8.W S S0.00 S jR; s _a, SO 5 9 W I 5 4- 5 576,W IS 'AY57 fnlea I— 4 Am to ume Oay, IYM NW fil avel 12 Is 5 me 25 $2.a) $ 325.W s%ma.W S I4m $2,=m 5 ne 21 52.28000 5 %7w SM... $ 1¢5M S 3.JI9W 16 aA1e]cubvxdf- c, nl bnn) 11 I5 S me 25 52.47S,m S 3RSW SA620W S 14.01 $2928.11 $ 4U00 $S,)FO.M 5 7 sO S 8.91000 S I..W S 4sE0W 3; fillet ROad;bLt Strrctm Bark lsbnd) U S I0R )S i1,4]iM 5 17CW SVUW 5 )J1IS S)97188 i sa1W 5 C-0GM S B2,W S 990.W 5 IMM 5 2.2-1 li mnrrnal&ram Ra+ev bl 32 15 s 10635 52.4]SLO 5 121.W 5L11000 5 2a199 S2.1- 5 Wl0 5 EM.x 5 111 is 5 1A85:. 5 111W S " a. 19 'Vo0]larh bum Lnmcrw140a1ta to p4ewanal 12 5 -IS 51.+75^.0 5 IS.W 5 SOON Y I— S2,329.M 5 120 i0 SLJ4M I S 2RR 75 S 1­Sr. 5 19100 IROW YnslRou Runa Rd ra Baiy'A 12 15 S 2MIS 5Z,475u'0 $ SO.W S 360W $ 244.M 5292R.W S fi0.On S Tr0-W S ­5 5 t47tW S 49M 5 574 J: 21 P.9d hand Road lea+x Rd t0 vW 445Dee11 12 Is S me62i S2.11;00 5 10.W S 140W 5 I j?92AM S BUMS 9M.W S %5r. S 1.980.W S as.. 5 3,420M 11 SaBe Palm Ooukrard l0.aq lsWnd Rd I. ..-I lnl 11 S '.S.W S1,9e000 5 W.W 5 S60.W $ 244.M $ZW8W $ aLm 5 -On S 3259 5 990.00 S WOO 5 I.1I600 ve I[rvnmerr;al9lyd m YW 4T1 It I IS S 2M.2S 52.475.00 5 TOO I60.W S1 5 24.W S W $ S.. SI.d10.x 5 .1 IS S 1.4)S.W S 285.W S Vm. 24 imsmtem 9lR14UlW[ermna�rall >Z Is 206.25 5?175W 5 6S.W 5 7m. S SwM 53,328W 5 SO.W 5 fi00.W 5 4I2$ 491.W 5 5 I.lap.x a -line. YW SS $4 a 515t; Prospect Rd, NW SCR 27 IL S me.25 S 1,4 00 S 230 W 5 2,]CO.W S _W S ]92d W s 130W 5 Is... S 1.21) iU S 3n,850 W S ISO W 5 4,560 W 26 r ROaa (ammer:al Bl cwDq]) S 206.25 3,4 5' 00 t W ?}R1:COS2,920.M S CO W $ 51. O80S0 M611 s 2,41SOO $ 5 i I7 Canq UOss�nga 0 $ S $ 5 5 28 Llt 51aa0ns-YW 198'err.11 Bear 0FGPa1WVRtIIIti 29 SandlOim lLaRas De GmWt00.wNaM�n1 S 5 555s �11612_2a 5 IRRWATON-MEOURS-Wet TesNn¢SUD[0ta1. $ 63.855.W S 61,452M S )+,31).88 YC S $ ]B,la4.WGnnd To IIRAIGATION S 96.525.00 5 w,412.00 $ 11SIm].88 S 72,66C.D0 $ 5 111.wd TAMARAC The City For Your Lite City of Tamarac Purchasing and Contracts Division SERVICES AGREEMENT BETWEEN THE CITY OF TAMARAC AND PRESTIGE PROPERTY MAINTENANCE INC THIS AGREEMENT is made and entered into this _ day of 20_ by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Prestige Property Maintenance Inc. a Florida corporation with principal offices located at 3300 SW 46 Ave Davie, FL 33314 (the "Contractor") to provide services for bid 19-29B - Citywide Landscape Maintenance — Irrigation Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Bid Document No. 19-29B for "Citywide Landscape Maintenance", issued by the City of Tamarac on August 6, 2019 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, Instructions to Bidder's), drawings and/or schematic plans, Technical Specifications, all addenda, the Contractor's Bid response dated November 14, 2019, 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. In the event that there is a conflict between Bid 19-29B for "Citywide Landscape Maintenance" as issued by City, and the contractor's bid response-, Bid 19- 29E for "Citywide Landscape Maintenance" as issued by City shall take precedence over the contractor's bid response. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents including all Addendums, Exhibits, Attachments and Appendices. 2.1.2 Contractor shall supervise the work force 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. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and 19-29B - Citywide Landscape. Maintenance Landscape M.vnfe ,.-e S---e i .:yr e", 9Ilt TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) INSURANCE 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original 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, Builder's Risk 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 this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. 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. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Insurance Requirements Line of Business/ Coverage Occurrence Aqqregate Commercial General Liability Including: Limits Premises/Operations $1,000,000 $2,000,000 Contractual Liability Personal In'ury 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 & Employer's Liability Statuto 4) CONTRACT TERM 4.1 The contract period shall be for three 3 years based upon successful performance by the Contractor. The initial contract term shall commence upon date of award by the City or at a date mutually agreeable with the successful contractor, whichever is later and shall expire three 3 years from that date. Upon completion of the first three 3 year period, the City reserves the right to renew the Contract for two 2 additional three 3 year periods providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. 19-298 - Ci",oe Landscape Maintenance - Landscape Maintena—e Ser, ce Portion TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 4.2 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing & Contracts Manager. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. The ongoing performance evaluation process will continue during any renewal periods for the life of the Agreement. 5) CONTRACT SUM The Contract Pricing for the above work shall be in accordance with the unit pricing contained within Exhibit "A" Irrigation and shall not exceed: Seventy -Two Thousand Six Hundred Sixty Dollars and Zero Cents ($72,660.00). The contract shall be for the actual amount as ordered by the City. 6) ESCALATION / DE-ESCALATION Upon satisfactory completion of the first 12 months of this Agreement, the contract price shall be eligible for an increase (or decrease) equal to the percentage change to the Miami Urban CPI Index for the 12-month period ending the previous June 30th. In no event shall not exceed 4% for any 12-month period. The rate increase shall become effective on October 1st. Thereafter, the contract price shall be eligible for an annual adjustment increase (once every 12 months), based upon the process stated herein. 7) LIQUIDATED DAMAGES 7.1 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 Two Hundred Fifty Dollars and Zero Cents ($250.00) 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 $250.00 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. 7.2 Contractor is responsible to ensure that all work is done to the specifications as outlined in this document and as requested by the City. Contractor is further responsible to maintain a safe work environment for workers, pedestrians, and traffic; which includes ensuring that all litter, waste, and debris at all work locations is properly handled, collected, and/or disposed of. Contractors shall ensure that all job sites are safe for pedestrian, bicycle, and vehicular traffic prior to leaving the job site. 7.3 Failure to respond to requests by City within the specified time frame including, but not limited to, inadequate/defective work, hazardous situations, and litter and debris. 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 designated amounts per day and/or per location is an amount proportionate to the 19-298 - Citywide Landscape Maintenance - Lanascape Mar Wane Service PoRicn 3 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. • Hazardous Situation: Failure to rectify, within three (3) hours of notification, a hazardous situation as deemed by the City, including, but not limited to, obstructed sightlines in intersections; obstructions / trip hazards in sidewalks, walkways, and paths - $250 per day until corrected. Note: initial notification may be made verbally (e.g. telephone) but shall be memorialized in writing (e.g. email). • Litter and Debris: Failure to pick up debris within 24 hours of notification (e.g. litter, tree trimmings, excessive grass clippings, excess mulch on sidewalks, etc.) - $250 per day until corrected • Fine Cut Mowing & Edging: Failure to maintain Fine Cut Mowing & Edging to standards and/or frequency (except due to weather or conditions) - $100 per day until corrected • Mulch. Failure to adhere to schedule, inadequate cover and/or material not to specification - $50 per location per day until corrected and/or completed • Irrigation & Wet Testing: Failure to complete monthly inspection, including written damage report - $50 per location per day until corrected. 8) PAYMENTS 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. City has up to thirty (30) days to review, approve and pay all invoices after receipt. Contractor shall not incur costs for performance of services under this Agreement in excess of said amount without the prior written authorization of the City Manager or designee. Payments shall be processed upon receipt of a properly completed invoice in accordance with The Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 9) REMEDIES 9.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 9.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non- conformance and the quality of workmanship. 10) CHANGE ORDERS 10.1 All Change Orders shall include a maximum Overhead and Profit, not to exceed five percent (5%) and five percent (5%) respectively. 19-298 - Citywide Landscape Maintenance - Landscape Maintenance Service Pornor. i Aq'e,-'rent TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 10.2 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 a change order until the 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. 10.3 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 Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 10.4 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 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 City 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. 10.5 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. 10.6 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 no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the cla'im. 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. 10.7 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. 10.8 In the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, 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 City deems necessary to complete the work. The cost of any work covered by a change order 19-296 - Citywide Lands— Maintenance - Landscape Maintenance Service Pod— Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price 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 furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 11) AVAILABILITY OF CONTRACTOR Contractor shall be reasonably available to the City through telephone access and shall notify the City promptly of any absence or anticipated delay in the performance of services under this Agreement. 12) NO DAMAGES FOR DELAYS ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable, provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 13) WAIVER OF LIENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owner" and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment ;.348 ... r a, r: caCa Mdv1.r. 3, Ce —sc3,_.:Mal!-31718 �erv­ am!:on 1 five>—, r TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement. 14) WARRANTY Contractor warrants the work against defect for a period of one 1 year from the date of City approval of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 15) INDEMNIFICATION 15.1 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. 15.2 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 16) NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; 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 shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination 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. 17) INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the 19-298 - City -de Landscape Maintenance - Landscape Maintenance Service Porten 7 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 18) ASSIGNMENT AND SUBCONTRACTING Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 19) 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 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the CITY ATTORNEY at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: Prestige Property Maintenance Inc. Address: 3300 SW 46 Ave Davie, FL 33314 FIN/EIN:59-2639529 Contract Licensee:BC#: 324-165400 Contact: Lisa Saltzman Email: lisa(a-)-prestigepmm.com Phone: 954-584-3465 Fax: 954-584-3465 19-298 - Crt- ae L i-SC--e M?:nrei —e Lancscaoe Maintenance Sery Portion 8 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 20) TERMINATION 20.1 Termination for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify city against loss pertaining to this termination. 20.2 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. 21) AGREEMENT SUBJECT TO FUNDING 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. 22) 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. 23) 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. 24) 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 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 enforceability of that provision or of the remainder of this Agreement. 25) UNCONTROLLABLE CIRCUMSTANCES 25.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this 19-29e - eityw,de Landscape Mau,(,, 41 v Lantlm:ape hi --vane Service Por!Wn 9 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts division Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. 25.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 26) 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. 27) NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 28) CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 29) PUBLIC RECORDS 29.1 The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR shall comply with Florida's Public Records Law. Specifically, CONTRACTOR shall: 29.1.1 Keep and maintain public records required by the CITY in order to perform the service-, 79-298 - Crcywttle Landscape Maintenance Landscape Mamtenanc- 5— Portman 10 Fyree,, r TAMARAC The City For Your Life Cit;i of Tamarac Purchasing and Contracts Division 29.1.2 Upon request from the CITY, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at no cost to the CITY. 29.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement and any renewals thereof if CONTRACTOR does not transfer the records to the CITY. 29.1.4 Upon completion of the Agreement, transfer, at no cost to the CITY, all public records in possession of CONTRACTOR, or keep and maintain public records required by the CITY to perform the service. If CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records in a format that is compatible with the information technology systems of the CITY. 29.2 During the term of this Agreement and any renewals, CONTRACTOR shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. 30) SCRUTINIZED COMPANIES - 287.135 AND 215.473 30.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 30.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 31) CUSTODIAN OF RECORDS 19-298 - Caymde Landscape Maintenance - Landscape Maintenance Service Portion Agreement TAMARAC The City For Your Life City of Tamarac Purchasing a':d Contract_ Division IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERKQTAMARAC.ORG Balance of Page Intentional Left Blank 19-29B - Gtywlde Landscape Matntenance - Landscape Maintenance Service Portion 12 Agreement City of Tamarac TAMARAC The City For Your Life Purchasing and 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 President duly authorized to execute same. ♦�' j I�'�� 1 r: ilii ,. ' 2S T ABLI1',-lr!:0 1933 c?' Si ill_ ATTEST: Lillian Pabon, CIVIC Acting City Clerk Dat CITY OF TAMARAC Michelle J. Gomez, Mayor $te chael C. Cernech, City Manager Date Approved as to form and legal sufficiency ft' CiyAttorney Date ATTEST: PRESTIGE PROPERTY MAINTENANCE INC SignafurlG"-Co orate Secretary Signatur"e f ner L. t & R Greg Lica Type/Print Name of Corporate Secy. President (CORPORATE SEAL) Date 19-298 - Citywide Landscape Maintenance - Landscape Maintenance Service Portion 13 Agreement TAMARAC The Crty For Your Life CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF Broward :SS 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 Greg Lica, President of PRESTIGE PROPERTY 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 day of December 17 20_1a. Signature of Notary Public pC State of Fonda State of Florida at Large ►w,r garbaPa DiNard � s39et B MYCOmp512912� 3 Barbara DiNardo ��: pjcpues d' Print, Type or Stamp aM1�t Name of Notary Public x❑ Personally.. known to me or ❑ Produced Identification Type of I.D. Produced ❑x DID take an oath, or ❑ DID NOT take an oath. TAMARAC The City For Your Life City of iomarac P;:rcirasrnl and Contracts Divi5ia-7 SERVICES AGREEMENT BETWEEN THE CITY OF TAMARAC AND SFM SERVICES, INC. THIS AGREEMENT is made and entered into this day of " ! 20 by and between the City of Tamarac, a municipal corporation with principal offices bcated at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and SFM SERVICES, INC. a Florida corporation with principal offices located at 9700 NW 79th Ave Hialeah Gardens, FL 33016 (the "Contractor") shall provide services for bid 19-29B - Citywide Landscape Maintenance — Mowing, Hedge Trimming, Chemical Pest Control, Turf, Shrub, Tree and Palm Fertilizing Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Bid Document No. 19-29B for "Citywide Landscape Maintenance", issued by the City of Tamarac on August 6, 2019 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, Instructions to Bidder's), drawings and/or schematic plans, Technical Specifications, all addenda, the Contractor's Bid response dated November 14, 2019, 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. In the event that there is a conflict between Bid 19-29B for "Citywide Landscape Maintenance" as issued by City, and the contractor's bid response; Bid 19- 29E for "Citywide Landscape Maintenance" as issued by City shall take precedence over the contractor's bid response. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents including all Addendums, Exhibits, Attachments and Appendices. 2.1.2 Contractor shall supervise the work force 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. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. TAMARAC The City For Your Life City q� Runnrnc P,n;hC=ir,a and Cof-,'rotis Qivisio;' 2.1.4 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 subcontractors, if any, with respect to the work and services described herein. 3) INSURANCE 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original 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, Builder's Risk 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 this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. 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. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Insurance Requirements Line of Business/ Coverage Occurrence I Aggregate Commercial General Liability Including: Limits Premises/Operations $1,000,000 $2,000,000 _ 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 $1,000,000 Workers' Compensation & Employer's Liability Statutory 4) CONTRACT TERM 4.1 The contract period shall be for three 3 years based upon successful performance by the Contractor. The initial contract term shall commence upon date of award by the City or at a date mutually agreeable with the successful contractor, whichever is later and shall expire three (31 years from that date. Upon completion of the first three 3 year period, the City reserves the right to renew the Contract for two 2 additional three 3 year periods providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. TAMARAC The City For Your Life City eJ Tamarac Pw_hcsing crj Con[rc7U5 Dr✓isa 4.2 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing & Contracts Manager. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. The ongoing performance evaluation process will continue during any renewal periods for the life of the Agreement. 5) CONTRACT SUM The Contract Pricing for the above work shall be in accordance with the unit pricing contained within Exhibit "A" Mowinq, Hedqe Trimminq, Chemical Pest Control, Turf Fertilizer, Shrub, Tree and Palm Fertilizer Services and shall not exceed: Six Hundred Ninetv-One Thousand Nine Hundred Forty -Four Dollars and Seventy -Nine Cents ($691,944.79). The contract shall be for the actual amount as ordered by the City. 6) ESCALATION / DE-ESCALATION Upon satisfactory completion of the first 12 months of this Agreement, the contract price shall be eligible for an increase (or decrease) equal to the percentage change to the Miami Urban CPI Index for the 12-month period ending the previous June 30th. In no event shall not exceed 4% for any 12-month period. The rate increase shall become effective on October 1st. Thereafter, the contract price shall be eligible for an annual adjustment increase (once every 12 months), based upon the process stated herein. 7) LIQUIDATED DAMAGES 7.1 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 Two Hundred Fifty Dollars and Zero Cents ($250.00) 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 $250.00 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. 7.2 Contractor is responsible to ensure that all work is done to the specifications as outlined in this document and as requested by the City. Contractor is further responsible to maintain a safe work environment for workers, pedestrians, and traffic; which includes ensuring that all litter, waste, and debris at all work locations is properly handled, collected, and/or disposed of. Contractors shall ensure that all job sites are safe for pedestrian, bicycle, and vehicular traffic prior to leaving the job site. 7.3 Failure to respond to requests by City within the specified time frame including, but not limited to, inadequate/defective work, hazardous situations, and litter and debris. 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 TAMARAC The City For Your Life City o,` Tn,r,;7 oc Furcha.wig ar,d Cortrcct;__Divisijt,, designated amounts per day and/or per location 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. Hazardous Situation: Failure to rectify, within three (3) hours of notification, a hazardous situation as deemed by the City, including, but not limited to, obstructed sightlines in intersections; obstructions / trip hazards in sidewalks, walkways, and paths - $250 per day until corrected. Note: initial notification may be made verbally (e.g. telephone) but shall be memorialized in writing (e.g. email). Litter and Debris: Failure to pick up debris within 24 hours of notification (e.g. litter, tree trimmings, excessive grass clippings, excess mulch on sidewalks, etc.) - $250 per day until corrected Fine Cut Mowing & Edging: Failure to maintain Fine Cut Mowing & Edging to standards and/or frequency (except due to weather or conditions) - $100 per day until corrected 8) PAYMENTS 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. City has up to thirty (30) days to review, approve and pay all invoices after receipt. Contractor shall not incur costs for performance of services under this Agreement in excess of said amount without the prior written authorization of the City Manager or designee. Payments shall be processed upon receipt of a properly completed invoice in accordance with The Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 9) REMEDIES 9.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 9.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non- conformance and the quality of workmanship. 10) CHANGE ORDERS 10.1 All Change Orders shall include a maximum Overhead and Profit, not to exceed five percent (5%) and five percent (5%) respectively. 10.2 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 Ti-M.iRAC• The City For Your Life City of Tmmm,rnc Purchasing and Contracts Division Contractor shall not start work pursuant to a change order until the 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. 10.3 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 Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 10.4 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 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 City 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. 10.5 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. 10.6 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 no later than fifteen (15) days after the occurrence of the event giving rise to the claim. 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. 10.7 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. 10.8 In the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, 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 City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price 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 TAMARAC The City For Your Life City o,+Tamarac Purchasing and Contracts Division responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 11) AVAILABILITY OF CONTRACTOR Contractor shall be reasonably available to the City through telephone access and shall notify the City promptly of any absence or anticipated delay in the performance of services under this Agreement. 12) NO DAMAGES FOR DELAYS ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order, Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 13) WAIVER OF LIENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owner" and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement. 14) WARRANTY City of Tomorm: 15) 16) TAMARAC The City For Your Life P!,rchcsmc cod Contracts Division Contractor warrants the work against defect for a period of one 1 year from the date of City approval of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. INDEMNIFICATION 15.1 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. 15.2 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 NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; 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 shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination 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. 17) INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 18) ASSIGNMENT AND SUBCONTRACTING Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 19) 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 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the CITY ATTORNEY at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: SFM SERVICES, INC. Address: 9700 NW 79TH AVE. HIALEAH GARDENS, FL 33016 FI N/EI N:59-2766887 Contract Licensee:CGC1514564 Contact: Christian Infante Email: cinfanteAsfmservices.com Phone: 305-818-2424 Ext. 24 Fax: 305-818-2424 20) TERMINATION 20.1 Termination for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the City of Tamara: 21) 22) 23) 24) TAMARAC The City For Your Life Purchasing and Contracts Division other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify city against loss pertaining to this termination. 20.2 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. AGREEMENT SUBJECT TO FUNDING 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. 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. 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. 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 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 enforceability of that provision or of the remainder of this Agreement. 25) UNCONTROLLABLE CIRCUMSTANCES 25.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. City of Tommie;, 26) 27) 28) TAMARAC The City For Your Life Purciiasrng and Contrcdo Divisror, 25.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 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. NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 29) PUBLIC RECORDS 29.1 The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR shall comply with Florida's Public Records Law. Specifically, CONTRACTOR shall: 29.1.1 Keep and maintain public records required by the CITY in order to perform the service; 29.1.2 Upon request from the CITY, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at no cost to the CITY. TAMARAC The City For Your Life City of Tmmciroc F,,i osh c^d Contracts 1)ivl5io^ 29.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement and any renewals thereof if CONTRACTOR does not transfer the records to the CITY. 29.1.4 Upon completion of the Agreement, transfer, at no cost to the CITY, all public records in possession of CONTRACTOR, or keep and maintain public records required by the CITY to perform the service. If CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records in a format that is compatible with the information technology systems of the CITY. 29.2 During the term of this Agreement and any renewals, CONTRACTOR shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. 30) SCRUTINIZED COMPANIES - 287.135 AND 215.473 30.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 30.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 31) CUSTODIAN OF RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division. RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(a)TAMARAC.ORG Balance of Page Intentional Left Blank TAMARAC The City For Your Life City of Tamarac Purchasing and 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 Owner / President duly authorized to execute same. ATTEST: CITY OF TAMARAC Mich le J. Gomez, Mayd Date —� Michael C. Cernech, City Manager l -l'�2 - ')L� Lillian Pabon, CIVIC Date Acting City Clerk I 1 U �' Approved as to form and legal sufficiency: Date r, ity Attorney D to ATTEST: SFM Services rtd. Signatur of Corporate Secretary Signatui-e,o wner President Christian Infante Type/Print Name of Corporate Secy. Owner / President Date � � , `'` , , `•1 (CORPORATE SEAL) T%M�ARAC The City For Your Life City of Tamarac Vurchnsing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF 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 Christian Infante. Owner / President of SFM Services, 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 day of 20 r Signature of Notary Public State of Florida at L rg�, Notary Public State of F{oride ? Vaneua D Rivera .:_ My Commission GG 201007 3 Print, Type or Stam Name of Notary Public Personally known to me or ❑ Produced Identification Type9f I.D. Produced ❑- DID take an oath, or ❑ DID NOT take an oath. SFMSER Ac RO oa CERTIFICATE OF LIABILITY INSURANCE DATEYYYY) 12/1912019/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. 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 endorsement(s). PRODUCER CONTACT Jose Sardinas Commercial Lines - (305) 443 4886 PHON FAX-- yA/c. No. E:D: 786.785.1158 _ _ (AIC, No: _ USI Insurance Services LLC ADDRESS: Jose.Sardinas@usi.com 2601 South Bayshore Drive, Suite 1600 INSURER(S) AFFORDING COVERAGE NAIC % Coconut Grove, FL 33133 INSURERA: Old Republic Insurance Company 24147 INSURED INSURER B SFM Services, Inc. _ INSURER C : 9700 NW 79 Avenue INSURER D: INSURER E Hialeah Gardens, FL 33016 INSURER F: COVERAGES CFRTIFICATF NI IMRFR- 14708839 RGVlglr)IU kit IMRFA• Soo h.1— THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR _ ADDL SUBR - - POLICY EFF POLICY EXP I- _ LTR TYPE OF INSURANCE INS WVD POLICY NUMBER MMIDDIYYYY MMIDOIYYYY I LIMITS X COMMERCIAL GENERAL LIABILITY A —_ X MWZY312622 CLAIMS -MADE [ X OCCUR 03/01/2019 03/01/2020 EAcrloccuRRENCL DAMAGE TO RENTED-- PREMISES Ea occurrence s 1.00a.000 S 500,000 _MED EXP (Any one person) S 10,000 S 1,000,000 PERSONAL 8 ADV INJURY GENERAL AGGREGATE --- -- -COMP/OP AGG S 2,000,000 -S- - ----- - - S 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY X LOC I, �, ECT Y -PRODUCTS OTHER. A AUTOMOBILE LIABILITY MWTS31519819 12/12/2019 03/01/2020 OMBINEDISINGLE LIMIT (Ea accen) jS 1,000,000 BODILY INJURY (Per person) S ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS ,� X HIRED X NON -OWNED AUTOS ONLY _AUTOS ONLY BODILY INJURY (Per accident) S PROPERTY DAMAGE S (Per accident S X Comp/$1,000 X Coll/$1,000 UMBRELLA LIAR _ OCCUR EACH OCCURRENCE S AGGREGATE S EXCESS LIAR i CLAIMS -MADE S DLD RETENTION$ A AND EMPS YERS'LI COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICERIMEMBER EXCLUDED? ❑ MWC312623 NIA 03/01/2019 03/01/2020 X $TAruTE ERH - E.L. EACH ACCIDENT 1,000,000 15 E.L. DISEASE - EA EMPLOYEE S 1,000,0c0 (Mandatory in NH) If yes. descnbe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT I 1,000,000 i S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Certificate holder is additional insured with respects to general liability, on a primary and non-contributory basis, when required by written contract in accordance with the terms and conditions of the policy. r r­k AAN%,CLLH I IVI`I City of Tamarac SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 7525 N.W. 88th Avenue ACCORDANCE WITH THE POLICY PROVISIONS. Tamarac, FL 33321 AUTHORIZED REPRESENTATIVE r� C'- The ACORD name and logo are registered marks of ACORD ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) ,acoR" & CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/VYYY) 16-.� 31'2020 12/ 19/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. 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 endorsement(s). PRODUCER Lockton Companies CONTACT — 3280 Peachtree Road NE, Suite #250 PHONE FAX No): Atlanta GA 30305 E-MAIL (404)460-3600 ADDRESS: _ INSURER(S) AFFORDING COVERAGE NAIC # _ INSURERA: The North River Insurance Corn an 21105 INSURED SFM Services, Inc. INSURER B : 1460967 9700 NW 791h Avenue INSURER C Hialeah Gardens, FL 33016 INSURER D : INSURER E : INSURER F : COVERAGES CFRTIFICATF MIIMRPP. 1 AAA7R19 RFVISIr1N KitIMRFR' XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ',IADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM/DDIYYYY MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE S XXXXXXX CLAIMS -MADE OCCUR - - - -.. DAMAGE TO RENTED PREMISES-LEa occurrence S XXXXXXX MED EXP (Any one person) S XXXXXXX _ PERSONAL & ADV INJURY _ S XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: - GENERAL_ AGGREGATE S XXXXXXX POLICY PRO- . JECT LOC PRODUCTS - COMPIOP AGG . S XXXXXXX OTHER: $ AUTOMOBILE LIABILITY NOT APPLICABLE COMBINED SINGLE LIMIT (Ea accident).__ __S_ XXXXXXX ANY AUTO BODILY INJURY (Per person) S XXXXXXX OWNED AUTOS ONLY AUTOSULED BODILY INJURY (Per accident) S XXXXXXX HIRED NON -OWNED AUTOS ONLY _ AUTOS ONLY PROPERTY DAMAGE _ LPer accident) S XXXXXXX $XXXXXXX A UMBRELLA LIAR X OCCUR Y N 5821099641 YU2019 3 /2020 EACH OCCURRENCE S 3,000,000 X EXCESS LIAB _CL_AIM_S-MADE, _AGGREGATE S 3�000,000 DIED RETENTIONS S XXXXXXX WORKERS COMPENSATION AND EMPLOYERS' LIABILITY NOT APPLICABLE SPER TATUTE ERH ANY PROPRIETORIPARTNERIEXECUTIVE YIN E.L. EACH ACCIDENT S XXXXXXX OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH)', - A E.L. DISEASE - EA EMPLOYEE S XXXXXXX If yes, describe under DESCRIPTION OF OPERATIONS below - _. E.L. DISEASE- POLICY LIMIT S XXX \ X 1.X A Contractor; Pollution N N 670922009 001 3'26'2019 3'1'2020 Limit: S1,000,000 Agg: $2,000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) Certificate Holder is included as Additional Insured for Umbrella Liability. Umbrella policy is follow form 60 Day Notice of Cancellation'Nun-Renewal to the Certificate Holder when required by Written Agreement. CERTIFICATE HOLDER !`AAir`CI I ATInM 16467826 City of Tamarac SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 7525 N.W. 88th Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Tamarac- FL 33321 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE .1 �V � f/ © 1988-201.5 ACORD CORPORATION. All rights reserveo. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD TR 1PV24 EXHIBIT 1 Proposer's Name: Brightview SFM Juniper Visual Scape Green Dreams Cayco Superior (Compliant(NonCompliant( Compliant Compliant Compliant Compliant Compliant Compliant Compliant Pro osed Cost / Price to Provide Services Maximum 40 Points Assistant Director of Public Services 40 32 27 26 25 21 16 Assistant Director Community Development 40 32 27 26 25 21 16 Operations Manager 40 32 27 26 25 21 16 Chief of Staff 40 32 27 26 25 21 16 Recreation Superintendent 40 32 27 26 25 21 16 Mana erial Capacity,Relevant Experience & References Maximum 30 Points Assistant Director of Public Services 30 20 30 25 15 20 15 Assistant Director Community Development 25 22 22 23 15 15 15 Operations Manager 28 19 28 22 20 23 19 Chief of Staff 28 15 25 20 20 28 20 Recreation Superintendent 29 23 28 20 15 22 20 Approach of Services to be Provided, Eq ui ment and Resources to be used & Qualit,, Control Maximum 20 Points Assistant Director of Public Services 19 10 18 15 10 15 10 Assistant Director Community Development 18 17 16 18 10 15 5 Operations Manager 18 10 18 17 10 16 13 Chief of Staff 18 10 18 15 10 18 15 Recreation Superintendent 18 15 18 15 5 17 10 Quality of Response Max 10 Points Assistant Director of Public Services 10 7 9 6 3 8 5 Assistant Director Community Development 9 9 8 8 2 6 3 Operations Manager 9 5 8 7 5 7 5 Chief of Staff 10 8 10 8 5 8 3 Recreation Superintendent 1 8 7 8 5 3 7 3 Bonus Point - Com liance with Conviction Histo Policy Max 1point) Assistant Director of Public Services 1 1 0 1 0 1 0 Assistant Director Community Development 1 1 0 1 0 1 0 Operations Manager 1 1 0 1 0 1 0 Chief of Staff 1 1 0 1 0 1 0 Recreation Superintendent i 1 0 1 0 1 0 Local Preference Consideration Bonus Max 5 Points Assistant Director of Public Services 0 0 0 0 0 0 0 Assistant Director Community Development 0 0 0 0 0 0 0 Operations Manager 0 0 0 0 0 0 0 Chief of Staff 0 0 0 0 0 0 0 Recreation Superintendent 0 0 0 0 0 0 0 Optional Point - Proposer's Approach to Community En a ement Maximum 2.5 Points Assistant Director of Public Services 2.5 2.5 0 0 0 2.5 0 Assistant Director Community Development 2.5 2.5 0 0 0 2.5 0 Operations Manager 2.5 2.5 0 0 0 2.5 0 Chief of Staff 2.5 2.5 0 0 0 2.5 0 Recreation Superintendent 2.5 2.5 0 0 0 2.5 0 TOTAL POINTS Assistant Director of Public Services 102.5 72.5 84 73 53 67.5 46 Assistant Director Community Development 95.5 83.5 73 76 52 60.5 39 Operations Manager 98.5 69.5 81 73 60 70.5 53 Chief of Staff 99.5 68.5 80 70 60 78.5 54 Recreation Superintendent 98.5 80.5 81 67 48 70.5 49 TOTAL POINTS: 494.5 374.5 399 359 273 347.5 241 TOTAL RANKING Assistant Director of Public Services 1 4 2 3 6 5 7 Assistant Director Community Development 1 2 4 3 6 5 7 Operations Manager 1 5 2 3 6 4 7 Chief of Staff 1 5 2 4 6 3 7 Recreation Superintendent 1 3 2 5 7 4 6 Proposal Rankingi 1 3 1 2 4 6 5 7