Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (262)September 3, 2002 - Temp Reso #9901 1 Revision No. 1 -- September 17, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO R-2002-262 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXERCISE THE FIRST RENEWAL OPTION OF THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND GARDEN OF LOVE NURSERY, INC., EFFECTIVE OCTOBER 1, 2002 THROUGH SEPTEMBER 30, 2003 (CASE NO.14-MI-02); PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac has a responsibility to provide a method to correct sanitary and safety conditions on vacant land and abandoned parcels; and WHEREAS, it is in the best interest of the City of Tamarac to contract for such contractual services; and WHEREAS, the Agreement authorized by Resolution No. R-2001-265, attached hereto as Exhibit "1 ", provides for renewal of the contract with Garden of Love Nursery, Inc. for two (2) additional one-year periods; and WHEREAS, Garden of Love Nursery, Inc. has satisfactorily performed its contractual services for the City of Tamarac and has agreed to extend the term of the Agreement through September 30, 2003, via the renewal agreement attached hereto as Exhibit "2"; and WHEREAS, funding is available in the General Fund for said purposes; and September 3, 2002 - Temp Reso 49901 2 Revision No. 1 — September 17, 2002 WHEREAS, the Director of Community Development, Code Enforcement Manager, and Purchasing/Contracts Manager recommend approval of the first of two (2) one-year renewal option periods between the City of Tamarac and Garden of Love Nursery, Inc. effective October 1, 2002 through September 30, 2003; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to exercise the first renewal option of the Agreement between the City of Tamarac and Garden of Love Nursery, Inc., effective October 1, 2002 through September 30, 2003; original Contract awarded by Resolution No. R-2001-265. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. SECTION 2: The renewal agreement between the City of Tamarac and Garden of Love Nursery, Inc. for lot cutting and related services is hereby approved for a period beginning October 1, 2002 and ending on September 30, 2003. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 11 C' 1 11 September 3, 2002 - Temp Reso #9901 3 Revision No. 1 — September 17, 2002 SECTION 4: If any clause, section, other part or application of this Resolution is held by any court 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. SECTION 5 passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 251h day of September, 2002. /_VAaI= I MARION SWEMON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 1TCHELL S. KRAF17 ' CITY ATTORNEY ' 4c - �4---- C'Az- JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE EXHIBIT 11191 TEMP RESO #9901 August 24, 2001 - Temp Reso #9501 1 Revision No. 1 - September 18, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-265 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A CONTRACT BETWEEN THE CITY OF TAMARAC AND GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC., AS SUCCESSFUL BIDDERS OF RFQ #01-19B FOR LOT CUTTING AND RELATED SERVICES BEGINNING OCTOBER 1, 2001 AND ENDING SEPTEMBER 30, 2002; PROVIDING FOR THE OPTION OF TWO (2) ONE-YEAR RENEWAL PERIODS; CASE NO.29- MI-01; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac has a responsibility to provide a method to correct sanitary and safety conditions on vacant land and abandoned parcels; and WHEREAS, it is in the best interests of the City of Tamarac to seek a vendor to provide such contractual services; and WHEREAS, a Request for Quote (RFQ), RFQ #01-1913 was published on July 27, 2001 and RFQ submittals opened on August 10, 2001;and WHEREAS, fourteen (14) solicitations for quotes resulted in four (4) submittals being received from A Cut Above, Miami Wrecking, SRJ Construction and Garden of Love Nursery of South Florida, Inc.; and WHEREAS, bids were tabulated by the Evaluation Committee consisting of the Purchasing/Contracts Manager, Senior Buyer and Buyer, based on prices submitted within the RFQ #01-19B which defined prices for specific services to be rendered upon request; and August 24, 2001 - Temp Reso #9501 2 Revision No. 1 - September 18, 2001 WHEREAS, funding is available in the General Fund for said purposes; and WHEREAS, Garden of Love Nursery of South Florida, Inc. was the most responsive bidder for such services pursuant to their submittal for RFQ #01-1913; and WHEREAS, Garden of Love Nursery of South Florida, Inc. has provided satisfactory services to the City for the past three (3) years; and WHEREAS, Garden of Love Nursery of South Florida, Inc. has agreed to execute a contract for services with the City of Tamarac (attached hereto as Exhibit "A") which incorporates their submittal and the original RFQ #01-1913 (attached hereto as Attachment "1" and Attachment "291, respectively); and WHEREAS, the Director of Community Development recommends approval; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute a contract between the City of Tamarac and Garden of Love Nursery of South Florida, Inc., as successful bidders of RFQ #01-1913 for lot cutting and related services beginning October 1, 2001 and ending September 30, 2002; providing for the option of two (2) one-year renewal periods. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 1 1 August 24, 2001 - Temp Reso #9501 3 Revision No. 1 - September 18, 2001 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. SECTION 2: That the City Commission hereby authorizes the appropriate City Officials to execute a contract between the City of Tamarac and Garden of Love Nursery of South Florida, Inc., as successful bidders of RFQ #01-19B for lot cutting and related services beginning October 1, 2001 and ending September 30, 2002; providing for the option of two (2) one-year renewal periods. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court 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. August 24, 2001 - Temp Reso #9501 4 Revision No. 1 - September 18, 2001 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. V PASSED, ADOPTED, AND APPROVED this 26t" day of September, 2001. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESMMION as to form. MITCHtLL S. K CITY ATTORP commdev\u:\pats\userdata\wpdata\res\9501 reso JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER _ Ygf DIST 1: COMM. PORTNER fl g DIST 2: COMM. MISHKIN fly& DIST 3: V/M SULTANOF fl ev DIST 4: COMM. ROBERTS fl L EXHIBIT "A1l TEMP ORD #9501 AGREEMENT BETWEEN THE CITY OF TAMARAC GARDEN OF LOVE NURSERYOF SOUTH FLORIDA, INC. THIS AGREEMENT is made and entered into this Z(o day of September, 2001, 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 Garden of Love Nursery of South Florida, Inc., a Florida corporation with principal offices located at 3509 Nassau Drive, Miramar. Florida, 33023, (the "Contractor") to provide for Lot Cutting and Services at the City of Tamarac. 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, conditions of the contract (General, Supplementary and other Conditions), all terms and conditions of RFQ #01- 1913, drawings, specifications, all addenda issued prior to, 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 if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to provide Lot Cutting and Services per the Technical Specifications of RFQ #01-1913 at the prices submitted in this solicitation. b) Contractor shall clean up and remove each day all debris and material created by the work at the Contractor's expense. c) 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. 1 e) All equipment must be secured in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely secure equipment. f) 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 Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk 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. 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. 4) Time of Commencement and Substantial Completion The term of this Agreement is for a period of one year, beginning October 1, 2001, and ending on September 30, 2002. At the end of this term the parties may choose to terminate this Agreement or exercise an option to renew for two additional one-year terms. 5) Contract Sum Prices charged for the above work shall be per the Pricing Summary submitted with RFQ #01-1913 and the total annual billing shall not exceed the amount of $15,000.00. 6) Payments The City shall pay Contractor's invoice on a monthly basis for work that has been completed prior to invoicing. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. K 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subContractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subContractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 9) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 10) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of Contractor. 3 11) 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. 12) 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, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Alfred Taylor President Garden of Love Nursery of South Florida, Inc. 3509 Nassau Drive Miramar, Florida, 33023 13) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon 30 days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of 7 days after receipt by Contractor of written notice of such neglect or failure. 4 14) 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. 15) 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. 16) 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. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) 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. 5 IN WITNESS WHEREOF, the ,parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC., signing by and through its President, duly authorized to execute same. ATTEST. MarionSwenso , CMC City Clem, Date: p ATTEST: (Corporatejecretdy NWq--jjiaL Type/PridName bf Corporate Secy. (CORPORATE SEAL) CIT7be A . C reiber, Mayor Date: �1 I.% Jeffr . filler, City Manager Date: 9-2 Q -y( pr ved as to form and Su fi ten Mi ch 1 S. ty ttorney GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC. (Signature President) I`�-�t I qm I0'�' Type/Print Name of P esident Date: aim 1 CORPORATE ACKNOWLEDGEMENT The foregoing instrument was acknowledged before me this rt-t-4— day of �-Aja*ame of officer 2001 by or agent, title of officer or agent) of G xl OF LoD (e—e f corporation acknowledging), a . TLQf -j _ (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me 7j�&'500(Ll ILA k. W LI)n (type of identification) as identification and .(did not) take an oath. Si ature of Notary Public — State of Florida Print, Type or Stamp Name of Notary Public ��'p(„ J. C. Robinson Commission * CC 906166 =•�, a�`r Expiros Feb. 2, 2003 ;vow .. ire:t Sondod Thro Aldanl:-s Vond:ng Co., Inc. 7 ATTACHMENT "1" TEMP RESO #9501 C(OPY PRICING SUMMARY RFQ 01-19B LOT CUTTING e 1) Lot Cutting - Improved Property a) Minimum call out fee J-0 b) Cutting-F;-►�'" per 900 sq. h. 2) Lot Cutting - Vacant Land a) Minimum call out fee A' ,r, b) Cutting per 100 sq. ft. 3) Debris Removal a) Minimum call out fee A ,rl b) Removal fee CAD percu.yd. c Debris Disposal p 4� per cu. yd. 4) Pool Flat rate per treatment 5) Board up a) Minimum call out fee `�Yj& `r" b) Board -up z ,Z.oy per sq. ft. State of rwt. County of Ord / Le deposes and says that: He/she is the RFQ 01-19B NON -COLLUSIVE AFFIDAVIT M Representative or 'Agent) of the Offeror that has submitted the attached Quote; being first (Owner, P duly sworn, Officer, �, )., 7 2. He/she is fully informed respecting the preparation and contents of the attached Quote and of all pertinent circumstances respecting such Quote; 3, Such Quote is genuine and is not a collusive or sham Quote; 4_ Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Quote in connection with the Work for which the attached Quote has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Quote or of any other Offeror, or to fix any overhead, profit, or cost elements of the Quote price or the Quote price of any other Offeror, or to secure through any . collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Quote are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the pre ence of: f x Witn ss Witness By ACINT of Taeq 1 pp, Prin d Name T` Title Attachment B 1 Iron -Collusive Affidavit RFQ 01-19B NON -COLLUSIVE AFFIDAVIT continued ACKNOWLEDGMENT 0 State of Florida County of On this the day of �t 2001, before me, the undersigned Notary Public of the State of Florida, personatily appeared (Name(s) of individual(s) appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFIq,�;•• • ' J. C. Robinson Commi»ion # CC 906166 , ? + Explre3 Feb. 2, 2003 � '•.�;,E:� Ba' ndod ihru miantio Bonding Co., Inc. (Name of Notary Public: Print, Stamp, or Type as Commissioned) (_Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or (J-DID NOT take an oath Attachment 13 RFQ 01-19B CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE QUOTE We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Request for Quote. We (1) certify that we(I) have read the entire document, including the Technical Specifications, Additional Requirements, Supplemental Attachments, Instructions, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Quote. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ If "Other", Explain: Aut rid jSignature .9 j ✓�' Title /�Ov� Company Name City/State/Zip Fax Number CORPORATION Q' OTHER ❑ Name (Printed Or T ped) Federal Employer I.D./Social Security No. , '; '99 / a 'G- "'e- Address LnQ -IY15 Telephone 1/% 141 1-111 Contact Persoo{,. 'fRFQ 01-198 VENDORS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions Made hereinafter: Name of Company Address City State Zip — Telephone 5 Fax Number Cq 1. How many years has your organization been in business under its present name? Years 2.. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? '/1/c 'Ai'r List former address(es) of that business (if any). //0 4. Are you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes R"' No [Off Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No Lam" If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer of the commodities/services bid upon? 8. Have you ever received a contractor a purchase order from the City of Tamarac or other governmental entity? Yes [0 No ❑ If yes, explain (date, service/project, bid title etc.) 9. Have you ever received a co"fai on a contract or bid awarded to you by any governmental entity? Yes ❑f yes, explain: 10. Have you ever been debarred speeded from doing business with any governmental entity? Yes ❑ f yes, explain: REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address `3 , City State Zip Phone/Fax ell,(., ►� � -- ..... ��IS�� ��ll `ice Agency/Firm Name: Address �U-2 v , City State Zip o Phone/Fax _ Contact Name Agency/Firm Name: ,` t Address City State Zip I I Oc a(n) Phone/Fax Contact Name12-f�-o.c� Agency/Firm Name: - rc Address WM R).Q-sQ�Log:�k - -rc� City State Zip Ly 0ri•b r_-ng rn, �� -l�rsdA a Phone/Fax Contact Namer�} Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name .7� INSURANCE REQUIREMENTS Vendor agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the tern of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Vendor shall obtain at Vendor's expense all necessary insurance -in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Vendor shall maintain such insurance in full force and effect during the life of this Agreement. Vendor shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work -under this Agreement. Vendor shall indemnify and save the City harmless from any damage resulting to it for failure of either Vendor or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Vendor agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability Workers' Compensation & Employer's Liability Occurrence $1,000,000 Limits Aggregate $1,000,000 $1,000,000 $1,000,000 Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Vendor nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Vendor will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Vendor's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Vendor's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Vendor shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Vendor purchase a bond to cover the full amount of the deductible or self -insured retention. If the Vendor is to provide professional services under this Agreement, the Vendor must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability Insurance. ATTACHMENT 112" TEMP RESO #9501 ;r City of Tamarac r-mance uepanment, rurcnasing ulvlslon 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamorac.org 00 July 27, 2001 The City of Tamarac, Florida, is seeking quotations from qualified vendors to enter into an agreement for the performance of RFQ 01-19B LOT CUTTING AND SERVICES. Details of work to be performed are outlined in the attached Technical Specifications. In addition to the completed pricing summary, quotation package shall include executed copies of the Non -Collusive Affidavit, Certification, Vendors Qualification Statement, References, and a copy of Vendors Certificate of Insurance. Upon award, an insurance certificate naming the City of Tamarac as additionally insured will be required. It is the intent of the City to enter into an agreement with the vendor providing the lowest responsible and responsive quote. The City reserves the right to award the quotation on a split order basis, lump sum or individual item basis unless otherwise stated. Please submit your sealed quotation package including the name of the company, contact person, address, telephone and fax numbers and the pricing information to City of Tamarac, Purchasing Division, attn. Purchasing and Contracts Manager at 7525 NW 88th Avenue, Tamarac, Florida 33321-2401, telephone (954) 724-2450. Responses must be received no later than 4:00 PM on Friday, August 10, 2001. Sincerely, �17 � /Ra- Steven J. Beamsderfer Buyer cc: Cindy Diemer, Code Enforcement Manager Attachments Equal Opportunity Employer .r TECHNICAL SPECIFICATIONS RFQ 01-19B LOT CUTTING AND SPECIAL SERVICES 1. Lot Cuttin —Im proved Pro e Work requires cutting, removal and/or mulching of weeds and grass. Task will include string trimming around obstacles, lawn edging and the pick up and disposal of litter. Adjacent concrete and asphalt surfaces, including sidewalks and driveways, shall be left broom clean. Contractor is cautioned that some lots contain occupied structures and proper precautionary measures must be taken to protect people and property. Price must be calculated per 100 square feet with a minimum call out fee specified. Amount invoiced per location shall be either the minimum call out fee or the total square footage charge; whichever is greater. 2. Lot Cuttin —Vacant Land This task includes all items specified under item 1. Lot Cuttin —Im roved Property, including the cutting of undergrowth and/or small undesirable plants and bushes, as specified. Price shall be calculated in the same fashion. Amount invoiced per location shall be either the minimum call out fee or the total square footage charge; whichever is greater. 3. Debris Removal This task may include the removal of such diverse items as miscellaneous construction materials, household items, lawn cuttings and/or yard trimmings. Removal charge must be based on cubic yardage or fractions thereof with a minimum call out fee specified. The receipt for disposal at an appropriate facility must accompany Contractor's invoice. Amount invoiced shall be either the minimum call out fee or the total cubic yardage charge; whichever is greater. 4. Pool Chlorine shock treatments are to be administered per the product manufacturer's instructions, based on pool's capacity. This is for a single shock treatment; no other attempt to bring the chemical characteristics of the pool into balance will be required. Proper safety precautions shall be followed during the treatment process. Amount invoiced shall be a flat rate and must include the cost of materials used. Page 1 of 3 5. Board -up of vacant, abandoned_ properties Price shall be based on the number of half sheet (4' x 4') sections of plywood used with a minimum call out fee specified. Board -ups shall utilize 5/8" thick exterior grade plywood provided by Contractor. Amount invoiced per location shall be either the minimum call out fee or the total charge for the number of half sheets used; whichever is greater. Page 2 of 3 - RD. CERTIFICATE OF LIABILITY INSURANCE OP ID LO r, GARLO05 08/23i �ucEN THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 7 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Gateway Insurance Agency HOLDER. THIS CERTIFICATE= DOES NOT AMEND. EXTEND OR 2430 W • Oakland park Blvd • 'f. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Lauderdale M 33311 phone: 954-735-5500 Fax: 954-735-2852 INSURERS AFFORDING COVERAGE Garden of Love Nursery of South F'lorxda, Inc. 3509 Nassau Drive Mira^*- FM 33023 COVERAGES INSI;RFRA Associated Industries IFISURER B P+SURER C INSURER 0' a15URER E. 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IMSR LTR TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTiVE DATi IPA OfTY POLICY EXPIRATION DATE MWDD/YY LIMITS GfNERALLIAMLITY COMMERCIAL OENERIIAP L LUTY CII+a15 MADE ❑ OCCUR EACH OCCURNENCE f FINM E OAM%DE WIT DRra) s MEO EIa%(Ary &m pwWj S PERSONAL i ADV IKAPY s GENERALAOOREGATE f OENIL AGGREGATE LIMIT APPLIES PER' POLICY .rt OL lAC PRODUCTS - COMPrOP AGG s AUTOMOBILE LIABILITY wnY AUTO ALL OWNED AUTOS SCHeDOLED AUtos "RED AUTO5 Fnx owNEO AUTOS COMBINED sFA:LI LMET lea ECCIDeRI) s BODILY MyIXtY IPeF Parw) s BODILY INJURY (Par wel"ar1) f PROPERTY DAMAGE (Per acman0 s GAMOE LIABILITY Ayr AUTI] AUTO ONLY -EA AI:CILIENT s OTHER TIUW EA ACC AUTO ONLY AOO f S i%ClSi LIABILITY OCCUR ❑ CLAIMS MADE DEDUC TIBLE RETENTION f _ EACH OCCURRENCE f AGGREGATE s f s s A WORMERS COMPlN SAT10N AND EMPLOTEKS'LIABIUTY 2001322929 01/07/01 1/07/02 _ r u r ` T eY T ER EL EACNACCIDENT Is 100000 E L DISEASE - EA EMPLOYEE s 100000 EL DISEASE.PDLR;YLmlT f 500000 OTHER DESCRIPTION OF OPFMTIONLtOCAT1ONWEHICLIS.S%CLUEIONS ADDED BY ENDORSOMPK73PECLLL PROVISIONS CERTIFICATE HOLDER N AODMONALINSURED: INSURER UFMI: CANCELLATION TAMCI O1 SHOULD ANY OF THE ABovt DESCRIBED POUME5 ■■ CANciLLED BEFRRe THE EMPLATION DATE THUISOF, THE IBSUINO INSURER MALL ENDEAVOR TO MAIL — ,0— DAYS WRrYY NOTICE TO YHE CERTIFICATE HOLDER NAMED TO TNB LIFT, BUT FAILURE TD o0 So SHALL cxmx of mAMa1LRAc IM101E NO OBLIGATION OR LIA BILITY OF ANY RIND UPON THE INEUREIC ITS AGENTS OR 7525 N.R. 88 AVENUE RE-PRESENTATTY12_ TAMARAC EL 33321 AVtH°R=DR.F . ATrvy B ACORD 25-S (7197) CACORD CORPORA 1988 1 Purchasing Division City of Tamarac "Committed to Excellence... Always" September 3, 2002 Alfred Taylor President Garden of Love Nursery of South Florida, Inc. 3509 Nassau Drive Miramar, FL 33023 RE: Agreement Renewal RFQ 01-19B, Lot Cutting and Special Services Dear Mr. Taylor: The City's Agreement with your company to provide lot cutting, debris removal, pool services and board ups will expire on September 30, 2002. The original agreement, dated September 26, 2001, provides for two (2) additional one-year renewals. This is the first renewal of the subject contract. Please advise if a one-year extension would be acceptable to your company by checking the appropriate box below. Please be sure that this document is fully executed by the person designated on the attached signature page and by your company's Corporate Secretary. In addition, please ensure that the Corporate Acknowledgement is fully notarized. Please return the two (2) original documents via express mail to the Purchasing Division no later than September 13, 2002. Upon execution by the City, an original will be returned to you for your records. If you have any questions, do not hesitate to contact me. Sincerely, Lynda S. Flurry, CPPO Purchasing/Contracts Manager I hereby agree to a one-year extension of the contract between Garden of Love Nursery and the City of Tamarac for lot cutting and special services, effective October 1, 2002 - September 30, 2003, subject to the same terms and conditions. ❑ I am unable to provide a one-year extension of the subject contract. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamorac.org Equal Opportunity Employer (i!'. r,ll�rnhll2l< ultinr.�rr7'�' 1)nrc�nn IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing through its City Manager and its City Commission signing by and through its Mayor, Joe Schreiber, and Garden of Love Nursery of So. Florida, Inc., signing by and through its President, duly authorized to execute same. CITY OF TAMARAC jo/eSchreiber, Mayor Date ATTEST: Jeffrey L. ille , City Manager Marion Sw nson, CIVIC Date City Clerk /© / /01-, Date ATTEST: ( orpo a r to yp�intNam of Corporate 5ecy. (CORPORATE SEAL) r v ' as to f rm a d legal suff iency: Mitc ell S. Kraft/City ney Date Garden of Love Nursery of So. Florida, Inc. Company Name _x_L• &, Signatur of President Alfred Taylor Type/Print Name of President Date CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared Alfred Taylor, President of Garden of Love Nursery of So. Florida, 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 ( e day off, 2002. n 71) Signature of Notary Public Janice C. MiDnil State of Florida at Large ?oti0''f Pil,Commission # DD122M„ - :q; Aaanlic Bonding Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑DID take an oath, or DID NOT take an oath. 89/12/2002 16:06 9549628400 FLAAUTO PAGE Wl - ACORD,,...,, CERTIF-ICATE OF LIABILITY PHONE THIS CeftTIFICATi IS ISSUED AS A MATTER OF INFORMATION - (054)963-7333 Fkxid4 AL40 hisurmw ONLY AND CONFERS NO RIGHTS UPON TK CERTIFICATE Gordon or Love Of S. FI *iGL*Mq A.* PREFERRED NATIONAL INS ' URANCE MFNT. TERM OR CONIXTION OF ANY CONTRACT OR OTHER DOCUMENT wft H MAY PERTAIN. THE INSURANCE WORDED BY THE POLICIES DESCRIBED HEREIN 13 6 WITH RESPECT TO IC THIS CERTIFICATE MA 61� ISSUED OR -!�S-SHOWN MAY Y _ E _ BEIEN REDUCED BY PAID RMS. E CLU NS AND CONDMONS OF SUCH '-"t AOQRtQATE LUT Amen rot ---]566"D66 All, OVAWO AUT03 (Ea avddaM ANY AUTO OTHER THAN fA AC' EACH OQCkAqMW_f WORKERS r AtUIVENT DEW-ROIT— OF DD CITY OF TAMARAC AS ADD'ITIONAL INSURED ADorr*MAL INSURED; INSURER Lr tTTER� CANCELLATION TKV 09/05/2001 15:09 954962B400 FLORIDA AUTO INS PAGE 01 u p LACORD,. CERTIFICATE OF LIABILITY INSURANCE OATE(MaMDIYYY) 9- s- 01 PROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION F L o n i d a Auto I n s u 4a n e e Inc. ONLY AND CONFERS NO RIGHTS UPON THE' CERTIFICATE 6740 Ta Seth e e t HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Hottywoad, F�. 33024 'y� INSURERS AFFORDING COVERAGE { INSURED INBURCR A: Ganden o 4 Love o F South Ftoh.ida MURIEMI: 3509 Naszau DK.ive, INSURERC: M.ihamah, Ft. 33023. INSURERD: COVERAGES 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 WrrH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES:DESCRIRED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE UMrr5 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IIm NSR TYPE OF INBURANCB POLICY NUMBER POLICY EFFECTIVE 1001M POLICY T" DATE LMMMMM LIMITIF OCKLAAL LIABILITY EACH OCCURRENCE S;1 0 0 D 0 0 0 a( kRCIAL GENERAL LIABILITY CLAIMS MADE Fl OCCUR 21 3 8 5 E 4- 2 1- a 1 4- 2 1- 0 2 W RE DAMAGE (Any ona pn) ; MED EXP (Any ane person) ; PERSONAL A ADV MA RY ; -GENERAL AGGREGATE GEN•L AGGREGATE L"T APPLIES PER: PRO- LOG POLICY DMT PRODUCTS - COMPIOP AGG ;Ono ,. . .. AUTOMOBII.if LIARWITY ANY AUTO � / Vendor. _ - �yL/�� COMBINED SINi.,LE LIMIT (Eaawdent) i BODILY INJURY (PYrP-mn) 9 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUrMi f Date DF l: 'nv.. �! Accep' l ~ ' ; .. _ �---"' Not AC�.�c�'r�l I BODILY INJURY S Mote 0e11G+•.)1%*U P"OPERTY DAMAGE (Peracwwd) i GARAOE LIABILITY AUTO ONLY • EA ACCIDENT S OTHER THAN EA ACC AUTO ONLY' AGO ANY AUTO • y ' _: r. i EXCESS LIABILMY OCCUR CLAIMSMAOE ; Authorz,', EACH OQCURRU( AGOREGATE ;S i i OEDUC'nXLE AMNT" S i WORKER9COMPENSATTONAND MILOYERS, Ll"ILITr TO Y BTU- OTH- �L_ EACH. ACCIDENT : 1 F_ ti. DISEASE - EA EMPLOYE s . . E-L DISEASE • POLICY LIMIT S OTHER I WACRIPTION OF OPERATroNaIOCATW*4"EMtCLG&%XCLUSKMOADOED AY ENDORBAMW NTMIAEMAL PROVIBIOM The Ceh.t.ib.icaate HotdeK .ib named ab 'add.it.ionat inbuned .in hegand .to gene4at tiah.it.i.ty. ILK I tPl(; ^ T It TTCILI)LH ADDITIONAL MWdED: INSURER L> mr CANCELLATION U t y 06 Taman to C SHOULD Am OF THE AWYE DtscmkD PoUCIE BE CAWM � s'h 91WORE n OWNRATK7N 7525 NW g 8 t h Avenue DATE THEREOF. THE issum INSUREER wu.L ENDEAVOR To MAR 10 DAYS WRrIT!N T a m a h a c , F t . 33321 NOTICE TO TH[ CFATMATE MOLDER NAMED TO THE LEFT f BUT PAI.URR To DO BO BNAL.L BIPOBE NO ONJQATq BI LIALITY ANY KIND ttE09N. THE *MWMR. FM AURNTS OR AUTHORIZED {CORD 25-S 0 ACORD CORPORA ryv� V A AGOIRDL- CERTIFICATE OF LIABILITY INSURANCE=�IVIATEI THIS CERTIFICATE IS ISSUEO AS A -MATTER OF INFORMA7 F�a�c�da 'Auto' 7rc4u�caI a Inc. ONLY AND CONFERS NO RIGHTS UPON THE- CERTIFIC, 6740 T a 6 t s a k e e.t • HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND HOt t ywo o d , • F.E. 33024 ;�ALTER THE COVERAGE AFFORDED By THE POLICIES-13E1r1 N19UIMEo Ganden 04 Love .o6, South' Fton.ida 3509 Nazsau Dkive, 144.i4ama4, Ft. 33023, INSURERS AFFORDING COVERAGE INSURER A: Nrr t i n M n O r^ l &UREA B: INSURER C: INSURER D; COVERAGES - - THE POLICIES of INSURANCE LISTED BELOW -HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDI R ITH ESPECT TO WHICH THIS CERTIFICATE MAY BE-1SS ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WUED MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES: DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SU POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NiMM01M N QI:HERAI. UABtLTry LIMITS EACH OCCURRENCE V 000 O I x MMEACIAL GENERAL Lu111urY 2 t 5 4 2 t- 0 t 4- 2 t- 0 2 ,) FIRE DAMAC.i CLAIMS MACE OCCUR I --.-- --. MED EXP Any CIq vwwn) s PERSONAL A ADV RAIURY i A A /1 A i GEML AGGREGATE txAT APPLIES Pam; • . 1 ' ' •. •GENERAL. AOOREOATL s T17LICY LDC P S - COMP/Op AGG I AUTOROB►LS LIABILITY ANY AUTO Vendoi. `-'= J�r�•> r%rrx 1�-! 'LL COMBINEDC1NGL6UNU*- i ALL OWNED AUTOi ----- - C - f IEa acedanl) . SCHEDULED AUTOS ` , . .,, .r----�- Date; of ll -C ti'r . � � � _.�_ IIoo1LY M/,A/RY HIgE0AUT09 i ACC@"•,`' IPw Paavn) ! NON•OvYNED AUTOS BODILY INJURY f Not Acr.c:^l,", ,�"•°`'°",,, L' ��ilL:.ili•.�a. �:�;�� PROPERTY DAMAGE (PaTaM�Ck1M1n1) i OARAOE LIABILITY / / AUTO ONLY - EA ACCIDENT s - OTHER THAN EA ACC i EXCiS! L1ABgJTY .. -- `-"' AUTO ONLY: AGG s OCCUR FICLAIMSMADE I., - A "utllCli,�'..'- •- .'.-. EACH OCCURRENCE f AGGREGATE ! DEDUCTIOU ; I HEIENTHM s . WCAKEA9 C0AI0tiM3AT1ON AND 111APPLOYEAT UABILIRY . OTHER s f rtL EACRACCIDENT = EL, DISEM9E - EA E7.IPLOYE ! • E.L DISFJ.SE •POLICY 1 1 11CRIPTUON QF OP4RAT10lt&LOCAL'IGNBM[W'CLE91i7CCiU81oMSAM" BY ENDOAS&A9ffN lVP&CtAL PROVINbNS 'The CeAti6:icate Hotden -ib named as -add.it.ionat tnsuned .in tiah �Legand .to genehat it.i.ty, RTIFMATE HOLDER I lAp2M!MwUftEb-wsUFILRLffTTKR: CANCELLATION U t y 04 T a m a n a c :H WLD ANY OF THE AWVE DESCAIIED POUCIWl IM CANCALM BEFORE nM OFWATION 7 5 2 5 NW $ 8 t h Avenue DATE THEAEoF, THE IITBMIBUO INsugoe NnLJ tNDEAYOR Tv MAIL 1 D Tamahac Ft 33321 DArb wtamtrN J NOTICE TO 7H1[ CRgT}gCATE HOLDER NAIYt:D TD TIfE LEFT 1fUT t+A>1J1R! TV p0 $0 a►IAU L P&POSE NQ Obu" R UAM UUTY AMY X THE MAURER, ITS AGENTS OR RVAEl1QNTA AUTHOATISD R ibBHT )RD 25-5 (7197) r* ; 0 CORD CORPOPA71nu Iamm VVed. Sept. b. 2001 wrtbest•COm O Retinge tt Analysiu • News Publications A Products & Services A Insurance Resoureea *,About A.M. Best Rama SEARCH Enter Company Name or A.M. Bast Number More Search O lions Where in the world is A.M.'ee3T4 Andour locations .0011 Mat dJVN yvu thiamp Send us your moments Accessing the pages on ambest.com constitutes the user's agreement to our terms of use; Information collected via this Web site is protected by our privac statement; Comments or concems should be directed to our customer service group; For other matters refer to our contact us page. Company ational Insurance Member of Front Royal Group A.M. Best*: 11035 NAIC #: 34118 View a list -of group members or the group's rating Best's Rating M BIE A- (Excellent)" ZT Financial Size Cate o VII ($50 million to $100 million) "Ratings as of 9/5/2001 2:04:44 PM E.S.1: or purchase the complete Best's ConmjpAany Report for in-depth analysis. Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a strong ability to meet their ongoing obligations to policyholders. Best's Ratings reflect our opinion based on a comprehensive quantitative and qua lid evaluation of a company's financial strength, operating performance and market profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. (Best's Ratings are proprietary and may not be reproduced without permission from A.M. Best.) The rating symbols "A++", "A+", "A", "A-", "B++", and "B+" are registered certification marks of the A.M. Best Company, Inc. Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+).companies. Thi special emblem displays their rating and category (Superior, Excellent, or Very Good), helpin you discern industry leaders at a glance. Insurance Companies interested in placing a Best' Security Icon on their web site are required to register online. Copyright ©2001 by A.M. Best Coin anx,_lnc. ALL rclUtl I a rccacMVr-U No part of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. 2001 UNIFORM BUt AESS REPORT (UBR) DOCUMENT # P97000012373 1. Entity Name GARDEN OF LOVE NURSERY OF SOUTH FLORIDA, INC. Principal Place of Business Mailing Aodress 3509 NASSAU DR. 3509 NASSAU DR. MIRAMAR Fl. 33023 MIRAMAR FL 330n FILED May 02, 2001 8:00 a Secretary of State 05-02-2001 90066 001 *"" 150.00 ttr W W s* VP � 2. Principal Place of Business 3. Mailing Address 11111111 �I1 Il}II 1i11111I�111I11111�1 111111111111111 IN Suite, Apt. q, etc. Suite, Apt. It. e:c. DO NOT WRITE IN THIS SPACE City & State City & State 4. FEI Number 36-4145396 H—Apptied For Not Applicab Zip Country Zip Country 5• Certificate of Status Desired ❑ $8.75 Additional Fee Required 6. Name and Address of Current Reglstered Agent 7. Name and Address of New Registered Agent TAYLOR, ALFRED 3509 NASSAU DR. L MIRAMAR FL 33023 Name Street Address (P,O. Box Number is Not Acceptable) ` _ . �µ�.,........—.. .. 1 city ----• ---- B. The above named ertily submils this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. r' SIGNATURE • S9natuee. ypw a pnniod narne cJ registered age" and Otte J appilcave. FL I zip Code (NOTE: I'"islered Agent signature required wf+en reinstating) CATS 9. This corporation is eligible to satisfy its Intangible FILE NOWIII FEE IS 1111.00 0 t Tax filing requirement and etects to do so. After MAY 1, 2001 Fee will be $550,00 10, Election Campaign Financing $5.00 May Be Trust Fund ❑ (See criteria on back) ❑ Make Check Payable to Department of State Contribution. Added to Fees 11. OFFICERS AND DIRECTORS 12. ADDITIONS/CHANGE:S TO OFFICERS AND DIRECTORS IN 11 TITLE P ❑ Delm TITLE ❑ Charge ❑Addition XAW TAYLOR, ALFRED NAME STREETAODMSS 35W NASSAU DR. STRFETAOCREss ' crrY-sT-zip MIRAMAR FL 33023 CITY -ST-Zip TITLE ❑ Delete TITLE - ❑Change ❑ Addition NAME NAME SiPEET ADDRESS STREET ADDRESS CITY-ST-ZP CITY-ST• ZIP TITLE ❑ Delete TITLE ❑ Charge ❑Addition NAME NAME STREET ADDRESS STREET ADDRESS CITY- ST • ZIP CITY • sr- ZIP TITLE ❑ Delete TITLE ❑ Change ❑ Addition NAME NAME STREET ADDRESS STREET ADDRESS CITY-ST•ZiP CITY-ST-ZIP TITLE ❑ De'de TITLE ❑ Change ❑ Addilion NAME- _� - - - "' .. .� NAME STREET ADDRESS STREET ADDRESS CITY-ST-ZIP CITY-ST-ZIP TITLE © Delete TITLE ❑ Charge [] Addition NAMJ NAME STREET ADDRESS STREETADORESS CITY- ST- ZIP CITY- ST • ZIP 13. 1 hereby certify that the information supplied with this filing does not quality for the exemption stated in Section 1 19.07(3)(i), Florida Statutes. I further certify that the information indicated on this report or supplemental report is true and accurate and that my signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and ;hat my name appears in Block 1 1 of Block 12 if changed, or on an atlacc/h/ment with an address. with all other like empowered. .-•rr &I war errr- ! YttL/On.✓t 6f Y14J-n -f" ✓/_r.Q rt '_ Ar/ 'iI FILED a FILE NOW: FILING FEE AFTER MAY 15T IS $550.00 May 21, 2002 5:00 Secretary of State I� PROFIT FLORIDA DEPARTMENT OF STATE 05-21.2002 91234 002 **"150.00 CORPORATION s.ndirr.19mod kmrn ANNUAL REPORT Secretary of State DIVISION OF COHPORATIONS DOCUMENT # q�Ql��7 1. Ccrporadon Name III Principal Place of BuSlnoss Mailln Address I DO NOT WRITE IN THIS SPACE i 3. Date Incorporated or Duatified 2. Principal Place of uslness 7a. Maib g Addir , 4, FE! Number JJ\(' Applied For '3 ZT. Sure. Apt. a etc Suite, Apt. a. etc t ldnl Apnt.caolA 221 L S. Certiftca:e of Status Desired ❑ �8.75 Additronal FOB Required, C,tyd_Slate City d State U `Flecripn C3rTtp�i�:. Fini[Lj(�_�'`.: _...-.__ Trust Fund Added ti Fee, _IRQ.ar-r lf.._2� Contribution T� retry l 1 Zip • n � retry J I S. This corporation pyres or has paid the current year Iniangiglr. 24 25 (�+ 29 �aC�—� 3p Personal oropeny Tax due June 30. 1] ye- ❑ yn 0. Name aired Addrms of Current AagtsillSt d Agent I to. Norris and Address of Km FioylabreD Agent 61 Name 111.2 Street Address (P.O. Box Number is Not .Acceptable) Ja4 City FL (as Zip rode i t 1.}Pursuant to :he p!ovisions of Sections 607 0502 and 607.1500, Florida Statutes, the above -named Corporation submits ;his staterlteitl Ipr the purpose of changing its registered " office ct regrsfeNed agent, or path, to the State of Porida. Such change was authorized by the corporation's board of directors. I hereby accent the appo nunor.t as registe.,' r 2.,, 3gerlf. I am tam:har with, ane accept the obligations of. Section 607. 505. Florida Statutes. __- SIGNATURE $��•vure ',; eC v p .0 • o' •ega1...0 gel .rev rqr. .r wva .de IMGTI: Riiqn.•.a .;I . , rp••a�r. ,eau •ro .tire rrn.rrvgr e� t .•T2:-•• — OFFICERS OFFICERS AND DIRECTORS 13. ADOIrICNS,C:HANGE.S TO OFFICERS ANrpIRECTUI?c Irq I. 11tc[ I��• )� �J DELETE t.t fIEIE Chdn�C A(ya h rt r NAMF 11 f 1 E.0 ` tt,/;z 12 MW 51"IFET ADCRES: -'�•U50 CI) NQ �1XU �r , Q 1.3 STREET ADCRE55 r.Iw.Sf era i�a. �2 � 3-3oa�j 1.4WY-ST.r& IITIE DELETE 2! TITLE Ghan�e Addd�G,� - l• NAME 2 2 ti1ME STAFFT 4DARESS Z3 STREET ACDRESS _CI-Y ST TIP _ 2,crty•'r.ZIP TITLE. uELEIt: 3 r TITLE . • �. LJ c.rur:yc LJ NAME 3 2 NAME ':: REE r ADDRESS _ - 3 3 STpEF r incRisS :11v.5t-IP 34 CIN-$1-21P fTrtE DELETE 41 TITLE NAME 4 2 NAME _ Charge Addarcn i STREET AOCPESSS 4 3 STREET ADDRESS CITY- $T-[IP 4./ CITY-ST- ZIP r1rLE LIE TITLE t ha,Gs Add licit ' . NAVE 5 2 NAME S IREE t ADDPESs 5 3 STREET ADCRESS CITY ST-Z(P 54CITY-st•1IP nrtE - U DELETE 6.1 TITLE DCharge Addition • 3rnEEC'arAE55 �� 53 STREET AL"' SS � ^1 C:TY St: r;v ti 4 CITY • ST- ZIP 14. l-hereby certify that the .nfcrmaton supplied wi!h this filing does not qualdy for tha exemption stated in Section 1 Ig.C7(3)p). Fonda Statutes � r further certify That The irtcxmauc+l :ndicaled on this annual : eport or Supplemental annual report is true and accurate a^d that my signature shall have the same :er,al eNec: as if made under Galh, that I. Ar[t .3 7� 9.'cNckr 12 orrGly k 1fd f cnarpgCd[I Dr or tan attechmen� with i h`An�f '9d 10 execute this report 85 reprrlred by Chaplet 6C7• F'w de Sratwes: a.nd that mY nar-.e appears in =---I