Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-96-2371 Temp. Reso. #7547 1 Revision #1 - 10/2/96 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-96- 7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID NO.96-16 TO A & D LANDSCAPING CORPORATION OF FORT LAUDERDALE, FLORIDA FOR THE CONTRACTUAL TRIMMING AND REMOVAL OF TREES IN PUBLIC RIGHTS -OF -WAYS, AUTHORIZING CONTRACTUAL SERVICES IN AN AMOUNT NOT TO EXCEED $70,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac publicly advertised Bid No.96-16 for Tree Trimming in the Sun -Sentinel on August 18, 1996 and August 25, 1996; and WHEREAS, on August 28, 1996 the bids from ARZ Builders, Inc. and A & D Landscaping Corporation were opened and reviewed; and WHEREAS, based on a review of per unit prices and examples of typical work the cost of services proposed by the two bidders were as follows: (1) ARZ Builders, Inc. $ 31,615 (2) A & D Landscaping Corp. $ 16,938 WHEREAS, A & D Landscaping Corp. of Fort Lauderdale, Florida submitted the lowest per unit bid proposal and quoted the lowest cost for service on examples of typical work to be performed (Exhibit 1); and WHEREAS, funding for contractual tree trimming services is budgeted and available in the General Fund; and Temp. Reso. #7547 2 Revision #1 - 10/2/96 A & D Landscaping Corp. certificates and bonds received pursuant eto the WHEREAS, the Bid documents signed and submitted Y for the bid opening, as well as all insurance c for a one n and this resolution, shall constitutoe96 6 (Exhibit2) passage of this resolutio 'and the City of Tamarac for Bid N A & D Landscaping Corp. year period beginning October 14, 1996; and recommendation of the Director of Public Worksresponsive and onsiveuand WHEREAS, it is the recomm Lauderdale, Florida; and operations Manager that Bid No-9 be awarded ed to the Iowa st Works Operate in Corp. of F responsible bidder, A & D Landscap g f Tamarac, Florida deems it to be in sin ofts of the City of Tamarac to appro WHEREAS, the City Commission soof the City o ve the award the best interest of the citizens a of Bid No. 96-16 for Contractual Tree Trimming; NOW, THEREFORE, BE IT RE SOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: ratified and . "WHEREAS" clauses are hereby CTI N 1: The foregoing made a specific part of this Resolution confirmed as being true and correct and are hereby in Corp . of That the award of Bid No.96- g Oc October 14n1996pis HEREBY E TI N 2• eriod of one year be ginn�n9 Fort Lauderdale, Florida for a p APPROVED. authorized not to exceed S CTION That tree trimming services is hereby $70,000. City Manager or his designee B nd releaORg bonds IZED to S TI N 4: That theY final payment a but not limited to making close the bid award including oticompleted within the terms and conditions oft e when the work has itb Codesuccessfully contract and the Y lutions or parts of resolutions in conflict herewith are S TION 5. All res o hereby repealed to the extent of such conflict application of this Resolution If any clause, section, other part or app art or E T N 6: applications of this jurisdiction to be unconstit�ionsao oapp ale In p is held by any court of competent application, it shall not affect the validity of the remaining portions Resolution. r '1 Temp. Reso. #7547 3 Revision #1 - 10/2/96 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. I_ PASSED, ADOPTED AND APPROVED this Z3 day of OCA6 b 6 r , 1996. ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. klc- -'--WITCHELL S. KIIAFTU CITY ATTORNEY (MG:mf-Comm.Meeting 10/09/96) I i in'g ���►v NORMAN ABRAMOWITZ MAYOR , RECORD OF COMMISSION MAYOR ,ABRAM WTZ - DIST 1: DIST 2:^ WM MI, SHKIN DIST 3: COMMj. S911REI<3Ef DIST 4:. OOMM. HOFFMAN _ SEP 19 ' 96 10: 01 CITY OF TAMARAC e - / � . a P . 1 i2 • • ~F'YMTRTT 7 Revised: 9/19/96 CITY OF TAMARAC BID OPENING - BID NO.96.16 - WEDNESDAY, AUGUST 28, 1996 The above bid opening was advertised in the Sun Sentinel on Sunday, August 18, 1996 and Sunday, August 25, 1996. The bid opening was held at 2:00 P.M. on Wednesday, August 28, 1996 in Conference Room #1 of Tamarac City Hall, 7525 N.W. 88th Avenue, Tamarac, Florida. J!RJA -NT: Raj Verma, Public Works Director Linda Tyson, Buyer Vincent Richmond, Landscape Supervisor John Engwiller, Landscape Crewleader Phyllis Polikoff, Office Specialist ALSO PRESENT* Mario Adler, A & D Landscaping Ricardo Plasencia, ARZ Builders The first bid opened was from ARZ Builders, 1446 S.W. 25 Avenue, #A-22, Boynton Beach, FL 33426, Tel. #561-369-0770, Fax #561-369-7114. Bid Certification Form signed by George Aboujawdeh, President. One original and three copies were submitted. Bid bond in the amount of $1,750 was submitted. Variations: None Total Base Bid: $31,615.00 The second bid opened was from A & D Landscaping, 6951 SW 185 Way, Ft. Lauderdale, FL 33332, Tel. #954-252-0502, Fax #954-252-0564. Bid Certification Form signed by Mario F. Adler, President. CODING: Words in strilee-ttmeuo type are deletions. Words in underacgred type are additions. post-itm brand fax transmittal memo NOM rom To onr 5EP 19 '96 10: 01 CITY OF TWRRAC re 9 6 - 10q e3 7 P. 2/2 Bid Opening - Bid #96-15 Is Tree Trimming August 28, 1996 Page 2 • 0 Only one original was submitted. Check #004465 in the amount of $1,750 was submitted, Certificate of Insurance was submitted. A & D Landscaping (Continued) Variations: Section 17 - Auto Liability Is $500,000. Total cost of trees for Commercial Boulevard medians: Total cost of trees for Southgate Boulevard medians: Total cost of trees for Pine Island Road medians: Total cost of tress for University Drive: Total cost of trees for McNab Road medians: Removal: large size trees Removal: small size trees Removal: mediam size trees GRAND TOTAL: Revised: 9/19/96 $ 2,710.00 5,201.00 1,046.00 4,596.00 2,760,00 275.00 150.00 200.00 $16,936.00 With no further bids received, this bid opening was closed at 2:15 P.M. Phyllis Polikoff Office Specialist CODING: Words in strike through type are deletions. Words in underscored type are additions. ie 96- a 3 "F.XHTRTT 7" INVITATION TO BID a� Tq/�,r U � �o /0 BID ,#96-16 TREE TRIMMING CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 /Z- s6-0;?te 7 CITY OF TAMARAC INVITATION TO BID BID # 96-16 BID PROPOSAL It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any one or all bids, or any part of any bid, to waive any informality in any bid, and to award the purchase in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter -changeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City Clerk's Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Auaust 28th, �96 BEFORE: :0 . At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Clerk's Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the proposal form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the proposal, it shall be construed that the Bidder's proposal fully complies with all conditions identified in this bid. The Bidder shall submit one ORIGINAL and 3 copies of the proposal. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Proposals having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Clerks Office. 3. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities as required. K • E e- �6 -,? :3 ? CITY OF TAMARAC INVITATION TO BID BID # 96-16 • BID PROPOSAL It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any one or all bids, or any part of any bid, to waive any informality in any bid, and to award the purchase in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter -changeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City Clerk's Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: August 28th. 1.996 BEFORE:_2:00 P.M. . At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their 4Drepresentatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Clerk's Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the proposal form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the proposal, it shall be construed that the Bidder's proposal fully complies with all conditions identified in this bid. The Bidder shall submit one ORIGINAL and _2 copies of the proposal. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Proposals having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Clerks Office. .3. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities as required. z 4. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. 5. SAMPLES AND DEMONSTRATIONS: The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 6. SAFETY STANDARDS: The Bidder warrants that all services provided to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. Additional safety requirements can be found in the Tree Trimming Bid Specification section. 7. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 8. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 9. TERMINATION FOR CONVENIENCE OF CITY: O seven Upon 7 p calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 10. ASSIGNMENT/SUBCONTRACTING: The Bidder shall include a list of all subcontractors with the submitted bid. In addition the Bidder shall list all parties that will be called upon to meet the requirements of the bid including but not limited to Engineering Firms, Testing Services, Legal Firms and Consulting Services. The City shall approve all subcontractors and other service providers with the bidder before the award of bid. The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City Manager. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written consent of the City. 11. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not 3 , ,-96�,-.74? C, • an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 12. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 13. COLLUSION: The Bidder, by affixing its signature to this proposal, certifies that its proposal is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Bid for the same items, or with the City. The Bidder also certifies that its bid is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 14. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this proposal shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 15. SITE INSPECTION: It shall- be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 16.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 17. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, in the performance of work and services under this Agreement, comply with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement that are applicable to Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Bidder shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Bidder shall make this same requirement of any of its subcontractors. Bidder shall indemnify and save the City harmless from any damage resulting to them for failure to either Bidder or any subcontractor to take out or maintain such insurance. The following are required types and minimum limits of insurance coverage with the Bidder agrees to maintain during the term of this contract: QF_L11.FRAL! !ABILITY Comprehensive Premises -Operations Contractual Liability Personal Injury Independent Contractors IMNIMIJM LIMITS 1,000,000 (Per Occurrence) M111181se 4 Cross Liability and Severability of Interest Clause AUTOMQ.UILE LIAQILITY Comprehensive Owned Hired Non -Owned MINIMUM LIMITS 1,000,000 (Per Occurrence) MINtlifi%1t" Riel Z4QC yes see Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. Such certificates shall be approved by the City. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide; be licensed to do business in Florida. All policies provided shall be Occurrence not Claims Made forms. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder's liability insurance shall be primary to any liability insurance policies carried by the City. The Bidder shall be responsible for payment of all deductibles and self-insurance retentions on Bidder's liability insurance policies. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. 18. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attomeys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or wilful misconduct of the City of Tamarac or its elected or appointed officials and employees. 19. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this bid, the Special Conditions and/or the Technical specifications shall prevail. ��6-a09 The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac City Clerk's Office. The City shall not be responsible for oral interpretations given by any City employee or it's representative. An award of bid will not be effective until 72 hours after the adoption by City Council. The City shall issue a written Addendum if substantial changes which impact the submission of the bids is required. A copy of such addenda will be mailed or distributed via facsimile transmission to each Bidder receiving the proposal. 01. PURPOSE OF THE BID: To obtain bids from professional tree trimming vendors for services, labor, materials, and equipment as required by the City on an "as needed" basis from the date of award for a twelve (12) month period. These services may be renewed with the same conditions for an additional one (1) year. period upon satisfactory performance and determination that renewal is in the City's best interest. The prices shall be quoted "per tree" and not "per hour". A list of the trees and their locations is provided in the Bid Specification section. SPECIAL CONDITIONS 01. ASSIGNMENT OF CONTRACT: Neither this co ntract, or any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the contractor only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 02. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All work shall be performed between the hours of 8 A.M. and 6 P.M., during normal working days. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The foreman shall be knowledgeable about all tree trimming standards and applicable State, County, and City codes pertaining to tree trimming, tree removal, and general landscaping. It shall be the responsibility of the Contractor to remove from the job site and properly dispose of all residue at isthe end of each and every workday. No materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. Any materials or equipment left on site, shall be with the 11 ,oe - Y6 - =? -:� ? Contractor, fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc., shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to insure public safety. 03. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY: Extreme care shall be taken to safeguard all existing facilities, site amenities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Works Department by telephone (954-724-2410) and inform the appropriate staff member about the location and the extent of the damages. 04. SITE INSPECTION: It shall be the full responsibility of the bidder to visit and inspect the location(s) prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work, and the equipment, materials and labor requirements. All visits shall be arranged through Bill George, Public Works Coordinator at 724- 2410. 05, PERMITS AND LICENSES: The Contractor shall be responsible for securing any and all .permits and licenses required. The Contractor shall submit copies to the City's Representative, of all permits and licenses, including costs, required for this work. In the event that City permit fees are waived, the contractor will be responsible for all County Fees (B.O.R.A.- .35 per $1000). • 7 oe ce J 7 BID SPECIFICATIONS TREE TRIMMING 1. Contractor shall furnish all labor, materials, equipment, and horticultural supervision necessary to maintain the tree trimming schedule as specified by the following. 2. Contractor shall control work force and make certain that all workers conduct themselves and perform their work in a professional manner. Contractor shall at all times have competent field supervision on the property to observe and to make certain that all tree trimming is being performed in accordance with the requirements set up by the American National Standards Institute (see attached exhibit A). Contractor shall comply with all O.S.H.A. safety rules and regulations in the operation of equipment and performance of the work. Maintenance vehicles and equipment shall meet all D.O.T. work zone safety standards for proper roadway set ups. All safety procedures shall be strictly enforced, i.e.; traffic cones and "people working" signs shall highlight occupied work sites, crew members shall wear approved high visibility vests, a supervisor shall be on site at all times from 7:00 A.M. until 5:00 P.M. 3. Injury or damage to City property (turf, shrubs, trees, sprinkler heads) due to Contractor's operation or negligence shall be replaced at the Contractor's sole expense. Contractor shall notify the City of any damage caused within 24 hours of damage. 4. Contractor shall furnish City with an estimate in writing prior to commencing any required or requested work during this contract. 5. Contractor is responsible for submitting a written schedule 48 hours prior to the start of any project. This is done for monitoring purposes to control any complaints or problems. Any change in schedule shall be submitted in writing. All scheduling is to be done through the Public Works Department's Landscaping Division at 6011 Nob Hill Road, Tamarac, Florida (Vincent Richmond - 954-724-2410) 6. Contractor is responsible for daily clean up and debris removal to the Contractor's dump site. This shall be done at the Contractor's expense. 7. It is the Contractor's responsibility to verify the tree count at a job site prior to commencing work. Any discrepancies with the count or the type of trees shall be brought to the attention of the Public Works Division in writing prior to commencing work. Discovery of dead or diseased trees shall also be brought to the Public Works Division's attention in writing prior to commencing work. In the event of discrepancies being reported after the completion of work, the original City estimate shall be utilized for calculating payments to the Contractor. 8. All tree stumps must be removed to at least twelve (12") inches below the lowest soil level adjacent to the stump, or until deep roots are no longer encountered. The Contractor shall grind the stump a minimum distance of one and a half (1-1/2') feet on either side of the circumference of the stump, or until roots are no longer encountered. Stump shall be cut low enough to the ground where grinding can be done safely. If the stump is cut at grade level during tree removal or is left overnight, the stump must be protected by a Type II barricade with lights. 8 le- ��- ,I_`3 7 P_J 9. Holes created by stumps and root grinding shall be filled the same day with black topsoil to ground level by Contractor to prevent any tripping hazards. Any paved surfaces damaged due to Contractor's negligence shall be restored to their original conditions by the Contractor at no expense to the City. 10. The City retains the option to keep all of the mulch created from any tree trimming or tree removal project site. At the start of any project the Landscaping Supervisor or the City's designee shall inform the work crew if the mulch created will be kept by the City or hauled away by the Contractor. All mulch kept by the City shall be at no charge to the City. 11. Where the canopy or any growth of the street tree protrudes into the public right of way, the under -clearance shall be lifted to 13 feet 6 inches above the road for vehicular clearance and 10 feet above any sidewalk for pedestrian clearance. "Lion tailing" or "stripping" is not permitted on City trees. 12. Contractor shall have the required equipment for tree trimming of various species of trees and palms. The removal of trees shall include stump grinding as specified. 13. Contractor shall supply a list of all equipment owned or leased by the Contractor. The list shall include the make, model, and year of the aforementioned equipment. The City of Tamarac reserves the right to inspect and reject any or all equipment listed on the roster deemed unsuitable for operation or type of work needed to be done. 1 'e-Y6 - Z,3 7 CITY OF TAMARAC BID PROPOSAL FORM - 0 SUBMITTED BY: Bidders Company Name: A + D L A M D5C A P j A)r� Address: 051 S V6 I85 WA City: F+- LAub State: FL zip: 3333 ?. Telephone:g54 FAX: q54 25a - 05 ep`� v56z TERMS: % (PERCENT) DAYS: N 30 Delivery: [ calendar days after receipt of Purchase Order Co 0n)t BONDING: A cash bid guaranty or approved bid bond of$1.Z50— of bid quote (not to exceed total budget of $35,000) is required and shall be submitted with your Bid Proposal. Additional bonding may be required in the Special Terms and Conditions of this invitation. The Bonding must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. NOTE: To be considered eligible for award, one (1) QRIGINAL COPY OF THIS BID PROPOSAL FORM must be submitted with the Bidders' proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Proposal Form to avoid removal of Bidder from the City of Tamaracs' vendor listing. 10 e-9 C� CITY OF TAMARAC- BID CERTIFICATION FORM The undersigned hereby confirms that: 1. He/she is a duly authorized agent of the Bidder; 2. He/she has read the General Terms and Conditions, the Special Conditions and any Technical Specifications which were made available to the Bidder in conjunction with the Bid and fully understands and accepts these terms unless specific variations have been expressly listed on the Bid Proposal Form; 3. The Bidder will accept any awards made to it as a result of the Invitation for a minimum of sixty (60) calendar days following the date and time of the bid opening. BY: all _ DATE: R zel' MA—jqA-L— OF AGENT MAPoo F. A LErR tyPED/PRINTED NAME OF AGENT -Piz E5 I D ZA1-r TITLE OF AGENT NOTE: Bid proposals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. 11 • u • CITY OF TAMARAC- VARIANCE FORM Bidder's Name: A 4 D A- A N D S CA P/ NG. Variations. The Bidder shall identify all variations and exceptions taken to the General Terms and Conditions, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section II Variance Section Variance Section Variance Section Variance AU`fb L.IABIL/T`% 16 $SOO,00 CD Attach additional sheets if necessary. 12 4-,576- C42 0 ? • C I Street Location Commercial Blvd/Medians Tree Type Estimated Height Estimated Quantity Unit Cost Extension Mahogany Less than 25 9 36 . oo 4-7 o '>-O— Mahogany Greater than 25 13 9. oo 9.4. DO Tabebuia Less than 25 10 100 Tabebuia Greater than 25 3 t3 do .00 Acacia Less than 25 11 S. 7 , oo Acacia Greater than 25 15 _;�S. 675.00 Black Olive Less than 25 4 . 60 1 60 Black Olive Greater than 25 5 as.00 , 00 Sabal Palm Varies 59 (3.00 1-7 .00 Total Cost 7 / .0 , 00 Street Location Southgate Blvd/Medians Tree Type Estimated Height Estimated Qua ntit Unit Cost Extension Mahogany Less than 25 39 30.00 1 1 70 .60 Sabal Palm Varies 24 13 . G o 1.2. 0 0 Acacia Greater than 25 19 35. oa S. 00 Black Olive Less than 25 14 a..eo ,;50.00 Live Oak Less than 25 20 3a-oo eP40 .00 Rosewood Greater than 25 2 35 . o o 7o.co Silk Oak Less than 25 9 28.00 Calo h llum Less than 25 4 �Z. a0 1 (. a o Java Plum Greater than 25 10 0 .00 0 . ad Eucalyptus Greater than 25 13 . 60 Arvida Less than 25 11 1 .25.00 :L75. og Arvida Greater than 25 201 3o, co & oo . oc:) Total Cost Street Location Pine Island Road/Medians Tree Type Estimated Hei ht Estimated Quantity Unit Cost Extension Mahogany Less than 25 4 3o.oO l A o. Do Black Olive Less than 25 5 Z5 • oo l a.5 .,Do Black Olive Greater than 25 11 3,5. oo as S . c v Sabal Palm Varies 32 i 3• e 0 j4 1 lv . o o Total Cost J o y (,p • 00 e- 57& - -Q-3 7 TYPICAL SCOPE OF WORK The following is offered as an illustration of typical services. Actual conditions, locations and scope of work may vary. Street Location University Drive Tree Type Estimated Height Estimated Quantity Unit Cost Extension Sabal Palm Varies 32 I3.00 4 16 . o0 Mahogany Less than 25 4 30.00 00 Black Olive Less than 25 16 a5 . vo 400,00 Washingtonia Palm Varies 122 30.00 3, 0 (Po . 00 Total Cost N S oa Street Location McNab Road/Medians Tree Type Estimated Height__ Estimated Quantity Unit Cost Extension Mahogany Less than 25 9 3 0.00 0, 00 Mahogany Greater than 25 13 3 S .0 v 11 qq . 0 0 Tabebuia Less than 25 10 11.5o 115.0 0 Tabebuia Greater than 25 3 i . oD 39.00 Acacia Less than 25 11 '25 . a o 0115. 0 0 Acacia Greater than 25 15 35 • oo 5 .0 0 Black Olive Less than 25 4 , 5.00 (00-00 Black Olive Greater than 25 5 j6 . as 1 -75 . oo Sabal Palm Varies 591 I , 00 7ro-7, o0 Total Cost a -7&o - 00 0 ,e- S(- �0 7 u • �J EXHIBIT 1 QUOTE SHEET - TREES TreeT e/Work Required Height Feet Unit Price Acacia - Thin & Elevated Greater than 25 35,0 Acacia - Thin & Elevated Less than 25 , 00 Arvida -Thin & Elevated Greater than 25 3o . oc, Arvida -Thin & Elevated Less than 25 ,?5. 00 Bischofia - Thin & Elevated Greater than 25 ao Bischofia - Thin & Elevated Less than 25 36,00 Black Olive Trees - Thin & Elevated Greater than 25 3- : 60 Black Olive Trees - Thin & Elevated Less than 25 00 Bottle Brush - Thin & Elevated Less than 25 a , 00 Bottle Brush - Thin & Elevated Greater than 25 ,;Zs .00 Calo h Ilum - Thin & Elevated Greater than 25 35,00 Calo h llum - Thin & Elevated Less than 25 a co Eucalyptus - Thin & Elevated Greater than 25 3 .00 Eucalyptus - Thin & Elevated Less than 25 .co Java Plum - Thin & Elevated Greater than 25 30.00 Java Plum - Thin & Elevated Less than 25 25.00 Live Oak - Thin & Elevated Greater than 25 4o ,00 Live Oak - Thin & Elevated Less than 25 .00 Mahogany - Thin & Elevated Greater than 25 3a,co Mahogany - Thin & Elevated Less than 25 30.60 Pom am - Thin & Elevated Greater than 25 35. o Pom am - Thin & Elevated Less than 25 2 Queen Palm - Trim & Deboot Varies 1A. o Rosewood - Thin & Elevated Greater than 25 35. ob Rosewood - Thin & Elevated Less than 25 d5 c�D Sea Grape - Thin & Elevated Less than 25 25. ob Sea Grape - Thin & Elevated Greater than 25 32.DO Silk Oak - Thin & Elevated Greater than 25 M.00 Silk Oak - Thin & Elevated Less than 25 .00 Tabebuia - Thin & Elevated Less than 25 11 . 56 Tabebuia - Thin & Elevated Greater than 25 (,3,,Do QUOTE SHEET - PALMS e-9(a-ate *�,7 0 1 Washin tonia Palm - Trim & Deboot I Varies O MISCELLANEOUS - ACTIVITIES TreeT e/Work Required Unit Price Tree Removal - Greater than 25 feet with a caliper of 6" or more including stump z75 °0 grinding Tree Removal - Less than 25 feet with a caliper of 6" or less including stump 15c) Ob grinding Tree Removal - Less than 25 feet with a caliper of 6" or more including stump Zoo ,°- rindin • �J 1 ACDRD CERTIFICATE OF LIABILITY INSURANC ID DM DATE 08/1/oD/9 &DLA-1 08/14/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance By Ken Brown, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR p .O. Box 540569 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. *GAS rlington Streeto FL 32805 COMPANIES AFFORDING COVERAGE COMPANY W. Taylor III A The Travelers Ins. Company nnn_Q4111-1543 FexNo.407-648-01 7 INSURED COMPANY B FCA property & Casualty A & D Landscaping Corp COMPANY C Judy 530 Greaton Avenue COMPANY Davie FL 33325 D COVERAGES 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, POLICY EFFECTIVE POLICY EXPIRATION cOLTR TYPE OF INSURANCE I POLICY NUMBER DATE (MMIDDIYY) DATE IMM/DDn Y) *DAMAGE GATE S 2, 000, 000. P/OP AGG $ 2, 0 0 0, 0 0 0. VINJURY $ 1, 000, 000. NCE $1, 000, 000. ny one fire) $5 0, 0 0 0. MED EXP (Any one Person) 1 $ 5 ,0 0 0 . GENERAL LIABILITY A X I COMMERCIAL GENERAL LIABILITY CLAIMS MADE 7 OCCUR OWNER'S & CONTRACTOR'S PROT AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS 7C NON -OWNED AUTOS GARAGE LIABILITY 7 ANY AUTO 1.1OX7335 651W973A EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY B THE PROPRIETOR/ INCL 09010307096 PARTNERSIEXECUTIVE OFFICERS ARE: EXCL OTHER 12/30/95 12/30/95 LIMITS 12/30/96 12/30/96 COMBINED SINGLE LIMIT 5500,000. BODILY INJURY $ (Per Person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE I $ AUTO ONLY - EA ACCIDENT I $ OTHER THAN AUTO ONLY: 12/30/96 COMBINED SINGLE LIMIT 5500,000. BODILY INJURY $ (Per Person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE I $ AUTO ONLY - EA ACCIDENT I $ OTHER THAN AUTO ONLY: EACH ACCIDEN $ AGGREGATE S EACH OCCURRENCE $ AGGREGATE $ S EL EACH ACCIDENT 15 10 0, 0 0 0 01/01/96 01/01/97 ELDISEASE -POLICY LIMIT IS500,000 EL DISEASE - EA EMPLOYEE 1 $ 10 0 , 0 0 0 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS The holder below is included as add'l insured with respects to General Liability only. —.fA„T CERTIFICATE HOLDER City of Tamarac Attn: Purchasing Dept. 7525 NW 88th Av Tamarac FL 33321 NY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY RIND UPON THE COMPANY, ITS AGENTS OR REPRESENTA.RVES. ACORD 25»S (1196) ®ACDRD CORPORATION 1988 C� 6951 SW 165th Way, Fort Lauderdale, FL 33332 (954) 252-0562 Broward (954) 252-0564 Fax (305) 271-6294 Dade 237 F-QuIPme�,)i Lk5- 3 Trz"ck S - "ibP I�t Crz , 3Uek ET-rP-ucK Z. L' 441uspws or- A-L-L- 5 1 -' . or- A t-L 5 (Z.a S 4- pADDepe6 OF Aj.L 5tz,125 �. 5-rurr,p ra..iti��� 7. b Z) F-0 g. m A N 'C) f'"'t n) C 2 F- K) C) , C o rr, rv, U N I C w Tl b S -- '2 7� J O 's 1 A) 2 U C K S FoQE.r"Axa 1-4A,0E a��pE e- � (I - --7.3- 7 0 • 0 EXHIBIT 2 TREE TRIMMING MAINTENANCE REPORT Date: Street Location: Tree Type Height Type of Work Performed Contractor Comments I Note: Unsatisfactory Items Must.be Corrected within Two (2) Working Days *** BELOW SECTION FOR CITY INSPECTOR'S USE ONLY *** is Comments: Inspection Completed by: Date of Inspection: Pavment: Approved for