Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-002 Temp Reso. 13377 January 8, 2020 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2020 O A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 19- 29B TO AND APPROVING AGREEMENTS WITH SFM SERVICES, INC. ("SFM") FOR GROUNDS MAINTENANCE SERVICES AND TO PRESTIGE PROPERTY MAINTENANCE, INC. ("PRESTIGE") FOR IRRIGATION SERVICES FOR CERTAIN PUBLIC RIGHTS-OF-WAY, CITY FACILITIES, AND CITY PARKS; BASED ON ESTABLISHED CONTRACT FIXED UNIT PRICES; AUTHORIZING ANNUAL EXPENDITURES NOT TO EXCEED $691,994.79 AND $72,660.00, RESPECTIVELY INCLUDING ANNUAL PRICE ESCALATION / DE- ESCALATION PER BID NO 19-29B; AUTHORIZING THE MONTH TO MONTH RENEWAL OF THE CURRENT AGREEMENT WITH PRESTIGE FOR GROUNDS MAINTENANCE SERVICES NUNC PRO TUNC UNTIL THE PROPOSED AGREEMENTS ARE EXECUTED AND IN EFFECT; AUTHORIZING PROPER CITY OFFICIALS TO EXECUTE CONTRACT RENEWALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission deem it to be in the best interest of the citizens, residents, and businesses of the City of Tamarac to maintain City Rights- of-Way, Public Parks, and other green spaces around City Facilities through proper landscape maintenance services provided in a cost-effective and efficient manner; and WHEREAS, due to the complexity of the new contract format in order to increase competition, the current Agreement with Prestige for Grounds Maintenance Services requires month to month extension nunc pro tunc effective until the proposed Agreements are executed and in effect; and WHEREAS, on August 6, 2019, the City of Tamarac published Bid No. 19-29B Temp. Reso. 13377 January 8, 2020 Page 2 of 5 for Citywide Grounds Maintenance, Mulching, Irrigation, and Tree Trimming/Pruning Services; and WHEREAS, on August 15, 2019, the City of Tamarac held a Pre-Bid Conference for potential submitters; and WHEREAS, on November 14, 2019, six (6) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications, a bid tabulation is attached hereto as "Exhibit 1", incorporated herein and made a specific part of this Resolution; and WHEREAS, City Staff reviewed the submitted bids and determined the most responsive and responsible bidder for each functional area, and determined SFM to be the most responsible and responsive bidder for the Grounds Maintenance portion, and Prestige to be the most responsible and responsive bidder for the Irrigation portion; and WHEREAS, the Director of Public Services, Director of Financial Services, and the Purchasing and Contracts Manager recommend the City Commission approve the award of Bid No. 19-29B to SFM Services, Inc. for Grounds Maintenance Services and award of Bid No. 19-29B to Prestige Property Maintenance, Inc. for Irrigation Maintenance Services, and that the appropriate City Officials be authorized to execute said Agreements. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1 : The foregoing "WHEREAS" clauses are hereby ratified and Temp. Reso. 13377 January 8, 2020 Page 3 of 5 confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof, and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission HEREBY awards Bid No. 19-29B to SFM Services, Inc. for Grounds Maintenance Services and award of Bid No. 19-29B to Prestige Property Maintenance, Inc. for Irrigation Maintenance Services ("The Agreements") and the appropriate City officials are hereby authorized to execute the Agreements, hereto attached as "Exhibit 2" and "Exhibit 3", respectively, to provide Grounds Maintenance Services and Irrigation Maintenance Services, respectively. SECTION 3: The appropriate City Officials are HEREBY authorized to extend or renew the Agreements with SFM Services, Inc. and Prestige Property Maintenance, Inc. for Grounds Maintenance Services and Irrigation Maintenance Services, respectively. SECTION 4: Annual expenditures in the amount of $691,994.79 including annual escalation / de-escalations per Bid No. 19-29B for Grounds Maintenance and $72,660.00 including annual escalation / de-escalations per Bid No. 19-29B are HEREBY approved. SECTION 5: The City Manager or designee is HEREBY authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6-147 of the City Code, and close the contract award, which includes, but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. Temp. Reso. 13377 January 8, 2020 Page 4 of 5 SECTION 6: The City Commission authorizes the month to month renewal, nunc pro tunc, of the current Agreement with Prestige for Grounds Maintenance Services effective until the proposed Agreements are executed and in effect. SECTION 7: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 8: If any clause, section, other part or application of this Resolution is held by any count of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. "The remainder of this page is intentionally left blank." Temp Reso. 13377 January 8, 2020 Page 5 of 5 SECTION 9: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 011 day of 2020. 71d/-&" MICHELLE J. GO MAYOR ATTEST: LILLIAN PABON. CMC ACTING CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: V/M BOLTON DIST 2: COMM GELIN DIST 3: COMM FISHMAN DIST 4: COMM PLACKO - I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM (Oueit` ‘/Lt 0{kyv,, 7/Zrip SgMUEL S. GORE CITY ATTORNEY TR 13377 Exhibit 1 19-29B-Citywide Landscaping Maintenance MOWING Ma nguy J.Fletcher Enterprises Prestige Property Superior Landscaping& SFM Services,Inc, EnvironmentalentaI Care, VisualScape Inc. dba Trimac Outdoor Maintenance,Inc. Lawn Service,Inc. Inc. Line Description featly cuts xiR Price Percd Total Price Per Cut Total Price Per Cut Total Price Per Cut Total Price Per Cut Total Price Per Cd Total 1680 11.em1666400n 1 Lump Sum 5 10.00 5 10.00 $ 10.00 $ 10W 5 1000 5 10.00 1000 5 10.00 5 10.00 $ 1000 $ 10.00 5 10.00 LANDSCAPE MAINTENANCE-FACKnE S-Mewing Morwipal Complex 7525 NW 0876 Ave(City Mall 850754:1 28 102222 $ 273.00 $7,644.00 5 400.00 11,200.00 $ 146.00 5 4,08.00 59600 516,632.00 $ 974.40 $27,283.20 $ 1,683.00 5 47,124,00 Public Services 6011 Nob Hill Rd(PS North PR&FS 15) 28 95000 $ 26000 $7,280.00 $ 200.00 00 5 247W 5 6,916.00 400.00 511,200.00 5 742.60 $20,787.20 5 1,380.00 5 38,641.00 public Services South/IT BUNtline(10:01 State51) 28 45020 $ 11100 $3,276.00 5 200,00 5,500.00 $ 117.00 5 3,276.00 200.00 $5,600.00 $ 348.00 5 9,744.00 $ 82500 5 23,100,00 Grants Plaza(Utilities)(4191 W Commercial Blvd) 26 26000 $ 65.00 $1,690.00 $ 100.00 2,600.00 $ 67.60 5 1,757.60 132.00 $3,632.00 $ 139.20 $3,619.20 $ 1,757.00 $45,682,00 Water Treatment Plant(7803 NW 61511 28 160300 5 364.00 510,192.00 5 245.00 6,860.00 $ 200.36 5 5,610.08 295.00 $8,260.00 $ 580.00 516,240.00 5 1,647.00 $46,116.00 Community Center(8601W Commercial) 28 92000 5 234.00 $6,552.00 5 245.00 6,860.00 5 133.00 5 3,724,00 450.00 512,60000 $ 619.60 518,188.80 5 1,380.00 $38,640.00 Aquatic Center(9300 NW 58 St) 28 60000 $ 156.00 5 4,368.00 $ 125.00 3,500.00 $ 156,00 $4,368.00 294.00 5 8,232.00 5 139.20 $3,897.60 $ 1,094.00 $30,632.00 ire Station 636(7200 N.UNversiry) 28 157640 $ 429.00_512,012.00 5 9000 1,68000 $ 409.00 511,452.00 250.00 $7,000.00 5 116.00 5 3,248.00 $ ],668.00 5 46,704.00 Fire Station X7810801 WCam ncci0) 28 5000 5 104.00 5 2,912,00 $ 60.00 1,680.00 $ 50.00 $1,400.00 170.00 $4,76000 $ 185.60 $5,196.80 $ 555.00 $15,500.00 1 Pump station al(East•6601 Southgate Nvd) 28 38270 $ 78.00 $2,184.00 5 150,00 4,200.00 5 110.00 $3,080.00 12500 $3,500.00 5 185.60 $5,196.80 5 1,090.00 5 30,632.00 1 Pump Stationn2(Central-8801500.007e 0360) 28 57000 'll$ 10400 5 2,912.00 $ 200.00 5,600.00 5 154.00 $4,312.00 15000 5 4,200.00 $ 185.60 $5.196.80 $ 1,632.00 $45,696.00 1 Pump Nation n3(West-10801 Southgate Blvd) 28 47870 $ 10400 5 2,912.00 5 18500 518000 5 14000 5 3,920.00 140.00 $3,92000 $ 185.60 $5,196.80 5 1,363.00 5 38,164.00 LANDSCAPE MAINTENANCE-FACILITIES-Mowing Subtotal: $ 63,944,00 $ 60,570.00 $ 53,913.68 3 89,346.. $ 123,805.20 $ 446,680.00 LANDSCAPE MAINTENANCE-PARKS'LOTS-MOWlllg Wildlife Park 24 128924 $ 338.00 r 5 8,112.00 5 160.00 3,440.00 $ 211.25 $5,070.00 $ 275.00 5 6,600.00_$ 69.60 $1,670.40 $ 1,608.00 $38,592,00 Mainlands Park 28 807364 $ 1,872.00 552,4/6.00 $ 1,000.00 28,000.00 5 2,099.00 558,772,00 $ 1,30000 $36,400.00 $ 1,85600 $51y68.00 5 2,219.00 $62,132.00 5a6al Palm lot/NE Cana(Rod,Island&Canmerrlal Blvd) 24 7500 $ 19.50 $ 468.00 $ 25.00 60000 $ 27.00 $ 648W 5 130.00 $3,1200D 5 185.60 $4,054.00 $ 234.00 $ 5,616.00 Pine Island/Commercial Blvd Lot/NE Cana 24 5000 $ 1300 $ 312.00 5 120,00 2,880.00 $ 2700 5 64800 $ 9900 $2,376.00 5 185.60 $4,454.40 $ 448.00 $10,752.00 0300704 Park 28 130254 S 351.00 5 9,828.00 $ 300.00 8,000.00 5 268,00 5 7,504.00 5 47500 513,300.00 5 464.00 $12,992.00 S 1,681.00 $47,068.00 144,4e7 Park 28 192355 $ 52000 $10,560.00 $ 000.00 11,200.00 5 500.12 514,003.36 $ 500.00 514,000.00 5 278.40 $7,795.20 $ 1,950.00 $S4,600.00 Commons Park 28 16111 $ 39.00 $1,092,00 $ 40.00 1,120.00 5 4188 $ 1,172.64 $ 8000_5 2,240.00 $ 9280 $2,598.40 $ 286.00 $ 8,008.00 Landings Park 28 94618 $ 260.00 $7,280.00 5 80.00 2,200.00 $ 246.00 $6,88800 $ 200.005 5,600.00 5 116.00 $3,248.00 $ 85800 $24,024,00 Aquatic Center Park(Under Development) 28 83900 $ 208.00 5 5,820.00 5 325.00 9,100.00 $ 202.17 5 5,660.76 $ 275.00 $7200.00 $ 185,60 $5,196.80 $ 1,347.00 $37,716.00 1 Tephfard Park(5t.Augustine) 28 200800 $ 1,872.00 552,416.00 5 2,000.00 56,00000 $ 2,275.00 $63,700.00 $ 1,100.03 530,80000 $ 696.00 519,488.00 $ 2,08800 $69,664.00 1 Watas Edge Park 28 239580 $ - $ - 5 1,000.00 28,000.00 $ 622.90 S17,441.20 5 500.00 514,000.00 5 417.60 511692.80 5 1,681.00 $47,060.00 I c Park(566r) 28 8000 5 2600 $ 728,00 5 4000 1,120.00 $ 20.80 $ 582.40 5 30.00 $ 840.00 $ 46,40 $1,2.-20 $ 555.00 5 15,540.00 I Empty Lot Nob Mill iust nor.of NW 67th Street 12 84020 $ 208W $2,496.00 $ 325.00 3,900.00 $ 125.00 5 1,S00.W $ 380.00 $4,560.00 5 232.00 $2,784.00 $ 1,219.00 $14,628.00 LANDSCAPE MAINTENANCE-PARKS/WTS-Mowing Subtotal: $ 155,532.00 $ 166,400.00 $ 183,590.36 3 141,536.00 $ 129,641.60 $ 435,40800 LANDSCAPE MAINTENANCE-MEDIANS-Mowing 1 Commercial Boulevard(University to Prospect) 28 227395 $ 672.00 518,816.00 5 900.00 5 25,2.. $ 97.35 5 2,725,80 $ 1,180.00 $33,040.00 5 1,856.00 5 51068.00 $ 6,539.00 5 183,092.00 2 University Drive(Sou.gate Blvd to Commercial Blvd) 28 92100 $ 26600 5 7,448.00 5 365.00 $10,2200o 5 300.71 $9,539.88 $ 55000 515,400.00 5 1,044.00 $29,232.00 $ 2,772. 5 77,616.00 3 Greenbriar(NW 75 Ave to NW 73 Terr) 28 _ 20444 5 248.90 $6,969.20 $ 80.00 5 2,20.00 $ 137.14 $3,839.92 5 125.00 $3,500.00 $ 139.20 $3.897.60 $ 604.00 $16,912.. 4 Area(IrcI:NW 78 S010A W BI SOI813 W 82 W 54 28 131000 $ 366.80 510,270.40 5 520.00 514,560.00 5 41.79 5 1,170.12 $ 660.00 $18,480.00 $ 2,088, $ 64.00 $ 4,102.00 5110,856.00 Street-et-NW80 Ave NW 70 St-NW)5.51) 5 Lagos de Campo(Pine Island to MCNb Rd) 28 56000 5 144.10 $4,034.80 5 220.00 $6,160.00 $ 190.71 $5,339.88 $ 275.00 $7,700.00 5 702.00 $20,787.10 5 1,68140 $47,068.00 6 NW84 Terrace(57 Street to Lagos de Campo) 28 20444 $ 5240 $1,067.20 $ 80.00 $2,240.00 $ 37.50 $1,050.00 $ 130.00 $3,64000 5 417.50 511,692.80 $ 1,411.00 $39,508.00 7 Pine Island Road(Southgate Blvd to Commercial Blvd) 28 71555 $ 196.50''i-$5,502.00 5 285.00 $7,980.00 5 55.71 5 1,55988 5 400.00 $11,200.00 5 1,044.00 $29,232.00 $ 4,371.00 $122,388.00 eat(Pine Island Rd to Nob Hill Rd) 28 30666 $ WOO $2,20060 5 120.00 $3,360.00 5 375.00 510,500.00 $ 210.00 $5,880.00 $ 371.20 510,393.60 $ 1,214.00 $33,992.00 Street(Pine Island Rd to Nob Hill) 28 40888 $ 100730 $2,934.40 $ 160.00 $A480.00 $ 235.71 $6,599.88 5 165.00 5 4,62000 5 580,00 $36200_00 $ 1,681.00 5 47,068.00 10 NW108 Terri 8U Street(MCNab Road to Nob hall Road) 28 148248 5 393.00 511,000.00 $ 590.00_516620.00 $ 211.71 $5,927.88 $ 400.00 $11,200.00 5 788.W 512,086. 5 A37100 5122,388.00 11 MCNa6 Road(East OW Ere to waste.) 28 92000 $ 248.90 $6,969.20 $ 365.00 510,220.00 5 21107 $5,909.96 $ 480.00 513,040.00 $ 1,160.00 532,480.00 $ 2,757.00 $77,196.1. 12 NW 70 Avenue(MCNab Rd to NW 57 Street Intl:Brookwood 28 81777 $ 222.70 $6,235.60 $ 325.00 $9,100.00 $ 22.50 $ 630,W $ 35000 $9,800.00 $ 742.40 $20,787.20 $ 2,757.00 $77,166.00 aNyal 13 Nob Hill Road(Southgate Blvd to Commercial Blvd) 18 81000 $ 222.70 $6,235.60 $ 325.00 $9,100.W $ 275.35 $),)09.80 $ 525.00 $14,]W.W $ 1,484.80 $41,5)!40 $ 6,371.00 322,388.00 1a NW94 Avenue(57 Street to NW 59 CD 28 10222 $ 26.20 $ 733.60 $ 50.00 $1,000.00 $ 330.00 $9,240.00 $ 30.00 $ 840.00 5 139.20 5 3,897.60 $ 840.00 23,520.00 15 N6y579tihet(NW 94 Ave to time 00741504 33060 Ave) 28 110000 5 30330 $8,436.40 5 435.00 $12,180.00 5 232.50 5 6,51000 $ 840.00 523,520.00 $ 1,438.40 540275.20 $ 2,75700 77,196.00 16 Southgate Boulevard(Univ Or&FPL berm) 28 130W0 $ 353.70 $9,903.60 5 500.00 514,0000 $ 105.09 $2,940W $ 1,1W.W $30,800.00 $ 1,740,00 $08,72000 $ 4,402. 123.256.W 17 Bailey Road(81st Street to Rock Island) 28 90000 $ 240.90 $6,969.20 $ 360.0o 510,080.W ii$ 12.86 $ 360.08 $ 200.00 $5,600,00 5 139.20 $3,897.60 $ 1,681.00 47,068.00 18 Woodlands North(Commercial Blvd to Bailey Rd) 28 40000 $ 104.80 $2,930.40 $ 160.W $4,480.00 5 129.M 5 3,629.92 $ 110.00 5 3,080.00 $ 232.00 $6,496.00 $ 1,411.00 39,508.00 19 Woodlands Sou.(Commercial south to POlnciana) 29 5000 $ 13.10 $ 366.80 $ 25.00 5 70000 $ 173.57 $4,859.96 5 280.00 $ 7,840.00 $ 742.40 $20,787.20 $ 1,681.00 47,068.00 20 Saba!Palms(Rock Island Rd to Bailey Rd) 28 11000 $ 301.30 $8,436.40 $ 50.00 $1,400.00 $ 148.93 $4,170.00 $ 110.00 $ 3,080.00 $ 9280 5 2,598.40 $ 84000 23,520.00 21 Rock Island Road(Bailey Rd to NW 44 Street) 28 67000 $ 183.40 5 5,135.20 $ 260.00 5 7,280.00 $ 40.71 $1,139.88 $ 275.00 $7,700.00 $ 46400 $12,992.00 $ 2,757.00 77,196.00 22 Saga Palm Boulevard(Rock Island Rd to Bayberry MI 28 28000 5 78.60 5 2,200.80 5 110.00 $3,080.00 5 219.64 $6,149.92 $ 99.00 $2,772.00 $ 9280 $2,598.00 5 1,142.00 31,976.00 23 Drive(commercial Blvd to NW 47th 50 -61000 $ _5 4768.40 5 240.00 5 6 00$ 184.29 5 5,160.12 $ WW 5 7.7 . $ 348.00 $9,744.00 5 2,219.00 62,132.00 24 Fire Station 4 78(4801 W Co7,me114411 28 22.0 $ 58.95 5 1,650.60 $ 9000 $2,520_00 $ 40.71 $1,139.88 $ 20-00 $ 560.00 5 5.80 $ 162A0 $ 873.00 24,444.00 25 Boulevards:WNW 5554&535t;73as7e91 Rd;NW 26&27 28 77000 5 209.60 $5,868.80 5 300.00 $8,40000 5 102.00 5 3,976.00 $ 33500 $9,380.110 $ 1,948.80 550,566.40 $ 5,447.00 5152,516.00 Ave NW 515treel) 26 Hiatus Road Commercial Blvd to MCNab Rd) 20 65000 $ 170.W 5 4,768.40 $ 260.00 5 7,200.00 5 19500 5 5,460.00 $ 220.00 5 6,160.00 $ S1060 514291.20 $ 2,757.00 $77,196.00 27 Canal Gassings 28 19000 $ 5240 5 1,467.20 $ 75.00 $2,100.00 5 78000 $7,04000 5 100.00 $2,800.00 $ 928.00 525,984.00 $ 82100 $23,046.00 28 Uh Stations:NW 308 Terr.(I)Rear 07 Oty Hall/BSO(1) 28 800 $ 1400 5 392.00 $ 50W $1,40000 $ 100.00 $2,800.00 $ 9000 $2,520W $ 23.20 $ 649.60 5 604.00 $16,912.00 NW 84 Ten.(1)Mainlands Or.(1) 29 Sands PdM(Iagos De Campo to 90ondabor0 28 3670 5 1600 $ 392.00 $ 50.00 $1,400.00 S 170.00 5 4,760.00 $ 50.00 $1,400.00 5 46.40 $1,299.20 5 1,142_00 5 31,976.00 LANDSCAPE MAINTENANCE-MEDIAN$-Mowing Subtotal: $ 154,511.00 $ 205,800..3 132,638.80 $ 268,35200 $ 997,794.40 $ 1,960,196.00 LANDSCAPE MAINTENANCE-SUFFER WALL/ROW-Mowing all(NW 57 sr North[a Canal) 28 43W $ 2610 $ 733.60 5 5000 $1,400.00 $ 40W $ 1,120.00 $ $ 980.00 5 34.80 5 974.40 $ 215.00 5 6,020.00 NW 675T Wall(NW G4 Ave Wes[To Plaza) 28 65325 $ $3,668.W $ 310.00 $8,680.00 5 4000 5 1120.00 $ .0 $2,772.00 $ 185.60 $5,196.80 $ 3,26100 5 91,308.00 NW 57ST Wall(NW 81 Ave Caul West to Plata) 28 25160 $ 17866 $2,200.80 $ 150.00 5 4,200W S 55.00 $ 1,560.W 5 5000 $ 1,40000 5 11600 5 3,24800 5 1,25600 $35,168.00 nab Rd Wall(NW 89 Ave Canal to Nob Hill Rd) 28 338W_$ 104W $2,934.40 $ 150.W $4,200.W $ 40W_$1,130.W $ 95W 5 2,660.00 $ 116.00 5 3,248.00 $ 1,640.W 5 45,910.00 MCNab Rd Wan(Nab Hill Rd To NW 108 Ter.) 38 399W $ 131.W $3,668.W $ 1W.W $5,320W 5 OO.W $2120W $ 7500 5 2,100.00 $ 116.W $3,248.03 5 991.00 $55,748.00 Commercial BeLlevar7 wall(Prospect Rd 1031n Ave) 28 15825 5 5240 $1,467.20 $ 7500 $2,1W.W $ 40.00 5 1,120.00 5 6000 $1,680.W $ 69.60 5 1,948.80 5 1790.W $22,120.00 7 NW64th Ave Retention Area(south of Commercial Blvd) 24 59700 $ 131W $ 3,146.00 $ 280.00 $6,720.00 $ 50.00 $1,200W $ 50000 $12,000.00 5 16240 $3,897.60 $ 3,477.00 $83,448.00 'Bahia) 8 rasped Road Swale(Wildlife to NW 151h Ave) 28 9300 5 52.60 $1,467.20 5 50.00 5 1,400.00 5 50.00 $ 1,400.00 $ 7500 5 2,100.00 $ 69.60 5 1,94880 5 465.00 5 13,02000 LANDSCAPE MAINTENANCE-BUFFER WALL/ROW-Mowing Subtotal:'$' 19,283.20 $ 34,020.00 $ 9,740.00 $ 25,692.00 $ 23,710.40 $ 352,752.00 LANDSCAPE MAINTENANCE-BUSH HOG-Mowing 1 5octhgate Blvd Berm(BUSHHOG) 12 te000 $ 6428 5 77:.36 $ 175.00 2,100.00 $ 125.00 $1,50000 5 850.00 10,200.00 5 139.20 $1,670.40 5 352.00 $ 4,224.00 2 quint Safety Lot 12 88000 5 70.71 $ 848.52 $ 190.00 2 280.00 5 125.00 $1,500.00 $ 65.00 780.00 $ 162.40 5 1,948.80 $ 390W $ 4,68000 3 $7.Street Empty Lot(Adjacent 7064441.8 Barn) $ 5 294.12 5 70.00 840.W $ 105.130 5 1,260.00 $ W.W 9 5 46.40 $ 55680 $ 135.00 $ 1,620.00 4 48th Avenue Lot(Empty lot in Central Parc 0evelopmentl 12 348060 5 $3,355.92 $ 750.W 9,000.00 $ 290.00 5 3480.00-$ W 3,960.00 5 278.40 $3,34080 5 1,532.00 $18,384.00 5 108M Terrace Empty Lot west side 12 66471 $ 53.41 5 640.92 5 150.00 1,800.00 $ 130.00 5 1,560.00 $ 165.00 1,980.00 $ 92.80 $1 $ 295.00 $ 3,540.00 6 Pubic Services Lot(Nob Mill 8,State St-NE Corner) 12 435646 $ 35004 5 0,200.48 5 950.00 11,400.00 $ 125.00 $1,50000 $ 150.00 1,800.00 $ 324.80 $3,897.60 $ 1,920.00 $23,040.00 7 Southgate Boulevard(0,15,powMines/Nob Hilll to line 12 638341 $ 912.90 $6,150.80 $ 1,39000 516,680.00 $ 125.00 5 1,500.00 $ 500.00 $6,030.00 $ 464.00 $5,568.00 $ 2,810.00 $33,720.00 IdaW) _ e SouOgarc Boulevard(Under powoli,ke/Pine Island to 12 684610 $ 5E1.16 $6,253.92 5 1,490,00 $17,880.00 5 125.00 5 1,500.00 5 520.00 $6,240.00 5 812.00 5 9,74400 $ 3,020.00 $36,240.00 University) 9 Southgate BOulev110(U6versity tO Prarerty Lire ircludirg C-14 12 397853 $ 319.67 $3,836.04 5 865.00 510,380.00 $ 33100 $3,972.00 $ 310.00 $3,720.03 $ 34800 $4,176.00 $ 1,7$0.W $21,000.00 Bank} 10 Te hford Park(Bahia Area) 12 674475 5 521.16 $6,253.92 5 1,460 W 5 17 520.00 $ .5.00 5 1,500 00 $ 310.00 5 3,720.00 5 928.00 $11,136.00 $ 3,020.00 5 36,240.00 LANDSCAPE MAINTENANCE-BUSH HOG-Mowing Subtotal: $ 32,610.00 $ 89,880.00 $ 19,272.00 $ 39,300.00 $ 43,152,00 $ 182,688,00 Grand Total Mowing: $ 425)180.20 $ /546y,670.00 $ 399,154.84 $ 564,226.00 $ 918,103.60 $ 3,377,724.00 senior Procurement n agst 201 Mainguy J.Fletcher Enterprises Prestige Property Superior Landscaping& SFM Services,Inc, Environmental Care, dba Trimac Outdoor Maintenance,Inc. Visual5cape Inc. lawn Service,Inc. Inc. 1 Grand Total Mowing: $ 425,8W.2�0_I 5 546,670.00 $ 399,154.84 $ 564,226.00 $ 918,103.60 $ 3,377,724.00 2 Grand Total Hedge Trimming: $ 176,995. $ 245,040.W $ 113,541.32 $ 474,396.00 $ 463,144.80 $ 681,164.00 3 Grand Total Chemical Pest Control-. $ 13,204. $ 74,040.00 $ 57,300.00 $ 78,660.00 $ 71A28.80 $ 108,540.00 4 Grand Total Turf Fertilizer. $ 32,299.71 5 59,944.00 $ 50,843.16 $ 39,708.00 $ 52,839.. $ 186,096.00 $ Grand Total Shrub,Tree,Pa Im Fertilizer. $ 43,564.88 S 30,860.W $ I00,22&00 $ 27,950.00 $ 38,640.00 $ 265,338.00 6 Tot al Grand Total For Landscape Maintenance: $ 691,944.79 5 964,550.00 $ 731,067.32 $ 1,184,940.00 $ 1,544,156.20 $ 4,618,866.00 TR 13377 Exhibit 1 19-29B-Citywide Landscaping Maintenance Hedge Trimming Mainguy J.Fletcher Superior SFM Services,Inc.* Environmental Enterprises dba Prestige Property VisualScape Inc. Landscaping&Lawn Care,Inc.* Trimac Outdoor Maintenance,Inc. Service,Inc. Line Yearly Price Per Price Per Price Per Price Per Total Price Per Total Price Per Total Item Description Trims Trim Total Trim Total Trim Total Trim Trim Trim FACiU19E5-Hedge Trimming 1 Municipal Complex 7525 NW 88th Ave(City Hall BSO FS 41) 12 $ 468.00 $ 6,616.00 $ 500.00 $ 6,000.00 $ 232.00 $ 2,784.00 $2,480.00 $ 29,760.00 $ 2,392.50 $ 28,710.00 $ 94 2.00 5 11,304.00 2 Public Services 6011 Nab Hill Rd(PS North PR&FS 15) 12 $ 312.00 $ 3,744.00 $ 100.00 $ 1,200.00 $ 232.00 $ 2,784.00 $ 1,000.00 $ 12,000.00 $1,087.50 $ 13,050.00 $ 707.00 $ 8,484.00 3 Public Services South/IT Building(10101 State Si). 12 $ 156.00 $ 1,872.00 $ 80.00 $ 960.00 $ 232.00 $ 2,784.00 $ 575.00 $ 6,900.00 $ 870.00 $ 10,440.00 $ 471.00 S 5,652.00 4 Grants Plaza(Utilities)(4191 W Commercial Blvd) 12 $ - $ - $ 50.00 $ 600.00 $ 232.00 $ 2,784.00 $ 50.00 $ 600.00 $ 21.75 $ 261.00 $ 1,541.00 $ 18,492.00 5 Water Treatment Plant(7803 NW 61 ST) 12 $ - $ - $ - $ - $ 232.00 $ 2,784.00 $ 260.00 $ 3,120.00 $ 43.50 $ 522.00 $1,541.00 $ 18,492.00 6 Community Center(8601 W Commercial) 12 $ 468.00 $ 5,616.00 $ 500.00 $ 6,000.00 $ 232.00 $ 2,784.00 $ 890.00 $ 10,680.00 $ 870.00 $ 10,440.00 $ 942.00 $ 11,304.00 7 Aquatic Center(9300 NW 58 St) 12 $ 182.00 $ 2,184.00 $ 450.00 $ 5,400.00 $ 232.00 $ 2,784.00 $ 450.00 $ 5,400.00 $ 261.00 $ 3,132.00 $ 471.00 $ 5,652.00 8 Fire Station#36(7200 N.University) 12 $ 468.00 $ 5,616.00 $ - $ - $ 232.00 $ 2,784.00 $ 275.00 $ 3,300.00 $ 10.90 $ 130.80 $ 707.00 $ 8,484.00 9 Fire Station#78(4801 W Commercial) 12 $ 156.00 $ 1,872.00 $ 160.00 $ 1,920.00 $ 232.00 $ 2,784.00 $ 400.00 $ 4,800.00 $ 261.00 $ 3,132.00 $ 236.00 $ 2,832.00 10 Pump Station 111(East-6601 Southgate Blvd) 12 $ 84.00 $ 1,008.00 $ 80.00 $ 960.00 $ 232.00 $ 2,784.00 $ 300.00 $ 3,600.00 $ 261.00 $ 3,132.00 $ 589.00 5 7,068.00 11 Pump Station#2(Central-8801 Southgate Blvd) 12 $ 112.00 $ 1,344.00 $ 80.00 $ 960.00 $ 232.00 $ 2,784.00 $ 345.00 $ 4,140.00 $ 261.00 $ 3,132.00 $ 589.00 $ 7,068.00 12 Pump Station#3(West-10801 Southgate Blvd) 12 $ 112.00 $ 1,344.00 $ 80.00 $ 960.00 $ 232.00 $ 2,784.00 $ 300.00 $ 3,600.00 $ 261.00 $ 3,132.00 $ 471.00 $ 5,652.00 FACILITIES-Hedge Trimming Subtotal: $ 30,216.00 $ 24,960.00 $ 33,408.00 $ 87,900.00 $ 79,213.80 $ 110,484.00 PARKS/LOTS-Hedge Trimming 1 Wildlife Park 12 $ 52.40 $ 628.80 $ 100.00 $ 1,200.00 $ 232.00 $ 2,784.00 $ 66.00 $ 792.00 $ 43.50 $ 522.00 $ 471.00 $ 5,652.00 2 Mainlands Park 12 $ 672.00 $ 8,064.00 $ 500.00_$ 6,000.00 $ 232.00_ $ 2,784.00 $ 600.00 $ 7,200.00 $ 435.00 $ 5,220.00 $ 707.00 $ 8,484.00 3 Saba!Palm Lot/NE Corner(Rock Island&Commercial Blvd) 12 $ 28.00 $ 336.00 $ 50.00 $ 600.00 $ 232.00 $ 2,784.00 $ 35.00 $ 420.00 $ 21.75 $ 261.00 $ 81.00 $ 972.00 4 Pine Island/Commercial Blvd Lot/NE Corner 12 $ 112.00 $ 1,344.00 $ 100.00 $ 1,200.00 $ 232.00 $ 2,784.00 $ 200.00 $ 2,400.00 $ 217.50 $ 2,610.00 $ 161.00 $ 1,932.00 5 Caporella Park 12 $ 168.00 $ 2,016.00 $ 360.00 $ 4,320.00 $ 232.00 $ 2,784.00 $ 390.00 $ 4,680.00 $ 174.00_$ 2,088.00 $ 589.00 $ 7,068.00 _6 Sunset Park 12 $ 168.00 $ 2,016.00 $ 400.00 $ 4,800.00 $ 232.00 $ 2,784.00 $ 600.00 $ 7,200.00 $ 217.50 $ 2,610.00 $ 825.00 $ 9,900.00 7 Commons Park 12 $ 112.00 $ 1,344.00 $ 85.00 $ 1,020.00 $ 232.00 $ 2,784.00 $ 99.00 $ 1,188.00 $ 174.00 $ 2,088.00 $ 118.00 $ 1,416.00 8 Landings Park 12 _ $ 112.00 $ 1,344.00 $ 85.00 $ 1,020.00 $ 232.00 $ 2,784.00 $ 200.00 $ 2,400.00 $ 130.50 $ 1,566.00 $ 354.00 $ 4,248.00 9 Aquatic Center Park(Under Development) 12 $ 112.00 $ 1,344.00 $ 450.00 $ 5,400.00 $ 232.00 $ 2,784.00 $ 400.00 $ 4,800.00 $ 217.50 $ 2,610.00 $ 707.00 $ 8,484.00 10 Tephford Park(St.Augustine) 12 $ 168.00 $ 2,016.00 $ 1,650.00 $ 19,800.00 $ 232.00 $ 2,784.00 $ 500.00 $ 6,000.00 $ 696.00 $ 8,352.00 $ 942.00 $ 11,304.00 11 Waters Edge Park 12 $ - $ - 12 Water View Park(Bahia) 0 $ - $ - $ - $ - $ 232.00 $ - $ $ - $ - $ - 5 - $ - 13 Empty Lot Nob Hill just north of NW 67th Street 0 $ - $ - $ - $ - $ - $ - S • $ - $ - $ - $ - $ - PARKS/LOTS-Hedge Trimming Subtotal: $ 20,452.80 $ 45,360.00 $ 27,840.00 $ 37,080.00 $ 27,927.00 $ 59,460.00 MEDIANS-Hedge Trimming 1 Commercial Boulevard(University to Prospect) 12 $ 1,348.00 $ 16,176.00 $ 1,850.00 $22,200.00 $ 11.66 $ 139.92 $2,700.00 $ 32,400.00 $ 3,262.50 $ 39,150.00 $3,724,00 $ 44,688.00 2 University Drive(Southgate Blvd to Commercial Blvd) 12 $ 1,348.00 $ 16,176.00 $ 750.00 $ 9,000.00 $ 25.75 $ 309.00 $ 490.00 $ 5,880.00 $1,957.50 $ 23,490.00 $ 1,552.00 $ 18,624.00 3 Greenbriar(NW 75 Ave to NW 73 Terr) 12 _ $ 52.00 $ 624.00 $ 160.00 $ 1,920.00 $ 103.33 $ 1,239.96 $ 75.00 $ 900.00 $ 152.25 $ 1,827.00 $ 236.00 $ 2,832.00 4 Woadmont Area(Inc!:NW 78 Street-NW 81 Street-NW 82 Street- 12 $ 580.00 $ 6,960.00 $ 1,050.00 $ 12,600.00 $ 130.00 $ 1,560.00 $3,000.00 $36,000.00 $2,958.00 $35,496.00 $3,103.00 $ 37,236.00 NW 80 Ave-NW 70 St-NW 75th St) _ 5 Lagos de Campo(Pine Island to MCNab Rd) 12 $ 150.00 $ 1,800.00 $ 450.00 $ 5,400.00 $ 186.67 $ 2,240.04 $ 640.00 $ 7,680.00 $ 435.00 $ 5,220.00 $ 931.00 $ 11,172.00 6 NW 84 Terrace(57 Street to Lagos de Campo) 12 $ 150.00 $ 1,800.00 $ 165.00 $ 1,980.00 $ 150.00 $ 1,800.00 $ 275.00 $ 3,300.00 $ 696.00 $ 8,352.00 $1,242.00 $ 14,904.00 7 Pine Island Road(Southgate Blvd to Commercial Blvd) 12 $ 468.00 5 5,616.00 $ 580.00_$ 6,960.00 $ 113.33 $ 1,359.96 $1,140.00 $ 13,680.00 $ 1,305.00_ $ 15,660.00 $2,483.00 $ 29,796.00 8 NW 77 Street(Pine Island Rd to Nob Hill Rd) 12 $ 416.00 $ 4,992.00 $ 250.00 $ 3,000.00 $ 331.03 $ 3,972.36 $ 440.00 $ 5,280.00 $ 543.75 $ 6,525.00 $ 931.00 $ 11,172.00 9 NW 81 Street(Pine Island Rd to Nob Hill) 12 $ 416.00 $ 4,992.00 $ 330.00 $ 3,960.00 $ 220.67 $ 2,648.04 $ 888.00 $ 10,656.00 $ 543.75 $ 6,525.00 $1,242.00 $ 14,904.00 10 NW 108 Terr/80 Street(McNah Road to Nob Hill Road) 12 $ 520.00 $ 6,240.00 $ 1,200.00 $ 14,400.00 $ 466.67 $ 5,600.04 $ 900.00 $ 10,800.00 $ 609.00 $ 7,308.00 $2,483.00 $ 29,796.00 11 Mc Nab Road(East City line to west end) 12 $ 416.00 $ 4,992.00 $ 745.00 $ 8,940.00 $ 123.33 $ 1,479.96 $ 1,130.00 $ 13,560.00 $1,957.50 $ 23,490.00 $1,552.00 $ 18,624.00 12 NW 70 Avenue(MCNab Rd to NW 57 Street incl:Brookwood Blvd) 12 $ 416.00 $ 4,992.00 $ 660.00 $ 7,920.00 $ 20.00 $ 240.00 $2,000.00 $24,000.00 $1,131.00 $ 13,572.00 $1,862.00 $ 22,344.00 13 Nob Hill Road(Southgate Blvd to Commercial Blvd) 12 $ 416.00 $ 4,992.00 $ 650.00 $ 7,800.00 $ 406.67 $ 4,880.04 $ 1,400.00 $ 16,800.00 $1,783.50 $21,402.00 $2,483.00 $ 29,796.00 14 NW 94 Avenue(57 Street to NW 59 Ct) 12 $ 13.00 $ 156.00 $ 85.00 $ 1,020.00 $ 736.67 $ 8,840.04 $ 120,00 $ 1,440.00 $ 174.00 $ 2,088.00 $ 311.00 $ 3,732.00 15 NW 57 Street(NW 94 Ave to Lime Bay;INCL NW 64 Ave) 12 $ 520.00 $ 6,240.00 $ 890.00 $ 10,680.00 $ 133.33 $ 1,599.96 $2,200.00 $26,400.00 $ 1,957.50 $23,490.00 $ 1,552.00 $ 18,624.00 16 Southgate Boulevard(Univ Dr&FPL berm) 12 $ 416.00 $ 4,992.00 $1,050.00 $ 12,600.00 $ 130.00 $ 1,560.00 $2,700.00 $32,400.00 $1,957.50 $23,490.00 $3,103.00 $ 37,236.00 17 Bailey Road(81st Street to Rock Island) 12 $ 26.00 $ 312.00 $ 730.00 $ 8,760.00 $ 130.00 $ 1,560.00 $ 290.00 $ 3,480.00 $ 435.00 $ 5,220.00 $ 931.00 $ 11,172.00 18 Woodlands North(Commercial Blvd to Bailey Rd) 12 $ 416.00 $ 4,992.00 $ 325.00 $ 3,900.00 $ 103.33 $ 1,239.96 $ 775.00 $ 9,300.00 $ 609.00 $ 7,308.00 $ 931.00 $ 11,172.00 19 Woodlands South(Commercial south to Poinciana) 12 $ 832.00 $ 9,984.00 $ 50.00 $ 600.00 $ 186.67 $ 2,240.04 $1,250.00 $ 15,000.00 $ 1,305.00 $ 15,660.00 $1,242.00 $ 14,904.00 20 Saba!Palms(Rock Island Rd to Bailey Rd( 12 $ 208.00 $ 2,496.00 $ 90.00 $ 1,080.00 $ 296.67 $ 3,560.04 $ 990.00 $ 11,680.00 $ 870.00 $ 10,440.00 $ 466.00 $ 5,592.00 21 Rock Island Road(Bailey Rd to NW 44 Street) 12 $ 208.00 $ 2,496.00 $ 450.00 $ 5,400.00 $ 53.33 $ 639.96 $ 800.00 $ 9,600.00 $ 652.50 $ 7,830.00 $1,552.00 $ 18,624.00 22 Sago Palm Boulevard(Rock Island Rd to Bayberry Ln) 12 $ 150.00 $ 1,800.00 $ 225.00 $ 2,700.00 $ 223.33 $ 2,679.96 $ 380.00 $ 4,560.00 $ 174.00 $ 2,088.00 $ 931.00 $ 11,172.00 23 Mainlands Drive(Commercial Blvd to NW 47th St) 12 $ 260.00 $ 3,120.00 $ 495.00 $ 5,940.00 $ 186.67 $ 2,240.04 $ 950.00 5 11,400.00 $ 978.75 $ 11,745.00 $1,862.00 $ 22,344.00 24 Fire Station#78(4801 W Commerical) 12 $ 150.00 $ 1,800.00 $ 180.00 $ 2,160.00 $ 223.00 $ 2,676.00 $ 75.00 $ 900.00 $ 130.50 $ 1,566.00 $ 621.00 $ 7,452.00 25 Boulevards:(inch NW 55 54&53 St;Prospect Rd;NW 26&27 Ave 12 $ 580.00 $ 6,960.00 $ 625.00 5 7,500.00 $ 223.00 $ 2,676.00 $3,000.00 $36,000.00 $2,827.50 $ 33,930.00 $3,103.00 $ 37,236.00 NW 51 Street) 26 Hiatus Road Commercial Blvd to McNab Rd) 12 $ 26.00 $ 312.00 $ 525.00 $ 6,300.00 $ 223.00 $ 2,676.00 $ 300.00 $ 3,600.00 $ 174.00 $ 2,088.00 $ 1,552.00 $ 18,624.00 27 Canal Crossings 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - 5 - $ - $ - 28 Lift Stations:NW 108 Terr.(1)Rear of City Hall/BSO(1) 0 $ - $ $ - 5 - $ - $ - $ - $ - $ - $ - $ - $ - NW 84 Terr.(1)Mainlands Dr.(1) 29 Sands Point(Lagos De Campo to Roundabout) 12 $ 26.20 $ 314.40 $ - $ - $ 53.00 $ 636.00 $ 210.00 $ 2,520,00 $ 87.00 $ 1,044.00 $ 621.00 $ 7,452.00 MEDIANS-Hedge Trimming Subtotal: $ 126,326.40 $ 174,720.00 $ 62,293.32 $ 349,416.00 $ 356,004.00 $ 511,224.00 Grand Total Hedge Trimming: $ 176,995.20��$y 245,040.00 $ 123,541.32 $ 474,396.00 $ 463,144.80 $ 681,168.00 Senior Procurement Specialist 11/20/2019 Andrew Rozwadowski,CPPB TR 13377 Exhibit 1 19-29B-Citywide Landscaping Maintenance Chemical Pest Control Mainguy J.Fletcher Superior SFM Services,Inc. Environmental Enterprises dba Prestige Property VsualScape Inc. Landscaping& Care,Inc. Trimac Outdoor Maintenance,Inc. Lawn Service,Inc. IPM- IPM- IPM- IPM- IPM- IPM- Line Annual Chem Cost Chem Cost Chem Chem Cost Chem Cost Chem Cost Description Total Total Total Total Total Total Item Oty Each Each Cost Each Each Each Each Location Location Location Location Location Location FACILITIES-Chemical Pest Control 1 Municipal Complex 7525 NW 88th Ave(City Hall BSO FS 41) 12 $ 26.20 $ 314.40 $ 150.00 $ 1,800.00 $ 150.00 $1,800.00 $ 200.00 $ 2,400.00 $ 333.50 $ 4,002.00 $ 398.00 $ 4,776.00 2 Public Services 6011 Nob Hill Rd(PS North PR&F515) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $ 150.00 $1,800.00 $ 100.00 $ 1,200.00 $ 250.00 $ 3,000.00 $ 172.00 $ 2,064.00 3 Public Services South/IT Building(10101 State St.) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $ 150.00 $1,800.00 $ 75.00 $ 900.00 $ 41.70 $ 500.40 $ 79.00 $ 948.00 4 Grants Plaza(Utilities)(4191 W Commercial Blvd) 0 $ - $ - $ 40.00 $ - $ - $ - $ 40.00 $ - $ - $ - $ - $ - 5 Water Treatment Plant(7803 NW 615T) 0 $ - $ - $ 40.00 $ - _$ - $ - $ 80.00 $ - $ - $ - $ - $ - 6 Community Center(8601 W Commercial) 12 $ 26.20 $ 314.40 $ 150.00 $ 1,800.00 $ 150.00 $1,800.00 $ 175.00 $ 2,100.00 $ 250.00 $ 3,000.00 $ 319.00 $ 3,828.00 7 Aquatic Center(9300 NW 58 St) 12 $ 26.20 $ 314.40 $ 75.00 $ 900.00 $150.00 $1,800.00 $ 130.00 $ 1,560.00 $ 125.00 $ 1,500.00 $ 79.00 $ 948.00 8 Fire Station#36(7200 N.University) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $150.00 $1,800.00 $ 120.00 $ 1,440.00 $ 41.70 $ 500.40 $ 302.00 $ 3,624.00 9 Fire Station 878(4801 W Commercial) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $ 150.00 $1,800.00 $ 60.00 $ 720.00 $ 50.00 $ 600.00 $ 66.00 $ 792.00 10 Pump Station R1(East-6601 Southgate Blvd) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $ 75.00 $ 900.00 $ 50.00 5 600.00 $ 33.50 $ 402.00 $ 79.00 $ 948.00 11 Pump Station B2(Central-8801 Southgate BNd) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $ 75.00 $ 900.00 $ 60.00 $ 720.00 $ 33.50 $ 402.00 $ 79.00 $ 948.00 12 Pump Station R3(West-10801 Southgate Blvd) 12 $ 26.20 $ 314.40 $ 40.00 $ 480.00 $ 75.00 $ 900.00 $ 50.00 $ 600.00 $ 33.50 $ 402.00 $ 79.00 $ 948.00 FACILITIES-Chemical Pest Control Subtotal: $ 3,144.00 $ 7,860.00 $ 15,300.00 $ 12,240.00 $ 14,308.80 $ 19,824.00 PARKS/LOTS-Chemical Pest Control 1 Wildlife Park 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 2 Mainlands Park 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 3 Sabel Palm Lot/NE Corner(Rock Island&Commercial Blvd) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 4 Pine Island/Commercial Blvd Lot/NE Corner 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ 5 Caporella Park 12 $ 26.20 $ 314.40 $ 150.00 $ 1,800.00 $ 150.00 $1,800.00 $ 90.00 $ 1,080.00 $ 166.70 $ 2,000.40 $ 240.00 $ 2,880.00 6 Sunset Park 12 $ 26.20 $ 314.40 $ 100.00 $ 1,200.00 $ 150.00 $1,800.00 $ 170.00 $ 2,040.00 $ 125.00 $ 1,500.00 $ 240.00 $ 2,880.00 7 Commons Park 12 5 26.20 $ 314.40 $ 40.00 $ 480.00 $ 150.00 $1,800.00 $ 30.00 $ 360.00 $ 41.70 $ 500.40 $ 79.00 $ 948.00 8 landings Park 12 $ 26.20 $ 314.40 $ 75.00 $ 900.00 $150.00 $1,800.00 $ 80.00 $ 960.00 $ 66.70 $ 800.40 $ 213.00 $ 2,556.00 9 Aquatic Center Park(Under Development) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 10 Tephford Park(St.Augustine) 12 $ 26.20 $ 314.40 $ 300.00 $ 3,600.00 $150.00 $1,800.00 $ 240.00 $ 2,880.00 $ 183.50 $ 2,202.00 $ 240.00 $ 2,880.00 11 Waters Edge Park 12 $ 26.20 $ 314.40 $ 75.00 $ 900.00 $150.00 $1,800.00 $ - $ - $ 166.70 $ 2,000.40 $ 240.00 $ 2,880.00 12 Water View Park(Bahia) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 13 Empty Lot Nob Hill just north of NW 67th Street 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - PARKS/LOTS-Chemical Pest Control Subtotal: $ 1,886.40 $ 8,880.00 $ 10,800.00 $ 7,320.00 $ 9,003.60 $ 15,024.00 MEDIANS-Chemical Pest Control 1 Commercial Boulevard(University to Prospect) 12 $ 26.20 $ 314.40 $ 625.00 $ 7,500.00 $ 100.00 $1,200.00 $ 480.00 $ 5,760.00 $ 416.70 $ 5,000.40 $ 419.00 $ 5,028.00 2 University Drive(Southgate Blvd to Commercial Blvd) 12 $ 26.20 $ 314.40 $ 250.00 $ 3,000.00 $ 100.00 $1,200.00 $ 400.00 $ 4,800.00 $ 208.50 $ 2,502.00 $ 316.00 $ 3,792.00 3 Greenbriar(NW 75 Ave to NW 73 Terr) 12 $ 26.20 $ 314.40 $ - $ - $ 100.00 $1,200.00 $ 35.00 $ 420.00 $ 83.50 $ 1,002.00 $ 134.00 $ 1,608.00 4 Woodmont Area(Inch NW 78 Street-NW 81 Street-NW 82 Street- 12 $ 26.20 $ 314.40 $ 350.00 $ 4,200.00 $ 100.00 $1,200.00 $ 400.00 $ 4,800.00 $ 333.50 $ 4,002.00 $ 367.00 $ 4,404.00 NW 80 Ave-NW 70 St-NW 75th St) 5 Lagos de Campo(Pine Island to McNab Rd) 12 $ 26.20 $ 314.40 $ 150.00 $ 1,800.00 $ 100.00 $1,200.00 $ 90.00 $ 1,080.00 $ 125.00 $ 1,500.00 $ 186.00 $ 2,232.00 6 NW 84 Terrace(57 Street to Lagos de Campo) 12 $ 26.20 $ 314.40 $ 50.00 $ 600.00 $ 100.00 $1,200.00 $ 80.00 $ 960.00 $ 83.50 $ 1,002.00 $ 186.00 $ 2,232.00 7 Pine Island Road(Southgate Blvd to Commercial Blvd) 12 $ 26.20 $ 314.40 $ 195.00 $ 2,340.00 $ 100.00 $1,200.00 $ 300.00 $ 3,600.00 $ 100.00 $ 1,200.00 $ 288.00 $ 3,456.00 8 NW 77 Street(Pine Island Rd to Nob Hill Rd) 12 $ 26.20 $ 314.40 $ 80.00 $ 960.00 $ 100.00 $1,200.00 $ 90.00 $ 1,080.00 $ 66.70 $ 800.40 $ 186.00 $ 2,232.00 9 NW 81 Street(Pine Island Rd to Nob Hill) 12 $ 26.20 $ 314.40 $ 110.00 $ 1,320.00 $100.00 $1,200.00 $ 100.00 $ 1,200.00 $ 41.70 $ 500.40 $ 186.00 $ 2,232.00 10 NW 108 Terr/80 Street(McNab Road to Nob Hill Road) 12 $ 26.20 $ 314.40 $ 400.00 $ 4,800.00 $ 100.00 $1,200.00 $ 160.00 $ 1,920.00_ $ 166.70 $ 2,000.40 $ 288.00 $ 3,456.00 11 McNab Road(East City line to west end) 12 $ 26.20 $ 314.40 $ 250.00 $ 3,000.00 $ 100.00 $1,200.00 $ 240.00 $ 2,880.00 $ 250.00 $ 3,000.00 $ 288.00 $ 3,456.00 12 NW 70 Avenue(McNab Rd to NW 57 Street loci:Brookwood Blvd) 12 $ 26.20 $ 314.40 $ 220.00 $ 2,640.00 $ 100.00 $1,200.00 $ 150.00 $ 1,800.00 $ 83.50 $ 1,002.00 $ 186.00 $ 2,232.00 13 Nob Hill Road(Southgate Blvd to Commercial Blvd) 12 $ 26.20 $ 314.40 $ 220.00 $ 2,640.00 $ 100.00 $1,200.00 $ 240.00 $ 2,880.00 $ 250.00 $ 3,000.00 $ 288.00 $ 3,456.00 14 NW 94 Avenue(57 Street to NW 59 Ct) 12 $ 26.20 $ 314.40 $ 30.00 $ 360.00 $ 100.00_ $1,200.00 $ 25.00 $ 300.00 $ 16.70 $ 200.40 $ 131.00 $ 1,572.00 15 NW 57Street(NW 94 Ave to Lime Bay;INCL NW 64 Ave) 12 $ 26.20 $ 314.40 $ 295.00 $ 3,540.00 $100.00 $1,200.00 $ 360.00 $ 4,320.00 $ 250.00 $ 3,000.00 $ 316.00 $ 3,792.00 16 Southgate Boulevard(Univ Dr&FPL berm) 12 $ 26.20 $ 314.40 $ 350.00 $ 4,200.00 $100.00 $1,200.00 $ 450.00 $ 5,400.00 $ 416.70 $ 5,000.40 $ 367.00 $ 4,404.00 17 Bailey Road(81st Street to Rock Island) 12 $ 26.20 $ 314.40 $ 240.00 $ 2,880.00 $100.00 $1,200.00 $ 50.00 $ 600.00 $ 16.70 $ 200.40 $ 186.00 $ 2,232.00 18 Woodlands North(Commercial Blvd to Bailey Rd) 12 $ 26.20 $ 314.40 $ 100.00 $ 1,200.00 $100.00 $1,200.00 $ 75.00 $ 900.00 $ 41.70 $ 500.40 $ 186.00 $ 2,232.00 19 Woodlands South(Commercial south to Poinciana) 12 $ 26.20 $ 314.40 $ 25.00 $ 300.00 $ 100.00 $1,200.00 $ 300.00 $ 3,600.00 $ 250.00 $ 3,000.00 $ 237.00 $ 2,844.00 20 Sabel Palms(Rock Island Rd to Bailey Rd) 12 $ 26.20 $ 314.40 $ 30.00 $ 360.00 $ 100.00 $1,200.00 $ 125.00 $ 1,500.00 $ 16.70 $ 200.40 $ 131.00 $ 1,572.00 21 Rock Island Road(Bailey Rd to NW 44 Street) 12 $ 26.20 $ 314.40 $ 180.00 $ 2,160.00 $ 100.00 $1,200.00 $ 140.00 $ 1,680.00 $ 125.00 $ 1,500.00 $ 186.00 $ 2,232.00 22 Sago Palm Boulevard(Rock Island Rd to Bayberry Ln) 0 $ - $ - $ - $ - $ - $ - $ 75.00 $ - $ - $ - $ - $ - 23 Mainlands Drive(Commercial Blvd to NW 47th St) 12 $ 26.20 $ 314.40 $ 165.00 $ 1,980.00 $ 100.00 $1,200.00 $ 160.00 $ 1,920.00 $ 100.00 $ 1,200.00 $ 186.00 $ 2,232.00 24 Fire Station B 78(4801 W Commerical) 12 $ 26.20 $ 314.40 $ 60.00 $ 720.00 $ 100.00 $1,200.00 $ - $ - $ 8.50 $ 102.00 $ 186.00 $ 2,232.00 25 Boulevards:(incL NW 5554&53 St;Prospect Rd;NW 26&27 Ave 12 NW Sl Street) $ 26.20 $ 314.40 $ 200.00 5 2,400.00 $100.00 $1,200.00 $ 355.00 $ 4,260.00 $ 375.00 $ 4,500.00 $ 288.00 $ 3,456.00 26 Hiatus Road Commercial Blvd to McNab Rd) 12 $ 26.20 $ 314.40 $ 175.00 $ 2,100.00 $100.00 $1,200.00 $ 120.00 $ 1,440.00 $ 166.70 $ 2,000.40 $ 186.00 $ 2,232.00 27 Canal Crossings 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 28 Lift Stations:NW 108 Terr.(1)Rear of City HaII/BSO(1) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - NW 84 Terr.Ill Mainlands Dr.(1) 29 Sands Point(Lagos De Campo to Roundabout) 12 $ 26.20 $ 314.40 $ 25.00 $ 300.00 $ 100.00 $1,200.00 5 - $ - $ 16.70 $ 200.40 $ 237.00 $ 2,844.00 MEDIANS-Chemical Pest Control Subtotal: $ 8,174.40 $ 57,300.00 $ 31,200.00 $ 59,100.00 $ 48,116.40 $ 73,692.00 Grand Total Chemical Pest Control: $ 13,204.80 $ 74,040.00 $ 57,300.00 $ 78,660.00 $ 71,428.80 $ 108,540.00 Senior Procurement Specialist 11/20/2019 Andrew Roawadowski,CPPB TR 13377 Exhibit 1 19-29B-Citywide Landscaping Maintenance Turf Fertilizer Mainguy J.Fletcher Superior SFM Services,Inc. Environmental Enterprises dba Prestige Property VisualScape Inc. Landscaping&Lawn Care,Inc. Trimac Outdoor Maintenance,Inc. Service,Inc. Turf Turf Turf Turf Turf Turf Line Description Yearly SOFT Fertilizer Total Fertilizer Total Fertilizer Total Fertilizer Total Fertilizer Total Fertilizer Total !tern QTY Cost Cost Cost Cost Cost Cost FACILT IES-Turf Fertilizer 1 Municipal Complex 7525 NW 88th Ave(City Hall BS0 FS 41) 3 102222 $ 255.56 $ 766.68 $ 300.00 $ 900.00 $ 970.00 $2,910.00 $ 640.00 $ 1,920.00 $ 360.00 $ 1,080.00 $ 1,234.00 $ 3,702.00 2 Public Services 6011 Nob Hill Rd(PS North PR&FS 15) 3 95000 $ 237.50 $ 712.50 $ 200.00 $ 600.00 $ 936.00 $2,808.00 $ 400.00 $ 1,200.00 $ 150.00 $ 450.00 $ 823.00 $ 2,469.00 3 Public Services South/IT Building(10101 State St.) 3 _45000 $ 112.50 $ 337.50 $ 200.00 5 600.00 $ 707.00 $2,121.00 $ 160.00 $ 480.00 $ 120.00 $ 360.00 $ 576.00 $ 1,728.00 4 Grants Plaza(Utilities)(4191 W Commercial Blvd) 0 26000 $ - $ - $ - $ - $ - $ - $ - S - $ - $ - $ - $ - 5 Water Treatment Plant(7803 NW 615T) 0 140000 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 6 Community Center(8601 W Commercial) 3 92000 $ 230.00 $ 690.00 $ 400.00 $1,200.00 $ 721.00 $2,163.00 $ 280.00 $ 840.00 $ 210.00 $ 630.00 $ 823.00 $ 2,469.00 7 Aquatic Center(9300 NW 58 St) 3 60000 $ 150.00 $ 450.00 $ 200.00 $ 600.00 $ 725.00 $2,175.00 5 200.00 $ 600.00 $ 30.00 $ 90.00 $ 617.00 $ 1,851.00 8 Fire Station#36(7200 N.University) _ 3 157640 $ 394.10 $ 1,182.30 $ 80.00 $ 240.00 $ 1,223.00 $3,669.00 $ 40.00 $ 120.00 $ 30.00 $ 90.00 $ 1,645.00 $ 4,935.00 9 Fire Station#78(4801 W Commercial) 3 5000 $ 12.50 $ 37.50 $ 50.00 $ 150.00 $ 550.00 $1,650.00 $ 50.00 $ 150.00 $ 60.00 $ 180.00 $ 93.00 $ 279.00 10 Pump Station#1(East-6601 Southgate Blvd) 0 38270 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 11 Pump Station#2(Central-8801 Southgate Blvd) 0 57000 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 12 Pump Station#3(West-10801 Southgate Blvd) 0 47870 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - FAQLmES-Turf Fertilizer Subtotal: $ 4,176.48 $ 4,290.00 $ 17,496.00 $ 5,310.00 $ 2,880.00 $ 17,433.00 PARKS/LOTS-Turf Fertilizer 1 Wildlife Park 0 128924 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 2 Mainlands Park 3 807364 $1,513.81 $4,541.43 $ 1,190.00 $3,570.00 $1,234.00 $3,702.00 $2,400.00 $7,200.00 $ 1,500.00 $4,500.00 $ 8,221.00 $ 24,663.00 3 Sabel Palm Lot/NE Corner(Rock Island&Commercial Blvd) 0 7500 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 4 Pine Island/Commercial Blvd Lot/NE Corner 3 5000 $ 9.38 $ 28.14 $ 200.00 $ 600.00 $ 50.00 $ 150.00 $ 50.00 $ 150.00 $ 150.00 $ 450.00 $ 67.00 $ 201.00 5 Caporella Park 3 130254 $ 244.23 $ 732.69 $ 475.00 $1,425.00 $ 199.29 $ 597.87 $ 320.00 $ 960.00_5 450.00 S 1,350.00 $ 1,892.00 $ 5,676.00 6 Sunset Park 3 192355 $ 360.67 $ 1,082.01 $ 475.00 $1,425.00 $ 296.00 $ 888.00 $ 580.00 $1,740.00 $ 210.00 $ 630.00 $ 1,850.00 $ 5,550.00 7 Commons Park 3 16111 $ 30.21 $ 90.63 $ 80.00 $ 240.00 $ 50.00 $ 150.00 $ 50.00 $ 150.00 $ 60.00 $ 180.00 $ 175.00 $ 525.00 8 Landings Park 3 94618 $ 177.41 $ 532.23 $ 120.00 $ 360.00 $ 143.00 $ 429.00 $ 200.00 $ 600.00 $ 120.00 $ 360.00 $ 1,234.00 $ 3,702.00 9 Aquatic Center Park(Under Development) 3 83900 $ 145.80 $ 437.40 $ 300.00 $ 900.00 5 353.43 $1,060.29 $ 160.00 $ 480.00 $ 150.00 $ 450.00 $ 617.00 $ 1,851.00 10 Tephford Park(St.Augustine) 3 200800 $1,641.14 $4,923.42 $ 1,580.00 $4,740.00 $1,338.00 $4,014.00 $ 520.00 $ 1,560.00 $2,400.00 $7,200.00 $ 8,837.00 $26,511.00 11 Waters Edge Park 3 239580 $ 449.21 $ 1,347.63 $ 790.00 $2,370.00 $ 373.00 $ 1,119.00 $ - $ - $ 120.00 $ 360.00 $ 2,467.00 $ 7,401.00 12 Water View Park(Bahia) 0 8000 $ - $ - $ - $ - $ 50.00 $ - $ - $ - $ - $ - $ - $ - 13 Empty Lot Nob Hill lust north of NW 67th Street 0 84000 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - PARKS/LOTS-Turf Fertilizer Subtotal: $ 13,715.58 $ 15,630.00 $ 12,110.16 $ 12,840.00 $ 15,480.00 $ 76,080.00 MEDIANS-Turf Fertilizer 1 Commercial Boulevard(University to Prospect) 3 227395 $ 567.50 $ 1,702.50 $ 1,670.00 $5,010.00 $ 96.00 $ 288.00 $ 640.00 $1,920.00 $ 450.00 $1,350.00 $ 3,290.00 $ 9,870.00 2 University Dree(Southgate Blvd to Commercial Blvd) 3 92100 $ 230.00 $ 690.00 $ 680.00 $2,040.00 $ 601.00 $ 1,803.00 $ 280.00 $ 840.00 $ 540.00 $ 1,620.00 $ 1,646.00 $ 4,938.00 3 Green briar(NW 75 Ave to NW 73 Terri 3 20444 $ 51.11 $ 153.33 $ 150.00 $ 450.00 $ 256.00 $ 768.00 $ 80.00 $ 240.00 $ 60.00 $ 180.00 $ 216.00 $ 648.00 4 Woodmont Area(Intl:NW 78 Street-NW 81 Street-NW 82 Street- 3 131000 $ 327.50 $ 982.50 $ 950.00 $ 2,850.00 $ 96.00 $ 288.00 $ 760.00 5 2,280.00 $1,020.00 $3,060.00 $ 2,262.00 $ 6,786.00 NW 80 Ave-NW 70 St-NW 75th St) $ Lagos de Campo(Pine Island to McNab Rd) 3 56000 $ 140.00 $ 420.00 $ 410.00 $1,230.00 $ 329.00 $ 987.00 $ 240.00 $ 720.00 $ 360.00 $ 1,080.00 $ 699.00 $ 2,097.00 6 NW 84 Terrace(57 Street to Lagos de Campo) 3 20444 $ 51.11 $ 153.33 $ 150.00 $ 450.00 $ 142.00 $ 426.00 $ 80.00 $ 240.00 5 120.00 $ 360.00 $ 371.00 $ 1,113.00 7 Pine Island Road(Southgate Blvd to Commercial Blvd) 3 71555 _$ 178.89 $ 536.67 $ 525.00 $1,575.00 $ 187.00 $ 561.00 $ 400.00 $1,200.00 $ 540.00 $ 1,620.00 $ 1,646.00 $ 4,938.00 8 NW 77 Street(Pine Island Rd to Nob Hill Rd) 3 30666 $ 76.67 $ 230.01 $ 225.00 $ 675.00 $ 681.00 $ 2,043.00 $ 90.00 $ 270.00 $ 150.00 $ 450.00 $ 617.00 $ 1,851.00 9 NW 81 Street(Pine Island Rd to Nob Hill) 3 40888 $ 102.22 $ 306.66 $ 300.00 $ 900.00 $ 153.00 $ 459.00 $ 190.00 $ 570.00 $ 270.00 $ 810.00 $ 617.00 $ 1,851.00 10 NW 108 Terr/80 Street(McNab Road to Nob Hill Road) 3 148248 $ 370.62 $ 1,111.86 $ 1,090.00 $3,270.00 $ 375.00 $ 1,125.00 $ 480.00 $ 1,440.00 $ 540.00 $ 1,620.00 $ 2,056.00 $ 6,168.00 11 McNab Road(East City line to west end) 3 92000 $ 230.00 $ 690.00 $ 675.00_ $2,025.00 $ 371.00 $1,113.00 $ 350.00 $ 1,050.00 $ 660.00 $ 1,980.00 $ 1,646.00 $ 4,938.00 12 NW 70 Avenue(McNab Rd to NW 57 Street inch Brookwood Blvd) 3 81777 $ 204.44 $ 613.32 5 600.00 $ 1,800.00 $ 50.00 $ 150.00 $ 320.00 $ 960.00 $ 420.00 $ 1,260.00 $ 1,234.00 $ 3,702.00 13 Nob Hill Road(Southgate Blvd to Commercial Blvd) 3 81000 $ 202.50 $ 607.50 $ 600.00 $1,800.00 $ 505.00 $1,515.00 $ 420.00 $1,260.00 $1,050.00 $3,150.00 $ 1,234.00 $ 3,702.00 14 NW 94 Avenue(57 Street to NW 59 Ct) 3 10222 $ 25.56 $ 76.68 $ 75.00 $ 225.00 $ 597.00 $ 1,791.00 $ 40.00 $ 120.00 $ 90.00 $ 270.00 S 288.00 $ 864.00 15 NW 57 Street(NW 94 Ave to Lime Bay;INCL NW 64 Ave) 3 110000 $ 275.00 $ 825.00 $ 810.00 $2,430.00 $ 413.00 $1,239.00 $ 450.00 $1,350.00 $1,050.00 $3,150.00 $ 1,439.00 $ 4,317.00 16 Southgate Boulevard(Univ Dr&FPL berm) 3 130000 $ 325.00 $ 975.00 $ 950.00 $2,850.00 $ 184.00 $ 552.00 $ 750.00 $2,250.00 $1,800.00 $5,400.00 $ 1,748.00 $ 5,244.00 17 Bailey Road(81st Street to Rock Island) 3 90000 $ 225.00 $ 675.00 $ 660.00 $ 1,980.00 $ 50.00 $ 150.00 $ 85.00 $ 255.00 $ 30.00 $ 90.00 $ 1,234.00 $ 3,702.00 18 Woodlands North(Commercial Blvd to Bailey Rd) 3 40000 $ 100.00 $ 300.00 $ 295.00 $ 885.00 $ 306.00 $ 918.00 $ 80.00 $ 240.00 $ 90.00 $ 270.00 $ 617.00 $ 1,851.00 19 Woodlands South(Commercial south to Poinciana) 3 5000 $ 12.50 $ 37.50 $ 50.00 $ 150.00 $ 50.00 $ 150.00 5 320.00 $ 960.00 $ 450.00 $ 1,350.00 $ 1,645.00 $ 4,935.00 20 Sabal Palms(Rock Island Rd to Bailey Rd) 3 11000 5 275.00 $ 825.00 $ 80.00 5 240.00 $ 279.00 $ 837.00 $ 45.00 $ 135.00 $ 30.00 $ 90.00 $ 288.00 $ 864.00 21 Rock Island Road(Bailey Rd to NW 44 Street) 3 67000 $ 167.50 $ 502.50 5 495.00 $1,485.00 $ 99.00 $ 297.00 $ 180.00 $ 540.00 $ 240.00 $ 720.00 $ 926.00 $ 2,778.00 22 Sago Palm Boulevard(Rock Island Rd to Bayberry Ln) 3 28000 $ 76.67 $ 230.01 $ 200.00 $ 600.00 $ 352.00 $ 1,056.00 $ 85.00 $ 255.00 $ 120.00 $ 360.00 $ 617.00 $ 1,851.00 23 Mainlands Drive(Commercial Blvd to NW 47th St) 3 61000 $ 152.50 $ 457.50 $ 450.00 $ 1,350.00 $ 298.00 $ 894.00 $ 125.00 $ 375.00 $ 150.00 $ 450.00 $ 1,234.00 $ 3,702.00 24 Fire Station#78(4801 W Commerical) 3 22000 $ 55.00 $ 165.00 $ 160.00 $ 480.00 $ 348.00 $ 1,044.00 $ 1.00 $ 3.00 $ 3.00 $ 9.00 $ 412.00 $ 1,236.00 25 Boulevards:(inch NW 55 54&53 Sc;Prospect Rd;NW 26&27 Ave 3 77000 $ 192.50 $ 577.50 $ 565.00 $ 1,695.00 $ 115.00 $ 345.00 $ 450.00 $1,350.00 $1,020.00 $3,060.00 $ 1,234.00 $ 3,702.00 NW 51 Street) 26 Hiatus Road Commercial Blvd to McNab Rd) 3 65000 $ 162.50 $ 487.50 $ 475.00 5 1,425,00 $ 96.00 $ 288.00 $ 125.00 $ 375.00 $ 180.00 $ 540.00 $ 1,028.00 $ 3,084.00 27 Canal Crossings 0 19000 $ - $ - $ 150.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - 28 Uft Stations:NW 108 Terr.(1)Rear of City Ha0I/BSO(1) 0 sop $ - 5 $ 25.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - NW 84 Terr.(1)Mainlands Dr.(1) 29 Sands Point(Lagos De Campo to Roundabout) 3 3670 $ 25.26 $ 75.78 $ 50.00 $ 150.00 $ 50.00 $ 150.00 $ 120.00 $ 360.00 $ 60.00 $ 180.00 $ 617.00 $ 1,851.00 MEDIANS-Turf Fertilizer Subtotal: $ 14,407.65 $ 40,020.00 $ 21,237.00 $ 21,558.00 $ 34,479.00 $ 92,583.00 Grand Total Turf Fertilizer: $ 32,299.71 $ 59,940.00 $ 50,843.16 $ 39,708.00 $ 52,839.00 $ 186,096.00 Senior Procurement Spedalbt 11/20/2U19 Andrew Rozwadowski,CPPB TR 13377 Exhibit 1 19-29B-Citywide Landscaping Maintenance Shrub,Tree,Palm Fertilizer Mainguy J.Fletcher Superior SFM Services,Inc. Environmental Enterprises dba Prestige Property VisualScape Inc. Landscaping& Care,Inc. Trimac Outdoor Maintenance,Inc. Lawn Service,Inc. Shrub, Shrub, Shrub, Shrub, Shrub, Shrub, Yearly Tree,Palm Tree,Palm Tree,Palm Tree,Palm Tree,Palm Tree,Palm Line Item Description Total Total Total Total Total Total QTY Fertilizer Fertilizer Fertilizer Fertilizer Fertilizer Fertilizer Cost Cost Cost Cost Cost Cost FACILITIES-Shrub,Tree,Palm Fertilizer 1 Municipal Complex 7525 NW 88th Ave(City Hall BSO FS41) 2 $ 225.00 $ 450.00 $ 350.00 $ 700.00 _5 467.00 $ 934.00 5 680.00 $1,360.00 $ 420.00 $ 840.00 $3,084.00 5 6,168.00 2 Public Services 6011 Nob Hill Rd(PS North PR&FS 15) 2 $ 90.00 $ 180.00 $ 160.00 $ 320.00 $ 467.00 $ 934.00 $ 320.00 $ 640.00 $ 280.00 $ 560.00 $2,057.00 $ 4,114.00 3 Public Services South/IT Building(10101 State St.) 2 $ 90.00 $ 180.00 $ 50.00 $ 100.00 $ 467.00 $ 934.00 $ 160.00 $ 320.00 $ 210.00 $ 420.00 $1,235.00 $ 2,470.00 4 Grants Plaza(Utilities)(4191 W Commercial Blvd) 0 $ - $ - $ - $ - $ - $ - _S - $ - $ - $ - $ - $ - 5 Water Treatment Plant(7803 NW 61 ST) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 6 Community Center(8601 WCommercial) 2 $ 225.00_$ 450.00 $ 250.00 $ 500.00 $ 467.00 $ 934.00 $ 480.00 $ 960.00 $ 525.00 $1,050.00 $2,263.00 $ 4,526.00 7 Aquatic Center(9300 NW 58 St) 2 $ 135.00 $ 270.00 $ 200.00 $ 400.00 $ 467.00 $ 934.00 $ 400.00 $ 800.00 $ 105.00 $ 210.00 $1,235.00 $ 2,470.00 8 Fire Station#36(7200 N.University) 2 $ 135.00 $ 270.00 $ 50.00 $ 100.00 $ 467.00 $ 934.00 $ 250.00 $ 500.00 $ 35.00 $ 70.00 $3,085.00 $ 6,170.00 9 Fire Station e78(4801 W Commercial) 2 $ 90.00 $ 180.00 $ 80.00 $ 160.00 $ 467.00 $ 934.00 $ 280.00 $ 560.00 $ 175.00 $ 350.00 $ 771.00 $ 1,542.00 10 Pump Station 81(East-6601 Southgate Blvd) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 11 Pump Station 82(Central-8801 Southgate Blvd) 0 $ • $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 12 Pump Station e3(West-10801 Southgate Blvd) 0 $ - $ - $ - $ - $ - $ - $ - 5 - $ - $ - $ - $ - FACILITIES-Shrub,Tree,Palm Fertilizer Subtotal: $ 1,980.00 $ 2,280.00 $ 6,538.00 $ 5,140.00 $ 3,500.00 $ 27,460.00 PARKS/LOTS-Shrub,Tree,Palm Fertilizer 1 Wildkfe Park 0 $ - 5 - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 2 Mainlands Park 2 $ 90000 $1,800.00 $ 240.00 $ 480.00 $ 967.00 $1,934.00 $ 320.00 $ 640.00 $ 350.00 $ 700.00 $7,401.00 $14,802.00 3 Sabel Palm Lot/NE Corner(Rock Island&Commercial Blvd) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 4 Pine Island/Commercial Blvd Lot/NE Corner 2 $ 22.50 $ 45.00 $ 80.00 $ 160.00 $ 967.00 $1,934.00 $ 55.00 $ 110.00 $ 70.00 $ 140.00 $ 201.00 $ 402.00 5 Caporella Park 2 $ 225.00 $ 450.00 $ 200.00 $ 400.00 $ 967.00 $1,934.00 $ 160.00 $ 320.00 $ 175.00 $ 350.00 $5,348.00 $10,696.00 6 Sunset Park 2 $ 225.00 $ 450.00 $ 280.00 $ 560.00 $ 967.00 $1,934.00 $ 200.00 $ 400.00 $ 280.00 $ 560.00 $2,468.00 $ 4,936.00 7 Commons Park 2 _$ 22.50 $ 45.00 $ 200.00 $ 400.00 $ 967.00 $1,934.00 5 120.00 $ 240.00 $ 105.00 $ 210.00 $ 485.00 $ 970.00 8 Landings Park 2 $ 45.00 $ 90.00 $ 80.00 $ 160.00 $ 967.00 $1,934.00 $ 80.00 $ 160.00 $ 105.00 $ 210.00 $1,235.00 $ 2,470.00 9 Aquatic Center Park(Under Development) 2 $ 45.00 $ 90.00 $ 200.00 $ 400.00 $ 967.00 $1,934.00 $ 240.00 $ 480.00 $ 70.00 $ 140.00 $1,851.00 $ 3,702.00 10 Tephford Park(St.Augustine) 2 $ 675.00 $1,350.00 $ 795.00 $1,590.00 $ 967.00 $1,934.00 $ 280.00 $ 560.00 $1,400.00 $2,800.00 $7,401.00 $14,802.00 11 Waters Edge Park 2 $ - $ - $ 795.00 $1,590.00 $ 967.00 $1,934.00 $ 50.00 $ 100.00 $ 175.00 $ 350.00 54,113.00 $ 8,226.00 12 Water View Park(Bahia) 0 $ 22.50 $ - $ - $ - $ 967.00 $ - $ - $ - $ - $ - $ - $ 13 Empty Lot Nob Hill just north of NW 67th Street 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - PARKS/LOTS-Shrub,Tree,Palm Fertilizer Subtotal: $ 4,320.00 $ 5,740.00 $ 17,406.00 $ 3,010.00 $ 5,460.00 $ 61,006.00 MEDIANS-Shrub,Tree,Palm Fertilizer 1 Commercial Boulevard(University to Prospect) 2 $1,950.00 $3,900.00 $1,500.00 $3,000.00 $1,467.00 $2,934.00 $ 880.00 $1,760.00 $ 700.00 5 1,400.00 $9,045.00 0 18,090.00 2 University Drive(Southgate Blvd to Commercial Blvd) 2 $ 920.00 $1,840.00 $ 600.00 $1,200.00 $1,467.00 $2,934.00 $ 720.00 $1,440.00 $ 700.00 $1,400.00 $3,290.00 $ 6,580.00 3 Greenbrier(NW 75 Ave to NW 73 Terr) 2 $ 204.44 $ 408.88 $ 130.00 $ 260.00 $1,467.00 $2,934.00 $ 85.00 $ 170.00 $ 70.00 $ 140.00 $1,386.00 $ 2,772.00 4 Woodmont Area(Intl:NW 78 Street-NW 815veet-NW 82 Street- 2 $1,310.00 $2,620.00 $ 850.00 $1,700.00 $1,467.00 $2,934.00 $ 620.00 $1,240.00 $1,400.00 $2,800.00 $5,550.00 $11,100.00 NW 80 Ave-NW 70 St-NW 75th St) 5 Lagos de Campo(Pine Island to McNab Rd) 2 $ 560.00 $1,120.00 $ 365.00 $ 730.00 $1,467.00 $2,934.00 $ 160.00 $ 320.00 $ 280.00 $ 560.00 $2,466.00 $ 4,932.00 6 NW 84 Terrace(57 Street to Lagos de Campo) 2 $ 204.44 $ 408.88 $ 135.00 $ 270.00 $1,467.00 $2,934.00 $ 200.00 $ 400.00 $ 315.00 $ 630.00 $1,851.00 $ 3,702.00 7 Pine Island Road(Southgate Blvd to Commercial Blvd) 2 $ 715.55 $1,431.10 $ 470.00 $ 940.00 $1,467.00 $2,934.00 $ 400.00 $ 800.00 $ 700.00 $1,400.00 $4,935.00 $ 9,870.00 8 NW 77 Street(Pine Island Rd to Nob Hill Rd) 2 $ 306.66 $ 613.32 $ 200.00 $ 400.00 $1,467.00 $2,934.00 $ 200.00 $ 400.00 $ 210.00 $ 420.00 $1,851.00 $ 3,702.00 9 NW 81 Street(Pine Island Rd to Nob Hill) 2 $ 408.88 $ 817.76 $ 270.00 $ 540.00 $1,467.00 $2,934.00 $ 280.00 $ 560.00 $ 210.00 $ 420.00 $1,851.00 $ 3,702.00 10 NW 108 Terr/80 Street(McNab Road to Nob Hill Road) 2 $1,482.48 $2,964.96 $ 970.00 $1,940.00 $1,467.00 $2,934.00 $ 800.00 $1,600.00 $ 350.00 $ 700.00 $7,811.00 $15,622.00 11 McNab Road(East City line to west end) 2 $ 920.00 $1,840.00 $ 600.00 $1,200.00 $1,467.00 $2,934.00 $ 240.00 $ 480.00 $1,050.00 $2,100.00 $4,523.00 $ 9,046.00 12 NW 70 Avenue(McNab Rd to NW 57 Street Intl:Brookwood Blvd) 2 $ 817.77 $1,635.54 $ 535.00 $1,070.00 $1,467.00 $2,934.00 $ 920.00 $1,840.00 $ 420.00 $ 840.00 $3,699.00 $ 7,398.00 13 Nob Hill Road(Southgate Blvd to Commercial Blvd) 2 $ 810.00 $1,620.00 $ 530.00 $1,060.00 $1,467.00 $2,934.00 $ 320.00 $ 640.00 $1,400.00 $2,800.00 $3,699.00 $ 7,398.00 14 NW 94 Avenue(57 Street to NW 59 Ct) 2 $ 102.22 $ 204.44 $ 65.00 $ 130.00 $1,467.00 $2,934.00 $ 90.00 $ 180.00 $ 105.00 $ 210.00 $1,438.00 $ 2,876.00 15 NW 57 Street(NW 94 Ave to Lime Bay;INCL NW 64 Ave) 2 $1,100.00 $2,200.00 $ 720.00 $1,440.00 $1,467.00 $2,934.00 $ 560.00 $1,120.00 $ 980.00 $1,960.00 $3,699.00 $ 7,398.00 16 Southgate Boulevard(Univ Dr&FPL berm) 2 $1,300.00 $2,600.00 $ 850.00 $1,700.00 $1,467.00 $2,934.00 $1,200.00 $2,400.00 $1,750.00 $3,500.00 $3,699.00 $ 7,398.00 17 Bailey Road(81st Street to Rock Island) 2 $ 900.00 $1,800.00 $ 590.00 $1,180.00 $1,467.00 $2,934.00 $ 125.00 $ 250.00 $ 210.00 $ 420.00 $3,083.00 $ 6,166.00 18 Woodlands North(Commercial Blvd to Bailey Rd) 2 $ 400.00 $ 800.00 $ 260.00 $ 520.00 $1,467.00 $2,934.00 $ 120.00 $ 240.00 $ 245.00 $ 490.00 $1,851.00 $ 3,702.00 19 Woodlands South(Commercial south to Poinciana) 2 $ 50.00 $ 100.00 $3,570.00 $7,140.00 $1,467.00 $2,934.00 $ 290.00 $ 580.00 $ 525.00 $1,050.00 $3,699.00 $ 7,398.00 20 Sabel Palms(Rock Island Rd to Bailey Rd) 2 $1,100.00 $2,200.00 $ 435.00 $ 870.00 $1,467.00 $2,934.00 $ 120.00 $ 240.00 $ 630.00 $1,260.00 51,438.00 $ 2,876.00 21 Rock Island Road(Bailey Rd to NW 44 Street) 2 $ 670.00 $1,340.00 $ 185.00 $ 370.00 $1,467.00 $2,934.00 $ 160.00 $ 320.00 $ 210.00 $ 420.00 $2,775.00 $ 5,550.00 22 Sago Palm Boulevard(Rock Island Rd to Bayberry Ln) 2 $ 150.00 $ 300.00 $ 400.00 $ 800.00 $1,467.00 $2,934.00 $ 80.00 $ 160.00 $ 175.00 $ 350.00 $1,851.00 $ 3,702.00 23 Mainlands Drive(Commercial Blvd to NW 47th St) 2 $ 610.00 $1,220.00 $ 140.00 $ 280.00 $1,467.00 $2,934.00 $ 400.00 $ 800.00 $ 350.00 $ 700.00 $4,110.00 $ 8,220.00 24 Fire Station 0 78(4801 W Commerical) 2 $ 220.00 $ 440.00 $ 500-00 $1,000.00 $1,467.00 $2,934.00 $ 85.00 $ 170.00 $ 35.00 $ 70.00 $1,438.00 $ 2,876.00 25 Boulevards:(incl:NW 55 54&53 Sc;Prospect Rd;NW 26&27 Ave 2 $ 770.00 $1,540.00 $ 425.00 $ 850.00 $1,467.00 $2,934.00 $ 720.00 $1,440.00 $1,750.00 $3,500.00 $3,699.00 $ 7,398.00 NW 51 Street) 26 Hiatus Road Commercial Blvd to McNab Rd) 2 $ 650.00 $1,300.00 $ 125.00 $ 250.00 $1,467.00 $2,934.00 $ 125.00 $ 250.00 $ 70.00 $ 140.00 $3,699.00 $ 7,398.00 27 Canal Crossings 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 28 Lift Stations:NW 108 Terr.(1)Rear of City Hall/BSO(1) 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - NW 84 Terr.(11 Mainlands Dr.(11 29 Sands Point(Lagos De Campo to Roundabout) 0 $ $ - $ - $ - $ - $ $ - $ - $ - $ - S - $ - MEDIANS-Shrub,Tree,Palm Fertilizer Subtotal: $ 37,264.88 $ 30,840.00 $ 76,284.00 $ 19,800.00 $ 29,680.00 $ 176,872.00 Grand Total Shrub,Tree,Palm Fertilizer: $ 43,564.88 $ 38,860.00 $ 100,228.00 $ 27,950.00 $ 38,640.00 $ 265,338.00 • Senior Procurement Specialist 11/20/2019 Andrew Roxwadowski,CPPB TR 13377 EXHIBIT 1 19-29B-Citywide Landscaping Maintenance IRRIGATION Mainguy 1.Fletcher Superior Prestige Property SFM Services,Inc. Environmental Enterprises dba VisualSope Inc. Landscaping& Maintenance,Inc. Care,Inc. Trimac Outdoor Lawn Service,Inc. Line tearly It tbesn PrkeTert Per Price st Per Price Per PrkTeste Per PrkTese Pert Rice Per Item Description 20 Toal Te Tobl Tobl Tobi Total Test Tobl IRRIGATION-FAOLmES-Wet Testing I Municipal Complex 7525 NW 88th Ave(Gty Hall BSO FS 01) 12 1 137.50 $1,650.00 $ 120.00 $1,44000 163.00 $1,956.00 $ 320.00_$3,840.013 $ 412.50 $ 4,950.00 238.00 $ 2,856.00 2 Public services 6011 Nab Hill Rd(PS North PR&FS 15) 12 1 _ 137.50 $1,650.00 $ 40.00 $ 480.00 163,00 $1,956.00 $ 120.00 $1,440.00 $ 330.00 $ 3,960.00 190.00 $ 2,280.003 Public Services South/IT Building(10101 State St.) 12 1 137.50 $1,65000 $ 40.00 $ 480,00_ 163.00 $1,956.00 $ 80.00 $ 960.00 $ 123.75 $ 148500 95.00 $ 1,14000 4 Grants Plana(Utilities)(4191 W Commercial Blvd) 12 - $ - $ 40.00 $ 080.00 - $ - $ 30.00 $ 360.00 $ 41,25 5 495.00 190.00 $ 2,280.00 5 Water Treatment Plant(7803 NW 61ST) 12 110.00 $1,32000 $ 40.00 $ 480,00 130.00 $1,560.00 $ 95.00`$1,140.00 $ 82.50 S 99000 190.00 $ 2,28000 6 Community Center(8601W Commercial) 12 1 137.50 $1,65000 $ 120.00 $1,440,00 163.00 $1,956.00 $ 90.00 $1,080.00 $ 247.50 $ 2,970,00 190.00 $ 2,28000 7 Aquatic Center(9300 NW 58 St) 12 1 137.50 $1,65000 $ 80.00 $ 960.00 163.00 $1,95600 5 90,00 $1,080.00 $ 41.25 $ 495.00 143.80 $ 1,716.00 8 Fire Station 436(7200 N.University) 12 1 137.$0 $1,65000 $ 40.00 $ 480.00 163.00 $1,956.00 5 50,00 $ 600.00 $ 20.60 $ 247.20 190.00 $ 2,280.00 9 Fire Station 878(4801 W Commercial) 12 1 137.50 $1,650.00 $ 40.00 $ 480.00 163.00 $1,956.00 5 60.00 $ 720.00 $ 82.50 $ 990.00 48.00 $ 576.00 10 Pump station al(East•6601 Southgate Blvd) 0 - $ - $ - $ - - $ • $ - $ - $ - $ - - $ - 11 Rump St4S0n s2(Central-8801 Southgate Blvd) 0 - $ - $ - $ - - $ - $ - $ $ - $ - - $ - 12 Pump Station a3(West-10801soutgate Blvd) 0 IRRIGATION-FACILITIES-Wet Testing Subtotal: 12,870,00 $ 6,720.00 15,252.00 $ 11,220.00 $ 16,582.20 17,688.00 IRRIGATION-PARKS/LOTS-Wet Test Wildlife Park 0 0 - $ $ - $ - $ - $ - $ - $ - $ - • $ - Mainlands Park 12 15 206.25 $2,475.00 $ 200.00 $2,400.00 244,00 $2,928.00 $ 150.00 $1,800.00 $ 16500 $ 1,980.00 190.00 $ 2,280.00 Saba(Palm Lot/NE Corner(Rock Island 8,Commercial Blvd) 0 0 - $ - $ - $ - - $ - $ - $ - $ - $ - - $ - Pine island/Commercial Blvd Lot/NE Corner 12 15 206.25 $2,475.00 5 40.00 $ 48000 244.00 5 2,928.00 $ 50.00 $ 600.00 5 41.25 $ 495.00 48.00 5 576.W CaporNa Park 12 15 206.25 $2,075.00 $ 80,00 $ 960.00 244.00 $2,928.00 $ 125.00 $1,500.00 $ 165.00 $ 1,980.08 190.00 $ 2,280.00 Sunset Park 12 12 165.00 5 1,98000 $ 120.00 $1,44040 195.00 $2,340.00 $ 200.00 $2,400.00 $ 165.03 $ 1,980.00 190.00 $ 2,280.00 Commons Pak 12 2 2750 $ 330.00 $ 40.00 $ 480.00 40.00 $ 480.00 $ 50.00 $ 600.00 $ 01.25_$ 495.00 48.00 $ 576.00 Landings Park 12 13 178.75 S 2.145,00 $ 00.00 $ 480.00- 211.00 5 2,532.00 $ 00.00 3 480.00 5 41.25 5 495.00 95.00 $ 1,140.00 Aquatic Centre Park(Under Development) 12 10 137.50 $1,650.00 $ 00.00 $ 960.00 163.00 $1,956.00 $ 85.00 $1,020.00 $ 41.25 $ 495.00 95.00 $ 1,140.00 - 1 Tephford Park(St.Augustine) 12 15 206.25 5 2,075.00 $ 300.00 $3,60000 244.00 $2,928.00 $ 250,00 $3,060.00 $ 330.00 $ 3,960.00 285.00 $ 3,420.00 1 Waters Edge Park 12 23 316.25 $3,795.00 5 120.00 5 1,44000 374.00 s$4,488.00_5 240.000 2,880.00 5 907.50 $10,89000 190.00 $ 2,280.00 1 Water Yew Park(Bahia) 0 _ 0 56.00 $ - 5 - $ - 65.00 $ $ - $ - $ - $ - - $ 1 Empty lot Nob Hill just north of NW 67th Street 0 0 - $ - $ - 5 - - $ - $ - $ - $ - $ - - $ IRRIGATION-PARKS/LOTS-Wet Test Subtotal: 19,800.00'3 12,240.00 23,508.00 $ 14,280.00 $ 22,770,00 15,972.00 IRRIGATION-MEOU W S-W et Testhlg 1 Commercial Boulevard(University to Prospect) 12 15 206.25 $2,475.00 $ 675.00 $8,100.00 234.00 $2,808.00 $ 640.00 $7,680.00 $ 165.00 $ 1,980.00 760,00 $ 9,120.00 2 University Drive(Southgate BM!to Commercial Blvd) 12 15 206.25 $2,47500 $ 275.00 $3,300.00 234,00 $2,808.00-$ 300.00 53,600.00 $ 012.50 $ 4,950.00 285.00 $ 3,420.00 3 Greenbrier(NW 75 Ave to NW 73 Tent 12 15 206.25 $2,475.00 $ 60.00 $ 720.00 234,00 $2,808.00 $ 40.00 $ 480.00 $ 82.50 $ 990 00 95.00 $ 1,140.00 4 Wootlmon[Arne(Ind:NW 78 Street-NW 835[reet•NW 8251reet. 12 15 5 206.25 $2,475.00 5 390.00 $4,680.00 $ 234.00 $2,80600 $ 400.00 $4,800.00 $1,361.25 $16,335.00 $ 380.00 $ 4,560.00 NW 91 Ave-NW]O St•NW 75th St) 5 Lagos de Campo(Pine Island to MCNab Rd) 12 15 $ 206,25 $2,475.00 $ 160.00 $1,920.00 $ 234.00 $2,808.00 $ 80.00 $ 96000 $ 330.00 $ 3,960.00 $ 143.00 $ 1,716.00 6 NW 84 Lew am(57 Street to Lagos de Campo) 12 15 $ 206.25 $2,175.00 $ 600 5 72.00 $ 234.00 $2,808.00 $ 00.00 $ 480.00 $ 206.25 $ 2,475.00 $ 143.00 $ 1,716.00 7 Pine Island Road(Southgate Blvd to Commrdal Blvd) 12 15 $ 206.25 $2,475.00 $ 200.00 5 2,400.00 $ 234.00 5 2,808.00 $ 160.00 $1,920.00 $ 495.00 $ 5,940.00 5 380.00 $ 4,560. 8 NW77 Street(Pine Island Rd to Nolo Hill Rd) 12 15 $ 20625 $2,47600 5 90.00 $1,08000 $ 234.00 $2,808.00 $ 45.00 $ 540.00 $ 165.00 $ 1,980.00 $ 143.00 $ 1,716.00 9 NW 81 Street(Pine hland Rd to.Vela Hill) 12 15 $ 20625 $2,47500 $ 120.00 $1,44000 $ 234.0D $2,808.00 $ 125.00 $1,500.00 5 288.75 $ 3,465.00 $ 143.00 $ 1,716,00 10 NW 108 Trr/805treet(MWa6 Road to Nob Hill Road) 12 15 $ 206.25 $2,475.00 $ 440.00 55,280.00 5 234.00 $2,808.00 $ 150,00 $1,80000 $ 247.50 $ 2,970.00 $ 380.00 $ 4,560.0 11 MCNab Road(East ON line to wen end) 12 15 $ 206.25 $2,475.00 $ 275.00 $3,300.00 $ 234.00 $2,80800 $ 160.00 $1,920.00 $ 660.00 $ 7,920.00 5 285.00 $ 3,420.00 12 NW70 Avenue(MCNab Rd to NW 57 Street Intl:Brookwood Blvd) 12 15 $ 206.25 $2,475.00 $ 240.00 $2,88000 $ 234.00 $2,808.00-$ 120.00 51,44000 $ 453.75 $ 5.445.00 5 238.00 $ 2,856.00 13 Nob Hill Road(Southgate Blvd to Commercial Blvd) 12 15 $ 206.25 5 2,475.00 $ 240.00 $2,880.00 $ 234.00 $2,808.00 $ 170.00 5 2,040.00 $ 577.50 $ 6,930.00 $ 380.00 $ 0,560.00 14 NW 94 Avenue(57 Street to NW 59 Ct) 12 15 $ 206.25 $2,475.00 $ 30.00 $ 360.00 $ 234.00 $2,80000 $ 50.00 $ 60000 $ 82,50 $ 990.00 $ 48,00 $ 576.00 15 NW57Street(NW 90 Ave to lime Bay;1NCL NW 64 Ave) 12 15 $ 206.25 $2,475.00 $ 325.00 $3,900.00 $ 234.00 $2,80800 $ 190.00 $2,28000 $ 907.50 $10,890.00 5 285.00 $ 3,420.00 16 Southgate Boulevard(Univ Dr 8,FPL berm) 12 15 $ 206.25 50475.00 $ 385.00 $4,620.00 $ 244.01 $2,928.12 $ 480.00 s$5,760.00 $ 742.50 $ 8,910.00 $ 380.00 $ 4,560.00 17 Bailey Road(81st Street to Rout Wand) 12 15 $ 206-25 $2,475.00 $ 270.00 $3,240.00 $ 243.99 $2,927.88 $ 50.00 $ 600.00 $ 82.50 $ 990.00 $ 190.00 $ 2,280.00 18 Woodlands North)Commercial Blvd to Bailey M) 12 15 $ 206.25 $2,475.00 $ 120.00 $1,44000 $ 243.99 $2,927.88 $ 50.00 $ 600.00 $ 123.75 $ 1,485.00 $ 143.00 5 1,716.00 19 Woodlands South(Commercial south to Poinciana) 12 15 $ 206.25 $2,075.00 $ 25.00 $ 300.00 $ 24400 52,92600 $ 120.00 $1,440.00 $ 288.75 $ 3,465.013 $ 190.00 $ 2,280.00 20 Sabel Palms(Rock Island Rd to Bailey Rd) 12- 15 $ 206.25 $2,475.00 $ 30.00 $ 360,00 $ 244.00 $2,928.00 $ 60.00 $ 720.00 $ 206.25 $ 2,475.00 $ 48.00 $ 57600 21 Rock Wand Road(Bailey Rd to NW 44 Street) 12 15 $ 206.25 $2,075.00 $ 20.00 $ 24000 $ 24400 $2,928.00 $ 80.00 $ 960.00 $ 165.00 $ 1,980.00 $ 285.00 $ 3,420.00 22 Sago Palm Boulevard(Rork Island Rd to Bayberryln) 12 6 $ 165.00 $1,980.00 5 80.00 $ 960.00 $ 244.00 $7,928.00 $ 65.00 $ 780.00 $ 82.50 $ 99000 $ 143.00 $ 1,716,00 23 Mainlands Drive(Commercial Blvd W 47th St) 12 15 $ 206.25 $2,47500_$ 180.00 $2,160.00 $ 244.00 $2,928.00 $ 85.00 $1,02000 $ 206.25 5 2,475.00 $ 285.00 $ 3,420.00 24 Fire Station 8 78(4801 W Commerical) 12 15 $ 206.25 5 2,475.00 $ 65.00 $ 780.00 $ 204.00 $2,928.00 $ 50.00 $ 600.00 $ 41.25 $ 49500 $ 95.00 $ 1,140.W 25 Boulevards:(ino:NW 55 54&535U Prospect Rd;NW 26&27 12 15 $ 206.25 $2,475.00 $ 230.00 $2,760.00 $ 244.00 $2,928.00 $ 13000 $1,560.00 $1,237.50 $14,85000 $ 380.00 $ 4,560.00 Ave NW 51 Street( 26 Hiatus Road Commercial Blvd to Mc..Rd) 12 15 $ 206.25 5 2,47500 $ 190.00 5 2,280.00 $ 2..00 $2,928.00 $ 90.00 $1,080.00 $ 206.25 $ 2,475.00 $ 285.00 $ 3,420.00 27 Canal Goslings 0 0 $ - $ - 5 - 5 - 5 - 5 -7.0 - 5 - 5 - 5 - 5 - $ - 28 lift Stations:NW108 Terr,(1)Rear of❑ty Hal 0B50(1) 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ NW 84 Tert Ill Mainlands Dr 111 _ 29 Sands Point(Lagos De Campo to Roundabout) 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - IRRIGATION-MEDIANS-Wet Testing Subtotal: $ 63,855.00 $ 61,452,00 $ 74,327,88 $ 47,160.00 5 117,810.00 $ 78,144.00 Grand Total IRRIGATION: $ 96,525,00 $ 80,412,00 $ 113,087.88 $ 72,660.00 $ 157,162.20 $ 111,804.00 11/20/2on TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division SERVICES AGREEMENT BETWEEN THE CITY OF TAMARAC AND PRESTIGE PROPERTY MAINTENANCE INC -., THIS AGREEMENT is made and entered into this day of ' % ''i,/ , 20 '�r-�by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Prestige Property Maintenance Inc. a Florida corporation with principal offices located at 3300 SW 46 Ave Davie, FL 33314 (the "Contractor") to provide services for bid 19-29B - Citywide Landscape Maintenance— Irrigation Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Bid Document No. 19-29B for "Citywide Landscape Maintenance", issued by the City of Tamarac on August 6, 2019 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, Instructions to Bidder's), drawings and/or schematic plans, Technical Specifications, all addenda, the Contractor's Bid response dated November 14, 2019, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid 19-29B for"Citywide Landscape Maintenance" as issued by City, and the contractor's bid response; Bid 19- 29B for "Citywide Landscape Maintenance" as issued by City shall take precedence over the contractor's bid response. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents including all Addendums, Exhibits, Attachments and Appendices. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and 19-298-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 1 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) INSURANCE 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Insurance Requirements Line of Business/Coverage Occurrence Aggregate Commercial General Liability Including: Limits Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard $1,000,000 $2,000,000 Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation&Employer's Liability Statutory 4) CONTRACT TERM 4.1 The contract period shall be for three (3) years based upon successful performance by the Contractor. The initial contract term shall commence upon date of award by the City or at a date mutually agreeable with the successful contractor, whichever is later and shall expire three(3) years from that date. Upon completion of the first three (3) year period, the City reserves the right to renew the Contract for two (2) additional three (3) year periods providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. 19-29B-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 2 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 4.2 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing & Contracts Manager. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. The ongoing performance evaluation process will continue during any renewal periods for the life of the Agreement. 5) CONTRACT SUM The Contract Pricing for the above work shall be in accordance with the unit pricing contained within Exhibit "A" Irrigation and shall not exceed: Seventy-Two Thousand Six Hundred Sixty Dollars and Zero Cents ($72,660.00). The contract shall be for the actual amount as ordered by the City. 6) ESCALATION / DE-ESCALATION Upon satisfactory completion of the first 12 months of this Agreement, the contract price shall be eligible for an increase (or decrease)equal to the percentage change to the Miami Urban CPI Index for the 12-month period ending the previous June 30th. In no event shall not exceed 4% for any 12-month period. The rate increase shall become effective on October 1st. Thereafter, the contract price shall be eligible for an annual adjustment increase (once every 12 months), based upon the process stated herein. 7) LIQUIDATED DAMAGES 7.1 Failure to respond to requests by City within twenty-four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a Two Hundred Fifty Dollars and Zero Cents ($250.00) a day deduction from the following payment application. In addition, all debris, limbs and fronds will be picked up the same day of pruning. Failure to pick up debris will result in a fee of $250.00 per day, as long as debris remains. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that $50.00 per day is an amount proportionate to the cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. 7.2 Contractor is responsible to ensure that all work is done to the specifications as outlined in this document and as requested by the City. Contractor is further responsible to maintain a safe work environment for workers, pedestrians, and traffic; which includes ensuring that all litter, waste, and debris at all work locations is properly handled, collected, and/or disposed of. Contractors shall ensure that all job sites are safe for pedestrian, bicycle, and vehicular traffic prior to leaving the job site. 7.3 Failure to respond to requests by City within the specified time frame including, but not limited to, inadequate/defective work, hazardous situations, and litter and debris. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that designated amounts per day and/or per location is an amount proportionate to the 19-298-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 3 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. • Hazardous Situation: Failure to rectify, within three (3) hours of notification, a hazardous situation as deemed by the City, including, but not limited to, obstructed sightlines in intersections; obstructions /trip hazards in sidewalks, walkways, and paths - $250 per day until corrected. Note: initial notification may be made verbally (e.g. telephone) but shall be memorialized in writing (e.g. email). • Litter and Debris: Failure to pick up debris within 24 hours of notification (e.g. litter, tree trimmings, excessive grass clippings, excess mulch on sidewalks, etc.) - $250 per day until corrected • Fine Cut Mowing & Edging: Failure to maintain Fine Cut Mowing & Edging to standards and/or frequency(except due to weather or conditions) - $100 per day until corrected • Mulch: Failure to adhere to schedule, inadequate cover and/or material not to specification - $50 per location per day until corrected and/or completed • Irrigation & Wet Testing: Failure to complete monthly inspection, including written damage report - $50 per location per day until corrected. 8) PAYMENTS Payment will be made monthly for work that has been completed, inspected and properly invoiced. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. Contractor shall not incur costs for performance of services under this Agreement in excess of said amount without the prior written authorization of the City Manager or designee. Payments shall be processed upon receipt of a properly completed invoice in accordance with The Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 9) REMEDIES 9.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 9.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non- conformance and the quality of workmanship. 10) CHANGE ORDERS 10.1 All Change Orders shall include a maximum Overhead and Profit, not to exceed five percent (5%) and five percent(5%) respectively. 19-29B-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 4 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 10.2 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 10.3 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 10.4 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 10.5 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 10.6 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 10.7 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 10.8 In the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as City deems necessary to complete the work. The cost of any work covered by a change order 19-29B-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 5 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 11) AVAILABILITY OF CONTRACTOR Contractor shall be reasonably available to the City through telephone access and shall notify the City promptly of any absence or anticipated delay in the performance of services under this Agreement. 12) NO DAMAGES FOR DELAYS ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS.Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable,foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10)years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 13) WAIVER OF LIENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owner" and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment 19-298-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 6 Agreement TAMARAC The City For Your Life ty c j Tamarac Purchasing and Contracts Division of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement. 14) WARRANTY Contractor warrants the work against defect for a period of one (1) year from the date of City approval of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 15) INDEMNIFICATION 15.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys'fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 15.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 16) NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 17) INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the 19-298-Citywide Landscape Maintenance-Landscape Maintenance service Portion 7 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 18) ASSIGNMENT AND SUBCONTRACTING Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 19) NOTICE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the CITY ATTORNEY at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: Prestige Property Maintenance Inc. Address: 3300 SW 46 Ave Davie, FL 33314 FIN/EIN:59-2639529 Contract Licensee:BC#: 324-165400 Contact:Lisa Saltzman Email: lisa(a�prestigepmm.com Phone: 954-584-3465 Fax: 954-584-3465 19-29B-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 8 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 20) TERMINATION 20.1 Termination for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify city against loss pertaining to this termination. 20.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 21) AGREEMENT SUBJECT TO FUNDING This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 22) VENUE This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 23) SIGNATORY AUTHORITY The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 24) SEVERABILITY; WAIVER OF PROVISIONS Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting validity or enforceability of such provisions in any other jurisdiction. The non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect enforceability of that provision or of the remainder of this Agreement. 25) UNCONTROLLABLE CIRCUMSTANCES 25.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this 19-29B-Citywide Landscape Maintenance—Landscape Maintenance Service Portion 9 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. 25.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 26) MERGER; AMENDMENT This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 27) NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 28) CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 29) PUBLIC RECORDS 29.1 The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR shall comply with Florida's Public Records Law. Specifically, CONTRACTOR shall: 29.1.1 Keep and maintain public records required by the CITY in order to perform the service; 19-29B-Citywide Landscape Maintenance—Landscape Maintenance Service Portion 10 Agreement TAMARAC The City For Your Life Co of Tamarac Purchasing and Contracts Division 29.1.2 Upon request from the CITY, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at no cost to the CITY. 29.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement and any renewals thereof if CONTRACTOR does not transfer the records to the CITY. 29.1.4 Upon completion of the Agreement, transfer, at no cost to the CITY, all public records in possession of CONTRACTOR, or keep and maintain public records required by the CITY to perform the service. If CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records in a format that is compatible with the information technology systems of the CITY. 29.2 During the term of this Agreement and any renewals, CONTRACTOR shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. 30) SCRUTINIZED COMPANIES - 287.135 AND 215.473 30.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 30.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 31) CUSTODIAN OF RECORDS 19-29B-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 11 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(c�TAMARAC.ORG Balance of Page Intentional Left Blank 19-29B-Citywide Landscape Maintenance-Landscape Maintenance Service Portion 12 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President duly authorized to execute same. , NoFiTAtM, CITY OF TAMARAC (3: • • Michelle J. Gomez, Mayor /- ESTABLISHED: • �_ 1963 ; SEAL to ATTEST: ���CO U ichael C. Cernech, City Manager Lillian Pabon, CMC Date Acting City Clerk /e/i Approved as to form and legal sufficiency: Dat prs5k..Ci Attorney Da e ATTEST: PRESTIGE PROP-ERTY MAINTENANCE INC Sig Lire orate Secretary , lgn re er r. w L L L n Greg Lica Type/Print Name of Corporate Secy. President ict iz-ot (CORPORATE SEAL) Date 19-29B-Citywide Landscape Maintenance—Landscape Maintenance Service Portion 13 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF Broward SS I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Greg Lica, President of PRESTIGE PROPERTY MAINTENANCE INC., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of December 17 , 20 19. Signature of Notary Public pub6cState of F�onGa State of Florida at Large Notary GG 339958�.r�''4, Barbara DsNondo 4 •�+ W os�'12g12023 Barbara DiNardo •�'+or0, Print, Type or Stamp Name of Notary Public Ix I Personally, known to me or ❑ Produced Identification Type of I.D. Produced ❑x DID take an oath, or ❑ DID NOT take an oath. TAMARAC The City For Your Lite City of Tamarac Purchasing and Contracts Division SERVICES AGREEMENT BETWEEN THE CITY OF TAMARAC AND SFM SERVICES, INC. THIS AGREEMENT is made and entered into this 1 day of 'IA L''i _'� , 20-- by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the"CITY") and SFM SERVICES, INC. a Florida corporation with principal offices located at 9700 NW 79th Ave Hialeah Gardens, FL 33016 (the "Contractor") shall provide services for bid 19-29B - Citywide Landscape Maintenance — Mowing, Hedge Trimming, Chemical Pest Control, Turf, Shrub, Tree and Palm Fertilizing Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Bid Document No. 19-29B for "Citywide Landscape Maintenance", issued by the City of Tamarac on August 6, 2019 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, Instructions to Bidder's), drawings and/or schematic plans, Technical Specifications, all addenda, the Contractor's Bid response dated November 14, 2019, and all modifications issued after execution of this Agreement.These contract documents form the Agreement,and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid 19-29B for"Citywide Landscape Maintenance" as issued by City, and the contractor's bid response; Bid 19- 29B for"Citywide Landscape Maintenance" as issued by City shall take precedence over the contractor's bid response. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to scope complete the of work, as outlined in the contract documents P including all Addendums, Exhibits, Attachments and Appendices. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two(72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. TAMA RAMC The City For Your Life City of Tamarac Purchasing and Contracts Division 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) INSURANCE 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all PY necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Insurance Requirements Line of Business/Coverage Occurrence Aggregate Commercial General Liability Including: Limits Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard $1,000,000 $2,000,000 Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers'Compensation&Employer's Liability Statutory 4) CONTRACT TERM 4.1 The contract period shall be for three (3) years based upon successful performance by the Contractor.The initial contract term shall commence upon date of award by the City or at a date mutually agreeable with the successful contractor, whichever is later and shall expire three(3)years from that date. Upon completion of the first three (3)year period, the City reserves the right to renew the Contract for two (2) additional three (3) year periods providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. 1:1-21b t:f/tvucic:I.: ,d(,6 Ma I tar.,. / vlao t I/,ram TAMARAC The City For Your Lite City of Tamarac Purchasing and Contracts Division 4.2 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing & Contracts Manager. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. The ongoing performance evaluation process will continue during any renewal periods for the life of the Agreement. 5) CONTRACT SUM The Contract Pricing for the above work shall be in accordance with the unit pricing contained within Exhibit "A" Mowing, Hedge Trimming, Chemical Pest Control, Turf Fertilizer, Shrub, Tree and Palm Fertilizer Services and shall not exceed: Six Hundred Ninety-One Thousand Nine Hundred Forty-Four Dollars and Seventy-Nine Cents r ($691,944.79). The contract shall be for the actual amount as ordered by the City. 6) ESCALATION / DE-ESCALATION Upon satisfactory completion of the first 12 months of this Agreement, the contract price shall be eligible for an increase(or decrease)equal to the percentage change to the Miami Urban CPI Index for the 12-month period ending the previous June 30th. In no event shall not exceed 4% for any 12-month period. The rate increase shall become effective on October 1st. Thereafter, the contract price shall be eligible for an annual adjustment increase (once every 12 months), based upon the process stated herein. 7) LIQUIDATED DAMAGES 7.1 Failure to respond to requests by City within twenty-four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a Two Hundred Fifty Dollars and Zero Cents ($250.00) a day deduction from the following payment application. In addition, all debris, limbs and fronds will be picked up the same day of pruning. Failure to pick up debris will result in a fee of $250.00 per day, as long as debris remains. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that $50.00 per day is an amount proportionate to the cost incurred by the City as a result of such breach.The parties agree that this amount is not intended as punitive damages. 7.2 Contractor is responsible to ensure that all work is done to the specifications as outlined in this document and as requested by the City. Contractor is further responsible to maintain a safe work environment for workers, pedestrians, and traffic;which includes ensuring that all litter,waste, and debris at all work locations is properly handled, collected, and/or disposed of. Contractors shall ensure that all job sites are safe for pedestrian, bicycle, and vehicular traffic prior to leaving the job site. 7.3 Failure to respond to requests by City within the specified time frame including, but not limited to, inadequate/defective work, hazardous situations, and litter and debris. The parties agree that damages consequent to a breach of this section are not readily ascertainable at the time of execution of this Agreement, and agree that 19-298-Citywide Landscape Main!snanco-Lann scape Mainfanenco Service - '. TAMARAC The City For Your life City of Tamarac Purchasing and Contracts Division designated amounts per day and/or per location is an amount proportionate to the cost incurred by the City as a result of such breach. The parties agree that this amount is not intended as punitive damages. • Hazardous Situation: Failure to rectify, within three (3) hours of notification, a hazardous situation as deemed by the City, including, but not limited to, obstructed sightlines in intersections; obstructions/trip hazards in sidewalks, walkways, and paths - $250 per day until corrected. Note: initial notification may be made verbally (e.g. telephone) but shall be memorialized in writing (e.g. email). • Litter and Debris: Failure to pick up debris within 24 hours of notification (e.g. litter, tree trimmings, excessive grass clippings, excess mulch on sidewalks, etc.) - $250 per day until corrected • Fine Cut Mowing & Edging: Failure to maintain Fine Cut Mowing & Edging to standards and/or frequency(except due to weather or conditions) - $100 per day until corrected 8) PAYMENTS Payment will be made monthly for work that has been completed, inspected and properly invoiced. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30)days to review, approve and pay all invoices after receipt. Contractor shall not incur costs for performance of services under this Agreement in excess of said amount without the prior written authorization of the City Manager or designee. Payments shall be processed upon receipt of a properly completed invoice in accordance with The Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 9) REMEDIES 9.1 Damages:The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 9.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship,the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and /or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non- conformance and the quality of workmanship. 10) CHANGE ORDERS 10.1 All Change Orders shall include a maximum Overhead and Profit, not to exceed five percent (5%) and five percent(5%) respectively. 10.2 Without invalidating the contract,without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The 19-298-Citywide Landscape M.-manna., —I ondscapa Madded 1,v:.e Se,vice TAMARAC The City For Your life City of Tamarac Purchasing and Contracts Division Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 10.3 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 10.4 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 10.5 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 10.6 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 10.7 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 10.8 In the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's 19-29B-Citywide Landscape Maintenance—Lad cape Mainte lce Servnz .. TAMARAC The City For Your Ute City of Tamarac Purchasing and Contracts Division responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 11) AVAILABILITY OF CONTRACTOR Contractor shall be reasonably available to the City through telephone access and shall notify the City promptly of any absence or anticipated delay in the performance of services under this Agreement. 12) NO DAMAGES FOR DELAYS ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS.Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay,disruption, interference be reasonable or unreasonable,foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten(10)years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 13) WAIVER OF LIENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a"Notice to Owner" and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement. 14) WARRANTY 19-298-Citywide Landscape Maintenance—Landscape Maintenance Se,c c. 1'AMARA C The City For Your Life City of Tamarac Purchasing and Contracts Division Contractor warrants the work against defect for a period of one (1) year from the date of City approval of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 15) INDEMNIFICATION 15.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses(including attorneys'fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily h gross negligence or personal injury, or property damage solelyattributable tot the J rY P P Y 9 or willfulor appointedofficials and employees. u misconduct of the City or its elected The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 15.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 16) NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 17) INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's 1J-23U '.:Iyvidc'_ Y pn Ma f n<<.—l+. i-,H.,Llaiiif �uie TAMARAC The City For Your Lite City of Tamarac Purchasing and Contracts Division activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 18) ASSIGNMENT AND SUBCONTRACTING Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 19) NOTICE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the CITY ATTORNEY at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: SFM SERVICES, INC. Address: 9700 NW 79TH AVE. HIALEAH GARDENS, FL 33016 FIN/EIN:59-2766887 Contract Licensee:CGC1514564 Contact:Christian Infante Email: cinfante(a�sfmservices.com Phone: 305-818-2424 Ext. 24 Fax: 305-818-2424 20) TERMINATION 20.1 Termination for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the 19-298-Citywide Landscape Maintenance—Landscape Maintenance Seivic„ - TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify city against loss pertaining to this termination. 20.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty(30)days after receipt by Contractor of written notice of such neglect or failure. 21) AGREEMENT SUBJECT TO FUNDING This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 22) VENUE This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 23) SIGNATORY AUTHORITY The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 24) SEVERABILITY; WAIVER OF PROVISIONS Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting validity or enforceability of such provisions in any other jurisdiction.The non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect enforceability of that provision or of the remainder of this Agreement. 25) UNCONTROLLABLE CIRCUMSTANCES 25.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces,the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. f9-298-Citywide Landscape Maintenance—Landscape Maintenance Service TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 25.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 26) MERGER; AMENDMENT This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 27) NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 28) CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 29) PUBLIC RECORDS 29.1 The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR shall comply with Florida's Public Records Law. Specifically, CONTRACTOR shall: 29.1.1 Keep and maintain public records required by the CITY in order to perform the service; 29.1.2 Upon request from the CITY, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at no cost to the CITY. 19-29B Citywide Landscape Maintenance—Landscape M.»,,tuiei/, /•nce Tim� The City For Your Life City of Tamarac Purchasing and Contracts Division 29.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement and any renewals thereof if CONTRACTOR does not transfer the records to the CITY. 29.1.4 Upon completion of the Agreement,transfer,at no cost to the CITY,all public records in possession of CONTRACTOR, or keep and maintain public records required by the CITY to perform the service. If CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records in a format that is compatible with the information technology systems of the CITY. 29.2 During the term of this Agreement and any renewals, CONTRACTOR shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. 30) SCRUTINIZED COMPANIES - 287.135 AND 215.473 30.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 30.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 31) CUSTODIAN OF RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS 19-29B-Citywide Landscape Maintenance—Landscape Maintenance So,vice TAMARAC The City For Your Lite City of Tamarac Purchasing and Contracts Division RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(a,TAMARAC.ORG Balance of Page Intentional Left Blank 19-298-Citywide Landscape Mainfenanco—Landscape Maintenance Sei vice 12 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF,the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Owner/ President duly authorized to execute same. OC {�jTAi� ... CITY OF TAMARAC //4-6((:(\i`-() • ESTABLISHED D Mich le J. Gomez, May r =rX) . 1963 • S �'+►_ :'Cj= Date % O �f=OM \\`\ ATTESTS Michael C. Cernech, City Manager Lillian Pabon, CMC Date Acting City Clerk 14. , aD Approved as to form and legal sufficiency: Date .t pS3 ity Attorney J D I o ATTEST: SFM Servic . Signat r f C porate Secretary Signat wner President s (At 'I1 t1Ck n Christian Infante Type/Print Name of Corporate Secy. Owner/ President Date • (CORPORATE SEAL) 19 27H-c:a,ai 1,i.and_scapo.'Na,ntanance—Landscape Maintenance Saivice 13 TAMARAC The City For Your Lite City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF V\ OIL : :SS COUNTY OFM t C.fv^; I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Christian Infante, Owner / President of SFM Services, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of ' C�" , 20 Sighattx of Notary Public State of Florida at L.rg�"' c�,, Notary Public state of Florida �41; Vanezza D Rivera ♦, My Commission GG 291007 ji ..,. • r• 3 Print, Type or Stam Name of Notary Public Personally known to me or --)rg Produced Identification Type f I.D. Produced DID take an oath, or ❑ DID NOT take an oath. • 19-298-Citywide Landscape Maintenance—Landscape Maintenance Service 14 - - SFMSER AC�® DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/19/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jose Sardinas Commercial Lines-(305)443-4886 PHONE FAX (A/C No Ext): 786.785.1158 (A/C,No):US I Insurance Services LLC ADDRESS: Jose.Sardinas@usi.com 2601 South ayS ore Drive,Suite 1600 INSURERS AFFORDING COVERAGE NAIC# Coconut Grove,FL 33133 INSURERA: Old Republic Insurance Company 24147 INSURED INSURER B: SFM Services, Inc. INSURER C: 9700 NW 79 Avenue - — INSURER D: INSURER E: Hialeah Gardens,FL 33016 INSURER F: COVERAGES CERTIFICATE NUMBER: 14708839 REVISION NUMBER: See below 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. INSFIJ TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP - ----- LTR ,INSD WVD, POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY A X MWZY312622 03/01/2019 03/01/2020 EACH OCCURRENCE SDAMAGE RETE 1,000,000 CLAIMS-MADE X OCCUR PREMISESO(Ea occur ence) -1$ 500,000 -._ MED EXP(Any one person) S 10,000 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X P CT LOC PRODUCTS-COMP/OP AGG 5 2,000,000 OTHER $ A AUTOMOBILE LIABILITY MWTB 31519819 12/12/2019 03/01/2020 (EOMaBeIcNdeDISINGLE LIMIT $ 1,000,000 ANY AUTO BODILY INJURY(Per person) S OWNED x SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS x I HIRED x NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY (Per accident) x Comp/$1,000 X Coll/$1,000 , UMBRELLA LIAB OCCUR EACH OCCURRENCE S I J EXCESS LIAB r— CLAIMS-MADE � AGGREGATE $ 1 DED RETENTION$ S A AND EMPLOYERS' YERS'LIABILITY IONILIT PER 03/01/2019 03/01/2020 X STATUTE EERH AND EMPLOYERS'LIABILITY Y/N MWC312623 ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED', N/A, (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE, S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT ', $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is additional insured with respects to general liability,on a primary and non-contributory basis,when required by written contract in accordance with the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION City of Tamarac SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 7525 N.W.88th Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Tamarac,FL 33321 AUTHORIZED REPRESENTATIVE Z The ACORD name and logo are registered marks of ACORD ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) DATE(MM/DDNYYY) ACORU® CERTIFICATE OF LIABILITY INSURANCE `..� 3/1/2020 12/19/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONT PRODUCER Lockton Companies NAMEACT 3280 Peachtree Road NE,Suite#250 (PHONr o FAX .Extr No): Atlanta GA 30305 E-MAIL (404)460-3600 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:The North River Insurance Company 21105 INSURED SFM Services,Inc. INSURER B: 1460967 9700 NW 79th Avenue INSURER C: Hialeah Gardens,FL 33016 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 16467826 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OFINSURANCE /Y ADDL SUBR POLICY EFF POLICY EXP LIMITS LTRINSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDYYY) COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ XXXXXXX _ MED EXP(Any one person) $ XXXXXXX PERSONAL&ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ XXXXXXX OTHER: $ AUTOMOBILE LIABILITY NOT APPLICABLE COMBINED SINGLE LIMIT $ (Ea accident) XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED AUTOS ONLY AUTOSULED XXXXXXX BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY _ AUTOS ONLY (Per accident) $ XXXXXXX A UMBRELLA LIAB X OCCUR Y N 5821099641 3/1/2019 3/1/2020 EACH OCCURRENCE $ 3,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 3,000,000 DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION NOT APPLICABLE PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCLUDED? n N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ XXXXXXX If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ XXXXXXX A Contractor's Pollution N N G70922009 001 3/26/2019 3/1/2020 Limit:$1,000,000 Agg:$2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder is included as Additional Insured for Umbrella Liability.Umbrella policy is follow form.60 Day Notice of Cancellation/Non-Renewal to the Certificate Holder when required by Written Agreement. CERTIFICATE HOLDER CANCELLATION 16467826 City of Tamarac SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 7525 N.W. 88th Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Tamarac, FL 33321 AUTHORIZED REPRESENTATIVE �_ ) ©1988-201%ACORD CORPOIbATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD