Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-110Temp. Reso. 13515 October 8, 2020 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2020 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 20-12B TO AND APPROVING AN AGREEMENT WITH SUPERIOR LANDSCAPING AND LAWN SERVICES, INC. ("SUPERIOR") FOR CITYWIDE TREE TRIMMING SERVICES; BASED ON ESTABLISHED CONTRACT FIXED UNIT PRICES; AUTHORIZING ANNUAL EXPENDITURES NOT TO EXCEED $399,634.00 INCLUDING ANNUAL PRICE ESCALATION / DE-ESCALATION PER BID NO 20- 1213; AUTHORIZING PROPER CITY OFFICIALS TO EXECUTE CONTRACT RENEWALS; AUTHORIZING AN ADDITIONAL APPROPRIATION IN THE AMOUNT NOT TO EXCEED $288,463.00 TO BE INCLUDED IN A FUTURE BUDGET AMENDMENT PURSUANT TO F.S. 166.241(2); 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 trimming and pruning of shade trees and palm trees provided in a cost-effective and efficient manner; and WHEREAS, on August 6, 2020, the City of Tamarac published Bid No. 20-12B for Citywide Routine and Emergency Tree Trimming Services; and WHEREAS, on August 25, 2020, the City of Tamarac held a Pre -Bid Conference for potential submitters; and WHEREAS, on September 10, 2020, six (6) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications, a bid Temp. Reso. 13515 October 8, 2020 Page 2 of 5 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 the lowest apparent bid from Coco Tree Service, Corporation to be nonresponsive, and determined Superior to be the lowest responsive and responsible bidder, and WHEREAS, City Staff have decided not to award the Emergency Services portion of Bid No. 20-1213; 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. 20-12B to Superior Landscaping and Lawn Services, Inc. for Citywide Tree Trimming Services, and that the appropriate City Officials be authorized to execute said Agreement, attached hereto as "Exhibit 2"; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the City of Tamarac and its residents to award Bid No. 20-12B to Superior Landscaping and Lawn Services, Inc. for Citywide Tree Trimming Services, and to authorize the appropriate City Officials to execute said Agreement, attached hereto as "Exhibit 2". NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof, and all exhibits referenced and attached hereto are incorporated Temp. Reso. 13515 October 8, 2020 Page 3 of 5 herein and made a specific part of this resolution. SECTION 2: The City Commission HEREBY awards Bid No. 20-12B to Superior Landscaping and Lawn Services, Inc. for Citywide Tree Trimming Services ("The Agreement") and the appropriate City officials are hereby authorized to execute the Agreement, attached hereto as "Exhibit 2", to provide Citywide Tree Trimming Services. SECTION 3: The appropriate City Officials are HEREBY authorized to extend or renew the Agreement with Superior Landscaping and Lawn Services, Inc. for Citywide Tree Trimming Services. SECTION 4: Annual expenditures in the amount of $399,634.00 including annual escalation / de-escalation per Bid No. 20-12B for Citywide Tree Trimming Services are HEREBY approved. SECTION 5: An appropriation in an amount not to exceed $288,463.00 that will be included in a future budget amendment pursuant to F.S. 166.241(2). is HEREBY approved. SECTION 6: The City Manager or designee is HEREBY authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 7: All resolutions or parts of resolutions in conflict herewith are Temp. Reso. 13515 October 8, 2020 Page 4 of 5 hereby repealed to the extent of such conflict. SECTION 8: If any clause, section, other part or application of this Resolution is held by any count of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 9: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of l!%,�i 2020. ATTEST: J NIFE JOH N CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUEL S GOREN CITY A 0RNEY MICHELLE jY'GOMEZ MAYOR RECORD OF COMMISSION V TE: MAYOR GOMEZ DIST 1: V/M BOLTON 5 DIST 2: COMM. GELIN /$zU DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO 'S T�MA�AC The City For Your life City of i"arnarac Purchasing and contracts Division ROUTINE TREE TRIMMING SERVICES AGREEMENT BETWEEN THE CITY OF TAMARAC AND SUPERIOR LANDSCAPING & LAWN SERVICE, INC. 41- THIS AGREEMENT is made and entered into this iG' day of � '` ' 20 ,-v-V 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 Superior Landscaping & Lawn Service, Inc., a Florida corporation with principal offices located at 2200 NW 23rd Ave. Miami Florida 33142 (the "Contractor") shall provide services for Citywide Routine Tree Trimming Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Bid Document No. 20-12B for "Routine and Emergency Tree Trimming Services", issued by the City of Tamarac on August 6, 2020 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, General Requirements, Instructions to Bidder's), Technical Specifications, all addenda, the Contractor's Bid response dated September 10, 2020, 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 20- 12B for "Routine and Emergency Tree Trimming Services" as issued by City, and the contractor's bid response; Bid 20-12B for "Routine and Emergency Tree Trimming Services" 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. TERM 2.1 Performance Probation Period: The Contractor shall enter into a Ninety (90) day probationary period beginning on the date of the execution of this Agreement. During this time City staff will closely scrutinize the Contractor's performance. If the performance is acceptable, the Contractor will be notified and the Agreement will extend through the expiration date this Agreement. The City has the right to terminate the contract during the probationary period with or without cause, and this right shall be solely at the discretion of the City. 2.2 Term: The contract term shall be for a three (3) year term from date of contract award, subject to a provision with regard to Performance Base Contracting. All prices shall remain fixed and firm for the initial contract term. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service T�AMAR,LAC The City For Your Life City of Tamarac Purchasing and Contracts Division 2.3 Renewal: City reserves the right to recommend renewal of the Agreement(s) for up to two (2) additional three (3) year periods, providing satisfactory Contractor(s) performance, providing for Contractor(s) and City's mutual acceptance to renew and as may be in the best interest of the City. 2.4 Extension Option: City shall have the option to extend the term of the Agreement on a month -to -month basis upon thirty (30) days written notice to the Contractor at the same terms and conditions in the event that the City is unable to complete the renewal or rebid of this Agreement(s) prior to the scheduled expiration. 3. THE WORK 3.1 The Contractor shall perform all work for the City required by the Contract Documents as set forth below: 3.1.1 Contractor shall furnish all labor, materials, and equipment necessary to provide services to complete Citywide Routine Tree Trimming Services within the City of Tamarac including but not limited to public rights -of -way and/or medians at specific locations as described in Bid Document 20-12B. 3.1.2 Contractor shall supervise the work force at all times to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 3.1.3 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or sub -contractors, if any, with respect to the work and services described herein. 3.2 Reports: The Contractor shall be provided with a checklist to be filled out and returned to the Public Services Department after each tree trimming service. All maintenance operations and dates they were performed shall be noted, and any repairs or damages shall be described. No payment will be made unless all reports are provided. 3.3 Schedule: Contractor shall provide a weekly schedule of daily activities to City's Landscaping Supervisor ahead of time. 3.4 Time Limits: All Citywide Tree Trimming Services shall be performed in accordance with Contractor's approved time schedule, to be mutually agreed upon by the City and Contractor after Notice of Award, and in accordance with the requirements outlined in the Invitation for Bid. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service TiMARAC. The City For Your Life City of Tamarac Purchasing and Contracts Division 4. RATES, RECORDS, BILLING AND PAYMENT 4.1 Rates: The rates referred in Bid # 20-12B shall be applied to services performed by Contractor within service area. Contractor shall also receive compensation for additional work performed as stated in the bid documents. City shall approve such additional work prior to its commencement. 4.1.1 The rates quoted are to apply to any area annexed into the City. 4.1.2 Contractor shall work with City to resolve any unforeseen problems that may arise during the term of this Agreement. This includes, but is not limited to, providing extra crews and equipment in times of emergency. 4.2 Billing: After each maintenance operation is complete, Contractor shall request inspection by the City's supervisor, and sign -off on job ticket, to be included with each monthly invoice. Contractor then shall submit a monthly invoice on the first day of each month, itemizing all maintenance items performed the previous month, with signed -off tickets attached. A schedule of all maintenance items to be performed the following month shall be submitted with the invoice noting dates, times and locations of operations. The Public Services Department must be notified (5) days prior to any change in scheduling to allow City staff to inspect sites for scheduled maintenance. Written reports must be turned in to the Public Services Department after each Tree Trimming Service on a checklist to be provided to Contractor by City. 4.3 Payment: Payment will be made on a monthly basis in arrears, after all services have been received, accepted, and properly invoiced. Invoices must include the project name, bid number and purchase order number if applicable. The City has up to twenty-five (25) business days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VI I, Chapter 218. 5. COMPENSATION, SCHEDULES AND FREQUENCIES 5.1 The Contract Sum for the above work shall be for actual work completed as authorized by the City. Contractor shall be paid for all services including labor at the Unit Prices contained in Appendix "A" herein titled "Bid Schedule" for Citywide Routine Tree Trimming and Removal Services. 5.2 To receive payment, the Contractor must submit monthly invoices showing the corresponding services performed. Each invoice must be accompanied by a breakdown of the category of work performed (including but not limited to tree trimming, tree removal), and, as appropriate, the type and size of the tree for each service performed. 5.3 All prices shall be listed and easily identified against the quoted Contract pricing. Time and Material Costs are subject to ongoing monitoring by either City staff and/or an independent third -party monitoring firm. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service TAMARAc The City For Your Life City of Tamarac Purchasing and Contracts Division 6. CONTRACTOR'S LOCAL OFFICE 6.1 Office/Managing Agent: Throughout the term of this Agreement, the Contractor shall establish and maintain a local office or authorized managing agent within Broward County and shall designate in writing within ten (10) days of execution of this Agreement the agent upon whom all notices may be served from the City. Service upon Contractor's agent shall always constitute service upon the Contractor. 6.2 Hours of Operation: Contractor's local office shall be open during collection hours so that City may lodge complaints, requests for information, and requests for service. At a minimum, the Contractor's local office shall be available during the hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. Tree Trimming Maintenance operations shall not begin prior to 7:30 a.m., as provided in the Invitation for Bid. 6.3 Staffing: Contractor's local office shall have a responsible person in charge during regular business hours, shall be equipped with sufficient telephones, a local telephone number, and sufficient attendants to receive telephone calls. Attendant(s) shall receive calls in a courteous and polite manner, record all complaints, and resolve all complaints in an expeditious manner within the next business day 7. PERFORMANCE BASED CONTRACTING EVALUATION AND MONITORING OF PERFORMANCED BASED CONTRACTORS 7.1 Satisfactory Service Required: The City of Tamarac has embraced the concept of Performance Based Contracting. Under this model of Performance Based Contracting, satisfactory performance will result in the City's exclusive use of the Contractor for all contractual purchases for the full period specified as the contract term. Unsatisfactory performance by the Contractor shall result in the Contractor's loss of exclusivity. If, in the sole judgment of the City, the Contractor is not providing satisfactory service, the exclusive contractual relationship between City and Contractor may be terminated, without penalty, by City at any time after it has purchased the guaranteed volume of goods or services as specified in the Specifications/Statement of Work herein. The principle of Performance Based Contracting, however, does not negate the right of the City to terminate the contract under the standard terms and conditions covering "contract termination" herein. 7.2 Use of Supplemental Agreements The City reserves the right to award additional agreements for Citywide Routine Tree Trimming and Removal Services after attainment of the minimum contractual guarantee due to unsatisfactory performance by Contractor. Awards may be made under this solicitation for a period of ninety (90) calendar days from contract award for tree trimming and removal services, subject to mutual agreement between the City and the applicable Contractor. City shall attempt to award supplemental 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service T�AMAR,LAC The City For Your Life City of Tamarac Purchasing and Contracts Division agreements to Bidders in sequential fashion, beginning with the lowest priced responsive and responsible bid. If supplemental Bidder is unwilling or unable to maintain pricing during the ninety (90) calendar day period, then City may award to the next higher responsive supplemental Bidder. The award of subsequent additional agreements under this solicitation could be required based on changes to the City's requirements, or if the original Contractor fails to perform within the expectations of the City. Please note that additional awards shall not be made until the minimum contractual guarantee has been met, (90 calendar days), unless the original Contractor is defaulted for non-performance during that period. 7.3 Right to Exclusivity Upon passage of the guaranteed contract period, this Agreement shall continue to remain in force; however future exclusivity under the Agreement shall be contingent on the successful performance of the Contractor in accordance with the specifications contained herein. The City shall continue to utilize the Contractor exclusively, for the needs enumerated herein, if it is determined that the Contractor is providing satisfactory performance under the Agreement. Satisfactory performance shall be defined as follows: Successful adherence to the requirements of this Agreement and successful completion of all tasks required under the specifications in a manner which is acceptable to the City. The Contractor shall provide a level of service which shall lead to optimal satisfaction. Complaints, including but not limited to poor service, unacceptable follow-up, disputes relating to invoice processing, etc. shall constitute unsatisfactory performance. More than three (3) complaints per month will prompt a review of the Contractor's performance and may result in cancellation of the exclusivity provision contained herein. 7.4 Contract Report Card: The City shall formally evaluate Contractor on an ongoing basis during the term of the Agreement. The Project Manager shall evaluate the Contractor using a "Contract Report Card" evaluation document, which will evaluate the Contractor's level of service. Evaluation criteria for the "Contract Report Card" will be developed by the City, with input from the Contractor. The City will periodically meet with the Contractor to discuss the results of the "Contract Report Card" evaluation for that period. The Project Manager may appoint a separate committee of contact stakeholders to individually submit "Contract Report Cards" for evaluations. The Contractor shall maintain an average score of 70% or above. In the event that the score falls below 70% for two successive quarters, the Contractor shall lose their rights to exclusivity under the Agreement. 7.5 Performance The City is sole judge of non-performance. Failure of Contractor to comply with conditions, terms, specifications, and requirement of bid is just cause for termination of the agreement. The City, in cooperation with the successful 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service T MAR,�C The City For Your Life City of Tamarac Purchasing and Contracts Division Contractor, shall develop a "Contract Report Card", which will be utilized by agency personnel in the evaluation of the Contractor's performance. In the event that the Contractor does not receive a passing evaluation, the Contractor will be provided with an opportunity to correct any deficiencies within two (2) weeks after being notified of such deficiencies. Failure to correct such deficiencies may result in the Contractor's loss of its exclusive right to do business with the City. 8. INSURANCE 8.1 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 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 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 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. 8.2 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: General Liability - $1 M/$2M Automobile — $1 M/$1 M Workers Comp — Statutory 9. TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 9.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. 9.2 During the entire contract time the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the scope of work may be obtained by City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the scope of work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 9.3 The Contractor shall provide a weekly report and shall be submitted by 9:00 a.m. on Mondays. The report shall include a summary of the prior week's 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service .0 M AC The City For Your Life City of Tamarac Purchasing and Contracts Division work orders. At a minimum, the report shall include the following; type of work completed, work locations, work order number, equipment used, total number of hours to complete the work order, the number of personnel assigned to the work order, and the hours worked per personnel. The report must be in an electronic, or other City -approved format that may be sorted. If no work orders were issued in any particular week, a report is not required for that week. 10. REMEDIES 10.1 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. 10.2 Liquidated Damages: Failure to respond to requests by City within twenty-four (24) hours regarding inadequate maintenance procedures, litter, limbs and other debris not removed will result in a Two Hundred Fifty Dollars $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 tree debris will result in a fee of Two Hundred Fifty Dollars $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 Two Hundred Fifty Dollars $250.00 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. Contractor is responsible to ensure that all work is done to the specifications as outlined in this document and as requested by the City. It is understood and agreed that timely performance by the contractor is essential and that damages to the City for failure to perform or complete the work required within the time allotted shall be charged Two Hundred Fifty Dollars $250.00 per set of trees past the designated completion date. 10.3 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. 10.4 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 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, 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service TAMARA�C The City For Your Life City of Tamarac Purchasing and Contracts Division 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 11. CORRECTION OF DEFECTIVE WORK 11.1 The Contractor shall correct Work rejected by the City or known by the Contractor to be defective or failing to conform with the Contract Documents. 11.2 The City shall provide the Contractor with written notice regarding defective or rejected work. Written notice of defective work includes, but is not limited to, emails and memorandums. 11.3 Defective work that poses a hazard to vehicular traffic or pedestrians, includinq but not limited to, obstructed sightlines at intersections, overgrown hedge, etc., shall be deemed an emergency: and shall be corrected by the Contractor within three (3) hours of notification. Initial notification of a hazard may be made verbally (e.g. telephone) but shall be memorialized in writing (e.g. email or memorandum). 11.4 All other defective work shall be addressed within three days after notice from the City. The Contractor shall commence with corrective action to ensure the Work is not defective or rejected. 11.5 If the Contractor fails to correct defective Work as required or persistently fails to carry out the Work in accordance with the Contract Documents, the City, by written order may stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, the City's right to stop the Work shall not give rise to a duty on the part of the City to exercise the right for benefit of the Contractor or other persons or entities. 11.6 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents within the stipulated time period after receipt of written notice from the City to commence and continue correction of such default or neglect, the City may give a second written notice to the Contractor. If within three days following receipt of the second notice, the Contractor fails to correct such default or neglect with diligence and promptness, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 8 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 11.7 If the Contractor fails to correct a hazardous condition within three hours of initial notification, the City may, at its discretion, have the work performed and the cost incurred by the City, inclusive of labor and materials, shall be deducted from the next pay application. 11.8 Within thirty (30) days of the City's receipt of a properly submitted and correct invoice, the City shall make payment to the Contractor. 11.9 The City shall have no obligation to pay or to be responsible in any way for payment to a Subcontractor of the Contractor except as may otherwise be required by law. 12. CHANGE OF QUANTITIES / CHANGE ORDERS 12.1 The City, without invalidating this Agreement, may order additions, deletions or revisions to the Scope of Work. A written Amendment, Change Order or Work Change Directive shall authorize such additions, deletions or revisions. 12.2 All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior Change Orders for this Contract, increase the cost of the Work to the City or which extend the time for completion, must be formally authorized and approved by the appropriate City authority prior to their issuance and before Work may begin. 12.3 No claim against the City for extra Work in furtherance of a Change Order shall be allowed unless prior written City approval pursuant to this section has been obtained. 12.4 The Project Manager shall prepare Proposed Change Orders on forms provided by the City. When submitted for approval, they shall carry the signature of the Public Services Director, the City Manager, and the Contractor. 12.5 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. 12.6 All disputes pertaining to this Bid between the City and the Contractor shall be settled internally with the appropriate City staff making the final determination and through the following chain of command: 1) Landscaping Division Supervisor; 2) Superintendent, 3) Operations Manager, 4) Assistant Director of Public Services, 5) Director of Public Services, and 6) City Manager. The Purchasing and Contracts Manager or designee shall be present and included in all dispute resolution meetings pertaining to this ITB. In the event a dispute cannot be settled through the chain of command set forth in this section, the dispute shall be brought forward 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service TAMARACE The City For Your Life City of Tamarac Purchasing and Contracts Division in a court of competent jurisdiction. The laws of Florida shall be controlling. Venue shall be in Broward County, Florida. 13. CHANGE ORDERS 13.1 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. 13.2 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. 13.3 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. 14. INDEMNIFICATION 14.1 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. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 10 TAMA� RACE The City For Your Life City of Tamarac Purchasing and Contracts Division 14.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 14.3 The City and Consultant recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 14.4 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. 14.5 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. 15. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT 15.1 During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, genetic information or disability if qualified. 15.2 The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. 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. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 11 TAMARAC The City For Your Life City of Tamarac 16. INDEPENDENT CONTRACTOR Purchasing and Contracts Division 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 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. 17. 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. 18. COST REDUCTION MEASURES In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in frequency. In such an event, the monthly cost for the affected service shall be used to calculate the cost for the reduced service and the contract cost shall be reduced by that amount. The Contractor shall also be provided with a minimum 30-day notice prior to any such reduction in services. 19. CHANGES IN MINIMUM WAGE STATUTES / REQUIREMENTS The contract cost may be adjusted due to a change in the State of Florida Minimum Wage as provided under Article X, "Miscellaneous", Section 24 "Florida Minimum Wage" of the State of Florida Constitution. All such increases shall only reflect a change to the actual costs of the Contractor and shall not include any additional profit. The contract cost adjustment shall not be applicable to wage increases not mandated by a change in law (e.g. salary increase to attract or retain employees, to reward performance, etc.) It is the Contractors responsible to provide documentation verifying eligible changes due to 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 12 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division changes in minimum wage law; such documentation includes, but is not limited to, certified payroll reports. Example scenario for change of Contract Cost / due to Minimum Wage law change: a) Current Minimum Wage is $8.56 b) Current actual rate of compensation $8.65 c). New Minimum Wage increased to $8.75 d) Actual wage paid increased to $8.80 e) Wage change eligible for Contract Cost Change $0.10 ($8.75 — 8.65 = $0.10) *Figures used in above example are for illustrative purposes only, and do not necessarily reflect actual minimum wage rates. 20. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined based upon the submitted Bid Schedule inclusive of any previously agreed upon contract cost adjustments (including, but not limited to, CPI Cost Adjustment). If notice of any change in the contract 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. The City may, at its option, add or remove property requiring landscape maintenance services. Such addition or removal may be permanent or temporary. In such case, the Bid Schedule shall be the basis for determining the cost increase or decrease based upon the Unit Price and actual area and/or quantity. Contractor shall add or remove property only with written approval from the City. Written approval includes, but is not limited to email, memorandum, and change order. 21. 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. 22. NOTICE 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 13 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: Superior Landscaping & Lawn Service, Inc. Address: 22 NW 23rd Ave Miami Flordia, 33142 FIN/EI N: 65-0838100 Contract Licensee: CGC1507080 Contact: Maria Valdes Email: superlandscape@bellsouth.net. Phone: 305-634-0717 Fax: 305-634-0717 23. TERMINATION 23.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 23.2 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. 24. UNCONTROLLABLE FORCES 24.1 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 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 14 TAMARACE The City For Your Life City of Tamarac Purchasing and Contracts Division 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. 24.2 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. 25. 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. 26. 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. 27. 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. 28. SEVERABILITY; WAIVER OF PROVISIONS Any provision in this Agreement that is prohibited or unenforceable in anyjurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 29. 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. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 15 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 30. 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. 31. SCRUTINIZED COMPANIES - 287.135 AND 215.473 31.1 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. 31.2 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. 32. PUBLIC RECORDS 32.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 32.1.1 Keep and maintain public records required by the City in order to perform the service: 32.1.2 Upon request from the City's custodian of public records, 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 a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 32.1.3 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 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 16 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division completion of the contract if the contractor does not transfer the records to the City. 32.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the 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. 32.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 33. 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 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 CITYCLERKOTAMARAC.ORG 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 17 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. CITY OF TAMARAC Michelle J. Gomez, Mayor f° Date AT T: Michael C. Cernech, City Manager - J, A�"� Z,- 'L Jen fifer , oh Son, C -Gify Clerk \\��y OF- TAiM q ' O• ' ESTABLISHED *..� _J3: 1963 :Q SEAL : 0 /tilli'l1\\\ Date ATTEST: ignature of CqrporW S Type/Print Name of Corporate Secy. (CORPORATE SEAL) ( - Li - � kD- Date Appr v d as to form nd legal sufficiency: Cit)i Attorney 03 /LL2- C' Date Superio>c "pi;& Lawn Service, no. dent/Owner Orlando Otero Type/Print Name of President/Owner D to 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 18 TAMARAC The city For Your Life City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF (2— COUNTY 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 Orlando Otero, of Superior Landscaping & Lawn Service, 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 off 20-k-' G4An1Si=g2aqtu-re of Notary Public E°F.�F SANDRAYANIRAARROYOState of Florida at Large V^ Notary Public - State of FloridaCommission x GG 327359 B My Comm. Expires Apr 24, 2023 Assn /j] j� /�%�•� / / �j� �� Bonded through National Notary Assn. Print, Type or Stamp Name of Notary Public []/ Personally, known to me or ❑ Produced Identification Type of I.D. Produced [DID take an oath, or ❑ DID NOT take an oath. 20-12B - Landscape Maintenance Tree Trimming Services Routine Tree Trimming Service 19 TAMARAC City of Tamarac The City For Your Life purchasing and Contracts Division CITY OF TAMARAC VENDOR OWNERSHIP SURVEY Contact:Maria Valdes Agency: Contact E-mail: mvaldes@superiorlandscapin.com Vendor Name: Superior Landscaping & Lawn Service, Inc. Using the drop -down menu to the right to answer the questions below: 1. Does your firm employ more than 50 persons (including full-time and part-time employees) Yes 2. Is your firm a construction firm? No 2A: If YES to number 2 above, is the average annual gross revenue for our firm for the past three 3 ears greater than $9 million? Choose an item. 2B: If NO to number 2 above, is the average annual gross revenue for your firm for the past three (3) years greater than $5 million? Yes 3. Which of the following best describes the gender of your firm's primary owner (at least 51% ownership): Male 4. Which of the following best describes the ethnicity of your firm's primary owner (at least 51% ownership): Hispanic/Latino If you chose "Other", Please indicate: 5. Which of following best describes the primary owner's veteran status (at least 51 % ownership): Not Applicable 6. If your firm has been certified as a Small Business (SBE), a Women Owned Business (WBE), a Minority Owned Business (MBE) or a Veteran N/A Owned Business (VBE), please indicate the agency or agencies that have granted the certification to your firm. (If you choose "other" please indicate the name or names of the certifying agency(ies)): Please save and email this document to: Keith Glatz, CPPO (email: keith.glatz@tamarac.org) Purchasing & Contracts Manager City of Tamarac Fax: (954) 597-3565 Phone: (954) 597-3567 1 of 1