Loading...
HomeMy WebLinkAboutAgenda Council Agenda 091015 CITY OF PALM BEACH GARDENS COUNCIL AGENDA September 10, 2015 7:00 P.M. I. PLEDGE OF ALLEGIANCE II. ROLL CALL III. ADDITIONS, DELETIONS, MODIFICATIONS: IV ANNOUNCEMENTS / PRESENTATIONS: a. 9-11 REMEMBRANCE ESSAY RECIPIENTS. b. SENATOR JOSEPH ABRUZZO – LEGISLATIVE UPDATE. V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS: VI. CITY MANAGER REPORT: VII. COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit request form to the City Clerk prior to this Item) VIII. CONSENT AGENDA: a. APPROVE MINUTES FROM AUGUST 6, 2015 CITY COUNCIL MEETING. b. RESOLUTION 39, 2015 – COLLECTIVE BARGAINING AGREEMENT. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AND RATIFYING ARTICLE 28, SALARY PLAN OF THE COLLECTIVE BARGAINING AGREEMENT WITH THE SERVICE EMPLOYEES INTERNATIONAL UNION (SEIU)/FLORIDA PUBLIC SERVICES UNION FOR THE FISCAL YEAR 2015-2016; AUTHORIZING THE MAYOR AND CITY MANAGER TO EXECUTE SAID AGREEMENT; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. c. RESOLUTION 40, 2015 - PLAT FIRE STATION #2. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING THE CITY OF PALM BEACH GARDENS FIRE STATION NUMBER 2 PLAT; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. Mayor Jablin Vice Mayor Levy Council Member Russo Council Member Premuroso Council Member Tinsley d. PURCHASE AWARD - INDEPENDENT CONTRACT AGREEMENT WITH TENNIS PROFESSIONAL HUY NGUYEN. e. PURCHASE AWARD - MOWING AND LANDSCAPING SERVICES.  PROPOSAL:  SUBMITTALS: f. PURCHASE AWARD – MEDICAL DIRECTOR SERVICES (EMS). g. PURCHASE AWARD - PUBLIC ART REPAIR, MAINTENANCE, AND CONSERVATION.  PROPOSAL:  SUBMITTALS IX. PUBLIC HEARINGS: (* Designates Quasi-Judicial Hearing) a. ORDINANCE 12, 2015 – (1ST READING) ADOPTING FISCAL YEAR 2015/2016 BUDGET. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA ADOPTING THE BUDGET FOR THE CITY OF PALM BEACH GARDENS FOR THE FISCAL YEAR COMMENCING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016; PROVIDING A CONFLICTS CLAUSE AND A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. X. RESOLUTIONS: XI. ITEMS FOR COUNCIL ACTION/DISCUSSION: XII. CITY ATTORNEY REPORT: XIII. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal any decision made by the City Council with respect to any matter considered at this public hearing, such interested persons will need a record of the proceedings and may need to ensure that a verbatim record is made, including the testimony and evidence upon which the appeal is to be based. In accordance with the Americans with Disabilities Act and S ection 286.26, Florida Statutes, persons with disabilities needing special accommodations in order to participate in this proceeding are entitled to the provision of certain assistance at no cost. Please call the City Clerk’s Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is required. For hearing impaired assistance, please call the Florida Relay Service Numbers: 800-955-8771 (TDD) or 800-955-8770 (VOICE). NOTE: All presentation materials must be received by the City Clerk prior to the presentation to the Council. CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 1 08-06-15 CITY OF PALM BEACH GARDENS 1 CITY COUNCIL 2 REGULAR MEETING 3 August 6, 2015 4 5 The regular meeting was called to order at 7:01 p.m. by Mayor Jablin. 6 I. PLEDGE OF ALLEGIANCE 7 II. ROLL CALL 8 PRESENT: Mayor Jablin, Vice Mayor Levy, Council Member Premuroso, Council Member 9 Tinsley. 10 ABSENT: Council Member Russo. 11 III. ADDITIONS, DELETIONS, MODIFICATIONS 12 None. 13 IV. ANNOUNCEMENTS AND PRESENTATIONS 14 None. 15 V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS 16 Vice Mayor David Levy: Reported he has photo is the Florida Parks Department Photo Contest 17 and he won the June contest; Attended the Palm Beach County League of Cities Meeting where 18 he met the new Palm Beach County School District Superintendent Robert Avossa, discussed the 19 Palm Beach County Housing and Places of Accommodation Ordinance, and received committee 20 reports from the Florida League of Cities. 21 Council Member Marcie Tinsley: No report. 22 Council Member Joseph Russo: Absent. 23 Council Member Robert Premuroso: Thanked the Budget Oversight Committee for the July 24 2015 meeting; Announced the Honda Classic had another record year for contributions to 25 charity. 26 Mayor Eric Jablin: No report. 27 VI. CITY MANAGER REPORT 28 Announced the Palm Beach Post published an article regarding the electronic agendas and 29 reported the City Clerk’s office has saved the City $891,882.87 by changing to electronic 30 agendas; Fire Rescue has achieved the American Heart Association 2015 Mission Lifeline EMS 31 Silver Level Recognition Award; Finance Department has received the Distinguished Budget 32 Presentation Award for the current budget from the Government Finance Officers Association of 33 the United States and Canada; City Attorney, R. Max Lohman, has achieved the Florida Bar 34 Board Certified Specialist status in City, County, and Local Government Law. 35 VII. COMMENTS FROM THE PUBLIC 36 Carol Courtney, 8511 40th Terrace N., Palm Beach Gardens; Kevin Easton, 8511 40th Terrace 37 N., Palm Beach Gardens; Mark Marciano, 10 Sheldrake Lane, Palm Beach Gardens; Sue Ellen 38 Williams, 10873 Magnolia Street, Palm Beach Gardens. 39 VIII. CONSENT AGENDA 40 a. APPROVE MINUTES FROM JULY 1, 2015 CITY COUNCIL MEETING. 41 b. RESOLUTION 36, 2015 – CHURCH IN THE GARDENS PLAT. A RESOLUTION OF 42 THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA 43 APPROVING THE PLAT FOR CHURCH IN THE GARDENS PLANNED UNIT 44 DEVELOPMENT (PUD); PROVIDING AN EFFECTIVE DATE; AND FOR OTHER 45 PURPOSES. 46 d. RESOLUTION 38, 2015 – INTERLOCAL AGREEMENT FOR THE PALM BEACH 47 METROPOLITAN PLANNING ORGANIZATION (MPO). A RESOLUTION OF THE CITY 48 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 2 08-06-15 COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AUTHORIZING THE 1 EXECUTION OF THE INTERLOCAL AGREEMENT FOR THE PALM BEACH 2 METROPOLITAN PLANNING ORGANIZATION TO INCLUDE A VOTING 3 REPRESENTATIVE FOR THE VILLAGE OF PALM SPRINGS AND PERMANENT SEATS 4 FOR THE CITY OF GREENACRES AND THE VILLAGE OF ROYAL PALM BEACH; 5 PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. 6 e. PURCHASE AWARD - GROUP HEALTH INSURANCE PLAN (SELF-FUNDED) BLUE 7 CROSS BLUE SHIELD OF FLORIDA. 8 1. PROPOSAL. 9 2. SUBMITTALS. 10 3. CONSULTANT’S ANALYSIS (ITEMS D & E). 11 f. PURCHASE AWARD – STOP LOSS INSURANCE W/SYMETRA LIFE INSURANCE 12 COMPANY. 13 1. PROPOSAL. 14 2. SUBMITTALS. 15 g. PURCHASE AWARD - CONSTRUCTION OF SEWER CONNECTION AND LIFT 16 STATION FOR GOLF COURSE. 17 h. PURCHASE AWARD - TARGETARY PACKAGE FOR TACTICAL TRAINING 18 CENTER. 19 i. PURCHASE AWARD - CONTRACT LABOR SERVICES FOR GOLF COURSE. 20 1. PROPOSAL. 21 2. SUBMITTALS. 22 j. AUTHORIZING THE MAYOR TO SIGN THE STATEMENT ON ANTI-SEMITISM BY 23 MAYORS AND MUNICIPAL LEADERS 24 k. PROCLAMATION - FLORIDA WATER PROFESSIONAL MONTH. 25 l. PROCLAMATION – A DAY TO REMEMBER. 26 Vice Mayor Levy made a motion for approval of the Consent Agenda without Item C. 27 Council Member Tinsley seconded. 28 Motion passed 4-0. 29 Council Member Tinsley recused herself and filled out form 8B. 30 The City Clerk read Resolution 37, 2015. 31 c. RESOLUTION 37, 2015 - DESIGN BUILD OF TACTICAL TRAINING CENTER. A 32 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 33 FLORIDA AWARDING A CONTRACT TO SISCA CONSTRUCTION SERVICES, L.L.C. 34 FOR THE DESIGN BUILD OF A TACTICAL TRAINING CENTER; AUTHORIZING THE 35 CITY MANAGER TO EXECUTE ALL DOCUMENTS NECESSARY TO EFFECTUATE 36 SUCH DESIGN BUILD CONTRACT; PROVIDING AN EFFECTIVE DATE; AND FOR 37 OTHER PURPOSES. 38 1. PROPOSAL. 39 2. SUBMITTALS. 40 Vice Mayor Levy made a motion for approval of the Resolution 37, 2015. 41 Council Member Premuroso seconded. 42 Motion passed 3-0. 43 Council Member Tinsley returned to the dias. 44 IX. PUBLIC HEARINGS: (*Designates Quasi-Judicial Hearing) 45 Those preparing to give testimony were sworn in. 46 The City Clerk read Resolution 31, 2015 by title. 47 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 3 08-06-15 a. *RESOLUTION 31, 2015 - ALTON PCD (FKA BRIGER). A.RESOLUTION OF THE 1 CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A 2 COMMUNITY DESIGN ELEMENTS PACKAGE FOR THE ALTON PLANNED 3 COMMUNITY DEVELOPMENT (PCD), INCLUDING MONUMENT AND 4 NEIGHBORHOOD SIGNAGE, ENTRYWAY LANDSCAPING, ADDITIONAL ACCENT 5 WALLS, DECORATIVE STREET REGULATORY SIGNS AND LIGHTS, PEDESTRIAN 6 SEATING, AMENITIES AND ART, AND THE MULTIMODAL SHELTER FOR THE EAST 7 PORTION OF THE ALTON PCD LOCATED SOUTH OF DONALD ROSS ROAD, NORTH 8 OF HOOD ROAD, EAST OF INTERSTATE 95, AND WEST OF CENTRAL BOULEVARD, 9 AS MORE PARTICULARLY DESCRIBED HEREIN; PROVIDING CONDITIONS OF 10 APPROVAL; PROVIDING A WAIVER; PROVIDING AN EFFECTIVE DATE; AND FOR 11 OTHER PURPOSES. 12 Mayor Jablin opened the Public Hearing. 13 Mayor Jablin asked for any exparte. 14 None. 15 Petitioner: Ken Tuma, Urban Design Kilday Studios. 16 Staff presentation: Principal Planner, Peter Hofheinz. 17 Public comment: None. 18 Mayor Jablin closed the Public Hearing. 19 Vice Mayor Levy made a motion to approve Resolution 31, 2015. 20 Council Member Tinsley seconded. 21 Motion passed 4-0. 22 The City Clerk read Resolution 33, 2015 by title. 23 b. *RESOLUTION 33, 2015 – BALLENISLES PCD AMENDMENT. A RESOLUTION OF 24 THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA 25 APPROVING A PLANNED COMMUNITY DEVELOPMENT (PCD) AMENDMENT FOR 26 THE BALLENISLES PCD, WHICH IS GENERALLY LOCATED ON THE NORTHEAST 27 CORNER OF FLORIDA’S TURNPIKE AND NORTHLAKE BOULEVARD, TO 28 CONSOLIDATE APPROVED PROPERTY DEVELOPMENT STANDARDS AND AMEND 29 SELECT PROPERTY DEVELOPMENT STANDARDS FOR ALL RESIDENTIAL 30 COMMUNITIES WITHIN THE BALLENISLES PCD; PROVIDING AN EFFECTIVE DATE; 31 AND FOR OTHER PURPOSES. 32 Mayor Jablin opened the Public Hearing. 33 Mayor Jablin asked for any exparte. 34 None. 35 Petitioner: Donaldson Hearing, Cotleur and Hearing. 36 Staff presentation: Planner, Joanne Skaria. 37 Public comment: None. 38 Mayor Jablin closed the Public Hearing. 39 Vice Mayor Levy made a motion to approve Resolution 33, 2015. 40 Council Member Tinsley seconded. 41 Motion passed 4-0. 42 The City Clerk read Resolution 34, 2015 by title. 43 c. *RESOLUTION 34, 2015 – FLORIDA POWER AND LIGHT COMPANY. A 44 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 45 FLORIDA APPROVING A PLANNED UNIT DEVELOPMENT (PUD) AMENDMENT AND 46 MAJOR CONDITIONAL USE PERMIT FOR THE FLORIDA POWER AND LIGHT RYDER 47 SUBSTATION, WHICH IS LOCATED ON THE NORTH SIDE OF PGA BOULEVARD, 48 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 4 08-06-15 ONE MILE WEST OF RYDER CUP BOULEVARD, AS MORE PARTICULARLY 1 DESCRIBED HEREIN, IN ORDER TO ALLOW THE CONSTRUCTION OF A WIRELESS 2 TELECOMMUNICATIONS TOWER AND RELATED STRUCTURES; PROVIDING 3 CONDITIONS OF APPROVAL; PROVIDING A WAIVER; PROVIDING AN EFFECTIVE 4 DATE; AND FOR OTHER PURPOSES. 5 Mayor Jablin opened the Public Hearing. 6 Mayor Jablin asked for any exparte. 7 Mayor Jablin spoke with Don Kiselewski Jr., Florida Power and Light (FPL) Senior Executive 8 Director of External Affairs and received an email from Dr. Steven Davidoff, M.D. regarding the 9 project. Vice Mayor Levy spoke to Brian Seymour from Gunster and Yoakley, spoke with Don 10 Kiselewski Jr., and received an email from Dr. Steven Davidoff, M.D. regarding the project. 11 Council Member Premuroso spoke with Don Kiselewski Jr. and received an email from Dr. 12 Steven Davidoff, M.D. regarding the project. Council Member Tinsley spoke with Don 13 Kiselewski Jr. and received an email from Dr. Steven Davidoff, M.D. regarding the project. 14 Petitioner: Brian Seymour, Gunster and Yoakley. 15 Staff presentation: Planner, Joanne Skaria. 16 Public comment: None. 17 Mayor Jablin closed the Public Hearing. 18 Vice Mayor Levy made a motion to approve Resolution 34, 2015. 19 Council Member Tinsley seconded. 20 Motion passed 4-0. 21 X. RESOLUTIONS 22 The City Clerk read Resolution 26, 2015 by title. 23 a. RESOLUTION 26, 2015 - FEES & CHARGES SCHEDULE. A RESOLUTION OF THE 24 CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA UPDATING THE 25 SCHEDULE OF FEES AND CHARGES FOR VARIOUS SERVICES RENDERED BY THE 26 CITY OF PALM BEACH GARDENS FOR ITS CITIZENS AND OTHER MEMBERS OF 27 THE PUBLIC FOR FISCAL YEAR 2015/2016; PROVIDING AN EFFECTIVE DATE; AND 28 FOR OTHER PURPOSES. 29 Petitioner: None. 30 Staff Presentation: Finance Administrator, Allan Owens. 31 Public Comment: None. 32 Vice Mayor Levy made a motion to approve Resolution 26, 2015. 33 Council Member Tinsley seconded. 34 Motion passed 4-0. 35 The City Clerk read Resolution 28, 2015 by title. 36 b. RESOLUTION 28, 2015 - COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) 37 FUNDS. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH 38 GARDENS, FLORIDA APPROVING THE PALM BEACH GARDENS FIVE- (5) YEAR 39 CONSOLIDATED PLAN FOR 2015-2019, INCLUSIVE OF THE CITIZEN PARTICIPATION 40 PLAN AND YEAR-ONE ACTION PLAN; PROVIDING AN EFFECTIVE DATE; AND FOR 41 OTHER PURPOSES. 42 Petitioner: None. 43 Staff Presentation: Planning and Zoning Director, Natalie Crowley. 44 Public Comment: None. 45 Vice Mayor Levy made a motion to approve Resolution 28, 2015. 46 Council Member Tinsley seconded. 47 Motion passed 4-0. 48 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 5 08-06-15 XI. ITEMS FOR COUNCIL ACTION/DISCUSSION 1 None. 2 XII. CITY ATTORNEY REPORT 3 None. 4 (The remainder of this page intentionally left blank.) 5 6 7 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 6 08-06-15 XIII. ADJOURNMENT 1 Council Member Levy made a motion to adjourn. 2 Council Member Tinsley seconded. 3 Motion passed 4-0. 4 The meeting adjourned at 8:31 p.m. 5 6 The next regularly scheduled City Council meeting will be held September 10, 2015. 7 8 APPROVED: 9 10 11 12 Eric Jablin, Mayor 13 14 15 16 David Levy, Vice Mayor 17 18 19 20 Joseph R. Russo, Council Member 21 22 23 24 Robert G. Premuroso, Council Member 25 26 27 28 Marci Tinsley, Council Member 29 30 31 32 33 34 35 ATTEST: 36 37 38 39 40 Patricia Snider, CMC 41 City Clerk 42 43 44 45 Note: These minutes are prepared in compliance with 286.011 F.S. and are not verbatim transcripts of the 46 meeting. A verbatim audio record is available on the City Website or from the Office of the City Clerk. 47 All referenced attachments are on file in the Office of the City Clerk. 48 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: September 10, 2015 Resolution 39, 2015 Subject/Agenda Item: Approving and ratifying Article 28, Salary Plan, of the Collective Bargaining Agreement between the Service Employees International Union (SEIU)/Fiorida Public Services Union (FPSU) and the City of Palm Beach Gardens, reflecting a 3% wage increase for Fiscal Year 2015-2016 . [X] Recommendation to APPROVE [ Recommendation to DENY Reviewed by: Originating Dept.: Human Resources HR Administrator Advertised: NA inistrator Date: Paper: Deputy Cit~ Manager J~~ [ x] Not Required Submitted by: Department Director Affected parties Approved by: [ ] Notified [X] Not required Costs: $88.104 (1-year increase in salaries only) $. ____ _ Current FY Funding Source: [X] Operating [ ] Other Contract/ Agreement Effective Date: October 1. 2014 Expiration Date: September 30. 2017 Budget Acct.#: Council Action: ] Approved ] Approved w/ Conditions 1 Denied 1 Continued to : Attachments: • Resolution 39, 2015 -Exhibit "A ": Article 28, Salary Plan SEIU/FPSU Collective Bargaining Agreement • Letter Email from SEIU/FPSU Meeting Date: September 10, 2015 Resolution 39, 2015 Page 2 of2 BACKGROUND: In accordance with the current three-(3) year contract effective October 1, 2014, through September 30, 2017, between the City and the SEIU/Fiorida Public Services Union, Article 28, Salary Plan, was open to negotiation for Fiscal Year 2015-2016 . The City's negotiating team met with representatives of the SEIU/Fiorida Public Services Union on June 17, 2015, and successfully reached a Tentative Agreement to provide all bargaining unit members a 3% salary increase effective October 1, 2015. Staff has been informed that members of the SEIU/Fiorida Public Services Union voted on August 13, 2015, in favor of ratification of Article 28, Salary Plan for Fiscal Year 2015- 2016. STAFF RECOMMENDATION: Staff recommends approval of Resolution 39, 2015 as presented . 1 2 RESOLUTION 39, 2015 3 4 5 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM 6 BEACH GARDENS, FLORIDA APPROVING AND RATIFYING 7 ARTICLE 28, SALARY PLAN OF THE COLLECTIVE BARGAINING 8 AGREEMENT WITH THE SERVICE EMPLOYEES INTERNATIONAL 9 UNION (SEIU)/FLORIDA PUBLIC SERVICES UNION FOR THE 10 FISCAL YEAR 2015-2016; AUTHORIZING THE MAYOR AND CITY 11 MANAGER TO EXECUTE SAID AGREEMENT; PROVIDING AN 12 EFFECTIVE DATE; AND FOR OTHER PURPOSES. 13 14 15 WHEREAS, the City's Negotiating Team and the SEIU/Fiorida Public Services 16 Union have reached an agreement regarding Article 28, Salary Plan of the Collective 17 Bargaining Agreement for members employed by the City of Palm Beach Gardens for 18 the Fiscal Year 2015-2016; and 19 20 WHEREAS, the members of the SEIU/Fiorida Public Services Union affected by 21 the Agreement have voted in favor of ratification; and 22 23 WHEREAS, such Agreement has been prepared and is attached hereto as 24 Exhibit "A "; and 25 26 WHEREAS, the City Council deems approval of this Resolution to be in the best 27 interest of the health, safety, and welfare of the residents and citizens of the City of 28 Palm Beach Gardens and the public at large. 29 30 31 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 32 OF PALM BEACH GARDENS, FLORIDA that: 33 34 SECTION 1. The foregoing recitals are hereby affirmed and ratified. 35 36 SECTION 2. The City Council hereby approves and ratifies Article 28, Salary 37 Plan of the Collective Bargaining Agreement between the City and the SEIU/Fiorida 38 Public Services Union for Fiscal Year 2015-2016, and hereby authorizes the Mayor and 39 City Manager to execute the Agreement. 40 41 SECTION 3. This Resolution shall become effective immediately upon adoption. 42 43 44 45 46 Page 1 of2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Resolution 39 , 2015 PASSED AND ADOPTED this __ day of ________ , 2015. CITY OF PALM BEACH GARDENS, FLORIDA BY: ------------------Eric Jablin , Mayor ATTEST: BY: -------------Patricia Snider, CMC, City Clerk APPROVEDASTOFORMAND LEGAL SUFFICIENCY BY: ---------------R. Max Lohman, City Attorney VOTE: AYE NAY ABSENT MAYORJABLIN VICE MAYOR LEVY COUNCILMEMBER RUSSO COUNCILMEMBER PREMUROSO COUNCILMEMBER TINSLEY \\pbgsnas'Attorney\attorney_share\RESOLUTIONS\2015\Resolution 39 2015 -collective barga ining agreement-seiu.doc Page 2 of 2 Resolution 39, 2015 EXHIBIT "A" ARTICLE28 SALARY PLAN Section 1: The salary ranges effeetive Oetober 1, 2014 for each bargaining unit position will be as follows: GRADE MINIMUM MIDPOINT MAXIMUM seiu 10 $27,851.95 $36,764.58 $45,677.20 seiu 11 $29,287.57 $38,659.59 $48,031.61 seiu 12 $32,386.62 $42,750.34 $53,114.06 seiu 13 $33,934.59 $44,793.65 $55,652.72 seiu 14 $35A83.59 $46,838.34 $58,193.09 seiu 15 $37,257.30 $49,179.64 $61,101.98 A Salary PlaB vAll be implemented as follows: 1. Bffeeti·;e Oetober 1, 2014, aBY member ·.vhose earrent base salary is below the miniml:lftl 'N-ill reeeive a pay inerease to his/her base salaJy equal to the differenee between his/her eurrent salary and the miniml:lii1 of the raBge for his/her position. 2. The salary ranges vAll be di\rided into fol:lf (4) eql:lal time periods or qaarters (quartiles), based 1:1pon the nl:lfB-ber of years the General Employee Salary PlaB has been frozen, as sho .. vn on the Ql:laftile Chart belovt'. Any employees ·.vho reeei';ed no salary inereases effeetiYe Oetober 1st of the years 2009, 2010, 2011 or 2012 vAll be adj1:1sted 0.5% for eaeh year they reeei'.•ed no inerease. Any employees who reeei•;ed pay adj1:1stments as a reSl:llt of promotions, reelassifieations, ete. will oftly be entitled to a 0.5% inerease for eaeh year they reeeiYed no inerease effeetiYe Oetober 1st after the date of the pay adj1:1stment. Salary PlaB 01:1artile Chart: QuaA:iles :PereeRtage lfterease Ql l year w/-o aft iaerease effeeti>re Hm,QQl~ M-% Q~ ~years 'l'•',lo aft iaerease effeeti>;e lQ/-l.'~Qll +% Q~ ~:'!'ears w/-o aft iaerease effeeti¥e lQfl,QQlQ H-% Q4 4 years wlo aft iaerease effeeti>t'e IQI-l.'~QQ9 ~ 34 ~~~~~~~~~~~~~~~~~~-~~~~~~~------------------------- 3. In additioa, aU hargaini~tg l:lBit members will reeeive a 2.5% iaerease to base salary effeetive Oetober 1, 2014. There vAll be wage re opeaers for Fiseal Years 2015 2016 and 2016 2017. 4. ARy employee who reaehes the maximwn of the salary range as a result of the quartile adjustmeat aftdlor the 2.5% salary iaerease shall reeeive a ll:HBp sum paymeat of the amooot that eJceeeds the mm£imum of the salary range for his/her positioa. Said 1-uiRfJ sum paymeats shall Bot be added to the employee's base salary. Section 2: Bargaining unit members shall receive a 3% increase on base salary effective October I, 2015. There will be a wage re-opener for Fiscal Year 2016-2017. Section 3: If an employee receives a wage increase which results in his/her base salary exceeding the maximwn of the salary range for the position, then the employee will receive a lwnp swn payment of the amount that exceeds the maximwn of the salary range for the position. Said lwnp swn payment will not be added to the employee's base salary. Section ;M: Employees shall continue to receive annual performance evaluations. Section ~5 : For Fiscal Year ~2015 -2016 , the City will continue to provide a 3% salary allowance to offset the 3% employee contribution mandated by state legislature effective July 1, 2011. Such allowance will be provided to all bargaining unit employees enrolled in the Florida Retirement System, and only applies to employees hired before July 1, 2011. This allowance will not be added to wages, and will be listed as a separate line item on employees' paychecks. Further, this allowance shall be considered each fiscal year in conjunction with the annual budget process. In the City's sole discretion, this allowance may be discontinued or modified if the employees' contribution amounts are discontinued or modified. 35 IN WITNESS WHEREOF, the parties have caused the Agreement to be signed by their duly authorized representatives on the __ day of ______ , 2015. FOR THE CITY OF PALM BEACH GARDENS Ronald M. Ferris, City Manager Eric Jablin, Mayor Patricia Snider, City Clerk Sheryl Stewart, Human Resources Administrator FOR THE SERVICE EMPLOYEES INTERNATIONAL UNION/FPSU Jos h Brenner, SEIU/FPSU Representative ~~- Norman Chabre, SEIU/FPSU Representative 47 Sheryl Stewart From: Sent: To: Cc: Subject: Sheryl, Norman Chabre Thursday, August 13, 2015 2:54PM Sheryl Stewart; Joseph Brenner rnorton@anblaw.com; Kevin Ray RE : CBA Article 28 Wage Re-Opener FY 2015-2016 Please be advised that we held the ratification vote on CBA Article 28 Wage Re-Opener FY 2015-2016 today, the results were as follows. Yes votes 33 No votes 1. Provisional votes 1. I will get back with you on a date when we can coordinate for signatures pages of the Agreement. NOrmtl¥1-Chllbrt Grounds Crew Chief City of Palm Beach Gardens 10500 N Military Trail Palm Beach Gardens Florida 33410 561-804-7036 office 561-301-0922 cell 561-775-1000 fax 1 Subject/Agenda Item: CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: September 10, 2015 Resolution 40, 2015 Consideration for Approval: Approving the City of Palm Beach Gardens Fire Station Number 2 plat. [X] Recommendation to APPROVE [ ] Recommendation to DENY Reviewed by: Approved By: City Manager Originating Dept.: Planning & Zoning: ~ ~ICP Principal Planner Finance: Accountant A,~/A- Tresh' Thomas Fees Paid: Yes Council Action: ] Approved ] Approved w/ Conditions ] Denied ] Continued to: _ Funding Source: ~------------~ ] Quasi-Judicial ] Legislative ] Public Hearing Advertised: [ ] Required [X] Not Required Date: N/A Paper: N/A Affected parties: [ ] Notified [X] Not Required [ ] Operating [X] Other N/A Budget Acct.#: Attachments: N/A • Resolution 40, 2015 Contract/ Agreement: Effective Date: N/A Expiration Date: N/A SUBJECT REQUEST Meeting Date: September 10, 2015 Resolution 40, 2015 Page 2 of2 A request by the City of Palm Beach Gardens to receive approval of the plat for Fire Station Number 2. The proposed plat is consistent with the approved site plan for the project. Staff is recommending approval. BACKGROUND On February 5, 2015, the City Council adopted Resolution 7, 2015, which approved the Fire Station Number 2 site plan to construct a new fire station facility. TECHNICAL COMPLIANCE APPROVAL On April 24, 2015, the City issued Technical Compliance Approval (TCA) for the plat of the project pursuant to City Code Section 78-446(d)(2)(d). STAFF RECOMMENDATION Staff recommends APPROVAL of Resolution 40, 2015 as presented . ----------------------------""""1 1 2 3 RESOLUTION 40, 2015 4 5 6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM 7 BEACH GARDENS, FLORIDA APPROVING THE CITY OF PALM 8 BEACH GARDENS FIRE STATION NUMBER 2 PLAT; PROVIDING 9 AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. 10 11 12 WHEREAS, the City staff has reviewed the City of Palm Beach Gardens Fire 13 Station Number 2 plat; and 14 15 WHEREAS, City staff has determined that the proposed plat meets all the 16 technical requirements of the City's Land Development Regulations (LDRs) and Chapter 17 177, Florida Statutes, and recommends approval of the plat; and 18 19 WHEREAS, the Plat is consistent with the City's Comprehensive Plan and LDRs; 20 and 21 22 WHEREAS, the City Council deems approval of this Resolution to be in the best 23 interest of the health, safety, and welfare of the residents and citizens of the City of Palm 24 Beach Gardens and the public at large. 25 26 27 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 28 OF PALM BEACH GARDENS, FLORIDA that: 29 30 SECTION 1. The foregoing recitals are hereby affirmed and ratified. 31 32 SECTION 2. The Mayor and City Clerk are hereby directed and authorized to 33 execute the Mylar of the City of Palm Beach Gardens Fire Station Number 2 plat consisting 34 of two (2) sheets, prepared by Calvin, Giordano and Associates, Inc., attached hereto as 35 Exhibit "A". 36 37 SECTION 3. This Resolution shall become effective immediately upon adoption. 38 39 40 (The remainder of this page intentionally left blank) 41 42 43 44 45 46 Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Resolution 40, 2015 PASSED AND ADOPTED this __ day of _______ , 2015. CITY OF PALM BEACH GARDENS, FLORIDA BY: ------------------------------Eric Jablin, Mayor ATTEST: BY: -------------------------Patricia Snider, CMC, City Clerk APPROVEDASTOFORMAND LEGAL SUFFICIENCY BY: ------------------------R. Max Lohman, City Attorney VOTE: AYE NAY ABSENT MAYORJABLIN VICE MAYOR LEVY COUNCILMEMBER RUSSO COUNCILMEMBER PREMUROSO COUNCILMEMBER TINSLEY \\pbgsnas\Attorney\attorney_share\RESOLUTIONS\2015\Resolution 40 2015 -Plat-Fire Station 2.docx Page 2 of 2 Resolution 40, 2015 EXHIBIT "A" DEDICATIONS: LOCATION MAP HOT TO SCALE KNOW All W£N BY THESE PRESENIS !HAT THE CfTY OF PAUA BEACH GARDENS, A FLORIDA MUNICIPAL CORPORATION, OWNER Of THE LANDS SHOWN HEREON AS PAUl BEACH GARDENS FIRE STA710N No. 2, L NG IN SECTION 6, TOWNSHIP 42 SOUTH, R.4NGE 4J EAST, PAUA BEACH COUWY, FLORIDA, DfSCRIBED AS FOLL A PARCEL OF LAND IN THE SOUTHEAST ONE: QUARTER (S.E. l/of) OF SECnON 6, TOWNSHIP 42 S011111, EAST, PAUl 8CACH COU/ffY, FLORIDA 8£JNG WORE PAHI!CUWlLY DESCRIBED AS FOLLOWS: THE SOUTHWEST ONE QUARTER JS.W. 7/4) Of THE SOUTHEAST ONf: QUARTER (S.£ I{J/,Jf THE SOUTH ~w~SfNo'IAJFri:fERSAi&s ~~1._~/FoJN !rfrcf:SPUSFEUomO:.D 1£55 THE 60 FEU F TOGf:THER WITH THE: SOUTH 238.!4 FEU OF THE NORTHWEST ONE QUARTER (N.W. !/4) OF' THE: SOU1II OUARTER (S.f:. 1/4) Of THE SOUTHEAST ONE OUARTER (S.E:. !/of) 1£55 THE: EAST '0 FEU FOR CAMP I AND FlJRTHER L£5$ THE WEST 465 F'E:fT THfREDf. SAID LAND LANDS LYING AND 8EING IN THE C{'('( Of PAUl Bf.lo.CH G\ROC/j$, PAUl Bf.lo.CH COUNTY, FL CONTAINING Z.S I S ACRES, WORE OR 1£55, HAVE: CAUSED THf: SAME TO BE: SURVE'r'EO AND PLATTED AS SHOWN HE:Rf:ON AND DO HEREBY DEDICATE: FOLLOWS: TRACT A AS SHOWN Hf:REON, IS HE:R£8Y RESE:RVED BY THE C{'('( Of PALM BEACH GARDENS, A FLORIDA ' UN/CIPAL CORPORAnON. FOR FlJTtiRf: DfVE:LOPIJD/T, AND SHALL 8f: THE: PERPE7tiAL IIA/NTE:NANCE: OElLIGATION OF D C{'('( Of PAUl BEACH GARD£NS. f::'~~~MP~~no~ }~~R~~:ilo~ ~=ts~J!L r: ¥fll ~M~Bf:Z/:rfi:Wfps. A ~DA OF SAID CITY OF PAUJ BEACH G\ROC/j$, Z!JNif~l1f~JUlf4J..~WNAN~ER,ff>fu6S Ji,f}f/~,.gf/JhCfs'!?Nb~JoffftEJ:/tTYcb~~T:tfET~~~'f IIAJNTf}IANCE AND OPERATION OF CABLE: TELEVISION SERVICES: PROVIDED, HOWE.'\'D!, 110 SUCH CONSTR INSTALLATION, MAJNrE:NANCE: AND OPERATION OF CABLE: TE:LEVISION SERVICE:S SHAL L INTERFERE: WITH THE AND SERVICES OF AN £LE:CTRIC, TE:LE:PHON£, GAS OR OTHE:R PUBUC IJTIUTY. IN THE E:VE:NT A CABLE: TE: COWPANY OAW.GES THE FACIUnES OF' A PUBLIC IJTIUTY, IT SHALL BE SOLELY RESPONSIBLE: F'OR THE SUCH CONSTRUC710N, INSTALLAOON. IIAINIDIANCE AND OPERATION SHALL COMPLY WJTH THE NATIONAL SAF'fTY CODE AS ADOPTE:D BY THE FLORIDA PUBUC SERVICE COMMISSION. iJi[,if',.tcm'6R~:uz "s'!ZcftsfoFsf:Cffs£~~s':VoR4N~~Z:n~~~cg:,i#,.::J~c:~o0f.81}i&~ ~ S EWf:R F'ACtunES. SAID LANDS ENCUMBERED BY SAID EASEMENT B£/NG l}lf: PERPETUAL IIA/NrE:HANCE OF THE OWNER OR OWNERS OF THE FEE SIMPLE INrE:REST IN SAID LANDS, THDR SUCCESSORS AND IN 1111NESS IIHE:RfOF, THE ABO\o£ NAMED CITY OF PN.JI BEACH GARDEHS. A FLORIDA WUNICJPAL 1\ CORPORATION, HAS CAVSfll TH£5£ PR£5£NTS TO 8f: SIGHED BY ITS IIAl'OR AND AT'r£51£0 BY ITS CITY ,I CI.£RK THIS __ DAY OF A.D .. 20!5. ~ CITY OF PAUl BEACH GARDf:NS, FLORIDA A FLORIDA MUNICIPAL CORPORATION ATTE:ST; "PA""'TRICI=::-:A'"'SNIDER.==-:CIIC=,...----- CITYafRK ACKNO WI.EDGMEN T: ~1~]JJ>FOFFL~A8£ACH lss BY: ERIC JABLIN MA YOR BEFORE Wf: PfRSONALl. Y APPEARED ERIC JABUN llfiO IS PERSOHAU. Y KNOION TO W£ OR HAS PRODUCED, AS /D£NnFICA»OH. ANI) IIHO £XECUTfJJ THE FOREGOING INSTRUMENT AS MA YOR OF' THE: CITY OF PN.JI 8£ACH GARDf:NS. A FLORIDA MUNICIPAL CORPORA nON. lli!NESS IJY HAND AND OFFICIAL SEAL THIS --DAY OF ----------A.D., 2015. NOTARY PUBUC: --------------- PRINTNAIJ~ ------------------------------ IJY COWWISSION NUMBER: -------------------- IJY COWWSSION EXPIRES: ----------- NOTARY STAMP PAL I\f1 BEACH GARDENS FIRE STATION No.2 L YING IN SECTION 6, TOWNSHIP 42 SOUTH, RANGE 43 EAST CITY OF PALM BEACH GARDENS, PALM BEACH COUNTY, FLORIDA AUGUST, 2015 I nTLE CERDfiiCA DON: STA 'rE: OF FLORIO~ l 55 COUNTY OF PALMI BEACH s I, £SQUIRt:, A DULY UC£NSfD ATTORNEY IN THE STATE: OF FLORIDA. DO HER£8Y CEJmFY THAT ME HAl£ E>WIIHED THt:: Till£ TO THE HE:RfON DESCRIBED PROP£RTY· rru",J,cf,p')fD ~JrrifcJ.O J:ifT P~~~rffs1FfxlZpr<fR&TY ~Mr¢"f,.fft;~fT ~L';~GAG£~ NOT S ATISF7ED OR RfLEASfll OF' RECORD NOR OTHERIIISE T£RIIINA1£D BY LAW ARE SHOIIN HE:RfON· AND rJA'f,/t?:lBDI~m'lf/f,~t/hCEfr ~~£~ BUT THOSE EHCIJWBRANCf:S DO NOT PROHIBIT THE: aif:ATION I DATE:D: __ ..!.1 ___ _ BY:---------- PRINJ£DNAJW~ ---------------------- SURVfYOR 'S NOTES: iir s~gWcW 6~VS:/ff.flc:tz ~ltt.:W~P: fi<r~f p~ ~ .. lYf JffJN%£A'ffJ:jf~lft.A~,:'fNWdt:Ja OF NORTH 0!"2··r· £AST AND All OTHER BEARINGS ARE RELAn\o£ THE:RfTO. 2. All 0/STANC£~ SHOIIN HEREON ARE GROUND AND BASro ON THE: UNIJ£0 STAJ£S SIJR\t:Y FOOT. J . NO BUILDINGS OR AND KIND OF CONSTRUCTION OR TRffS OR SHRUBS SHAll 81': PLACf:D ON ANY £ASEUE:NT >WI}IOOT PRIOR ltfltTrE:N CONSENT OF All £AS£JI£NT B£NEf'ICIARifiS AND All APPUCABI£ CITY OF PALM BEACH rRDENS APPROVALS OR PERMITS AS REQUIRED FOR SVCH £NCROACHIJ£NTS. •. All INSTRUWf~TS OF RECORD SHOIIN H£REON ARE RECORDED IN TH£ PUBUC Rf:CORDS OF PALM Bf:ACH COUNTY. FLORIDA.' NOTICf:: mJs PLAT, AS R£CORD£D IH ITS GRAPHIC FORII, IS THE OFFICIAL DEPICTION OF TH£ SVBOIYIDfD !LANDS DESCR/BfD HERDN AND WILL IN NO CIRCVWSTANC£S BC SVPPLANTfJJ IN AU THORITY BY AN Y OTHER GRAPHIC OR DIGI TAL FORII OF THE PLAT. THERE WA Y BE ADDITIONAL IRES TRICnONs THAT ARE Nor RecORDED ON THIS PLAT THAT wAY BE FouND IH THE PUBUC RECORDS OF THIS COUNTY. CITY aDIK CITY £NGIN££R THIS PlAT WAS FUD FOR RECORD AT ---W., '!HIS ---DAY Of' ----· A.D. 201 ___ AND 001. Y RECOAOED IN PlAT BOOK NO. ____ ON PAGES•--------- SHAROH R. DOQC a..ERK AND ca.tPTROlUR SHEET1 OF2 CITY OF PALM BEACH GARDENS APPROVALS: ~.I;j.,~~g:'~~=tf }ss THIS PLAT IS HEREBY APPRO\o£D FOR RECORD THIS __ DAY OF'------------A.D .. 2015. BY: ~~~-~~~---------­ IIAl'OR A TTE:ST; "'P"'A"lTIICIA=.,--,SNIDER.==-:c;~~=c,----­ CITY a£RK THIS PLAT IS ACCf:PTED FOR RECORD THIS __ DAY OF -------A.D., 20/5. BY: ~nxo~~~~~...,P~.£=---------­ CITY E:NGINE:£R RE VIEWING 5URVfYOR'5 CERDFICA TE:: IT1 ~~ ~~ Brfft ~"d;'J:;&f~ ciif{'lf~T'f/'f,f,}fC:fA1!:F"GA~liiN?.'X~fD2~J9J.liwORidlb NOT INCLUDE THE lt:RIFICA TION OF' THE GfOWETRIC DATA OR THE FIELD lt:RIFICA TION PERIIANEHT CONTROL POINTS (P.C.P.s) AND MONUMENTS AT LOT/TRACT CORN~---.....-- THIS L DAY OF' b~-r.20!5. RON . RNI PROFf'SSIONAL SVR\t:YOR k IIAPPER FLORIDA C£RnFICA Tf No. LS6272 SUR VEYOR AND MAPPER'S CERDFICA TE:: THIS IS TO CDinFY THAT THE PLAT SHOWN HE:RfON IS A TRUE AND CORRECT REPRESENTATION OF A SUR \t:Y WADE UNDER IJY RESPONSIBL£ DIR£CTION AND SVPERY!SION; THAT SAJD SURVE:Y IS ACCURA Tf TO J]i~H~~~ ~~ 'rfr~~~B:N&:.Eij£3 mfl fJf~EfJ.lcf'g~C: o~~U~l.f,g.l:.:l~;;·?.t~A :E REQUIREMENTS OF CHAPJ£R 177, FLORIDA STA7VJ£S, AS A[ED. AND THE ORDINANC£S OF THE CITY OF PAUJ BEACH GARDENS, FLORIDA~ c THIS ~~ DAY ~~nti H!JE£. 2015. ---:~~·~~~~~="'\---- DA YIO f . ROHAL PROFESSIONAL SUR\t:YOR k MAPPER FlORIDA C£Rni1CA 1£ No. LSofJ/5 CAL VfN, GIOROAHO & ASSOCIATES, INC. 560 lru.AG£ BOULE:VARO, SUITE: J•o llf'ST PALM Bf:ACH, FL JJ409 CERnFICA 1£ OF AUTHORIZA nON No. L8679! David E. Rohal. P.S.JI. No. I.S4315 CllltiDfal!lr 01 AVMORJ:WtQN NO. 1&'1'1/1 AUGUST, 2015 Calvin, Giordano ' Aaroclates, Inc. EXCEPTIONAl SOlUT IONS"' soo-...~·Sult)I'J•'WIIf~flrlllld\R.ll«B fhnl561.681.6161 • 1'«56Ui84AJ60 I ! ! j I I I I ,2. S.UA£. I (ORB. ~.PC. IIJJ. P.B.C.R) r~--s88•jff5lJ"jn2§.65T I ~ 1 I :..,: r1 11193· • ~;~~ \ / ~~ ... :II I ,. I~ 1 TRACT B ~ 11.27·_}: 11.n · ~ t:! I (PflfSER'o£) it SOI"2J'02'lr1 I I Ill l::fl . 0.176 JCR£ ~ : I . 1:::1 !;\ "' 1 I !J!1 I 't T ·~I ~ ~ I • ~l No~r;::o J~J·z~~!~~,'11 ~ J 1 1 ~~· 1 1 1 ~~ ........ SE ............ SB:TD<......, :~: 9!'·!~~ a8 sa::;; :e _ 1 ~ ~ ,~, >-:i.,; ~ -n 1o -bfl Ill! 1"'1 J!l:~~ 6.28' ~ ...... ;><1-I ,ol I ~ r:i 1 ~;:.; S2t'OJ'~6'W ;;; ~ ;;; J'lj "-~ 'i::l ~ j()::r;~?;~ il I I 465• :-: ~D~'W ~ t lU!J ') ~ 1 ~ ~oo· 1 J i : ~ _J I ~: 1 ~~m'lr PALM BEACH GARDENS FIRE STATION No.2 L YING IN SECTION 6, TOWNSHIP 42 SOUTH, RANGE 43 EAST CITY OF PALM BEACH GARDENS, PAL M BEACH COUNTY, FLORIDA AUGUST, 2015 NOT PLATTED I'OtmONOF HE 1M, Sl! II( SEW. sa:nrlfllf.#O N $ I I S: 1500 . ./f t---"70.._' ,---j-£2o~·~--'---------~.!:!!!.!!! 'f.4._!£ 1/4, SC !f~ ~6-4_!~--_ ~ ! Sll8'~'09'F 1 I I GRAPHIC SCAlE NORTH UN£ SW 1/4, SC 1/4, SC 1/4. SECTION 6-42-4J -~ '-------::.::....L ----t-+--t--50 o 25 50 100 200 I ! I I --- --- ----~~--~-iil·~~·~t' (·IN·PDI'~~ ~~~~~~' I I I I liMCII• 50,_, I ii~ I II II .:-,b ~~- 1 I I I ! I : I / * : 1 rl I ,: ! I Tl~ I I! 0 L ;~~~~ill:/ I; ~ ~ ~ ~~~~ !:: 1 I. !!J ~ TRACTA ~ -,~~~ l't ~~ 2.JJ9ACR£S ..... ;:1 (1)~1:!1~1 PORnoNOF f'l to o: ~I b-o.. NOT PLATTED POROOHOF SE 114, SE 114. SE f/4, ECTION IJ..U.43 LEGEND: !JUl. F.D.D.T. L.B. a.R.B. P.B.C. P.B.c.R. P.B. PG. R/11 S.UA.£. IJ.£ PRH@ PRH Iii INDICATE:S C£NT£R UNF INDICAT£S CIJHHfSSII1N HINUTE:S B!JDK INDICAT£S FLDRlDA DE:PARTIIDIT DF TRANSPORTATICJN INDICA TE:S LICf:tiiS£1) BUSINE:SS INDICATE:S Clf'Tlt:IAL RECORDS 1IIJOK INDICA T£S PIILH B£ACH COUNTY INDICATE:S PALH BE:ACH CCIUNTY RECORDS INDICATE:S PLAT B1JDK INDICATE:S PAG£ INDICATE:S RIGHT-DF-IIAY INliiCA TE:S SE:Aali\ST UTILITY AUTHORITY E:ASE:HE:NT INDICATE:S UmlTY £ASDI£NT S£T PfRIIANCNT R£F£1I£Nc£ loiONIJII£NT ~ Nil. .t DISK SIIUftl) '!B 6791 PRII~ INISS OTIERIIISC l!fOID)~ ; NOT PLATTED i'o !.0 ° ir f2 ~~15 I~ sw ..... SEIKSEIN.SECTIOH.._, ~ :~ ~ (jl e~ ~I II i 'Cil k ~I !! I ~ -=-~~ I ~!T : I S£T-RfFf1I£NC£ IIONIJJI£NT (4"><4"K2~· CXIOI£TC lliWIA:IENf 11m/ CMSK STAiml '!B 6791 Pllll". UM.CSS 01111111!S£ liiDml). I ~:.~ u ::~~.=~~i wi ·Ji t I : I l 465' I I I ~I I *I I I iii~ I I I I ~It~ --;----------------------I L ;,:;~ I (6Q' R/W POl C.W.B. 5• PGS. 4Jg-.uo. JUN£ 1• 1920) • N88 .34'15"W 129.90 ' -...J.. "-1 --------------------_ ---_ ---5 i~ (80' roTAL R/11? ,.t---------~~-ft. ----____ ---~I SHEET20F2 j --------f--RCABO_!J~------" j;! ~~ ±±= t; . ilj::: I ----------------SC CORH£1!, ' I ----__ --SOtiTII UN£ SW 1/4, SC 1/4, S£ 1/4, SCCnON 6 -42-4J ~ i --SC 1'4• SCCTION 6-~2-4J~ TIUS INS'I'RfJJII!NT PRir:P~ IJY: ----, -------- --------_ --__ ~ NllnntrN'I3U1!(C&M) FND. P.B.C. BRASS DISK IN CONCRm:+ . ___ ---_ ---_ ---_(20 R/W P£R O.RB. 6664, PG. 1958) j;: ------______ ~-UN.! sc 1/4. ~~~. sc l/4• ~ 6-42-4J 6 5 Davtd E . Rohal, P.S .JI. No . LS4315 THE=:NTERRAC:P-:::---------~ ~~~i (---------------------~--:._-----------7 8 ~m:;;;;;~~;~. 1'./l.tn,P/IIJES~I'JJ.C.R.} I a:: f-. .... ,.,_..,,..__,.,. _ _,,.,,., ~~~ ll!iiJ _,.,..., ... , ...... , ......... ; til ; PALM B EACH GARDENS ':4 unique place to live, learn, work & play" CITY OF PALM BEACH GARDENS PURCHASE AWARD TRANSMITIAL It is the policy of the City of Palm Beach Gardens to consistently purchase goods and services using full and open competition. Solicitations are advertised in a newspaper of general circulation, and copies are made available through DemandStar, Public Purchase, the City's Purchasing webpage, Vendors List, and the Office of the City Clerk. Copies of all solicitations, addenda, and award documentation are provided to the Office of the Inspector General. The following summary provides project information on the procurement action identified below. SOLICITATION TYPE: Independent Contractor Agreement CONTRACT NO.: Nguyen2015 TITLE: ICA-Tennis Professional (Huy Nguyen) DEPARTMENT: Recreation DATE ADVERTISED: Not applicable BIDS/PROPOSALS DUE DATE: Not applicable WAS SOLICITATION OPENLY COMPETED? Not applicable . RESPONSES RECEIVED: Not applicable FUNDING ACCOUNT INFORMATION: 104.2033.572.3400 CONTRACT VALUE: Expected to exceed Sixty-Five Thousand Dollars ($65,000) CONTRACT TERM: 10/01/2015-09/30/2016 OPTIONS TO RENEW: Not applicable VENDOR(S): HUY NGUYEN BACKGROUND: Mr. Nguyen is an Independent Contractor who provides tennis lessons at the City's Tennis Center. Due to the tremendous success of the tennis program, as well as the popularity of Mr. Nguyen, the purchasing thres hold of $65,000 is expected to be exceeded for fiscal year 2015-2016, and therefore this ICA requires City Council approval. Mr. Nguyen has made it possible for the City to earn additional revenue due to his professional expertise and popularity with the patrons. COMMENTS: The popularity of the City's Tennis Center has grown over the years, and City staff desires to continue the approach of working with Independent Contractors to develop more successful programs that teach the game of tennis. Laura Schu J. E. Ill Pu Km! Ra Finance Allan Owens D DEFERRED DATE PALM BEACH GARDENS ·~ unique place to live, learn, work & play" CITY OF PALM BEACH GARDENS 10500 North Military Trail Palm Bea ch Gardens, FL 33410 INDEPENDENT CONTRACTOR AGREEMENT AGREEMENT NO. NGUYEN2015 THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter referred to as "Agreement") is made this __ day of September, 2015 , between the City of Palm Beach Gardens, Florida (hereinafter referred to as "City"), whose address is 10500 North Military Trail , Palm Beach Gardens, Florida 33410, and Huy Nguyen (hereinafter referred to as "Contractor"), whose address is 3878 Catalina Road , Palm Beach Gardens, Florida 33410. WHEREAS, the City desires to make available certain programs/services/classes/activities through its Recreation Division by entering into agreements with independent contractors for the provision of such programs/services/classes/activities; and WHEREAS, the City and the Contractor desire to clarify and define their responsibilities with regard to the provision of certain programs/services/classes/activities . NOW, THEREFORE, in consideration of the mutual covenants and promises contained herein, the City and the Contractor hereby agree as follows: 1. SERVICES AND TERM The Contractor shall provide on a continuing basis certain programs/services/classes/activities and such other related services as may be required by the City , which shall be specifically authorized by the City and set forth in a specific Scope of Services. Each such specific scope of services and authorization shall be referred to as a Program/Services Acknowledgment form ("PSA"). Each PSA shall be designated as Exhibit "A ", attached hereto and incorporated herein as part of this Agreement. Each PSA form will be numbered consecutively and will set forth a specific program/service/class/activity, total amount of compensation , and term of the specific program/service/class/activity addressed in the subject PSA. Page 1 1 of 10 Independent Contractor Agreeme nt No. Nguyen2015 The term of this Agreement shall be for a period of one (1) year, commencing on October 1, 2015, unless terminated earlier in accordance with paragraph 13 . The Recreation Director must approve any individual PSA having a value of Ten Thousand Dollars ($10,000 .00) or less prior to commencement by the Contractor; any PSA having a value greater than Ten Thousand Dollars ($10,000.00) but less than Sixty-Five Thousand Dollars ($65,000.00) must be approved by the City Manager or designee prior to commencement by the Contractor. The City Council must approve compensation that will exceed Sixty-Five Thousand Dollars ($65,000.00). 2. RELATIONSHIP The parties agree and acknowledge that the Contractor is an independent contractor and is not an employee or agent of the City for any purpose. The programs/services/classes/activities are offered on an as-needed basis to the community at large and are not considered an integral part of the City's normal government functions. The relationship between the City and the Contractor is dependent on the programs/services/classes/activities offered by the City at any given time and may be short-term or limited . It is understood and agreed that nothing contained in th is Agreement shall be deemed or construed as creating any other business relationship , partnership, joint venture , or other contractual re lationship between the Contractor and the City. 3. MANNER OF PERFORMANCE a. The Contractor warrants that he is fully skilled and experienced , and the City shall rely upon him to perform the expected programs/services/classes/activities lawfully and in a manner consistent with high professional standards and ethical conduct. The Contractor shall possess all licenses, permits, and other approvals legally required to teach the programs/services/classes/activities herein or conduct t he programs/services/classes/activities. b. Th e Contractor is responsible for the satisfactory performance of the programs/services/classes/activities. c. Th e Contractor shall perform the programs/services/classes/activities without any additional training , direction, supervision , o r control on the City's part , except that the City retains the right to specify from time to time the results to be achieved . The City also retains the right to confirm that the expected standards are met and results achieved , as well as to call to the Contractor's attention and to direct correction of any deviation from the expected standards or results. d . T he City may approve or disapprove the quality of the programs/services/classes/activities provided by the Contractor at its sole discretion . Page 12 of 10 --------~---------·------------ Independent Contractor Agreement No . Nguyen2015 e. No person other than the Contractor or a qualified employee, agent, or substitute of the Contractor shall be engaged to provide the programs/services/classes/activities provided for in this Agreement. The City reserves the right, at its sole discretion , to reject a replacement or substitute. 4. CITY'S RESPONSIBILITIES The City shall: a. Provide to the Contractor the nonexclusive use of a designated area in which the Contractor may perform the programs/services/classes/activities which are the subject of this Agreement. The City reserves the right to relocate this area to another location at anytime, for any reason, at the City's sole discretion. The City shall only be responsible for providing the equipment and/or materials that are specifically listed in the PSA as the City's responsibility for the subject programs/services/classes/activities. b. Collect all fees and charges from participants. c. Provide utilities, general custodial care, and registration process. Copier access will be made available for copies pertinent to the programs/services/classes/activities. d . Ensure that the facilities are safe, and the equipment and/or supplies provided by the Recreation Division are in proper working order. e. Conduct registration and process programs/services/classes/activities transfers or refunds for any and all programs/services/classes/activities and registrants. f. Provide programs/services/classes/activities rosters to the Contractor. g. Publicize the programs/services/classes/activities through the City's brochure, fliers, and press releases. h. The City's representative for this Agreement is the Recreation Director, Telephone: (561) 630-1115. 5. CONTRACTOR'S RESPONSIBILITIES The Contractor shall: a . Perform the programs/services/classes/activities set forth herein in accordance with all applicable association/governing body rules and regulations and in a competent, professional, safe, and responsible manner, with full regard for the safety of the participants as well as the facility . Page 13 of 10 Independent Contractor Agreement No . Nguyen2015 b . The Contractor shall provide and maintain in proper working order all equipment and materials necessary to conduct the subject programs/services/classes/activities with the exception of those items specifically listed as the City's responsibility in the PSA. c. Inspect the activity site prior to beginning each program/service/class/activity in accordance with the City's safety standards. Should a safety condition exist at a facility , the Contractor shall report the unsafe condition immediately to the City representative and postpone the program/service/class/activity until the condition is addressed . Inspect the activity site after the program/service/class/activity is concluded to assure that the facility is left in the condition in which it was found. d. Recommend and support the marketing of the programs/services/classes/activities outlined in this Agreement, but refrain from engaging in marketing activities that are not under the direction of the City. e. Utilize his own methods and procedures toward a result which shall be in accordance with the purposes, intent, and objectives of the City in providing such programs/services/classes/activities. f . Provide the City representative with at least five (5) days' notice of all schedule conflicts/changes and immediately notify the City of any unanticipated absences, such as personal/family illnesses. g. Comply with all applicable laws, rules, codes, ordinances, guidetines, directives, and regulations, including, but not limited to , anti-discrimination , ADA, and Health Insurance Portability and Accountability Act (HIPAA) of 1996 provisions and any other such laws as amended from time to time. h. Respond within five (5) working days to any City inquiry, including business practice questions, costs of doing business, and instructor qualifications, and submit any supporting information requested . i. Perform the programs/services/classes/activities with the standard of care applicable to the age and level of the participants. Ensure that the minimum ratios of employees, agents, or substitutes of Contractor to participants do not fall below the criteria set by the City and comply with all requirements of this Agreement. Ensure that the participants who are minors remain in the Contractor's control until released to a guardian. j . Ensure duties and/or activities are not placed on staff to conduct additional tasks other than what is outlined in this Agreement, unless in an emergency. Page 14 of 10 Independent Contractor Agreement No. Nguyen2015 k. Only allow individuals who have completed the City's registration process and have paid the required programs/services/classes/activities fees to participate in any program/service/class/activity or other portion of the program/service/class/activity. I. Monitor and record attendance of all participants for every program/service/class/activity and provide the City with attendance records. m. The Contractor must attend any mandatory meeting called by the City. The Contractor is encouraged to attend any informational meetings that the Recreation Division holds. The City will not pay any type of compensation for attendance at either type of meeting. n. The Contractor must disclose any additional fees or charges, other than the programs/services/classes/activities fees, that are presented to or required from participants in the programs/services/classes/activities. Such disclosure shall demonstrate that the proposed fees and charges are limited to the actual cost of such programs/services/classes/activities or items. 6. NON-EXCLUSIVE RELATIONSHIP Nothing contained herein shall be construed or interpreted in such a manner as to obligate the City to use the Contractor for the prov1s1on of any program/service/class/activity. This Agreement is not an exclusive contract between the City and the Contractor. The Contractor is free to perform the above- described services for any other person or business, so long as this does not interfere with the Contractor's satisfactory performance of services for the City under this Agreement, and there are no actual or perceived conflicts of interest. 7. COMPENSATION The City agrees to pay the Contractor for performance on a per-program basis and not on any other basis. Compensation (where applicable) shall be less non-resident fees, refunds that are issued, and other costs as outlined on the PSA, and shall be paid as in accordance with the applicable PSA. The Contractor shall not engage in any activity that may result in additional cost to the City. Any acts or omissions by the Contractor while performing under this Agreement that create a real or perceived benefit to the City but have not been accounted for within the City's cash management system in accordance with the associated PSA shall not entitle the Contractor to any additional payment. Any and all liability, financial and otherwise , for such acts or omissions shall be at the sole risk of the Contractor. Page 15 of 10 Independent Contractor Agreement No . Nguyen2015 8. EXPENSES The Contractor is responsible for all costs and expenses associated with performing services under this Agreement, except as set forth in the specific PSA. The City will not reimburse the Contractor for any expenses incurred by the Contractor for program equipment and/or materials unless specifically set forth in the PSA. Reimbursement requests and approval will follow the Recreation Division's Standard Operating Guidelines. 9. TAXES a. The Contractor is solely responsible for the reporting and payment of all pertinent federal, state, or local self-employment or income taxes, licensing fees, or any other taxes or assessments levied by governmental authorities on any earnings made as a result of the Contractor's independent contractor relationship with the City. b . The Contractor agrees to hold the City harmless for the payment of any and all pertinent federal, state, or local self-employment or income taxes, or other assessments levied by governmental authorities on any earnings made as a result of the Contractor's independent contractor relationship with the City. c. In the event (1) that any state or federal governmental agency or court determines that the relationship between the City and the Contractor is one of employment rather than contract, and (2) as a result of that determination , the City is required to pay social security or unemployment compensation taxes, or any penalty with respect to the Contractor for any period of time prior to that determination, the Contractor agrees to reimburse the City to the extent of any refund to the Contractor of taxes previously paid by the Contractor as a result of that determination . 10. INSURANCE The City is not liable for or responsible for the provision of workers' compensation or unemployment compensation insurance for the benefit of the Contractor or any of the Contractor's employees, agents, or substitutes, if any. The Contractor understands that the City does not imply in any manner that the Contractor performing the programs/services/classes/activities as outlined in this Agreement is covered in any manner by the City's Insurance Umbrella. The Contractor is responsible for providing any insurance that is deemed necessary by the City for the provision of the programs/services/classes/activities outlined in this Agreement. Prior to commencing any activities under this Agreement, the Contractor shall ensure that he has provided the City with all insurance, if any, required hereunder. Page 16 of 10 Independent Contractor Agreement No. Nguyen2015 11. INDEMNIFICATION a. The Contractor understands and agrees that, with regard to the Contractor's performance of any and all programs/services/classes/activities pursuant to this Agreement, the Contractor assumes full responsibility for its compliance with all federal, state, and local laws, rules, regulations, ordinances, directives, and guidelines, or any other laws which may govern or regulate such programs/services/classes/activities, and the Contractor's status, and the Contractor's employment relationship with others . b. The Contractor shall indemnify, save, hold harmless, and defend the City, its agents, servants, and employees from and against any and all claims, liability, losses, and/or causes of action which may arise from any and all negligent acts, gross negligent acts, willful or wanton conduct, or omissions of the Contractor during the performance of the Contractor's service under this Agreement. 12. BACKGROUND INVESTIGATION a. The Contractor warrants and represents that he and any employees have not previously been accused of, charged with, or convicted of any crimes or offenses involving sexual misconduct or improprieties, or other offenses involving other immoral or indecent behavior, either in connection with work or off duty. b. The Contractor hereby consents to an annual criminal background check by obtaining an investigative criminal background report. The Contractor understands that criminal background checks may also be performed on Contractor's substitute(s) and staff. The Contractor further understands and agrees that the processing fee(s) for the investigative criminal background report(s) shall be deducted from the first payment to the Contractor. c. Before this Agreement shall become effective and the Contractor shall be permitted to instruct any programs/services/classes/activities, the Contractor must receive written confirmation from the City that the Contractor's and employee's, agent's, or substitute's criminal background check and reference information have been approved and that the Contractor and employee, agent, or substitute have been cleared to commence the program/service/class/activity. Page 17 of 10 Independent Contractor Agreement No . Nguyen2015 13. TERMINATION The City may terminate this Agreement at any time upon written notice to the Contractor, and the Contractor may terminate this Agreement upon written notice to the City at least thirty (30) working days prior to the Contractor's departure date. Should the City terminate this Agreement for convenience, the Contractor shall be paid for satisfactory services up to the date of termination as reasonably determined by the City. If the Contractor breaches this Agreement, the City reserves the right to set-off any claims it has from the Contractor, and the City shall not be deemed in default under this Agreement. The City shall be permitted to seek all remedies as provided by law and/or equity in addition to any other rights hereunder. 14. EXHIBITS The Contractor's proposal shall be attached hereto as Exhibit "8" to this Agreement, along with any and all specialty certifications, licenses, and/or memberships applicable and/or necessary for the programs/services/classes/activities being provided by the Contractor. All exhibits shall be incorporated into and made a part hereof. 15. NOTICES All notices required in this Agreement shall be hand delivered or sent by certified mail, return receipt requested . As to the City: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn : Recreation Director As to the Contractor: Huy Nguyen 3878 Catalina Road Palm Beach Gardens, Florida 3341 0 Phone No.: 561-713-6911 Page 18 of 10 Independent Contractor Agreement No. Nguyen2015 16. DISAGREEMENTS AND DISPUTES In the event that either the Contractor or the City commences an action for damages, injunctive relief, or to enforce the provisions of this Agreement, each party shall bear its own attorneys' fees and all costs, including any appeals. Regardless of the foregoing, the Contractor shall not be entitled to damages, and if the City wrongfully terminates this Agreement, it shall be deemed a Termination for Convenience. 17. CONSTRUCTION AND SEVERABILITY The City and the Contractor agree that this Agreement shall be construed as if the parties jointly prepared it so that any uncertainty or ambiguity shall not be interpreted against any one party and in favor of the other. If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions shall nevertheless continue in full force and effect. 18. GOVERNING LAW AND VENUE This Agreement shall be governed in accordance with the laws of the State of Florida, and venue for any action enforcing the terms of this Agreement shall be Palm Beach County, Florida. 19. ENTIRE AGREEMENT This Agreement, including any exhibits attached hereto, supersedes any and all agreements, either oral or written, between the parties with respect to the rendering of services by the Contractor for the City, and contains the entire understanding with respect to the rendering of such services. No other statements, promises, representations, or agreements, whether oral or written, which are not contained in this Agreement, are valid or binding or have any effect on this Agreement. No modifications to this Agreement shall be effective unless such modifications are in writing and signed by both the Contractor and an authorized representative of the City. Page 19 of 10 Independent Contractor Agreement No. Nguyen2015 IN WITNESS WHEREOF, the parties have executed this Agreement on the date hereinabove first written. CITY OF PALM BEACH GARDENS, FLORIDA By: ________________ _ Eric Jablin, Mayor ATTEST: By: ___________ _ Patricia Snider, CMC, City Clerk INDEPENDENT CONTRACTOR By:_......o=:::;~;....__ __ e ___ _ Huy Nguyen G :\attorney_share\AGREEMENTS\2015\Nguyen 2015-ind ependent contractor agreement.docx Adm in Use Only: W ~ ~ 1.. Background cleared @ No Staff Verifying ___:~Bey~h~t.=1f--J~~£Nl=.:....;;.;IANY);.._;_~---------­ Date Copy Sent to Finance __ .:.J---------------- Page 110 of 10 Independent Contractor Agreement No . Ngu yen 2015 EXHIBIT "A" PALM BEACH GARDENS ·~ unique place to live, learn, work & play" PSA Nguyen2015 # 1 Program/Services Acknowledgment Form Contractor Name: Huy Nguyen Authorization Requested by: Wendy Tatum Date of Request: 8/5/15 Term of Program and Authorization: 10/1/2015 to 9/30/2016 1. Program Details: (Attach additional pages if necessary) Contractor will perform/ teach programs as outlined in the monthly tennis program schedule calendar and/ or otherwise scheduled. Contractor will teach lessons as scheduled. 2. Compensation: Tier Level Assigned 1 2 3 4 . Hourly Compensation =$45.00 per hour to be invoiced every 2 weeks per the City Accounts payable calendar .Contractor will be compensated $100.00 weekly for overseeing the LadiesTteams. To be invoiced every two weeks. per the City's accounts payable calendar. 3. Supplies and Equipment Notes: City to provide: All equipment needed to perform/ teach programs or lessons as outlined in the monthly tennis program calendar and/ or otherwise requ~sted. Contractorto provide: Expertise and knowledge to. perform/ teach programs or lessons as outlined in the monthly tennis program calendar and/ or otherwise requested. To be Completed by the Contractor: Current Address: 3878 Catalina Rd., PBG, Fl. 33410 Two Contact Phone Numbers: 561-713-6911/ tinhbanmm@yahoo.com 1 understand that this program/services acknowledgment is subject to and governed by the terms and conditions set forth in the Independent Contractor Agreement between me and the City of Palm Beach Gardens, dated . 9/10/2015 . I will com}Jiywitbt)Jft te~at agreement and the requirements;ettorth in this PSA. Contractor Signature: ~ Date: ?LI b/C To be Completed by Staff: Staff Member responsiple for the p o Current background check v Recreation Director Signatu ~~~~=;f:l~::::;::Jt Deputy City Mgr. Signature:_ (If cost exceeds $10,000} -......::::~ ~-~ Agreeme rJlf.l/[e~/30/2016 Date: 25. }~ . Date: B/'1lJ~ · Independent Contractor Agreement No. Nguyen2015 EXHIBIT "B" Please indicate documents that are attached as Exhibit "8": 1. Contractor's Proposal N/A 2. Certifications x 3. Licenses N/A 4. Professional Memberships x United States Professional · Tennis Association Hereby certifies that Huy Q. Nguyen has successfully completed all requirements, including an extensive examination of teaching, playing and business skills, necessary for the rating of Professional ·e.~ ~Executive Officer Membership No. 51925 Valid through Dec. 31,2015 UR26 • KXQR • MZJ9 • PVRX ·! United States Professional Tennis Association, Inc. Setting the standard for teaching professionals-That's Who We Are July 8, 2015 Mr. H_uy Q: Nguyen 3878 Catali~a Rd Palm B~ach Gardens, FL 33410-2322 DeatH1;1y, This · le~r . will confirm that, as a certified member of the United States Professional Tennis Association, you have . liability insurance as outlined below. This USPTA liability policy covers applicants,. certified and certain honorary members in the United States, its territories or Canada, and nonmembers who are insured through a certified member's policy. THE USPTA LIABILITY POLICY INCLUDES $9 million liability insurance, while on court, for bodily injury to others, and for damage to property not in the tennis teacher's care, custody or control. It does not cover injury to the tennis teacher, or damage to his/her property. The accident must have taken place on court, and arisen from the tennis teacher's playing, practicing, teaching or · officiating in tennis. Policy Number: Effective Period: For questions or to report an accident, contact: PHPK1269427 1/1/2015-12/31/2015 USPTA World Headquarters 3535 Briarpark Drive, Suite One Houston, TX 77042 Telephone 713-978-7782 If we may be of further assistance, please do not hesitate to contact us. Sincerely, CKKQ • CZNE • WDPD • DCRL 3535 Briarpark Drive, Suite One • Houston, TX 77042 800-877-8248 • 713-978-7782 • 713-978-7780 fax • us pta@ uspta.org • uspta.com . PALM BEACH GARDENS ':4 unique place to live, learn, work & play" CITY OF PALM BEACH GARDENS PURCHASE AWARD TRANSMITIAL It is the policy of the City of Palm Beach Gardens to consistently purchase goods and services using full and open competition. Solicitations are advertised in a newspaper of general circulation, and copies are made available through DemandS tar, Public Purchase, the City's Purchasing webpage, Vendors List, and the Office of the City Clerk. Copies of all solicitations, addenda, and award documentation are provided to the Office of the Inspector General. The following summary provides project information on the procurement action identified below. SOLICITATION TYPE: Invitation to Bid CONTRACT NO.: ITB2015-047PF TITLE: Mowing and Landscaping Services DEPARTMENT: Parks and Public Facilities DATE ADVERTISED: 7/12/2015 BIDS/PROPOSALS DUE DATE: 8/7/2015 WAS SOLICITATION OPENLY COMPETED? Yes RESPONSES RECEIVED: Nine (9) FUNDING ACCOUNT INFORMATION: 001.2080.519.3400 ANNUAL CONTRACT VALUES: 001.3040.541.3400 Year One: $562,941 Year Two: $562,941 CONTRACT TERM: Three {3) Years Year Three: $562,941 OPTIONS TO RENEW: Two (2) Years TOTAL CONTRACT VALUE: $1,688,823 VENDOR(S): Seacrest Services, Inc; Next Era Landscaping, LLC; and Girard Environmental Services BACKGROUND: The City's current contract for mowing and landscaping services expires September 30, 2015, and a replacement agreement is needed to maintain continuity of services. Unlike prior years, the new contract was solicited by groups to allow for more competitive pricing and the ability to award to more than one (1) contractor (by group). The results of the solicitation will see the City contracting with three {3) different firms, instead of one {1), for significant savings over the agreement term. COMMENTS: The three (3) vendors being recommended for award all have several years of service in the landscaping field. The contractors come highly recommended and have the staff and capacity to perform the work. As part of its responsibility review, the City performed a pre-award site inspection on each of the contractors to ensure they had the facility and equipment to perform the work. The pre-award site inspection was also used to discuss transition and mobilization logistics with the firms. Two (2) firms failed the pre-award inspection, although they offered the lowest price for certain groups. Staff is satisfied that the contractors being recommended are properly staffed and equipped to provide the mowing and landscaping services to the requirements of the and standards of the David J. E. Ill Km! Ra Allan Owens 0 DEFERRED DATE PALM BEACH GARDENS ':4 unique p lace to live, learn. w ork & play" The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 AGREEMENT FOR MOWING AND LANDSCAPING SERVICES AGREEMENT NO.ITB2015-047PF (A) THIS AGREEMENT is made and entered into this __ day of ________ , 2015, by and between the City of Palm Beach Gardens, a Florida municipal corporation (hereinafter referred to as "City"), whose address is 10500 North Military Trail , Palm Beach Gardens, Florida 33410, and Seacrest Services, Inc., a Florida corporation (hereinafter referred to as "Contractor''), whose principal address is 2400 Centrepark West Drive, Suite 175, West Palm Beach, Florida 33409. WHEREAS, the City desires to retain the services of the Contractor to provide services in accordance with the City's Invitation to Bid ITB2015-047PF, Mowing and Landscaping Services, and the Contractor's response thereto, which are attached hereto and incorporated herein as Exhibit "A ". NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows : ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions , and specifications set forth in the City's Invitation to Bid ITB2015- 047PF and the Contractor's response to the Invitation to Bid , including all addenda a nd documentation required thereunder. ARTICLE 2 . SCOP E O F SERVIC ES The ContraCtor shall provide Mowing and Landscaping Services for the C ity locations and facilities identified as Group "A ", Common Areas and Parks , and/or Alternate Group "A " in th e Invitation t o Bid. T he Contractor s hall provid e t he services on an as-needed and scheduled b asis , based on th e freque ncies esta blis he d by th e City, whi c h may be a lte red fro m t ime t o time. Page 11 of4 ARTICLE 3 . COMPENSATION City of Palm Beach Gardens ITB2015-047PF (A) Mowing and Landscaping Services The City shall pay the Contractor for performing the seNices according to the terms and conditions of the Invitation to Bid and the Contractor's price offer. The City's estimated expenditure under this Agreement is Three Hundred Twenty- Four Thousand Eight Hundred Seventeen Dollars ($324,817) for each year of the term of the Agreement. The total estimated Agreement Value is Nine Hundred Seventy-Four Thousand Four Hundred Fifty-One Dollars ($974,451) for the three-(3) year term of the Agreement. Notwithstanding the estimated expenditure, the City does not guarantee to the Contractor that this amount will be spent during the term of this Agreement. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (~0) days from receipt of a proper invoice. Page 12 of 4 City of Palm Beach Gardens ITB2015-047PF (A) Mowing and Landscaping Services ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required, contemplated , or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or delivered by overnight courier to the following addresses: As to the City: With a copy to: As to the Contractor: City of Palm Beach Gardens 10500 North Military Trail . Palm Beach Gardens, Florida 3341 0 Attn: City Manager Facsimile: (561) 799-4111 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Attorney Email: mlohman@pbgfl .com Seacrest Services, Inc. 2400 Centrepark West Drive, Suite 175 West Palm Beach, Florida 33409 Attn: Anjanette Hanna, Executive VP Email: ahanna@seacrestservices.com b. Headings. The headings contained in this Agreement are for convenience of reference only and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. ARTICLE 5 . TERM The term of this Agreement shall be from the effective date of October 1, 2015, until September 30, 2018, unless terminated beforehand as provided for in Article 6. Upon completion of the three-(3) year term of this Agreement, the City shall have the option, at its sole discretion, to renew the Agreement for an additional two (2) years . ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. Page 13 of 4 City of Palm Beach Ga rde ns ITB2015-047PF (A) Mowin g and Landscapin g SeNices IN WITNESS WHEREOF , t he parties hereto have executed this Agreement o n th e dat e hereinabove first written . ATTEST: By~~------------------­ Patric ia Snider, CMC , City Clerk APPROVED AS TO FORM A LEGAL SUFFIC NCY WITNESSES : CITY OF PALM BEACH GARDENS, FLORIDA By: _______________ _ Eric Jablin , Mayor SEACREST SERVICES, INC. By: _______________ _ Richard K. Fowler, CEO By: _____________ _ Print Name: ----------------------- By: ______________ _ Print Name: ----------------------- \\pbgsnas\Attorney\attomey_share\AGREEMENT S\2 0 15\Seacrest-Mowing Landscaping Svcs-ITB2015-047PF(A) Agmt.docx Page 14 of 4 EXHIBIT "A" City of Palm Beach Gardens ITB2015-047PF (A) Mowing and Landscaping Services P A LM BEACH GARDENS ':4 unique place to live, learn, work & play" The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL33410 AGREEMENT FOR MOWING AND LANDSCAPING SERVICES AGREEMENT NO.ITB2015-047PF (B) THIS AGREEMENT is made and entered into this __ day of _______ , 2015, by and between the City of Palm Beach Gardens, a Florida municipal corporation (hereinafter referred to as "City"), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and Next Era Landscaping, LLC, a Florida corporation (hereinafter referred to as "Contractor''), whose principal address is 3900 Woodlake Boulevard , Suite 203, Greenacres, Florida 33463 WHEREAS, the City desires to retain the services of the Contractor to provide services in accordance with the City's Invitation to Bid ITB2015-047PF, Mowing and Landscaping Services, and the Contractor's response thereto, which are attached hereto and incorporated herein as Exhibit "A". NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City's Invitation to Bid ITB2015- 047PF and the Contractor's response to the Invitation to Bid , including all addenda and documentation required thereunder. ARTICLE 2 . SCOPE OF SERVICES The Contractor shall provide Mowing and Landscaping Services for the City locations and facilities identified as Group "B", Medians, and/or Alternate Group "B" in the Invitation to Bid. The Contractor shall provide the services on an as-needed and scheduled basis, based on the frequencies established by the City, which may be altered from time to time. Page 11 of 5 . , ' ~ ··' ' . . I .. [ c. , •l ., ,•,. '•' • • ,-.. ~ . · ... ~ ... ~· .. · 'It· ARTICLE 3. COMPENSATION City of Palm Beach Gardens ITB2015-047PF (B) Mowing and Landscaping Services The City shall pay the Contractor for performing the services according to the terms and conditions of the Invitation to Bid and the Contractor's price offer. Page 12 of 5 C ity of Palm Beach Gardens ITB2015-047PF (B) Mowing and Landscaping Services The City's estimated expenditure under this Agreement is One Hundred Ten Thousand Five Hundred Forty-Nine Dollars ($110,549) for each year of the term of the Agreement. The total estimated Agreement Value is Three Hundred Thirty-One Thousand Six Hundred Forty-Seven Dollars ($331 ,647) for the three-(3) year term of the Agreement. Notwithstanding the estimated expenditure, the City does not guarantee to the Contractor that this amount will be spent during the term of this Agreement. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required , contemplated , or permitted under this Agreement shall be in writing and shall be hand delivered , telecommunicated, or delivered by overnight courier to the following addresses: As to the City: With a copy to: As to the Contractor: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Manager Facsimile: (561) 799-4111 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Attorney Email: mlohman@pbgfl.com Next Era Landscaping, LLC 3900 Woodlake Boulevard , Suite 203 Greenacres, Florida 33463 Attn : David Beretsky Email : amerilawninc@aol.com b. Headings. The headings contained in this Agreement are for convenience of reference only and shall not lim it or otherwise affect in any way the meaning or interpretation of this Agreement. Page 13 of 5 ARTICLE 5. TERM City of Palm Beach Gardens ITB2015-047PF (B) Mowing and Landscaping Services The term of this Agreement shall be from the effective date of October 1, 2015, until September 30, 2018, unless terminated beforehand as provided for in Article 6. Upon completion of the three-(3) year term of this Agreement, the City shall have the option, at its sole discretion, to renew the Agreement for an additional two (2) years. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. (The remainder of this page intentionally left blank) Page 14 of 5 City of Palm Beach Gardens ITB2015-047PF (B) Mowing and Landscaping Services IN WITNESS WHEREOF , t he parties hereto have executed th is Agreement o n the date hereinabove first written. ATTEST: By: ___________ _ Patricia Snider, CMC , City Clerk APPROVED AS TO FOR LEGAL SUFFICIENCY WITNESSES: CITY OF PALM BEACH GARDENS, FLORIDA By: ______________ _ Eric Jab li n, Mayo r NEXT ERA LANDSCAPING, LLC By: _______________ _ David Beretsky , Manager By: _____________ _ P rin t Name : ----------------------- By: _____________ __ Print Name : ----------------------- \\pbgsnas\Attomey\attorney_share\AGREEMENTS\201 5\Next E ra-Mowing Landscaping Svcs-ITB2015-047PF {B) Agmt.docx Page 15 of 5 EXHIBIT "A" City of Palm Beach Gardens ITB2015-047PF (B) Mowing and Landscaping Servi ces PALM B E ACH G A RDENS ':4 unique plm:e to live, learn, work & play" The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 AGREEMENT FOR MOWING AND LANDSCAPING SERVICES AGREEMENT NO.ITB2015-047PF (C) THIS AGREEMENT is made and entered into this __ day of ________ , 2015, by and between the City of Palm Beach Gardens, a Florida municipal corporation (hereinafter referred to as "City"), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410 , and Girard Environmental Services, Inc., a Florida corporation (hereinafter referred to as "Contractor''), whose principal address is 701 Codisco Way, Sanford , Florida 32771 . WHEREAS, the City desires to retain the services of the Contractor to provide services in accordance with the City's Invitation to Bid ITB2015-047PF, Mowing and Landscaping Services, and the Contractor's response thereto, which are attached hereto and incorporated herein as Exhibit "A". NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms , conditions, and specifications set forth in the City's Invitation to Bid ITB2015- 047PF and the Contractor's response to the Invitation to Bid, including all addenda and documentation requi red thereunder. ARTICLE 2 . SCOPE OF SERVICES The Contractor shall . provide Mowing and Landscaping Services for the City locations and facilities identified as Group "C ", Canal Long Line Mowing , and/or Alternate Group "C" in th e Invitation to Bid . T he Contractor shall provide th e services on a n as-needed . an d scheduled basis, based on th e f re que ncies established by th e C ity, whi c h may be altered f ro m tim e to time. Pag e 11 of4 ARTICLE 3. COMPENSATION City of Palm Beach Gardens ITB2015-047PF (C) Mowing and Landscaping Services The City shall pay the Contractor for performing the services according to the terms and conditions of the Invitation to Bid and the Contractor's price offer. The City's estimated expenditure under this Agreement is One Hundred Twenty- Seven Thousand Five Hundred Seventy-Five Dollars ($127,575) for each year ofthe term of the Agreement. The total estimated Agreement Value is Three Hundred Eighty-Two Thousand Seven Hundred Twenty-Dollars ($331 ,647) for the three-(3) year term of the Agreement. Notwithstanding the estimated expenditure, the City does not guarantee to the Contractor that this amount will be spent during the term of this Agreement. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. Page 12 of 4 City of Palm Beach Gardens ITB2015-047PF (C) Mowing and Landscaping Services ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered , telecommunicated, or delivered by overnight courier to the following addresses: As to the City: With a copy to: As to the Contractor: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Facsimile: (561) 799-4111 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Attorney Email: mlohman@pbgfl .com Girard Environmental Services, Inc. 701 Codisco Way Sanford, Florida 32771 Attn: Joshua Eibeschitz Email: jeibeschitz@girardonline.com b. Headings. The headings contained in this Agreement are for convenience of reference only and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. ARTICLE 5 . TERM The term of this Agreement shall be from the effective date of October 1, 2015, until September 30, 2018, unless terminated beforehand as provided for in Article 6. Upon completion of the three-(3) year term of this Agreement, the City shall have the option, at its sole discretion, to renew the Agreement for an additional two (2) years. ARTICLE 6 . TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits. Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. Page 13 of 4 City of Palm Beach Gardens ITB2015-047PF (C) Mowing and Landscaping Services IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date hereinabove first written. CITY OF PALM BEACH GARDENS, FLORIDA By: ______________ _ Eric Jablin, Mayor ATTEST: By: ___________ _ Patricia Snider, CMC , City Clerk APPROVED AS TO FORM A LEGAL SUFFIC CY GIRARD ENVIRONMENTAL SERVICES, INC. By: _______________ _ Richard A. Girard, CEO WITNESSES: By: _____________ _ Print Name: ----------------------- By: ____________ _ Print Name: ----------------------- \\pbgsnas'Attomey\attorney_share\AGREEMENTS\2015\Girard Environmental-Mowing Landscaping Svcs-ITB2015-047PF(C).docx Page 14 of 4 EXHIBIT "A" City of Palm Beach Gardens ITB2015-047PF (C) Mowing and Landscaping Services City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PUBLIC NOTICE – RECOMMENDATION TO AWARD DATE: August 21, 2015 SOLICITATION NO.: ITB2015-047PF TITLE: Mowing and Landscaping Services Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers received for the above-mentioned Solicitation. The City Manager or designee has recommended award of the contract to the following Bidders: GROUP A: Seacrest Services, Inc. ANNUAL COST: Three Hundred and Twenty Four Thousand, Eight Hundred and Seventeen Dollars ($324,817) GROUP B: Next Era Landscaping, LLC. ANNUAL COST: One Hundred and Ten Thousand, Five Hundred and Forty Nine Dollars ($110,549) GROUP C AND D: Girard Environmental Services ANNUAL COST: One Hundred and Twenty Seven Thousand, Five Hundred and Seventy Five Dollars ($127,575) TOTAL ANNUAL COST: Five Hundred and Sixty Two Thousand, Nine Hundred and Forty One Dollars ($562,941) ESTIMATED CONTRACT VALUE: One Million, Six Hundred and Forty Nine Thousand, and Ninety One Dollars ($562,941 X 3 = $1,688,823) CONTRACT TERM: Three (3) Years; with the Option to Renew for Two (2) Years THIS REVISED AWARD RECOMMENDATION REPLACES THE PREVIOUS AWARD RECOMMENDATION POSTED ON AUGUST 20. GROUP A HAS BEEN RE-AWARDED AFTER WATERS BROTHERS WAS DEEMED NON-RESPONSIBLE. Per: Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director c: Patty Snider, CMC City Clerk City of Palm Beach Gardens, Florida Bid Tabulation ITB2015-047PF Mowing and Landscaping Services Km! Ra Vendor Contact Fax Number ITEM MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P GROUP A 1 25,438.00$ 2,424.00$ 311.00$ 43,429.42$ included included 10,234.00$ 300.00$ 150.00$ 28,910.00$ 1,000.00$ 225.00$ 2 17,922.00$ 1,708.00$ 311.00$ 30,636.69$ included included 10,234.00$ 300.00$ 150.00$ 20,368.00$ 1,000.00$ 225.00$ 3 1,140.00$ 114.00$ N/A 2,025.03$ included included 10,234.00$ 300.00$ N/A 1,338.00$ 1,000.00$ 225.00$ 4 30,708.00$ 2,926.00$ N/A 42,408.84$ included included 10,234.00$ 300.00$ 150.00$ 49,339.00$ 1,000.00$ 225.00$ 5 3,376.00$ 322.00$ 311.00$ 5,767.96$ included included 10,234.00$ 300.00$ 150.00$ 3,830.00$ 1,000.00$ 225.00$ 6 14,769.00$ 1,407.00$ 311.00$ 18,034.42$ included included 10,234.00$ 300.00$ 150.00$ 16,780.00$ 1,000.00$ 225.00$ 7 2,760.00$ 263.00$ 311.00$ 4,713.66$ included included 10,234.00$ 300.00$ 150.00$ 3,131.00$ 1,000.00$ 225.00$ 8 2,414.00$ 230.00$ N/A 4,122.09$ included included 10,234.00$ 300.00$ 150.00$ 2,736.00$ 1,000.00$ 225.00$ 9 10,513.00$ 1,002.00$ 311.00$ 17,969.80$ included included 10,234.00$ 300.00$ 150.00$ 11,947.00$ 1,000.00$ 225.00$ 10 31,323.00$ 2,984.00$ 311.00$ 49,397.47$ included included 10,234.00$ 300.00$ N/A 45,964.00$ 1,000.00$ 225.00$ 11 21,695.00$ 2,067.00$ N/A 26,493.37$ included included 10,234.00$ 300.00$ N/A 24,654.00$ 1,000.00$ 225.00$ 12 7,100.00$ 676.00$ N/A 14,339.55$ included included 10,234.00$ 300.00$ N/A 13,345.00$ 1,000.00$ 225.00$ 13 11,813.00$ 1,126.00$ N/A 14,423.92$ included included 10,234.00$ 300.00$ 150.00$ 13,436.00$ 1,000.00$ 225.00$ 14 7,569.00$ 722.00$ 311.00$ 12,936.74$ included included 10,234.00$ 300.00$ N/A 8,603.00$ 1,000.00$ 225.00$ 15 26,791.00$ 2,552.00$ N/A 45,801.10$ included included 10,234.00$ 300.00$ N/A 30,430.00$ 1,000.00$ 225.00$ 16 2,646.00$ 252.00$ N/A 4,547.34$ included included 10,234.00$ 300.00$ N/A 3,040.00$ 1,000.00$ 225.00$ 17 1,845.00$ 176.00$ N/A 3,150.10$ included included 10,234.00$ 300.00$ N/A 2,097.00$ 1,000.00$ 225.00$ 18 12,898.00$ 1,229.00$ 311.00$ 36,711.65$ included included 10,234.00$ 300.00$ 150.00$ 34,169.00$ 1,000.00$ 225.00$ 19 2,741.00$ 262.00$ N/A 4,682.58$ included included 10,234.00$ 300.00$ N/A 3,100.00$ 1,000.00$ 225.00$ 20 1,549.00$ N/A N/A 2,645.47$ included included 10,234.00$ N/A N/A 1,763.00$ 1,000.00$ 225.00$ 21 3,928.00$ 374.00$ N/A 8,292.59$ included included 10,234.00$ 300.00$ N/A 5,502.00$ 1,000.00$ 225.00$ 266,553.00$ 392,529.79$ 222,414.00$ 350,207.00$ -$ GROUP B MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P 22 4,853.00$ N/A N/A 7,267.27$ included included 10,234.00$ N/A N/A 6,748.00$ 1,000.00$ 225.00$ 23 1,527.00$ N/A N/A 2,283.37$ included included 10,234.00$ N/A N/A 2,128.00$ 1,000.00$ 225.00$ 24 3,016.00$ N/A N/A 4,515.15$ included included 10,234.00$ N/A N/A 4,195.00$ 1,000.00$ 225.00$ 25 475.00$ N/A N/A 1,187.55$ included included 10,234.00$ N/A N/A 790.00$ 1,000.00$ 225.00$ 26 853.00$ N/A N/A 2,132.97$ included included 10,234.00$ N/A N/A 1,428.00$ 1,000.00$ 225.00$ 27 95.00$ N/A N/A 236.35$ included included 10,234.00$ 300.00$ 150.00$ 152.00$ 1,000.00$ 225.00$ 28 3,663.00$ 349.00$ 311.00$ 6,257.37$ included included 10,234.00$ N/A N/A 4,164.00$ 1,000.00$ 225.00$ 29 913.00$ 107.00$ N/A 1,910.26$ included included 10,234.00$ N/A N/A 1,276.00$ 1,000.00$ 225.00$ 30 593.00$ N/A N/A 1,237.74$ included included 10,234.00$ N/A N/A 820.00$ 1,000.00$ 225.00$ 31 245.00$ N/A N/A 59.69$ included included 10,234.00$ N/A N/A 61.00$ 1,000.00$ 225.00$ 32 58.00$ N/A N/A 142.80$ included included 10,234.00$ N/A N/A 91.00$ 1,000.00$ 225.00$ 33 123.00$ N/A N/A 259.14$ included included 10,234.00$ N/A N/A 182.00$ 1,000.00$ 225.00$ 34 428.00$ N/A N/A 895.86$ included included 10,234.00$ N/A N/A 608.00$ 1,000.00$ 225.00$ 35 3,213.00$ 306.00$ 311.00$ 5,485.41$ included included 10,234.00$ 300.00$ 150.00$ 3,648.00$ 1,000.00$ 225.00$ 36 834.00$ N/A N/A 1,718.64$ included included 10,234.00$ 300.00$ N/A 1,155.00$ 1,000.00$ 225.00$ ITB No.: Bid Title: Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Prepared by: Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Vendor Name SEACREST SERVICES TOTAL MAINTENANCE BLDG SERV WATERS BROTHERS ENVIRO WIN TECT ALL PHASE MAINTENANCE Vendor FEIN 59-1815173 65-0428580 26-3939418 47-4168168 Corporation Address (State):2400 Centrepark W Dr, West Palm Beach, FL 3690 Consumer St, West Palm Beach, FL 5876 Rich Rd, Bowling Green, FL 1649 W 26th Ct, Riviera Beach, FL Are Submittal Forms Complete?Yes Yes Yes Yes Conviction Disclosure (Yes/No)No No No No Incumbent Vendor (Yes/No)No Yes No No Addenda Acknowledged (Yes/No):Yes Yes No - Addms 3 and 4 not acknowledged Yes Vendor Contact (for this bid)Anjanette Hanna Edward Galbraith Brian Waters Robert Young Vendor Contact Phone Number 561.697.4990 561.844.2744 863.781.3886 561.502.5668 561.697.4779 561.844.2360 N/A N/A Vendor Contact Email ahanna@seacrestservices.com edtmbs@aol.com bwaters@watersbrothers.net wintectapm@gmail.com DESCRIPTION COMMON AREAS AND PARKS - ALTERNATE Burns Road Community Center City Hall Complex/FR #1/Police Riverside Youth Enrichment Center Tennis Center Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Mirasol Park PGA Park Oaks Park Lake Catherine Sports Complex Lakeside Lake Catherine/MacArthur Blvd Plant Drive and Skate Park Gardens Park Sand Hill Crane Park Twins Parks Lilac Park Commons and Dog Run Riverside Drive Linear Park South Ilex Circle Neighborhood Park City Park TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS MEDIANS - ALTERNATE Allamanda ROW Allamanda/Rainwood Dr. Retention Alt A1A Banyan Street Parcel - North Banyan Street Parcel - South Burns Rd and I-95 Overpass Burns Rd Medians - Military Trl - Prosperity Burns Rd ROW Camberwell on Avenue of PGA City Sign - PGA Blvd and Fairway Dr. Cottonwood Circle Median Garden Woods Entrance Median - Elm Gardens Glenn - Entrance and Medians Holly Dr. Medians - Riverside to Milt Holly Dr. ROW - Lighthouse/Ironwood ITB2015-047PF Mowing and Landscaping Services Km! Ra ITB No.: Bid Title: Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Prepared by: Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Vendor Name SEACREST SERVICES TOTAL MAINTENANCE BLDG SERV WATERS BROTHERS ENVIRO WIN TECT ALL PHASE MAINTENANCE Vendor FEIN 59-1815173 65-0428580 26-3939418 47-4168168 37 186.00$ N/A N/A 460.32$ included included 10,234.00$ 300.00$ N/A 304.00$ 1,000.00$ 225.00$ 38 63.00$ N/A N/A 157.29$ included included 10,234.00$ 300.00$ N/A 91.00$ 1,000.00$ 225.00$ 39 1,727.00$ 165.00$ 311.00$ 3,508.00$ included included 10,234.00$ 300.00$ 150.00$ 1,945.00$ 1,000.00$ 225.00$ 40 81.00$ N/A N/A 203.28$ included included 10,234.00$ 300.00$ N/A 115.00$ 1,000.00$ 225.00$ 41 2,323.00$ 222.00$ N/A 395.01$ included included 10,234.00$ 300.00$ N/A 2,644.00$ 1,000.00$ 225.00$ 42 3,097.00$ 296.00$ N/A 5,290.95$ included included 10,234.00$ 300.00$ N/A 3,526.00$ 1,000.00$ 225.00$ 43 6,375.00$ 608.00$ N/A 10,896.48$ included included 10,234.00$ 300.00$ N/A 7,235.00$ 1,000.00$ 225.00$ 44 23,269.00$ 2,309.00$ N/A 23,677.44$ included included 10,234.00$ 300.00$ N/A 27,542.00$ 1,000.00$ 225.00$ 45 3,630.00$ 346.00$ N/A 6,201.30$ included included 10,234.00$ 300.00$ N/A 4,134.00$ 1,000.00$ 225.00$ 46 544.00$ N/A N/A NO BID NO BID NO BID 10,234.00$ 300.00$ N/A NO BID NO BID NO BID 47 22,139.00$ 2,109.00$ 311.00$ 21,628.38$ included included 10,234.00$ N/A N/A 25,172.00$ 1,000.00$ 225.00$ 48 263.00$ N/A N/A 555.66$ included included 10,234.00$ 300.00$ 150.00$ 365.00$ 1,000.00$ 225.00$ 49 5,009.00$ 478.00$ N/A 8,560.75$ included included 10,234.00$ 300.00$ N/A 5,685.00$ 1,000.00$ 225.00$ 50 414.00$ 40.00$ N/A 703.39$ included included 10,234.00$ 300.00$ N/A 456.00$ 1,000.00$ 225.00$ 51 506.00$ 48.00$ N/A 861.10$ included included 10,234.00$ 300.00$ N/A 578.00$ 1,000.00$ 225.00$ 52 324.00$ N/A N/A 824.14$ included included 10,234.00$ 300.00$ N/A 560.00$ 1,000.00$ 225.00$ 53 468.00$ 45.00$ N/A 796.95$ included included 10,234.00$ 300.00$ N/A 545.00$ 1,000.00$ 225.00$ 54 370.44$ included included 10,234.00$ 300.00$ N/A 243.00$ 1,000.00$ 225.00$ 99,979.00$ 120,680.45$ 344,322.00$ 147,786.00$ -$ GROUP C MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P 55 966.00$ 1,925.16$ 8,741.00$ 2,451.00$ 56 1,121.00$ 3,735.12$ 8,741.00$ 2,850.00$ 57 1,475.00$ 4,916.52$ 8,741.00$ 3,750.00$ 58 2,596.00$ 6,897.48$ 8,741.00$ 6,600.00$ 59 824.00$ 2,188.08$ 8,741.00$ 2,097.00$ 60 2,579.00$ 6,853.80$ 8,741.00$ 6,560.00$ 61 2,308.00$ 6,133.56$ 8,741.00$ 5,871.00$ 62 3,168.00$ 8,418.48$ 8,741.00$ 8,048.00$ 63 608.00$ 1,613.28$ 8,741.00$ 1,540.00$ 64 1,122.00$ 2,979.72$ 8,741.00$ 2,850.00$ 65 1,692.00$ 4,495.92$ 8,741.00$ 4,298.00$ 66 556.00$ 1,476.96$ 8,741.00$ 1,413.00$ 67 6,912.00$ 18,372.48$ 8,741.00$ 17,578.00$ 68 5,132.00$ 13,640.28$ 8,741.00$ 13,053.00$ 31,059.00$ 83,646.84$ 122,374.00$ 78,959.00$ -$ NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders. a "Included" - price for this service is included in the overall price for the item. b "N/A" - based on bidder's inspection of site, the specific service is not required for the location. c "No Bid" - No pricing offered for this item/service. Holly Drive and I-95 Overpass Holly Drive Cul-de-Sac Hood Road Medians - Military/A1A Iris Circle Median MacArthur Blvd Medians, CW, ROW Military Trl Medians - Hood to Donald Military Trl Medians - Lillian to EPB-3 Northlake Blvd/I-95 Intersection Northlake Blvd Medians - Military/East Palm Beach Gardens Elementary ROW PGA Blvd and I-95 Intersection PGA Blvd/Medians - Prosperity/US1 PGA Blvd/Medians - Military to East Prosperity Farms Rd/Prosperity Oaks Public Works and Ironwood Rds. Sandtree Drive Seagrape Way Median US Hwy 1 Medians -Golden Br/Towers TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS CANAL LONG-LINE MOWING- ALTERNATE Hunt Club Drive Bellwood/Applecrest to Earman River Earman River/Military Trl to I-95 Earman River/I-95 to A1A (North side) Honey Suckle/Honey Suckle to Gardenia Thompson/Earman River to I-95 Seagrape/Military Trl to End City ROW Hickory Canal/Larch Ave - End City ROW Plat 4/Banyan St East to A1a (North side) Ironwood/Burns Road to C-17 Canal Meridian Allamanda/Burns Road to Prosperity C-17/Northlake to A1A (east) N-Lake to TOTAL YEARLY COSTS Mirasol Field TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS City of Palm Beach Gardens, Florida Bid Tabulation ITB2015-047PF Mowing and Landscaping Services Km! Ra Vendor Contact Fax Number ITEM MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P GROUP A 1 37,352.00$ 4,404.00$ 840.00$ 48,394.00$ 1,934.00$ 784.30$ 31,000.00$ 3,360.00$ 800.00$ 39,761.76$ included included 31,797.00$ 400.00$ 200.00$ 2 34,776.00$ 5,787.00$ 2,700.00$ 38,711.00$ 1,706.00$ 553.44$ 19,800.00$ 2,200.00$ 580.00$ 28,010.69$ included included 25,397.00$ 395.00$ 200.00$ 3 4,600.00$ 358.00$ 40.00$ 2,851.00$ 126.00$ included 1,530.00$ 180.00$ 50.00$ 1,851.46$ included included 2,731.00$ 75.00$ 75.00$ 4 27,600.00$ 3,986.00$ 120.00$ 44,819.00$ 3,638.20$ included 46,800.00$ 5,400.00$ 1,480.00$ 67,854.14$ included included 19,122.00$ 275.00$ 100.00$ 5 7,360.00$ 552.00$ 30.00$ 4,277.00$ 279.58$ 104.36$ 4,400.00$ 560.00$ 120.00$ 5,273.57$ included included 3,356.00$ 90.00$ 75.00$ 6 15,456.00$ 1,288.00$ 540.00$ 16,255.00$ 1,388.00$ 455.40$ 8,600.00$ 1,700.00$ 500.00$ 23,083.10$ included included 10,342.00$ 125.00$ 90.00$ 7 7,912.00$ 544.00$ 210.00$ 6,923.00$ 253.00$ 85.39$ 3,500.00$ 470.00$ 100.00$ 4,309.63$ included included 5,151.00$ 100.00$ 90.00$ 8 7,912.00$ 502.00$ 60.00$ 5,945.00$ 249.00$ included 3,200.00$ 350.00$ 70.00$ 3,768.77$ included included 4,293.00$ 100.00$ 90.00$ 9 21,160.00$ 1,358.00$ 240.00$ 23,074.00$ 1,014.00$ 322.58$ 12,900.00$ 1,200.00$ 350.00$ 16,429.54$ included included 17,561.00$ 275.00$ 125.00$ 10 35,420.00$ 6,056.00$ 660.00$ 59,104.00$ 3,804.00$ 1,249.19$ 36,800.00$ 5,100.00$ 900.00$ 63,228.77$ included included 35,513.00$ 275.00$ 125.00$ 11 19,688.00$ 3,490.00$ 90.00$ 36,639.00$ 2,054.00$ included 24,500.00$ 2,900.00$ 700.00$ 33,911.52$ included included 25,093.00$ 200.00$ 125.00$ 12 14,260.00$ 1,972.00$ 180.00$ 20,777.00$ 1,592.00$ included 12,940.00$ 1,900.00$ 400.00$ 18,354.62$ included included 9,522.00$ 150.00$ 90.00$ 13 12,420.00$ 2,122.00$ 240.00$ 19,475.00$ 1,620.00$ included 12,970.00$ 1,900.00$ 400.00$ 18,462.62$ included included 15,454.00$ 200.00$ 90.00$ 14 9,384.00$ 930.37$ 1,440.00$ 10,890.00$ 710.00$ 234.03$ 8,400.00$ 1,000.00$ 250.00$ 11,827.87$ included included 11,629.00$ 150.00$ 90.00$ 15 19,688.00$ 3,750.00$ 210.00$ 41,225.00$ 2,545.00$ included 29,600.00$ 3,400.00$ 800.00$ 41,875.30$ included included 36,214.00$ 250.00$ 125.00$ 16 4,600.00$ 366.00$ 60.00$ 6,908.00$ 397.00$ included 850.00$ 450.00$ 100.00$ 4,131.65$ included included 600.00$ 90.00$ 90.00$ 17 2,484.00$ 334.00$ 60.00$ 4,665.00$ 274.00$ included 2,380.00$ 300.00$ 60.00$ 2,880.10$ included included 2,100.00$ 90.00$ 90.00$ 18 26,680.00$ 3,920.00$ 180.00$ 51,781.00$ 3,054.00$ 929.78$ 32,900.00$ 3,600.00$ 1,000.00$ 46,990.94$ included included 10,537.00$ 90.00$ 90.00$ 19 7,820.00$ 542.00$ 450.00$ 9,777.00$ 412.42$ included 3,100.00$ 400.00$ 90.00$ 4,281.22$ included included 4,293.00$ 90.00$ 90.00$ 20 1,532.00$ 244.00$ included 4,251.00$ 233.29$ included 1,750.00$ included 50.00$ 2,418.72$ included included 1,900.00$ 90.00$ 90.00$ 21 8,648.00$ 860.00$ 180.00$ 10,307.00$ 1,592.29$ included 6,000.00$ 600.00$ 150.00$ 7,581.79$ included included 7,804.00$ 175.00$ 90.00$ 378,647.37$ 500,642.25$ 349,840.00$ 446,287.78$ 286,324.00$ GROUP B MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P 22 8,188.00$ 1,356.00$ 150.00$ 55,200.00$ 3,667.00$ 1,533.33$ 3,170.00$ included 140.00$ 9,302.11$ included included 4,175.00$ 125.00$ 90.00$ 23 1,196.00$ 296.00$ 60.00$ 18,400.00$ 868.00$ 766.67$ 1,824.00$ included 60.00$ 2,922.72$ included included 1,650.00$ 90.00$ 90.00$ 24 7,912.00$ 858.00$ 180.00$ 36,800.00$ 1,698.00$ 1,533.33$ 3,800.00$ included 120.00$ 5,779.39$ included included 2,342.00$ 90.00$ 90.00$ 25 552.00$ 116.00$ included 7,360.00$ 377.00$ 230.00$ 415.00$ included 40.00$ 1,085.76$ included included 825.00$ 90.00$ 90.00$ 26 736.00$ 196.00$ included 14,720.00$ 784.00$ 306.67$ 750.00$ included 50.00$ 1,950.14$ included included 800.00$ 90.00$ 90.00$ 27 368.00$ 92.00$ included 1,840.00$ 83.00$ 38.33$ 160.00$ included 40.00$ 216.10$ included included 850.00$ 90.00$ 90.00$ 28 12,512.00$ 3,042.00$ 960.00$ 36,800.00$ 1,665.00$ 1,534.00$ 4,700.00$ 600.00$ 130.00$ 5,721.02$ included included 6,322.00$ 100.00$ 90.00$ 29 3,128.00$ 164.00$ 120.00$ 14,720.00$ 594.00$ 384.00$ 1,425.00$ 200.00$ 40.00$ 1,746.53$ included included 1,250.00$ 90.00$ 90.00$ 30 2,300.00$ 138.00$ 60.00$ 7,360.00$ 250.00$ 384.00$ 880.00$ included 40.00$ 1,131.65$ included included 680.00$ 90.00$ 90.00$ 31 220.00$ 102.00$ 120.00$ 897.56$ 13.00$ 16.00$ 336.00$ included 30.00$ 49.82$ included included 800.00$ 35.00$ 35.00$ 32 776.25$ 100.00$ included 1,346.34$ 35.00$ 39.00$ 85.00$ included 30.00$ 130.56$ included included 675.00$ 35.00$ 35.00$ 33 736.00$ 98.00$ 180.00$ 2,243.90$ 93.00$ 39.00$ 195.00$ included 30.00$ 234.05$ included included 750.00$ 35.00$ 35.00$ 34 1,748.00$ 152.00$ 360.00$ 7,629.27$ 228.00$ 230.00$ 640.00$ included 30.00$ 819.07$ included included 1,250.00$ 35.00$ 35.00$ 35 5,060.00$ 558.00$ 480.00$ 35,902.44$ 2,037.00$ 767.00$ 4,000.00$ 500.00$ 120.00$ 5,015.23$ included included 4,839.00$ 100.00$ 90.00$ 36 1,840.00$ 147.20$ included 14,360.98$ 572.00$ 307.00$ 1,200.00$ 160.00$ 40.00$ 1,571.33$ included included 956.00$ 75.00$ 50.00$ ITB No.: Bid Title: Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Prepared by: Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Vendor Name GIRARD ENVIRONMENTAL SERV MOUNT ELBERT LIMITED NEXT ERA PRECISION LANDSCAPE COMPANY BATALLAN ENT/PROPERTYWORKS Vendor FEIN 59-3537631 45-2923071 27-0505340 65-0604201 87-0720106 Corporation Address (State):701 Codisco Way, Sanford, FL 330 SW 27 Ave, Miami, FL 3900 Woodlake Blvd, Greenacres, FL 1365 N. Killian Dr, Lake Park, FL 1201 Roebuck Ct, West Palm Beach, FL Are Submittal Forms Complete?Yes Yes Yes Yes Yes Conviction Disclosure (Yes/No)No No No No No Incumbent Vendor (Yes/No)No No No No No Addenda Acknowledged (Yes/No):Yes No Yes Yes Yes Vendor Contact (for this bid)Joshua Eibeschitz Louis LaMacchia David Benetsky Vincenzo Giordano Jason Batallan Vendor Contact Phone Number 866.643.1817 561.880.0314 561.792.9632 561.881.8866 561.805.8687 866.849.0355 561.740.8641 561.354.6054 561.848.7287 561.805.8688 Vendor Contact Email jeibeschitz@girardonline.com louis@melpm.com amerilawninc@aol.com office@precisionlandscapeco.com jason@propertyworksonline.net DESCRIPTION COMMON AREAS AND PARKS - ALTERNATE Burns Road Community Center City Hall Complex/FR #1/Police Riverside Youth Enrichment Center Tennis Center Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Mirasol Park PGA Park Oaks Park Lake Catherine Sports Complex Lakeside Lake Catherine/MacArthur Blvd Plant Drive and Skate Park Gardens Park Sand Hill Crane Park Twins Parks Lilac Park Commons and Dog Run Riverside Drive Linear Park South Ilex Circle Neighborhood Park City Park TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS MEDIANS - ALTERNATE Allamanda ROW Allamanda/Rainwood Dr. Retention Alt A1A Banyan Street Parcel - North Banyan Street Parcel - South Burns Rd and I-95 Overpass Burns Rd Medians - Military Trl - Prosperity Burns Rd ROW Camberwell on Avenue of PGA City Sign - PGA Blvd and Fairway Dr. Cottonwood Circle Median Garden Woods Entrance Median - Elm Gardens Glenn - Entrance and Medians Holly Dr. Medians - Riverside to Milt Holly Dr. ROW - Lighthouse/Ironwood ITB2015-047PF Mowing and Landscaping Services Km! Ra ITB No.: Bid Title: Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Prepared by: Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Vendor Name GIRARD ENVIRONMENTAL SERV MOUNT ELBERT LIMITED NEXT ERA PRECISION LANDSCAPE COMPANY BATALLAN ENT/PROPERTYWORKS Vendor FEIN 59-3537631 45-2923071 27-0505340 65-0604201 87-0720106 37 368.00$ 92.00$ included 4,487.80$ 174.00$ 62.00$ 325.00$ 100.00$ 30.00$ 420.86$ included included 1,575.00$ 50.00$ 50.00$ 38 552.00$ 92.00$ included 1,346.34$ 58.00$ 24.00$ 80.00$ 40.00$ 30.00$ 143.81$ included included 1,200.00$ 35.00$ 35.00$ 39 5,152.00$ 306.00$ 540.00$ 18,400.00$ 817.00$ 691.00$ 2,200.00$ 350.00$ 70.00$ 2,694.14$ included included 2,264.00$ 75.00$ 75.00$ 40 368.00$ 92.00$ included 2,243.90$ 66.00$ 39.00$ 85.00$ 50.00$ 25.00$ 185.86$ included included 1,225.00$ 35.00$ 35.00$ 41 6,440.00$ 522.00$ 780.00$ 18,400.00$ 1,260.00$ 767.00$ 3,040.00$ 380.00$ 80.00$ 3,625.15$ included included 9,443.00$ 125.00$ 50.00$ 42 8,556.00$ 692.00$ 1,080.00$ 35,005.00$ 2,551.00$ 154.00$ 4,000.00$ 500.00$ 90.00$ 4,837.44$ included included 5,541.00$ 125.00$ 90.00$ 43 6,992.00$ 1,156.00$ 1,220.00$ 55,200.00$ 4,036.00$ 1,534.00$ 8,160.00$ 600.00$ 150.00$ 9,962.50$ included included 11,886.00$ 150.00$ 90.00$ 44 28,796.00$ 4,764.00$ 400.00$ 110,400.00$ 13,512.00$ 7,667.00$ 6,595.00$ 2,870.00$ 750.00$ 37,883.90$ included included 11,000.00$ 125.00$ 90.00$ 45 7,728.00$ 682.00$ 360.00$ 36,800.00$ 2,334.00$ 836.00$ 4,640.00$ 500.00$ 120.00$ 5,669.76$ included included 5,346.00$ 100.00$ 90.00$ 46 1,600.00$ 352.00$ included NO BID NO BID NO BID 1,230.00$ included 100.00$ 5,665.54$ included included 3,902.00$ 100.00$ 75.00$ 47 19,688.00$ 3,698.00$ 780.00$ 103,220.00$ 10,223.00$ 9,124.00$ 6,080.00$ 2,300.00$ 600.00$ 34,605.41$ included included 11,902.00$ 125.00$ 90.00$ 48 2,852.00$ 296.00$ 400.00$ 4,487.80$ 223.00$ 62.00$ 392.00$ included 25.00$ 508.03$ included included 1,702.00$ 100.00$ 50.00$ 49 11,613.00$ 1,034.00$ 360.00$ 52,058.54$ 3,004.00$ 1,374.00$ 6,624.00$ 870.00$ 250.00$ 7,826.98$ included included 7,648.00$ 200.00$ 125.00$ 50 1,932.00$ 148.00$ included 7,360.00$ 291.00$ 70.00$ 544.00$ 120.00$ 30.00$ 643.10$ included included 1,500.00$ 75.00$ 50.00$ 51 2,852.00$ 188.00$ included 7,629.27$ 287.00$ 154.00$ 270.00$ 150.00$ 30.00$ 787.30$ included included 3,551.00$ 100.00$ 75.00$ 52 736.00$ 92.00$ included 7,449.76$ 192.00$ 230.00$ 320.00$ 140.00$ 30.00$ 753.50$ included included 1,390.00$ 50.00$ 35.00$ 53 736.00$ 92.00$ included 7,405.00$ 101.00$ 307.00$ 448.00$ 140.00$ 30.00$ 728.64$ included included 1,390.00$ 50.00$ 35.00$ 54 920.00$ 92.00$ 10.00$ 4,040.00$ 60.00$ 131.00$ 260.00$ included 30.00$ 338.69$ included included 1,478.00$ 50.00$ 35.00$ 185,558.45$ 815,001.23$ 82,853.00$ 154,956.09$ 117,212.00$ GROUP C MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P MOWING FERTILIZ'N-S FERTILIZ'N-P 55 725.00$ $2,137.00 $3,540.00 $3,377.59 $2,070.00 56 840.00$ $2,485.00 $3,700.00 $3,918.02 $4,140.00 57 1,106.00$ $3,269.00 $4,260.00 $5,157.25 $4,140.00 58 1,948.00$ $5,750.00 $7,200.00 $9,075.74 $6,555.00 59 618.00$ $1,830.00 $3,060.00 $2,879.21 $2,415.00 60 1,732.00$ $5,715.00 $9,000.00 $9,018.18 $7,935.00 61 1,732.00$ $5,117.00 $7,200.00 $8,070.48 $7,245.00 62 2,378.00$ $6,925.00 $9,800.00 $11,076.98 $11,730.00 63 456.00$ $1,350.00 $2,400.00 $2,122.85 $1,725.00 64 842.00$ $2,500.00 $3,780.00 $3,920.69 $10,350.00 65 1,270.00$ $3,750.00 $4,800.00 $5,914.76 $5,175.00 66 417.00$ $1,232.00 $2,180.00 $1,943.50 $1,725.00 67 5,186.00$ $15,300.00 $21,600.00 $24,174.32 $16,560.00 68 3,850.00$ $11,370.00 $15,600.00 $17,947.87 $11,730.00 23,100.00$ 68,730.00$ 98,120.00$ 108,597.44$ 93,495.00$ NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders. a "Included" - price for this service is included in the overall price for the item. b "N/A" - based on bidder's inspection of site, the specific service is not required for the location. c "No Bid" - No pricing offered for this item/service. Holly Drive and I-95 Overpass Holly Drive Cul-de-Sac Hood Road Medians - Military/A1A Iris Circle Median MacArthur Blvd Medians, CW, ROW Military Trl Medians - Hood to Donald Military Trl Medians - Lillian to EPB-3 Northlake Blvd/I-95 Intersection Northlake Blvd Medians - Military/East PGA Blvd and I-95 Intersection PGA Blvd/Medians - Prosperity/US1 PGA Blvd/Medians - Military to East Prosperity Farms Rd/Prosperity Oaks Public Works and Ironwood Rds. Palm Beach Gardens Elementary ROW Sandtree Drive Seagrape Way Median US Hwy 1 Medians -Golden Br/Towers TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS CANAL LONG-LINE MOWING- ALTERNATE Hunt Club Drive Bellwood/Applecrest to Earman River Earman River/Military Trl to I-95 Earman River/I-95 to A1A (North side) Honey Suckle/Honey Suckle to Gardenia Thompson/Earman River to I-95 Seagrape/Military Trl to End City ROW Hickory Canal/Larch Ave - End City ROW TOTAL YEARLY COSTS TOTAL YEARLY COSTS Plat 4/Banyan St East to A1a (North side) Ironwood/Burns Road to C-17 Canal Meridian Allamanda/Burns Road to Prosperity C-17/Northlake to A1A (east) N-Lake to Mirasol Field TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS City of Palm Beach Gardens, Florida Bid Tabulation ITB2015-047PF Mowing and Landscaping Services Km! Ra Vendor Contact Fax Number ITEM MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P GROUP A 1 26,557.00$ 3,682.00$ 3,635.00$ 466.00$ 57,985.90$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 37,041.00$ 500.00$ 1,500.00$ 300.00$ 2 18,710.00$ 2,594.00$ 2,561.00$ 466.00$ 40,849.06$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 26,097.00$ 500.00$ 1,500.00$ 300.00$ 3 1,191.00$ 172.00$ 170.00$ N/A 2,700.04$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 1,714.00$ 500.00$ 1,500.00$ 300.00$ 4 32,059.00$ 4,445.00$ 4,388.00$ N/A 53,011.05$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 63,216.00$ 500.00$ 1,500.00$ 300.00$ 5 3,524.00$ 489.00$ 482.00$ 466.00$ 7,690.62$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 4,908.00$ 500.00$ 1,500.00$ 300.00$ 6 15,418.00$ 2,138.00$ 2,110.00$ 466.00$ 25,247.15$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 21,500.00$ 500.00$ 1,500.00$ 300.00$ 7 2,880.00$ 400.00$ 394.00$ 466.00$ 6,284.88$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 4,012.00$ 500.00$ 1,500.00$ 300.00$ 8 2,520.00$ 349.00$ 345.00$ N/A 5,496.12$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 3,506.00$ 500.00$ 1,500.00$ 300.00$ 9 10,975.00$ 1,522.00$ 1,502.00$ 466.00$ 23,959.74$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 15,307.00$ 500.00$ 1,500.00$ 300.00$ 10 32,702.00$ 4,533.00$ 4,475.00$ 466.00$ 69,156.46$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 58,892.00$ 500.00$ 1,500.00$ 300.00$ 11 22,650.00$ 3,140.00$ 3,100.00$ N/A 37,090.73$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 31,588.00$ 500.00$ 1,500.00$ 300.00$ 12 7,411.00$ 1,028.00$ 1,014.00$ N/A 20,075.37$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 17,099.00$ 500.00$ 1,500.00$ 300.00$ 13 12,332.00$ 1,710.00$ 1,688.00$ N/A 20,193.49$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 17,215.00$ 500.00$ 1,500.00$ 300.00$ 14 7,901.00$ 1,096.00$ 1,082.00$ 466.00$ 17,248.98$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 11,022.00$ 500.00$ 1,500.00$ 300.00$ 15 27,970.00$ 3,877.00$ 3,828.00$ N/A 61,068.14$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 38,988.00$ 500.00$ 1,500.00$ 300.00$ 16 2,761.00$ 383.00$ 378.00$ N/A 6,063.12$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 3,856.00$ 500.00$ 1,500.00$ 300.00$ 17 1,925.00$ 267.00$ 264.00$ N/A 4,200.14$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 2,687.00$ 500.00$ 1,500.00$ 300.00$ 18 13,465.00$ 1,867.00$ 1,843.00$ 466.00$ 53,396.34$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 43,779.00$ 500.00$ 1,500.00$ 300.00$ 19 2,861.00$ 397.00$ 392.00$ N/A 6,243.49$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 3,972.00$ 500.00$ 1,500.00$ 300.00$ 20 1,617.00$ 224.00$ N/A N/A 3,527.30$ included included included 13,113.00$ 1,200.00$ N/A N/A 2,259.00$ 500.00$ 1,500.00$ 300.00$ 21 4,100.00$ 569.00$ 561.00$ N/A 11,056.78$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 7,049.00$ 500.00$ 1,500.00$ 300.00$ GROUP B MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 22 5,976.00$ N/A N/A N/A 10,174.19$ included included included 13,113.00$ N/A N/A N/A 8,646.00$ 500.00$ 1,500.00$ 300.00$ 23 1,879.00$ N/A N/A N/A 3,196.72$ included included included 13,113.00$ N/A N/A N/A 2,726.00$ 500.00$ 1,500.00$ 300.00$ 24 3,714.00$ N/A N/A N/A 6,321.21$ included included included 13,113.00$ N/A N/A N/A 5,379.00$ 500.00$ 1,500.00$ 300.00$ 25 606.00$ N/A N/A N/A 1,583.40$ included included included 13,113.00$ N/A N/A N/A 1,012.00$ 500.00$ 1,500.00$ 300.00$ 26 1,088.00$ N/A N/A N/A 2,843.96$ included included included 13,113.00$ N/A N/A N/A 1,830.00$ 500.00$ 1,500.00$ 300.00$ 27 121.00$ N/A N/A N/A 315.14$ included included included 13,113.00$ N/A N/A N/A 194.00$ 500.00$ 1,500.00$ 300.00$ 28 3,824.00$ 530.00$ 523.00$ 466.00$ 8,343.16$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 5,336.00$ 500.00$ 1,500.00$ 300.00$ 29 1,123.00$ N/A 160.00$ N/A 2,547.02$ included included included 13,113.00$ N/A 400.00$ N/A 1,635.00$ 500.00$ 1,500.00$ 300.00$ 30 729.00$ N/A N/A N/A 1,650.32$ included included included 13,113.00$ N/A N/A N/A 1,051.00$ 500.00$ 1,500.00$ 300.00$ 31 245.00$ N/A N/A N/A 72.66$ included included included 13,113.00$ N/A N/A N/A 78.00$ 500.00$ 1,500.00$ 300.00$ 32 73.00$ N/A N/A N/A 190.40$ included included included 13,113.00$ N/A N/A N/A 116.00$ 500.00$ 1,500.00$ 300.00$ 33 151.00$ N/A N/A N/A 341.32$ included included included 13,113.00$ N/A N/A N/A 233.00$ 500.00$ 1,500.00$ 300.00$ 34 527.00$ N/A N/A N/A 1,194.48$ included included included 13,113.00$ N/A N/A N/A 780.00$ 500.00$ 1,500.00$ 300.00$ 35 3,353.00$ 465.00$ 459.00$ 466.00$ 7,313.88$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 4,674.00$ 500.00$ 1,500.00$ 300.00$ 36 877.00$ 146.00$ N/A N/A 2,291.52$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 1,480.00$ 500.00$ 1,500.00$ 300.00$ 37 236.00$ N/A N/A N/A 613.76$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 389.00$ 500.00$ 1,500.00$ 300.00$ 38 80.00$ N/A N/A N/A 209.72$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 116.00$ 500.00$ 1,500.00$ 300.00$ 39 1,802.00$ 250.00$ 247.00$ 466.00$ 3,928.96$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 2,500.00$ 500.00$ 1,500.00$ 300.00$ 40 103.00$ N/A N/A N/A 271.04$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 155.00$ 500.00$ 1,500.00$ 300.00$ 41 2,424.00$ 336.00$ 332.00$ N/A 5,286.68$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 3,388.00$ 500.00$ 1,500.00$ 300.00$ 42 3,233.00$ 448.00$ 443.00$ N/A 7,054.60$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 4,518.00$ 500.00$ 1,500.00$ 300.00$ 43 6,655.00$ 923.00$ 911.00$ N/A 14,527.24$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 9,500.00$ 500.00$ 1,500.00$ 300.00$ 44 24,335.00$ 3,508.00$ 3,463.00$ N/A 29,596.80$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 35,300.00$ 500.00$ 1,500.00$ 300.00$ 45 3,789.00$ 525.00$ 519.00$ N/A 8,268.40$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 5,495.00$ 500.00$ 1,500.00$ 300.00$ 46 697.00$ N/A N/A N/A NO BID NO BID NO BID NO BID 13,113.00$ N/A 400.00$ N/A NO BID NO BID NO BID NO BID 47 23,114.00$ 3,204.00$ 3,163.00$ 466.00$ 27,035.41$ included included included 13,113.00$ N/A N/A N/A 32,500.00$ 500.00$ 1,500.00$ 300.00$ 48 324.00$ N/A N/A N/A 740.88$ included included included 13,113.00$ 1,200.00$ 400.00$ 300.00$ 500.00$ 500.00$ 1,500.00$ 300.00$ 49 5,229.00$ 725.00$ 716.00$ N/A 11,414.34$ included included included 13,113.00$ N/A 400.00$ N/A 7,490.00$ 500.00$ 1,500.00$ 300.00$ 50 431.00$ 60.00$ 59.00$ N/A 937.86$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 584.00$ 500.00$ 1,500.00$ 300.00$ 51 528.00$ 73.00$ 72.00$ N/A 1,148.14$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 740.00$ 500.00$ 1,500.00$ 300.00$ 52 415.00$ N/A N/A N/A 1,098.86$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 701.00$ 500.00$ 1,500.00$ 300.00$ Sandtree Drive Palm Beach Gardens Elementary ROW PGA Blvd and I-95 Intersection PGA Blvd/Medians - Prosperity/US1 PGA Blvd/Medians - Military to East Prosperity Farms Rd/Prosperity Oaks Public Works and Ironwood Rds. Iris Circle Median MacArthur Blvd Medians, CW, ROW Military Trl Medians - Hood to Donald Military Trl Medians - Lillian to EPB-3 Northlake Blvd/I-95 Intersection Northlake Blvd Medians - Military/East Gardens Glenn - Entrance and Medians Holly Dr. Medians - Riverside to Milt Holly Dr. ROW - Lighthouse/Ironwood Holly Drive and I-95 Overpass Holly Drive Cul-de-Sac Hood Road Medians - Military/A1A Burns Rd Medians - Military Trl - Prosper Burns Rd ROW Camberwell on Avenue of PGA City Sign - PGA Blvd and Fairway Dr. Cottonwood Circle Median Garden Woods Entrance Median - Elm Allamanda ROW Allamanda/Rainwood Dr. Retention Alt A1A Banyan Street Parcel - North Banyan Street Parcel - South Burns Rd and I-95 Overpass 311,573.00$ TOTAL YEARLY COSTS 464,007.00$ MEDIANS TOTAL YEARLY COSTS 324,817.00$ TOTAL YEARLY COSTS 532,544.90$ TOTAL YEARLY COSTS Sand Hill Crane Park Twins Parks Lilac Park Commons and Dog Run Riverside Drive Linear Park South Ilex Circle Neighborhood Park City Park PGA Park Oaks Park Lake Catherine Sports Complex Lakeside Lake Catherine/MacArthur Blvd Plant Drive and Skate Park Gardens Park Tennis Center Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Mirasol Park DESCRIPTION COMMON AREAS AND PARKS Burns Road Community Center City Hall Complex/FR #1/Police Riverside Youth Enrichment Center 561.697.4779 561.844.2360 N/A N/A Vendor Contact Email ahanna@seacrestservices.com edtmbs@aol.com bwaters@watersbrothers.net wintectapm@gmail.com Vendor Contact Phone Number 561.697.4990 561.844.2744 863.781.3886 561.502.5668 Vendor Contact (for this bid)Anjanette Hanna Edward Galbraith Byron Waters Robert Young Addenda Acknowledged (Yes/No):Yes Yes No - Addms 3 and 4 not acknowledged Yes Incumbent Vendor (Yes/No)No Yes No No Conviction Disclosure (Yes/No)No No No No Are Submittal Forms Complete?Yes Yes Yes Yes Corporation Address (State):2400 Centrepark W Dr, West Palm Beach, FL 3690 Consumer St, West Palm Beach, FL 5876 Rich Rd, Bowling Green, FL 1649 W 26th Ct, Riviera Beach, FL WATERS BROTHERS ENVIRO WIN TECT ALL PHASE MAINTENANCE Vendor FEIN 59-1815173 65-0428580 26-3939418 47-4168168 ITB No.: Bid Title: Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Prepared by: Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Vendor Name SEACREST SERVICES TOTAL MAINTENANCE BUILDING SERVS ITB2015-047PF Mowing and Landscaping Services Km! Ra WATERS BROTHERS ENVIRO WIN TECT ALL PHASE MAINTENANCE Vendor FEIN 59-1815173 65-0428580 26-3939418 47-4168168 ITB No.: Bid Title: Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Prepared by: Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Vendor Name SEACREST SERVICES TOTAL MAINTENANCE BUILDING SERVS 53 488.00$ 68.00$ 67.00$ N/A 1,062.66$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 662.00$ 500.00$ 1,500.00$ 300.00$ 54 190.00$ N/A N/A N/A 493.92$ included included included 13,113.00$ 1,200.00$ 400.00$ N/A 350.00$ 500.00$ 1,500.00$ 300.00$ GROUP C MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 55 1,449.00$ 2,887.74$ 13,112.00$ 3,679.00$ 56 1,681.00$ 5,602.68$ 13,112.00$ 4,275.00$ 57 2,212.00$ 7,374.78$ 13,112.00$ 5,626.00$ 58 3,893.00$ 10,346.22$ 13,112.00$ 9,900.00$ 59 1,235.00$ 3,282.12$ 13,112.00$ 3,146.00$ 60 3,868.00$ 10,280.70$ 13,112.00$ 9,833.00$ 61 3,462.00$ 9,200.34$ 13,112.00$ 8,807.00$ 62 4,751.00$ 12,627.72$ 13,112.00$ 12,073.00$ 63 911.00$ 2,419.92$ 13,112.00$ 2,309.00$ 64 1,682.00$ 4,469.58$ 13,112.00$ 4,275.52$ 65 2,537.00$ 6,743.88$ 13,112.00$ 6,447.00$ 66 834.00$ 2,215.44$ 13,112.00$ 2,120.00$ 67 10,368.00$ 27,558.72$ 13,112.00$ 26,368.00$ 68 7,698.00$ 20,460.42$ 13,112.00$ 19,580.00$ GROUP D MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 69 197,193.00$ 179,501.28$ 174,250.00$ 50,325.00$ GROUP E COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER 70 0.04$ Sq.Ft Year 0.14$ Sq.Ft Year 46,800.00$ Sq.Ft Year 0.00$ Sq.Ft Year 71 37.50$ Cubic Yards Application 29.00$ Cubic Yards Application 16,800.00$ Cubic Yards Application 4.25$ Cubic Yards Application 72 0.01$ Sq.Ft Application 0.01$ Sq.Ft Application 5.00$ Sq.Ft Application 0.01$ Sq.Ft Application 73 15.00$ Tree Application 0.01$ Tree Application 0.00$ Tree Application 5.50$ Tree Application 74 0.01$ Sq.Ft Year 0.10$ Sq.Ft Year 2,100.00$ Sq.Ft Year 0.10$ Sq.Ft Year 75 0.01$ Sq.Ft Year 0.00$ Sq.Ft Year 5.00$ Sq.Ft Year 0.01$ Sq.Ft Year 76 15.00$ Tree Tree 0.01$ Tree Tree 5.00$ Tree Tree 5.25$ Tree Tree 77 0.01$ Sq.Ft Year 0.01$ Sq.Ft Year 5.00$ Sq.Ft Year 0.01$ Sq.Ft Year 78 0.00$ Sq.Ft Sq.Ft 0.01$ Sq.Ft Sq.Ft 25.00$ Sq.Ft Sq.Ft 1.00$ Sq.Ft Sq.Ft 79 35.00$ Hour Hour 23.00$ Hour Hour 22.00$ Hour Hour 45.00$ Hour Hour 80 25.00$ Hour Hour 18.00$ Hour Hour Hour Hour 25.00$ Hour Hour GROUP F COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER 81 45.00$ Hour Hour 7.50$ Hour Hour 15.00$ Hour Hour 35.00$ Hour Hour 82 175.00$ Hour Hour 65.00$ Hour Hour 75.00$ Hour Hour 175.00$ Hour Hour 83 75.00$ Hour Hour 65.00$ Hour Hour 85.00$ Hour Hour 175.00$ Hour Hour 84 35.00$ Hour Hour 45.00$ Hour Hour 45.00$ Hour Hour 135.00$ Hour Hour 85 175.00$ Hour Hour 125.00$ Hour Hour 110.00$ Hour Hour 250.00$ Hour Hour 86 75.00$ Hour Hour 125.00$ Hour Hour 150.00$ Hour Hour 125.00$ Hour Hour 87 110.00$ Hour Hour 150.00$ Hour Hour 150.00$ Hour Hour 175.00$ Hour Hour 88 Included Hour Hour 45.00$ Hour Hour 10.00$ Hour Hour 0.20$ Hour Hour 89 Included Hour Hour 10.00$ Hour Hour 10.00$ Hour Hour 0.20$ Hour Hour 90 200.00$ Hour Hour 75.00$ Hour Hour 45.00$ Hour Hour 250.00$ Hour Hour 91 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders. 1 Total Maintenance Building Services did not use the Revised Pricing Schedule to submit its pricing. The bidder is deemed non-responsive for Group B and its Alternate (which included an additional item missing from the original Pricing Schedule). 2 Win Tect All Phase Maintenance did not use the Revised Pricing Schedule to submit its pricing. The bidder is deemed non-responsive for Group B and its Alternate (which included an additional item missing from the original Pricing Schedule). a "Included" - price for this service is included in the overall price for the item. b "N/A" - based on bidder's inspection of site, the specific service is not required for the location. c "No Bid" - No pricing offered for this item/service. d A responsibility review and site inspection determined that Win Tect All Phase Maintenance is a non-responsible vendor for the award of Group D. e Subsequent to the posting of the award recomemndation, Waters Brothers repudiated (anticipatory breach) the contract and was deemed non-responsible. Traffic Control Signs Traffic Cones Hauling Additional Equipment listed (separate) Chipper Dump Body Truck Pick-up Truck Bucket Truck Bobcat Front-end Loader TOTAL YEARLY COSTS 86.13$ EQUIPMENT Chainsaw TOTAL YEARLY COSTS 127.56$ TOTAL YEARLY COSTS 70.28$ TOTAL YEARLY COSTS 65,767.00$ Fertilization - Palms (2 x year) Pesticides, Turf Fire Ant Control Labor (Supervision) Labor (Laborer) Turf Mowing (41 cuts per year) Mulch Fertilization - Sods, trees,...(3 x year) Fertilization - Palms (3 x year) Alternate Turf Mowing (32 cuts per year) Alternate Fertilization - Sod,..(2 x year) ALTERNATE ITEMS TOTAL YEARLY COSTS 197,193.00$ TOTAL YEARLY COSTS 179,501.28$ 118,438.52$ TOTAL YEARLY COSTS 183,568.00$ 50,325.00$ TOTAL YEARLY COSTS 174,250.00$ TOTAL YEARLY COSTS PGA FLYOVER BRIDGE PGA Flyover TOTAL YEARLY COSTS 46,581.00$ TOTAL YEARLY COSTS 125,470.26$ TOTAL YEARLY COSTS Ironwood/Burns Road to C-17 Canal Meridian Allamanda/Burns Road to Prosperity C-17/Northlake to A1A (east) N-Lake to Mirasol Field Earman River/I-95 to A1A (North side) Honey Suckle/Honey Suckle to Gardenia Thompson/Earman River to I-95 Seagrape/Military Trl to End City ROW Hickory Canal/Larch Ave - End City ROW Plat 4/Banyan St East to A1a (North side) CANAL LONG-LINE MOWING Hunt Club Drive Bellwood/Applecrest to Earman River Earman River/Military Trl to I-95 TOTAL YEARLY COSTS 162,068.65$ TOTAL YEARLY COSTS 463,929.00$ TOTAL YEARLY COSTS 213,658.00$ Seagrape Way Median US Hwy 1 Medians -Golden Br/Towers TOTAL YEARLY COSTS 122,618.00$ City of Palm Beach Gardens, Florida Bid Tabulation ITB2015-047PF Mowing and Landscaping Services Km! Ra Vendor Contact Fax Number ITEM MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P GROUP A 1 43,976.00$ 3,562.00$ 6,606.00$ 1,260.00$ 57,947.50$ 9,775.00$ 2,703.00$ 1,176.45$ 39,348.00$ 4,400.00$ 5,000.00$ 1,200.00$ 50,944.76$ 2,816.46$ included included 40,741.00$ 1,842.00$ 800.00$ 300.00$ 2 35,351.00$ 4,982.00$ 8,681.00$ 4,050.00$ 46,333.79$ 6,900.00$ 2,319.00$ 830.16$ 25,676.00$ 2,885.00$ 3,300.00$ 860.00$ 35,888.69$ 1,984.09$ included included 32,541.00$ 1,842.00$ 750.00$ 300.00$ 3 5,272.75$ 412.00$ 537.00$ 60.00$ 3,636.00$ 1,035.00$ 157.55$ included 1,832.00$ 205.00$ 270.00$ 65.00$ 2,372.18$ 131.14$ included included 3,500.00$ 250.00$ 125.00$ 90.00$ 4 29,095.00$ 3,124.00$ 5,979.00$ 180.00$ 54,635.00$ 13,800.00$ 4,519.50$ included 59,372.00$ 6,670.00$ 8,000.00$ 2,120.00$ 86,938.12$ 4,806.34$ included included 24,500.00$ 1,750.00$ 400.00$ 175.00$ 5 8,498.50$ 1,000.94$ 828.00$ 45.00$ 6,335.55$ 1,437.50$ 347.30$ 156.54$ 5,218.00$ 586.00$ 840.00$ 170.00$ 6,756.76$ 373.54$ included included 4,300.00$ 125.00$ 125.00$ 90.00$ 6 17,543.00$ 1,120.00$ 1,932.00$ 810.00$ 19,250.15$ 3,737.50$ 1,725.00$ 683.10$ 10,700.00$ 1,200.00$ 2,600.00$ 720.00$ 29,575.23$ 1,635.05$ included included 13,250.00$ 225.00$ 175.00$ 125.00$ 7 8,889.50$ 581.00$ 816.00$ 315.00$ 8,032.32$ 1,368.50$ 315.10$ 128.08$ 4,265.00$ 480.00$ 680.00$ 135.00$ 5,521.72$ 305.27$ included included 6,600.00$ 125.00$ 125.00$ 90.00$ 8 8,889.50$ 498.00$ 753.00$ 90.00$ 7,049.21$ 1,253.50$ 310.50$ 410.64$ 3,867.00$ 435.00$ 500.00$ 100.00$ 4,828.73$ 266.95$ included included 5,500.00$ 125.00$ 125.00$ 90.00$ 9 25,093.00$ 2,170.00$ 2,037.00$ 360.00$ 25,919.00$ 4,025.50$ 1,460.00$ 483.86$ 16,258.00$ 1,825.00$ 1,750.00$ 500.00$ 21,050.34$ 1,163.76$ included included 22,500.00$ 1,000.00$ 500.00$ 200.00$ 10 41,722.00$ 3,215.00$ 9,084.00$ 990.00$ 69,862.00$ 12,650.00$ 4,826.00$ 1,873.78$ 46,105.00$ 5,180.00$ 7,600.00$ 1,300.00$ 81,011.86$ 4,478.70$ included included 45,500.00$ 1,800.00$ 350.00$ 200.00$ 11 24,449.00$ 1,802.00$ 5,235.00$ 135.00$ 41,771.45$ included 2,751.00$ included 30,732.00$ 3,450.00$ 4,300.00$ 1,000.00$ 43,449.14$ 2,402.07$ included included 32,150.00$ 1,600.00$ 300.00$ 175.00$ 12 16,640.00$ 2,015.00$ 2,958.00$ 270.00$ 24,850.00$ included 1,978.00$ included 16,250.00$ 1,825.00$ 2,800.00$ 550.00$ 23,516.86$ 1,300.12$ included included 12,200.00$ 600.00$ 200.00$ 100.00$ 13 14,904.00$ 1,535.00$ 3,183.00$ 360.00$ 22,871.00$ included 2,012.50$ included 16,350.00$ 1,825.00$ 2,800.00$ 550.00$ 23,655.24$ 1,307.77$ included included 19,800.00$ 575.00$ 300.00$ 125.00$ 14 10,775.00$ 654.00$ 1,395.56$ 2,160.00$ 12,688.00$ 2,587.50$ 882.05$ 351.04$ 10,470.00$ 1,200.00$ 1,500.00$ 360.00$ 15,154.46$ 837.81$ included included 14,900.00$ 425.00$ 200.00$ 125.00$ 15 23,207.00$ 2,184.00$ 5,625.00$ 315.00$ 49,778.00$ 9,200.00$ 3,162.50$ included 37,080.00$ 4,400.00$ 5,000.00$ 1,200.00$ 53,652.72$ 2,966.17$ included included 46,400.00$ 1,000.00$ 375.00$ 175.00$ 16 5,428.00$ 310.00$ 549.00$ 90.00$ 7,808.00$ 1,322.50$ 493.35$ included 1,070.00$ 120.00$ 660.00$ 135.00$ 5,293.67$ 292.66$ included included 1,700.00$ 90.00$ 90.00$ 90.00$ 17 3,105.00$ 72.00$ 510.00$ 90.00$ 5,914.00$ 1,380.00$ 341.55$ included 2,850.00$ 320.00$ 450.00$ 90.00$ 3,690.12$ 204.01$ included included 2,100.00$ 125.00$ 90.00$ 90.00$ 18 31,234.00$ 3,028.00$ 5,880.00$ 270.00$ 47,453.00$ 10,350.00$ 3,795.00$ 1,500.00$ 41,610.00$ 4,400.00$ 5,300.00$ 1,440.00$ 60,207.15$ 3,328.53$ included included 13,500.00$ 500.00$ 125.00$ 90.00$ 19 8,855.00$ 798.00$ 813.00$ 675.00$ 12,664.00$ included 512.33$ included 3,746.00$ 435.00$ 600.00$ 120.00$ 5,485.31$ 303.25$ included included 5,500.00$ 200.00$ 125.00$ 90.00$ 20 1,926.25$ 37.50$ 366.00$ included 5,444.00$ 1,035.00$ 289.80$ included 2,140.00$ 225.00$ included 75.00$ 3,098.99$ 171.33$ included included 2,000.00$ 175.00$ 125.00$ 90.00$ 21 10,304.00$ 541.00$ 1,290.00$ 270.00$ 11,947.81$ 2,415.00$ 3,105.00$ included 7,510.00$ 845.00$ 900.00$ 220.00$ 9,714.17$ 537.04$ included included 10,000.00$ 700.00$ 250.00$ 125.00$ GROUP B MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 22 9,326.50$ 721.00$ 2,034.00$ 225.00$ 70,725.00$ 6,440.00$ 5,501.00$ 2,300.00$ 3,875.00$ included Included 200.00$ 11,918.33$ 658.90$ included included 5,350.00$ 450.00$ 225.00$ 125.00$ 23 1,545.75$ 73.69$ 440.00$ 90.00$ 23,575.00$ 2,433.00$ 1,301.00$ 1,150.00$ 2,162.00$ included included 90.00$ 3,744.74$ 207.03$ included included 2,000.00$ 300.00$ 90.00$ 90.00$ 24 8,740.00$ 1,256.00$ 1,287.00$ 270.00$ 47,150.00$ 3,135.00$ 2,547.00$ 2,300.00$ 4,756.00$ included included 180.00$ 7,404.85$ 409.37$ included included 3,000.00$ 250.00$ 125.00$ 90.00$ 25 707.25$ 9.00$ 174.00$ included 9,430.00$ 978.00$ 567.00$ 345.00$ 510.00$ included included 50.00$ 1,391.13$ 76.91$ included included 1,600.00$ 125.00$ 90.00$ 90.00$ 26 943.00$ 9.00$ 294.00$ included 18,860.00$ 1,840.00$ 1,176.00$ 460.00$ 915.00$ included included 60.00$ 2,498.62$ 138.14$ included included 1,550.00$ 125.00$ 90.00$ 90.00$ 27 471.50$ included 138.00$ included 2,358.00$ 403.00$ 124.00$ 58.00$ 190.00$ included included 50.00$ 276.87$ 15.31$ included included 1,550.00$ 100.00$ 75.00$ 75.00$ 28 13,547.00$ 2,104.00$ 4,563.00$ 1,440.00$ 47,150.00$ 3,135.00$ 2,498.00$ 2,300.00$ 5,660.00$ 635.00$ 900.00$ 180.00$ 7,330.06$ 405.24$ included included 8,100.00$ 250.00$ 175.00$ 125.00$ 29 3,697.25$ 249.50$ 246.00$ 180.00$ 18,860.00$ 2,163.00$ 890.00$ 575.00$ 1,730.00$ included 300.00$ 55.00$ 2,237.74$ 123.71$ included included 1,675.00$ 150.00$ 125.00$ 90.00$ 30 2,869.25$ 66.38$ 207.00$ 90.00$ 9,430.00$ 1,036.00$ 374.00$ 575.00$ 1,002.00$ included included 50.00$ 1,449.92$ 80.16$ included included 1,850.00$ 125.00$ 90.00$ 90.00$ 31 276.00$ 37.00$ 153.00$ 180.00$ 1,150.00$ 115.00$ 19.00$ 25.00$ 390.00$ included included 35.00$ 63.84$ 3.53$ included included 1,450.00$ 50.00$ 35.00$ 35.00$ 32 983.25$ 25.19$ 150.00$ included 1,725.00$ 230.00$ 52.00$ 58.00$ 103.00$ included included 35.00$ 167.28$ 9.25$ included included 1,100.00$ 90.00$ 35.00$ 35.00$ 33 1,219.00$ 17.13$ 147.00$ 270.00$ 2,875.00$ 460.00$ 139.00$ 58.00$ 232.00$ included included 35.00$ 299.87$ 16.58$ included included 1,275.00$ 50.00$ 35.00$ 35.00$ 34 2,006.75$ 205.69$ 228.00$ 540.00$ 9,775.00$ 920.00$ 342.00$ 350.00$ 810.00$ included included 35.00$ 1,049.44$ 58.02$ included included 1,325.00$ 75.00$ 35.00$ 35.00$ 35 5,784.50$ 623.81$ 837.00$ 720.00$ 46,000.00$ 3,135.00$ 3,056.00$ 1,150.00$ 4,960.00$ 560.00$ 750.00$ 180.00$ 6,425.77$ 355.25$ included included 6,200.00$ 500.00$ 175.00$ 125.00$ 36 2,357.50$ included 220.00$ included 18,400.00$ 1,841.00$ 858.00$ 475.00$ 1,475.00$ 165.00$ 250.00$ 55.00$ 2,013.26$ 111.30$ included included 1,225.00$ 175.00$ 100.00$ 90.00$ 37 471.50$ included 138.00$ included 5,750.00$ 460.00$ 260.00$ 95.00$ 415.00$ included 150.00$ 35.00$ 539.23$ 29.81$ included included 1,575.00$ 90.00$ 75.00$ 50.00$ 38 707.25$ included 138.00$ included 1,725.00$ 288.00$ 87.00$ 35.00$ 110.00$ included 45.00$ 35.00$ 184.25$ 10.19$ included included 1,200.00$ 50.00$ 35.00$ 35.00$ 39 5,980.00$ 523.00$ 459.00$ 810.00$ 23,575.00$ 2,433.00$ 1,225.00$ 1,035.00$ 2,670.00$ 300.00$ 520.00$ 105.00$ 3,451.87$ 190.84$ included included 2,900.00$ 425.00$ 90.00$ 90.00$ 40 471.50$ 17.00$ 138.00$ included 2,875.00$ 230.00$ 99.00$ 58.00$ 103.00$ included 60.00$ 35.00$ 238.13$ 13.16$ included included 1,225.00$ 90.00$ 50.00$ 35.00$ 41 7,982.00$ 1,021.00$ 828.00$ 1,170.00$ 23,575.00$ 4,025.00$ 1,890.00$ 1,150.00$ 3,600.00$ 405.00$ 570.00$ 110.00$ 4,644.73$ 256.78$ included included 12,100.00$ 350.00$ 150.00$ 75.00$ 42 9,936.00$ 1,232.00$ 1,038.00$ 1,620.00$ 44,850.00$ 3,135.00$ 3,827.00$ 230.00$ 4,780.00$ 540.00$ 750.00$ 125.00$ 6,197.97$ 342.65$ included included 7,100.00$ 650.00$ 175.00$ 125.00$ 43 8,027.00$ 1,026.00$ 1,734.00$ 1,830.00$ 70,725.00$ 6,440.00$ 6,054.00$ 2,300.00$ 9,860.00$ 1,110.00$ 900.00$ 220.00$ 12,764.45$ 705.68$ included included 15,230.00$ 750.00$ 225.00$ 150.00$ 44 32,625.50$ 3,975.00$ 7,146.00$ 600.00$ 141,450.00$ 14,756.00$ 20,268.00$ 11,500.00$ 7,890.00$ 890.00$ 4,300.00$ 1,100.00$ 48,538.75$ 2,683.44$ included included 14,100.00$ 500.00$ 200.00$ 125.00$ 45 9,522.00$ 878.00$ 1,023.00$ 540.00$ 47,150.00$ 3,135.00$ 3,501.00$ 1,253.50$ 5,610.00$ 630.00$ 750.00$ 180.00$ 7,264.38$ 401.61$ included included 6,850.00$ 500.00$ 200.00$ 125.00$ 46 2,050.00$ included 528.00$ included NO BID NO BID NO BID NO BID 1,475.00$ included included 145.00$ 7,258.97$ 334.42$ included included 5,000.00$ 350.00$ 125.00$ 125.00$ 47 23,828.00$ 1,821.00$ 5,547.00$ 1,170.00$ 132,250.00$ 16,100.00$ 15,334.00$ 13,685.00$ 7,210.00$ 810.00$ 3,400.00$ 880.00$ 44,338.18$ 2,451.22$ included included 15,250.00$ 250.00$ 175.00$ 125.00$ 48 3,266.00$ 330.00$ 440.00$ 600.00$ 5,750.00$ 575.00$ 335.00$ 92.00$ 465.00$ included included 35.00$ 650.92$ 35.99$ included included 1,900.00$ 225.00$ 125.00$ 90.00$ 49 12,995.00$ 1,226.00$ 1,551.00$ 540.00$ 66,700.00$ 4,830.00$ 4,505.00$ 2,059.00$ 7,750.00$ 890.00$ 1,300.00$ 260.00$ 10,028.31$ 554.41$ included included 9,800.00$ 425.00$ 250.00$ 175.00$ 50 2,242.50$ 201.00$ 222.00$ included 9,430.00$ 920.00$ 435.77$ 104.00$ 636.00$ 75.00$ 180.00$ 35.00$ 823.98$ 45.55$ included included 1,950.00$ 150.00$ 90.00$ 75.00$ 51 3,266.00$ 336.00$ 282.00$ included 9,775.00$ 977.50$ 430.18$ 230.00$ 330.00$ 50.00$ 225.00$ 35.00$ 1,008.72$ 55.77$ included included 4,550.00$ 450.00$ 125.00$ 90.00$ 52 943.00$ 17.00$ 138.00$ included 9,545.00$ 920.00$ 286.84$ 345.00$ 385.00$ 50.00$ 200.00$ 35.00$ 965.43$ 53.37$ included included 1,500.00$ 125.00$ 90.00$ 50.00$ PGA Blvd and I-95 Intersection 493,120.00$ 603,418.28$ 382,846.00$ TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS Burns Rd ROW Northlake Blvd/I-95 Intersection Northlake Blvd Medians - Military/East Palm Beach Gardens Elementary ROW PGA Blvd/Medians - Prosperity/US1 Holly Dr. ROW - Lighthouse/Ironwood MacArthur Blvd Medians, CW, ROW Military Trl Medians - Hood to Donald TOTAL YEARLY COSTS Holly Drive and I-95 Overpass Holly Drive Cul-de-Sac Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Lakeside Lake Catherine/MacArthur Blvd Plant Drive and Skate Park Mirasol Park Lake Catherine Sports Complex 486,651.50$ 672,061.96$ Allamanda ROW Allamanda/Rainwood Dr. Retention Alt A1A Banyan Street Parcel - North Banyan Street Parcel - South Burns Rd and I-95 Overpass Burns Rd Medians - Military Trl - Prosper Prosperity Farms Rd/Prosperity Oaks Hood Road Medians - Military/A1A Iris Circle Median Gardens Park Sand Hill Crane Park Twins Parks Lilac Park Commons and Dog Run Vincenzo Giordano Oaks Park COMMON AREAS AND PARKS Vendor Contact Email DESCRIPTION louis@melpm.com City Park MEDIANS Riverside Drive Linear Park South Ilex Circle Neighborhood Park Riverside Youth Enrichment Center Tennis Center PGA Park PGA Blvd/Medians - Military to East TOTAL YEARLY COSTS PRECISION LANDSCAPE COMPANY 65-0604201 1365 N. Killian Dr, Lake Park, FL Yes No No MOUNT ELBERT LIMITED 45-2923071 330 SW 27 Ave, Miami, FL jason@propertyworksonline.net City Hall Complex/FR #1/Police office@precisionlandscapeco.com Burns Road Community Center amerilawninc@aol.com NEXT ERA 27-0505340 3900 Woodlake Blvd, Greenacres, FL Yes No BATALLAN ENT/PROPERTYWORKS 87-0720106 1201 Roebuck Ct, West Palm Beach, FL 561.805.8687 Yes No No Yes Jason Batallan 59-3537631 701 Codisco Way, Sanford, FL Vendor FEIN ITB No.: Bid Title: Prepared by: Vendor Name GIRARD ENVIRONMENTAL SERV Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Yes Corporation Address (State): Are Submittal Forms Complete?Yes Conviction Disclosure (Yes/No)No No jeibeschitz@girardonline.com 561.740.8641 No Louis LaMacchia No 866.849.0355 NoIncumbent Vendor (Yes/No) Vendor Contact (for this bid) Addenda Acknowledged (Yes/No): Vendor Contact Phone Number 561.880.0314 561.354.6054 No 561.848.7287 561.805.8688 Yes Joshua Eibeschitz 866.643.1817 David Beretsky 561.792.9632 Yes 561.881.8866 Yes Military Trl Medians - Lillian to EPB-3 Public Works and Ironwood Rds. Sandtree Drive Camberwell on Avenue of PGA City Sign - PGA Blvd and Fairway Dr. Cottonwood Circle Median Garden Woods Entrance Median - Elm Gardens Glenn - Entrance and Medians Holly Dr. Medians - Riverside to Milt ITB2015-047PF Mowing and Landscaping Services Km! Ra PRECISION LANDSCAPE COMPANY 65-0604201 MOUNT ELBERT LIMITED 45-2923071 NEXT ERA 27-0505340 BATALLAN ENT/PROPERTYWORKS 87-072010659-3537631Vendor FEIN ITB No.: Bid Title: Prepared by: Vendor Name GIRARD ENVIRONMENTAL SERV Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. 53 943.00$ 17.00$ 138.00$ included 9,487.00$ 920.00$ 151.00$ 460.00$ 525.00$ 75.00$ 200.00$ 35.00$ 933.57$ 51.61$ included included 1,500.00$ 125.00$ 90.00$ 50.00$ 54 1,178.75$ 17.00$ 138.00$ 15.00$ 5,175.00$ 403.00$ 88.50$ 196.00$ 300.00$ included included 35.00$ 433.94$ 23.99$ included included 1,625.00$ 125.00$ 90.00$ 50.00$ GROUP C MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 55 1,088.00$ 2,893.00$ 4,600.00$ 5,066.39$ 2,587.50$ 56 1,262.00$ 3,364.00$ 4,900.00$ 5,877.04$ 5,175.00$ 57 1,660.00$ 4,427.00$ 5,700.00$ 7,735.88$ 5,175.00$ 58 2,920.00$ 7,791.00$ 9,700.00$ 13,613.62$ 8,280.00$ 59 926.00$ 2,475.00$ 3,900.00$ 4,318.81$ 2,587.00$ 60 2,598.00$ 7,737.00$ 12,000.00$ 13,527.27$ 10,350.00$ 61 2,598.00$ 6,997.00$ 10,000.00$ 12,105.72$ 9,315.00$ 62 3,565.00$ 9,500.00$ 13,000.00$ 16,615.48$ 15,525.00$ 63 684.00$ 1,817.00$ 3,200.00$ 3,184.27$ 2,070.00$ 64 1,262.00$ 3,364.00$ 5,200.00$ 5,881.03$ 12,420.00$ 65 1,904.00$ 5,073.00$ 6,000.00$ 8,872.15$ 6,210.00$ 66 625.00$ 1,668.00$ 2,700.00$ 2,915.24$ 2,070.00$ 67 7,780.00$ 20,721.00$ 26,800.00$ 36,261.49$ 20,700.00$ 68 5,776.00$ 11,460.00$ 19,800.00$ 26,921.81$ 15,525.00$ GROUP D MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 69 92,927.00$ 252,000.00$ 116,100.00$ 157,704.70$ 220,000.00$ GROUP E COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER 70 648,994.00$ Sq.Ft Year NO BID Sq.Ft Year 0.10$ Sq.Ft Year 0.00$ Sq.Ft Year 0.10$ Sq.Ft Year 71 51,675.83$ Cubic Yards Application NO BID Cubic Yards Application 41.00$ Cubic Yards Application 31.00$ Cubic Yards Application 35.00$ Cubic Yards Application 72 32,600.52$ Sq.Ft Application NO BID Sq.Ft Application 0.00$ Sq.Ft Application 0.06$ Sq.Ft Application 0.02$ Sq.Ft Application 73 8,565.00$ Tree Application NO BID Tree Application 9.00$ Tree Application 5.00$ Tree Application 9.50$ Tree Application 74 556,583.00$ Sq.Ft Year NO BID Sq.Ft Year 0.10$ Sq.Ft Year 0.00$ Sq.Ft Year 0.10$ Sq.Ft Year 75 65,201.04$ Sq.Ft Year NO BID Sq.Ft Year 0.00$ Sq.Ft Year 0.06$ Sq.Ft Year 0.02$ Sq.Ft Year 76 12.00$ Tree Tree NO BID Tree Tree 9.00$ Tree Tree 5.00$ Tree Tree 9.50$ Tree Tree 77 0.02$ Sq.Ft Year NO BID Sq.Ft Year 0.00$ Sq.Ft Year 0.05$ Sq.Ft Year 0.05$ Sq.Ft Year 78 36,000.00$ Sq.Ft Sq.Ft NO BID Sq.Ft Sq.Ft 0.00$ Sq.Ft Sq.Ft 0.05$ Sq.Ft Sq.Ft 0.05$ Sq.Ft Sq.Ft 79 32.00$ Hour Hour NO BID Hour Hour 30.00$ Hour Hour 35.00$ Hour Hour 25.80$ Hour Hour 80 24.00$ Hour Hour NO BID Hour Hour 20.00$ Hour Hour 25.00$ Hour Hour 16.50$ Hour Hour GROUP F COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER 81 32.00$ Hour Hour NO BID Hour Hour 5.00$ Hour Hour 20.00$ Hour Hour $25.00 Hour Hour 82 125.00$ Hour Hour NO BID Hour Hour 40.00$ Hour Hour 55.00$ Hour Hour $75.00 Hour Hour 83 75.00$ Hour Hour NO BID Hour Hour 25.00$ Hour Hour 50.00$ Hour Hour $55.00 Hour Hour 84 55.00$ Hour Hour NO BID Hour Hour 25.00$ Hour Hour 35.00$ Hour Hour $25.00 Hour Hour 85 150.00$ Hour Hour NO BID Hour Hour 50.00$ Hour Hour 60.00$ Hour Hour $75.00 Hour Hour 86 175.00$ Hour Hour NO BID Hour Hour 40.00$ Hour Hour 55.00$ Hour Hour $95.00 Hour Hour 87 225.00$ Hour Hour NO BID Hour Hour 50.00$ Hour Hour 55.00$ Hour Hour $125.00 Hour Hour 88 35.00$ Hour Hour NO BID Hour Hour 9.00$ Hour Hour 20.00$ Hour Hour $75.00 Hour Hour 89 24.00$ Hour Hour NO BID Hour Hour 0.35$ Hour Hour 20.00$ Hour Hour $65.00 Hour Hour 90 125.00$ Hour Hour NO BID Hour Hour 90.00$ Hour Hour 95.00$ Hour Hour $225.00 Hour Hour 91 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders. 1 Mount Elbert Limited did not use the Revised Pricing Schedule to submit its pricing. The bidder is deemed non-responsive for Group B and its Alternate (which included an additional item missing from the original Pricing Schedule). a "Included" - price for this service is included in the overall price for the item. b "N/A" - based on bidder's inspection of site, the specific service is not required for the location. c "No Bid" - No pricing offered for this item/service. 116,100.00$ 157,704.70$ 220,000.00$ NO BID 109.21$ 101.23$ 96.64$ TOTAL YEARLY COSTS92,927.00$ 1,399,687.41$ 1,151,289.29$ 110,549.00$ 209,446.69$ 89,287.00$ 127,500.00$ 162,896.20$ 252,000.00$ 244,587.89$ 34,648.00$ 159,770.00$ 117,989.50$ TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS Ironwood/Burns Road to C-17 Canal Meridian Bucket Truck C-17/Northlake to A1A (east) N-Lake to PGA FLYOVER BRIDGE PGA Flyover ALTERNATE ITEMS Turf Mowing (41 cuts per year) Mulch EQUIPMENT Chainsaw Chipper Dump Body Truck Pick-up Truck Fire Ant Control Labor (Supervision) Alternate Turf Mowing (32 cuts per year) Labor (Laborer) Hunt Club Drive Bellwood/Applecrest to Earman River Hickory Canal/Larch Ave - End City ROW Plat 4/Banyan St East to A1a (North side) Traffic Cones Hauling Seagrape Way Median US Hwy 1 Medians -Golden Br/Towers CANAL LONG-LINE MOWING Mirasol Field Alternate Fertilization - Sod,..(2 x year) Additional Equipment listed (separate) Allamanda/Burns Road to Prosperity Fertilization - Sods, trees,...(3 x year) Fertilization - Palms (3 x year) Front-end Loader Traffic Control Signs Fertilization - Palms (2 x year) Pesticides, Turf Bobcat Earman River/Military Trl to I-95 Seagrape/Military Trl to End City ROW Earman River/I-95 to A1A (North side) Honey Suckle/Honey Suckle to Gardenia Thompson/Earman River to I-95 Ci t y  of  Pa l m  Be a c h  Ga r d e n s ,  Fl o r i d a Bi d  Ta b u l a t i o n IT B 2 0 1 5 ‐04 7 P F Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s Km ! R a Ve n d o r  Co n t a c t  Fa x  Nu m b e r IT E M M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P GR O U P  A 1 25 , 4 3 8 . 0 0 $         2, 4 2 4 . 0 0 $             31 1 . 0 0 $                         43 , 4 2 9 . 4 2 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           28,910.00 $    1,000.00 $      225.00 $                2 17 , 9 2 2 . 0 0 $         1, 7 0 8 . 0 0 $             31 1 . 0 0 $                         30 , 6 3 6 . 6 9 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           20,368.00 $    1,000.00 $      225.00 $                3 1, 1 4 0 . 0 0 $             11 4 . 0 0 $                     N/ A 2 , 0 2 5 . 0 3 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   1,338.00 $      1,000.00 $      225.00 $                4 30 , 7 0 8 . 0 0 $         2, 9 2 6 . 0 0 $             N/ A 4 2 , 4 0 8 . 8 4 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           49,339.00 $    1,000.00 $      225.00 $                5 3, 3 7 6 . 0 0 $             32 2 . 0 0 $                     31 1 . 0 0 $                         5, 7 6 7 . 9 6 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           3,830.00 $      1,000.00 $      225.00 $                6 14 , 7 6 9 . 0 0 $         1, 4 0 7 . 0 0 $             31 1 . 0 0 $                         18 , 0 3 4 . 4 2 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           16,780.00 $    1,000.00 $      225.00 $                7 2, 7 6 0 . 0 0 $             26 3 . 0 0 $                     31 1 . 0 0 $                         4, 7 1 3 . 6 6 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           3,131.00 $      1,000.00 $      225.00 $                8 2, 4 1 4 . 0 0 $             23 0 . 0 0 $                     N/ A 4 , 1 2 2 . 0 9 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           2,736.00 $      1,000.00 $      225.00 $                9 10 , 5 1 3 . 0 0 $         1, 0 0 2 . 0 0 $             31 1 . 0 0 $                         17 , 9 6 9 . 8 0 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           11,947.00 $    1,000.00 $      225.00 $                10 31 , 3 2 3 . 0 0 $         2, 9 8 4 . 0 0 $             31 1 . 0 0 $                         49 , 3 9 7 . 4 7 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   45,964.00 $    1,000.00 $      225.00 $                11 21 , 6 9 5 . 0 0 $         2, 0 6 7 . 0 0 $             N/ A 2 6 , 4 9 3 . 3 7 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   24,654.00 $    1,000.00 $      225.00 $                12 7, 1 0 0 . 0 0 $             67 6 . 0 0 $                     N/ A 1 4 , 3 3 9 . 5 5 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   13,345.00 $    1,000.00 $      225.00 $                13 11 , 8 1 3 . 0 0 $         1, 1 2 6 . 0 0 $             N/ A 1 4 , 4 2 3 . 9 2 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           13,436.00 $    1,000.00 $      225.00 $                14 7, 5 6 9 . 0 0 $             72 2 . 0 0 $                     31 1 . 0 0 $                         12 , 9 3 6 . 7 4 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   8,603.00 $      1,000.00 $      225.00 $                15 26 , 7 9 1 . 0 0 $         2, 5 5 2 . 0 0 $             N/ A 4 5 , 8 0 1 . 1 0 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   30,430.00 $    1,000.00 $      225.00 $                16 2, 6 4 6 . 0 0 $             25 2 . 0 0 $                     N/ A 4 , 5 4 7 . 3 4 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   3,040.00 $      1,000.00 $      225.00 $                17 1, 8 4 5 . 0 0 $             17 6 . 0 0 $                     N/ A 3 , 1 5 0 . 1 0 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   2,097.00 $      1,000.00 $      225.00 $                18 12 , 8 9 8 . 0 0 $         1, 2 2 9 . 0 0 $             31 1 . 0 0 $                         36 , 7 1 1 . 6 5 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           34,169.00 $    1,000.00 $      225.00 $                19 2, 7 4 1 . 0 0 $             26 2 . 0 0 $                     N/ A 4 , 6 8 2 . 5 8 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   3,100.00 $      1,000.00 $      225.00 $                20 1, 5 4 9 . 0 0 $             N/ A N / A 2 , 6 4 5 . 4 7 $           IN C I N C 10 , 2 3 4 . 0 0 $         1,763.00 $      1,000.00 $      225.00 $                21 3, 9 2 8 . 0 0 $             37 4 . 0 0 $                     N/ A 8 , 2 9 2 . 5 9 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   5,502.00 $      1,000.00 $      225.00 $                26 6 , 5 5 3 . 0 0 $         39 2 , 5 2 9 . 7 9 $               22 2 , 4 1 4 . 0 0 $             350,207.00 $        ‐$                  GR O U P  B M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P 22 4, 8 5 3 . 0 0 $             N/ A N / A 7 , 2 6 7 . 2 7 $           IN C I N C 10 , 2 3 4 . 0 0 $         6,748.00 $      1,000.00 $      225.00 $                23 1, 5 2 7 . 0 0 $             N/ A N / A 2 , 2 8 3 . 3 7 $           IN C I N C 10 , 2 3 4 . 0 0 $         2,128.00 $      1,000.00 $      225.00 $                24 3, 0 1 6 . 0 0 $             N/ A N / A 4 , 5 1 5 . 1 5 $           IN C I N C 10 , 2 3 4 . 0 0 $         4,195.00 $      1,000.00 $      225.00 $                25 47 5 . 0 0 $                     N/ A N / A 1 , 1 8 7 . 5 5 $           IN C I N C 10 , 2 3 4 . 0 0 $         790.00 $          1,000.00 $      225.00 $                26 85 3 . 0 0 $                     N/ A N / A 2 , 1 3 2 . 9 7 $           IN C I N C 10 , 2 3 4 . 0 0 $         1,428.00 $      1,000.00 $      225.00 $                27 95 . 0 0 $                         N/ A N / A 2 3 6 . 3 5 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           152.00 $          1,000.00 $      225.00 $                28 3, 6 6 3 . 0 0 $             34 9 . 0 0 $                     31 1 . 0 0 $                         6, 2 5 7 . 3 7 $           IN C I N C 10 , 2 3 4 . 0 0 $         4,164.00 $      1,000.00 $      225.00 $                29 91 3 . 0 0 $                     10 7 . 0 0 $                     N/ A 1 , 9 1 0 . 2 6 $           IN C I N C 10 , 2 3 4 . 0 0 $         1,276.00 $      1,000.00 $      225.00 $                30 59 3 . 0 0 $                     N/ A N / A 1 , 2 3 7 . 7 4 $           IN C I N C 10 , 2 3 4 . 0 0 $         820.00 $          1,000.00 $      225.00 $                31 24 5 . 0 0 $                     N/ A N / A 5 9 . 6 9 $                       IN C I N C 10 , 2 3 4 . 0 0 $         61.00 $            1,000.00 $      225.00 $                32 58 . 0 0 $                         N/ A N / A 1 4 2 . 8 0 $                   IN C I N C 10 , 2 3 4 . 0 0 $         91.00 $            1,000.00 $      225.00 $                33 12 3 . 0 0 $                     N/ A N / A 2 5 9 . 1 4 $                   IN C I N C 10 , 2 3 4 . 0 0 $         182.00 $          1,000.00 $      225.00 $                34 42 8 . 0 0 $                     N/ A N / A 8 9 5 . 8 6 $                   IN C I N C 10 , 2 3 4 . 0 0 $         608.00 $          1,000.00 $      225.00 $                35 3, 2 1 3 . 0 0 $             30 6 . 0 0 $                     31 1 . 0 0 $                         5, 4 8 5 . 4 1 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           3,648.00 $      1,000.00 $      225.00 $                IT B  No . : Bi d  Ti t l e : Bi d  Op e n i n g  Da t e :  Fr i d a y ,  Au g u s t  7,  20 1 5  @  3: 0 0  P. M . Pr e p a r e d  by :   Nt Wh ll i td hi h l i h t l id d i ll (d if li b l f d bl f tt i ) Ve n d o r  Na m e SE A C R E S T  SE R V I C E S T O T A L  MA I N T E N A N C E  BL D G  SE R V W A T E R S  BR O T H E R S  EN V I R O W I N  TECT  ALL  PHASE  MAINTENANCE Ve n d o r  FE I N 59 ‐18 1 5 1 7 3 6 5 ‐04 2 8 5 8 0 2 6 ‐39 3 9 4 1 8 4 7 ‐4168168 Co r p o r a t i o n  Ad d r e s s  (S t a t e ) : 24 0 0  Ce n t r e p a r k  W  Dr ,  We s t  Pa l m  Be a c h ,  FL 3 6 9 0  Co n s u m e r  St ,  We s t  Pa l m  Be a c h ,  FL 5 8 7 6  Ri c h  Rd ,  Bo w l i n g  Gr e e n ,  FL 1 6 4 9  W  26th  Ct, Riviera  Beach, FL Ar e  Su b m i t t a l  Fo r m s  Co m p l e t e ? Ye s Y e s Y e s Y e s Co n v i c t i o n  Di s c l o s u r e  (Y e s / N o ) No N o N o N o In c u m b e n t  Ve n d o r  (Y e s / N o ) No Y e s N o N o Ad d e n d a  Ac k n o w l e d g e d  (Y e s / N o ) : No  ‐   Ad d m  4  no t  ac k n o w l e d g e d N o  ‐   Ad d m s  3  an d  4  no t  ac k n o w l e d g e d N o  ‐   Ad d m s  3  an d  4  no t  ac k n o w l e d g e d N o  ‐ Addms  2, 3, and  4  not  acknowledged Ve n d o r  Co n t a c t  (f o r  th i s  bi d ) An j a n e t t e  Ha n n a E d w a r d  Ga l b r a i t h B r i a n  Wa t e r s R o b e r t  Young Ve n d o r  Co n t a c t  Ph o n e  Nu m b e r 56 1 . 6 9 7 . 4 9 9 0 5 6 1 . 8 4 4 . 2 7 4 4 8 6 3 . 7 8 1 . 3 8 8 6 5 6 1 . 5 0 2 . 5 6 6 8 56 1 . 6 9 7 . 4 7 7 9 5 6 1 . 8 4 4 . 2 3 6 0 N / A N / A Ve n d o r  Co n t a c t  Em a i l ah a n n a @ s e a c r e s t s e r v i c e s . c o m ed t m b s @ a o l . c o m bw a t e r s @ w a t e r s b r o t h e r s . n e t wintectapm@gmail.com DE S C R I P T I O N CO M M O N  AR E A S  AN D  PA R K S  ‐   AL T E R N A T E Bu r n s  Ro a d  Co m m u n i t y  Ce n t e r Ci t y  Ha l l  Co m p l e x / F R  #1 / P o l i c e Ri v e r s i d e  Yo u t h  En r i c h m e n t  Ce n t e r Te n n i s  Ce n t e r Fi r e  St a t i o n  #2 Fi r e  St a t i o n  #3 Fi r e  St a t i o n  #4 Fi r e  St a t i o n  #5 Mi r a s o l  Pa r k PG A  Pa r k Oa k s  Pa r k La k e  Ca t h e r i n e  Sp o r t s  Co m p l e x La k e s i d e  La k e  Ca t h e r i n e / M a c A r t h u r  Bl v d Pl a n t  Dr i v e  an d  Sk a t e  Pa r k Ga r d e n s  Pa r k Sa n d  Hi l l  Cr a n e  Pa r k Tw i n s  Pa r k s Li l a c  Pa r k  Co m m o n s  an d  Do g  Ru n Ri v e r s i d e  Dr i v e  Li n e a r  Pa r k So u t h  Il e x  Ci r c l e  Ne i g h b o r h o o d  Pa r k Ci t y  Pa r k TO T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YEARLY  COSTS TOTAL  YEARLY  COSTS ME D I A N S  ‐   AL T E R N A T E Al l a m a n d a  RO W Al l a m a n d a / R a i n w o o d  Dr .  Re t e n t i o n Al t  A1 A Ba n y a n  St r e e t  Pa r c e l  ‐   No r t h Ba n y a n  St r e e t  Pa r c e l  ‐   So u t h Bu r n s  Rd  an d  I ‐95  Ov e r p a s s Bu r n s  Rd  Me d i a n s  ‐   Mi l i t a r y  Tr l  ‐   Pr o s p e r i t y Bu r n s  Rd  RO W Ca m b e r w e l l  on  Av e n u e  of  PG A Ci t y  Si g n  ‐   PG A  Bl v d  an d  Fa i r w a y  Dr . Co t t o n w o o d  Ci r c l e  Me d i a n Ga r d e n  Wo o d s  En t r a n c e  Me d i a n  ‐   El m Ga r d e n s  Gl e n n  ‐   En t r a n c e  an d  Me d i a n s Ho l l y  Dr .  Me d i a n s  ‐   Ri v e r s i d e  to  Mi l t IT B 2 0 1 5 ‐04 7 P F Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s Km ! R a IT B  No . : Bi d  Ti t l e : Bi d  Op e n i n g  Da t e :  Fr i d a y ,  Au g u s t  7,  20 1 5  @  3: 0 0  P. M . Pr e p a r e d  by :   Nt Wh ll i td hi h l i h t l id d i ll (d if li b l f d bl f tt i ) Ve n d o r  Na m e SE A C R E S T  SE R V I C E S T O T A L  MA I N T E N A N C E  BL D G  SE R V W A T E R S  BR O T H E R S  EN V I R O W I N  TECT  ALL  PHASE  MAINTENANCE Ve n d o r  FE I N 59 ‐18 1 5 1 7 3 6 5 ‐04 2 8 5 8 0 2 6 ‐39 3 9 4 1 8 4 7 ‐4168168 36 83 4 . 0 0 $                     N/ A N / A 1 , 7 1 8 . 6 4 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   1,155.00 $      1,000.00 $      225.00 $                37 18 6 . 0 0 $                     N/ A N / A 4 6 0 . 3 2 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   304.00 $          1,000.00 $      225.00 $                38 63 . 0 0 $                         N/ A N / A 1 5 7 . 2 9 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   91.00 $            1,000.00 $      225.00 $                39 1, 7 2 7 . 0 0 $             16 5 . 0 0 $                     31 1 . 0 0 $                         3, 5 0 8 . 0 0 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           1,945.00 $      1,000.00 $      225.00 $                40 81 . 0 0 $                         N/ A N / A 2 0 3 . 2 8 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   115.00 $          1,000.00 $      225.00 $                41 2, 3 2 3 . 0 0 $             22 2 . 0 0 $                     N/ A 3 9 5 . 0 1 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   2,644.00 $      1,000.00 $      225.00 $                42 3, 0 9 7 . 0 0 $             29 6 . 0 0 $                     N/ A 5 , 2 9 0 . 9 5 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   3,526.00 $      1,000.00 $      225.00 $                43 6, 3 7 5 . 0 0 $             60 8 . 0 0 $                     N/ A 1 0 , 8 9 6 . 4 8 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   7,235.00 $      1,000.00 $      225.00 $                44 23 , 2 6 9 . 0 0 $         2, 3 0 9 . 0 0 $             N/ A 2 3 , 6 7 7 . 4 4 $       IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   27,542.00 $    1,000.00 $      225.00 $                45 3, 6 3 0 . 0 0 $             34 6 . 0 0 $                     N/ A 6 , 2 0 1 . 3 0 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   4,134.00 $      1,000.00 $      225.00 $                46 54 4 . 0 0 $                     N/ A N / A NO  BI D N O  BI D N O  BI D 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   NO  BID NO  BID NO  BID 47 22 , 1 3 9 . 0 0 $         2, 1 0 9 . 0 0 $             31 1 . 0 0 $                         21 , 6 2 8 . 3 8 $       IN C I N C 10 , 2 3 4 . 0 0 $         25,172.00 $    1,000.00 $      225.00 $                48 26 3 . 0 0 $                     N/ A N / A 5 5 5 . 6 6 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   15 0 . 0 0 $                           365.00 $          1,000.00 $      225.00 $                49 5, 0 0 9 . 0 0 $             47 8 . 0 0 $                     N/ A 8 , 5 6 0 . 7 5 $           IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   5,685.00 $      1,000.00 $      225.00 $                50 41 4 . 0 0 $                     40 . 0 0 $                       N/ A 7 0 3 . 3 9 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   456.00 $          1,000.00 $      225.00 $                51 50 6 . 0 0 $                     48 . 0 0 $                       N/ A 8 6 1 . 1 0 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   578.00 $          1,000.00 $      225.00 $                52 32 4 . 0 0 $                     N/ A N / A 8 2 4 . 1 4 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   560.00 $          1,000.00 $      225.00 $                53 46 8 . 0 0 $                     45 . 0 0 $                       N/ A 7 9 6 . 9 5 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   545.00 $          1,000.00 $      225.00 $                54 37 0 . 4 4 $                   IN C I N C 10 , 2 3 4 . 0 0 $         30 0 . 0 0 $                   243.00 $          1,000.00 $      225.00 $                99 , 9 7 9 . 0 0 $               12 0 , 6 8 0 . 4 5 $               34 4 , 3 2 2 . 0 0 $             147,786.00 $        ‐$                  GR O U P  C M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P 55 96 6 . 0 0 $                     1, 9 2 5 . 1 6 $           8, 7 4 1 . 0 0 $           2,451.00 $       56 1, 1 2 1 . 0 0 $             3, 7 3 5 . 1 2 $           8, 7 4 1 . 0 0 $           2,850.00 $       57 1, 4 7 5 . 0 0 $             4, 9 1 6 . 5 2 $           8, 7 4 1 . 0 0 $           3,750.00 $       58 2, 5 9 6 . 0 0 $             6, 8 9 7 . 4 8 $           8, 7 4 1 . 0 0 $           6,600.00 $       59 82 4 . 0 0 $                     2, 1 8 8 . 0 8 $           8, 7 4 1 . 0 0 $           2,097.00 $       60 2, 5 7 9 . 0 0 $             6, 8 5 3 . 8 0 $           8, 7 4 1 . 0 0 $           6,560.00 $       61 2, 3 0 8 . 0 0 $             6, 1 3 3 . 5 6 $           8, 7 4 1 . 0 0 $           5,871.00 $       62 3, 1 6 8 . 0 0 $             8, 4 1 8 . 4 8 $           8, 7 4 1 . 0 0 $           8,048.00 $       63 60 8 . 0 0 $                     1, 6 1 3 . 2 8 $           8, 7 4 1 . 0 0 $           1,540.00 $       64 1, 1 2 2 . 0 0 $             2, 9 7 9 . 7 2 $           8, 7 4 1 . 0 0 $           2,850.00 $       65 1, 6 9 2 . 0 0 $             4, 4 9 5 . 9 2 $           8, 7 4 1 . 0 0 $           4,298.00 $       66 55 6 . 0 0 $                     1, 4 7 6 . 9 6 $           8, 7 4 1 . 0 0 $           1,413.00 $       67 6, 9 1 2 . 0 0 $             18 , 3 7 2 . 4 8 $       8, 7 4 1 . 0 0 $           17,578.00 $     68 5, 1 3 2 . 0 0 $             13 , 6 4 0 . 2 8 $       8, 7 4 1 . 0 0 $           13,053.00 $     31 , 0 5 9 . 0 0 $               83 , 6 4 6 . 8 4 $                   12 2 , 3 7 4 . 0 0 $             78,959.00 $           ‐$                  NO T E : T h i s  bi d  ta b u l a t i o n  is  an  in d i c a t i o n  of  pr i c e s  on l y  an d  no t  a  de t e r m i n a t i o n  of  th e  re s p o n s i v e ,  re s p o n s i b l e  bi d d e r s .   Ho l l y  Dr .  RO W  ‐   Li g h t h o u s e / I r o n w o o d Ho l l y  Dr i v e  an d  I ‐95  Ov e r p a s s Ho l l y  Dr i v e  Cu l ‐de ‐Sa c Ho o d  Ro a d  Me d i a n s  ‐   Mi l i t a r y / A 1 A Ir i s  Ci r c l e  Me d i a n Ma c A r t h u r  Bl v d  Me d i a n s ,  CW ,  RO W Mi l i t a r y  Tr l  Me d i a n s  ‐   Ho o d  to  Do n a l d Mi l i t a r y  Tr l  Me d i a n s  ‐   Li l l i a n  to  EP B ‐3 No r t h l a k e  Bl v d / I ‐95  In t e r s e c t i o n No r t h l a k e  Bl v d  Me d i a n s  ‐   Mi l i t a r y / E a s t Pa l m  Be a c h  Ga r d e n s  El e m e n t a r y  RO W PG A  Bl v d  an d  I ‐95  In t e r s e c t i o n PG A  Bl v d / M e d i a n s  ‐   Pr o s p e r i t y / U S 1 PG A  Bl v d / M e d i a n s  ‐   Mi l i t a r y  to  Ea s t Pr o s p e r i t y  Fa r m s  Rd / P r o s p e r i t y  Oa k s Pu b l i c  Wo r k s  an d  Ir o n w o o d    Rd s . Sa n d t r e e  Dr i v e Se a g r a p e  Wa y  Me d i a n US  Hw y  1  Me d i a n s  ‐ Go l d e n  Br / T o w e r s TO T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YEARLY  COSTS TOTAL  YEARLY  COSTS CA N A L  LO N G ‐LI N E  MO W I N G ‐  AL T E R N A T E Hu n t  Cl u b  Dr i v e Be l l w o o d / A p p l e c r e s t  to  Ea r m a n  Ri v e r Ea r m a n  Ri v e r / M i l i t a r y  Tr l  to  I ‐95 Ea r m a n  Ri v e r / I ‐95  to  A1 A  (N o r t h  si d e ) Ho n e y  Su c k l e / H o n e y  Su c k l e  to  Ga r d e n i a Th o m p s o n / E a r m a n  Ri v e r  to  I ‐95 Se a g r a p e / M i l i t a r y  Tr l  to  En d  Ci t y  RO W Hi c k o r y  Ca n a l / L a r c h  Av e  ‐   En d  Ci t y  RO W Pl a t  4/ B a n y a n  St  Ea s t  to  A1 a  (N o r t h  si d e ) Ir o n w o o d / B u r n s  Ro a d  to  C ‐17  Ca n a l Me r i d i a n Al l a m a n d a / B u r n s  Ro a d  to  Pr o s p e r i t y C ‐17 / N o r t h l a k e  to  A1 A  (e a s t )  N ‐La k e  to TOTAL  YEARLY  COSTS Mi r a s o l  Fi e l d TO T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YEARLY  COSTS Ci t y  of  Pa l m  Be a c h  Ga r d e n s ,  Fl o r i d a Bi d  Ta b u l a t i o n IT B 2 0 1 5 ‐04 7 P F Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s Km ! R a Ve n d o r  Co n t a c t  Fa x  Nu m b e r IT E M M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P GR O U P  A 1 37 , 3 5 2 . 0 0 $         4, 4 0 4 . 0 0 $             84 0 . 0 0 $                         48 , 3 9 4 . 0 0 $                   1, 9 3 4 . 0 0 $           78 4 . 3 0 $                           31 , 0 0 0 . 0 0 $       3, 3 6 0 . 0 0 $           80 0 . 0 0 $                             39,761.76 $    included included 31,797.00 $     400.00 $           200.00 $                2 34 , 7 7 6 . 0 0 $         5, 7 8 7 . 0 0 $             2, 7 0 0 . 0 0 $                 38 , 7 1 1 . 0 0 $                   1, 7 0 6 . 0 0 $           55 3 . 4 4 $                           19 , 8 0 0 . 0 0 $       2, 2 0 0 . 0 0 $           58 0 . 0 0 $                             28,010.69 $    included included 25,397.00 $     395.00 $           200.00 $                3 4, 6 0 0 . 0 0 $             35 8 . 0 0 $                     40 . 0 0 $                             2, 8 5 1 . 0 0 $                       12 6 . 0 0 $                   ‐ $                                         1, 5 3 0 . 0 0 $           18 0 . 0 0 $                   50.00 $                                 1,851.46 $      included included 2,731.00 $       75.00 $             75.00 $                  4 27 , 6 0 0 . 0 0 $         3, 9 8 6 . 0 0 $             12 0 . 0 0 $                         44 , 8 1 9 . 0 0 $                   3, 6 3 8 . 2 0 $           ‐ $                                         46 , 8 0 0 . 0 0 $       5, 4 0 0 . 0 0 $           1, 4 8 0 . 0 0 $                     67,854.14 $    included included 19,122.00 $     275.00 $           100.00 $                5 7, 3 6 0 . 0 0 $             55 2 . 0 0 $                     30 . 0 0 $                             4, 2 7 7 . 0 0 $                       27 9 . 5 8 $                   10 4 . 3 6 $                           4, 4 0 0 . 0 0 $           56 0 . 0 0 $                   12 0 . 0 0 $                             5,273.57 $      included included 3,356.00 $       90.00 $             75.00 $                  6 15 , 4 5 6 . 0 0 $         1, 2 8 8 . 0 0 $             54 0 . 0 0 $                         16 , 2 5 5 . 0 0 $                   1, 3 8 8 . 0 0 $           45 5 . 4 0 $                           8, 6 0 0 . 0 0 $           1, 7 0 0 . 0 0 $           50 0 . 0 0 $                             23,083.10 $    included included 10,342.00 $     125.00 $           90.00 $                  7 7, 9 1 2 . 0 0 $             54 4 . 0 0 $                     21 0 . 0 0 $                         6, 9 2 3 . 0 0 $                       25 3 . 0 0 $                   85 . 3 9 $                                 3, 5 0 0 . 0 0 $           47 0 . 0 0 $                   10 0 . 0 0 $                             4,309.63 $      included included 5,151.00 $       100.00 $           90.00 $                  8 7, 9 1 2 . 0 0 $             50 2 . 0 0 $                     60 . 0 0 $                             5, 9 4 5 . 0 0 $                       24 9 . 0 0 $                   ‐ $                                         3, 2 0 0 . 0 0 $           35 0 . 0 0 $                   70.00 $                                 3,768.77 $      included included 4,293.00 $       100.00 $           90.00 $                  9 21 , 1 6 0 . 0 0 $         1, 3 5 8 . 0 0 $             24 0 . 0 0 $                         23 , 0 7 4 . 0 0 $                   1, 0 1 4 . 0 0 $           32 2 . 5 8 $                           12 , 9 0 0 . 0 0 $       1, 2 0 0 . 0 0 $           35 0 . 0 0 $                             16,429.54 $    included included 17,561.00 $     275.00 $           125.00 $                10 35 , 4 2 0 . 0 0 $         6, 0 5 6 . 0 0 $             66 0 . 0 0 $                         59 , 1 0 4 . 0 0 $                   3, 8 0 4 . 0 0 $           1, 2 4 9 . 1 9 $                     36 , 8 0 0 . 0 0 $       5, 1 0 0 . 0 0 $           90 0 . 0 0 $                             63,228.77 $    included included 35,513.00 $     275.00 $           125.00 $                11 19 , 6 8 8 . 0 0 $         3, 4 9 0 . 0 0 $             90 . 0 0 $                             36 , 6 3 9 . 0 0 $                   2, 0 5 4 . 0 0 $           ‐ $                                         24 , 5 0 0 . 0 0 $       2, 9 0 0 . 0 0 $           70 0 . 0 0 $                             33,911.52 $    included included 25,093.00 $     200.00 $           125.00 $                12 14 , 2 6 0 . 0 0 $         1, 9 7 2 . 0 0 $             18 0 . 0 0 $                         20 , 7 7 7 . 0 0 $                   1, 5 9 2 . 0 0 $           ‐ $                                         12 , 9 4 0 . 0 0 $       1, 9 0 0 . 0 0 $           40 0 . 0 0 $                             18,354.62 $    included included 9,522.00 $       150.00 $           90.00 $                  13 12 , 4 2 0 . 0 0 $         2, 1 2 2 . 0 0 $             24 0 . 0 0 $                         19 , 4 7 5 . 0 0 $                   1, 6 2 0 . 0 0 $           ‐ $                                         12 , 9 7 0 . 0 0 $       1, 9 0 0 . 0 0 $           40 0 . 0 0 $                             18,462.62 $    included included 15,454.00 $     200.00 $           90.00 $                  14 9, 3 8 4 . 0 0 $             93 0 . 3 7 $                     1, 4 4 0 . 0 0 $                 10 , 8 9 0 . 0 0 $                   71 0 . 0 0 $                   23 4 . 0 3 $                           8, 4 0 0 . 0 0 $           1, 0 0 0 . 0 0 $           25 0 . 0 0 $                             11,827.87 $    included included 11,629.00 $     150.00 $           90.00 $                  15 19 , 6 8 8 . 0 0 $         3, 7 5 0 . 0 0 $             21 0 . 0 0 $                         41 , 2 2 5 . 0 0 $                   2, 5 4 5 . 0 0 $           ‐ $                                         29 , 6 0 0 . 0 0 $       3, 4 0 0 . 0 0 $           80 0 . 0 0 $                             41,875.30 $    included included 36,214.00 $     250.00 $           125.00 $                16 4, 6 0 0 . 0 0 $             36 6 . 0 0 $                     60 . 0 0 $                             6, 9 0 8 . 0 0 $                       39 7 . 0 0 $                   ‐ $                                         85 0 . 0 0 $                   45 0 . 0 0 $                   10 0 . 0 0 $                             4,131.65 $      included included 600.00 $           90.00 $             90.00 $                  17 2, 4 8 4 . 0 0 $             33 4 . 0 0 $                     60 . 0 0 $                             4, 6 6 5 . 0 0 $                       27 4 . 0 0 $                   ‐ $                                         2, 3 8 0 . 0 0 $           30 0 . 0 0 $                   60.00 $                                 2,880.10 $      included included 2,100.00 $       90.00 $             90.00 $                  18 26 , 6 8 0 . 0 0 $         3, 9 2 0 . 0 0 $             18 0 . 0 0 $                         51 , 7 8 1 . 0 0 $                   3, 0 5 4 . 0 0 $           92 9 . 7 8 $                           32 , 9 0 0 . 0 0 $       3, 6 0 0 . 0 0 $           1, 0 0 0 . 0 0 $                     46,990.94 $    included included 10,537.00 $     90.00 $             90.00 $                  19 7, 8 2 0 . 0 0 $             54 2 . 0 0 $                     45 0 . 0 0 $                         9, 7 7 7 . 0 0 $                       41 2 . 4 2 $                   ‐ $                                         3, 1 0 0 . 0 0 $           40 0 . 0 0 $                   90.00 $                                 4,281.22 $      included included 4,293.00 $       90.00 $             90.00 $                  20 1, 5 3 2 . 0 0 $             24 4 . 0 0 $                     ‐ $                                     4, 2 5 1 . 0 0 $                       23 3 . 2 9 $                   ‐ $                                         1, 7 5 0 . 0 0 $           ‐ $                               50.00 $                                 2,418.72 $      included included 1,900.00 $       90.00 $             90.00 $                  21 8, 6 4 8 . 0 0 $             86 0 . 0 0 $                     18 0 . 0 0 $                         10 , 3 0 7 . 0 0 $                   1, 5 9 2 . 2 9 $           ‐ $                                         6, 0 0 0 . 0 0 $           60 0 . 0 0 $                   15 0 . 0 0 $                             7,581.79 $      included included 7,804.00 $       175.00 $           90.00 $                  37 8 , 6 4 7 . 3 7 $         50 0 , 6 4 2 . 2 5 $           34 9 , 8 4 0 . 0 0 $               446,287.78 $       286,324.00 $       GR O U P  B M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P 22 8, 1 8 8 . 0 0 $             1, 3 5 6 . 0 0 $             15 0 . 0 0 $                         55 , 2 0 0 . 0 0 $                   3, 6 6 7 . 0 0 $           1, 5 3 3 . 3 3 $                     3, 1 7 0 . 0 0 $           ‐ $                               14 0 . 0 0 $                             9,302.11 $      included included 4,175.00 $       125.00 $           90.00 $                  23 1, 1 9 6 . 0 0 $             29 6 . 0 0 $                     60 . 0 0 $                             18 , 4 0 0 . 0 0 $                   86 8 . 0 0 $                   76 6 . 6 7 $                           1, 8 2 4 . 0 0 $           ‐ $                               60.00 $                                 2,922.72 $      included included 1,650.00 $       90.00 $             90.00 $                  24 7, 9 1 2 . 0 0 $             85 8 . 0 0 $                     18 0 . 0 0 $                         36 , 8 0 0 . 0 0 $                   1, 6 9 8 . 0 0 $           1, 5 3 3 . 3 3 $                     3, 8 0 0 . 0 0 $           ‐ $                               12 0 . 0 0 $                             5,779.39 $      included included 2,342.00 $       90.00 $             90.00 $                  25 55 2 . 0 0 $                     11 6 . 0 0 $                     ‐ $                                     7, 3 6 0 . 0 0 $                       37 7 . 0 0 $                   23 0 . 0 0 $                           41 5 . 0 0 $                   ‐ $                               40.00 $                                 1,085.76 $      included included 825.00 $           90.00 $             90.00 $                  26 73 6 . 0 0 $                     19 6 . 0 0 $                     ‐ $                                     14 , 7 2 0 . 0 0 $                   78 4 . 0 0 $                   30 6 . 6 7 $                           75 0 . 0 0 $                   ‐ $                               50.00 $                                 1,950.14 $      included included 800.00 $           90.00 $             90.00 $                  27 36 8 . 0 0 $                     92 . 0 0 $                       ‐ $                                     1, 8 4 0 . 0 0 $                       83 . 0 0 $                       38 . 3 3 $                                 16 0 . 0 0 $                   ‐ $                               40.00 $                                 216.10 $          included included 850.00 $           90.00 $             90.00 $                  28 12 , 5 1 2 . 0 0 $         3, 0 4 2 . 0 0 $             96 0 . 0 0 $                         36 , 8 0 0 . 0 0 $                   1, 6 6 5 . 0 0 $           1, 5 3 4 . 0 0 $                     4, 7 0 0 . 0 0 $           60 0 . 0 0 $                   13 0 . 0 0 $                             5,721.02 $      included included 6,322.00 $       100.00 $           90.00 $                  29 3, 1 2 8 . 0 0 $             16 4 . 0 0 $                     12 0 . 0 0 $                         14 , 7 2 0 . 0 0 $                   59 4 . 0 0 $                   38 4 . 0 0 $                           1, 4 2 5 . 0 0 $           20 0 . 0 0 $                   40.00 $                                 1,746.53 $      included included 1,250.00 $       90.00 $             90.00 $                  30 2, 3 0 0 . 0 0 $             13 8 . 0 0 $                     60 . 0 0 $                             7, 3 6 0 . 0 0 $                       25 0 . 0 0 $                   38 4 . 0 0 $                           88 0 . 0 0 $                   ‐ $                               40.00 $                                 1,131.65 $      included included 680.00 $           90.00 $             90.00 $                  31 22 0 . 0 0 $                     10 2 . 0 0 $                     12 0 . 0 0 $                         89 7 . 5 6 $                               13 . 0 0 $                       16 . 0 0 $                                 33 6 . 0 0 $                   ‐ $                               30.00 $                                 49.82 $            included included 800.00 $           35.00 $             35.00 $                  32 77 6 . 2 5 $                     10 0 . 0 0 $                     ‐ $                                     1, 3 4 6 . 3 4 $                       35 . 0 0 $                       39 . 0 0 $                                 85 . 0 0 $                       ‐ $                               30.00 $                                 130.56 $          included included 675.00 $           35.00 $             35.00 $                  33 73 6 . 0 0 $                     98 . 0 0 $                       18 0 . 0 0 $                         2, 2 4 3 . 9 0 $                       93 . 0 0 $                       39 . 0 0 $                                 19 5 . 0 0 $                   ‐ $                               30.00 $                                 234.05 $          included included 750.00 $           35.00 $             35.00 $                  34 1, 7 4 8 . 0 0 $             15 2 . 0 0 $                     36 0 . 0 0 $                         7, 6 2 9 . 2 7 $                       22 8 . 0 0 $                   23 0 . 0 0 $                           64 0 . 0 0 $                   ‐ $                               30.00 $                                 819.07 $          included included 1,250.00 $       35.00 $             35.00 $                  35 5, 0 6 0 . 0 0 $             55 8 . 0 0 $                     48 0 . 0 0 $                         35 , 9 0 2 . 4 4 $                   2, 0 3 7 . 0 0 $           76 7 . 0 0 $                           4, 0 0 0 . 0 0 $           50 0 . 0 0 $                   12 0 . 0 0 $                             5,015.23 $      included included 4,839.00 $       100.00 $           90.00 $                  IT B  No . : Bi d  Ti t l e : Bi d  Op e n i n g  Da t e :  Fr i d a y ,  Au g u s t  7,  20 1 5  @  3: 0 0  P. M . Pr e p a r e d  by :   Nt Wh ll i td hi h l i h t l id d i ll (d if li b l f d bl f tt i ) Ve n d o r  Na m e GI R A R D  EN V I R O N M E N T A L  SE R V M O U N T  EL B E R T  LI M I T E D N E X T  ER A P R E C I S I O N  LANDSCAPE  COMPANY BATALLAN  ENT/PROPERTYWORKS Ve n d o r  FE I N 59 ‐35 3 7 6 3 1 4 5 ‐29 2 3 0 7 1 2 7 ‐05 0 5 3 4 0 6 5 ‐0604201 87 ‐0720106 Co r p o r a t i o n  Ad d r e s s  (S t a t e ) : 70 1  Co d i s c o  Wa y ,  Sa n f o r d ,  FL 3 3 0  SW  27  Av e ,  Mi a m i ,  FL 3 9 0 0  Wo o d l a k e  Bl v d ,  Gr e e n a c r e s ,  FL 1 3 6 5  N. Killian  Dr, Lake  Park, FL 1201  Roebuck  Ct, West  Palm  Beach, FL Ar e  Su b m i t t a l  Fo r m s  Co m p l e t e ? Ye s Y e s Y e s Y e s Y e s Co n v i c t i o n  Di s c l o s u r e  (Y e s / N o ) No N o N o N o N o In c u m b e n t  Ve n d o r  (Y e s / N o ) No N o N o N o N o Ad d e n d a  Ac k n o w l e d g e d  (Y e s / N o ) : Ye s N o Y e s Y e s Y e s Ve n d o r  Co n t a c t  (f o r  th i s  bi d ) Jo s h u a  Ei b e s c h i t z L o u i s  La M a c c h i a D a v i d  Be n e t s k y V i n c e n z o  Giordano Jason  Batallan Ve n d o r  Co n t a c t  Ph o n e  Nu m b e r 86 6 . 6 4 3 . 1 8 1 7 5 6 1 . 8 8 0 . 0 3 1 4 5 6 1 . 7 9 2 . 9 6 3 2 5 6 1 . 8 8 1 . 8 8 6 6 5 6 1 . 8 0 5 . 8 6 8 7 86 6 . 8 4 9 . 0 3 5 5 5 6 1 . 7 4 0 . 8 6 4 1 5 6 1 . 3 5 4 . 6 0 5 4 5 6 1 . 8 4 8 . 7 2 8 7 5 6 1 . 8 0 5 . 8 6 8 8 Ve n d o r  Co n t a c t  Em a i l je i b e s c h i t z @ g i r a r d o n l i n e . c o m lo u i s @ m e l p m . c o m am e r i l a w n i n c @ a o l . c o m office@precisionlandscapeco.com jason@propertyworksonline.net DE S C R I P T I O N CO M M O N  AR E A S  AN D  PA R K S  ‐   AL T E R N A T E Bu r n s  Ro a d  Co m m u n i t y  Ce n t e r Ci t y  Ha l l  Co m p l e x / F R  #1 / P o l i c e Ri v e r s i d e  Yo u t h  En r i c h m e n t  Ce n t e r Te n n i s  Ce n t e r Fi r e  St a t i o n  #2 Fi r e  St a t i o n  #3 Fi r e  St a t i o n  #4 Fi r e  St a t i o n  #5 Mi r a s o l  Pa r k PG A  Pa r k Oa k s  Pa r k La k e  Ca t h e r i n e  Sp o r t s  Co m p l e x La k e s i d e  La k e  Ca t h e r i n e / M a c A r t h u r  Bl v d Pl a n t  Dr i v e  an d  Sk a t e  Pa r k Ga r d e n s  Pa r k Sa n d  Hi l l  Cr a n e  Pa r k Tw i n s  Pa r k s Li l a c  Pa r k  Co m m o n s  an d  Do g  Ru n Ri v e r s i d e  Dr i v e  Li n e a r  Pa r k So u t h  Il e x  Ci r c l e  Ne i g h b o r h o o d  Pa r k Ci t y  Pa r k TO T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YEARLY  COSTS TOTAL  YEARLY  COSTS ME D I A N S  ‐   AL T E R N A T E Al l a m a n d a  RO W Al l a m a n d a / R a i n w o o d  Dr .  Re t e n t i o n Al t  A1 A Ba n y a n  St r e e t  Pa r c e l  ‐   No r t h Ba n y a n  St r e e t  Pa r c e l  ‐   So u t h Bu r n s  Rd  an d  I ‐95  Ov e r p a s s Bu r n s  Rd  Me d i a n s  ‐   Mi l i t a r y  Tr l  ‐   Pr o s p e r i t y Bu r n s  Rd  RO W Ca m b e r w e l l  on  Av e n u e  of  PG A Ci t y  Si g n  ‐   PG A  Bl v d  an d  Fa i r w a y  Dr . Co t t o n w o o d  Ci r c l e  Me d i a n Ga r d e n  Wo o d s  En t r a n c e  Me d i a n  ‐   El m Ga r d e n s  Gl e n n  ‐   En t r a n c e  an d  Me d i a n s Ho l l y  Dr .  Me d i a n s  ‐   Ri v e r s i d e  to  Mi l t IT B 2 0 1 5 ‐04 7 P F Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s Km ! R a IT B  No . : Bi d  Ti t l e : Bi d  Op e n i n g  Da t e :  Fr i d a y ,  Au g u s t  7,  20 1 5  @  3: 0 0  P. M . Pr e p a r e d  by :   Nt Wh ll i td hi h l i h t l id d i ll (d if li b l f d bl f tt i ) Ve n d o r  Na m e GI R A R D  EN V I R O N M E N T A L  SE R V M O U N T  EL B E R T  LI M I T E D N E X T  ER A P R E C I S I O N  LANDSCAPE  COMPANY BATALLAN  ENT/PROPERTYWORKS Ve n d o r  FE I N 59 ‐35 3 7 6 3 1 4 5 ‐29 2 3 0 7 1 2 7 ‐05 0 5 3 4 0 6 5 ‐0604201 87 ‐0720106 36 1, 8 4 0 . 0 0 $             14 7 . 2 0 $                     ‐ $                                     14 , 3 6 0 . 9 8 $                   57 2 . 0 0 $                   30 7 . 0 0 $                           1, 2 0 0 . 0 0 $           16 0 . 0 0 $                   40.00 $                                 1,571.33 $      included included 956.00 $           75.00 $             50.00 $                  37 36 8 . 0 0 $                     92 . 0 0 $                       ‐ $                                     4, 4 8 7 . 8 0 $                       17 4 . 0 0 $                   62 . 0 0 $                                 32 5 . 0 0 $                   10 0 . 0 0 $                   30.00 $                                 420.86 $          included included 1,575.00 $       50.00 $             50.00 $                  38 55 2 . 0 0 $                     92 . 0 0 $                       ‐ $                                     1, 3 4 6 . 3 4 $                       58 . 0 0 $                       24 . 0 0 $                                 80 . 0 0 $                       40 . 0 0 $                       30.00 $                                 143.81 $          included included 1,200.00 $       35.00 $             35.00 $                  39 5, 1 5 2 . 0 0 $             30 6 . 0 0 $                     54 0 . 0 0 $                         18 , 4 0 0 . 0 0 $                   81 7 . 0 0 $                   69 1 . 0 0 $                           2, 2 0 0 . 0 0 $           35 0 . 0 0 $                   70.00 $                                 2,694.14 $      included included 2,264.00 $       75.00 $             75.00 $                  40 36 8 . 0 0 $                     92 . 0 0 $                       ‐ $                                     2, 2 4 3 . 9 0 $                       66 . 0 0 $                       39 . 0 0 $                                 85 . 0 0 $                       50 . 0 0 $                       25.00 $                                 185.86 $          included included 1,225.00 $       35.00 $             35.00 $                  41 6, 4 4 0 . 0 0 $             52 2 . 0 0 $                     78 0 . 0 0 $                         18 , 4 0 0 . 0 0 $                   1, 2 6 0 . 0 0 $           76 7 . 0 0 $                           3, 0 4 0 . 0 0 $           38 0 . 0 0 $                   80.00 $                                 3,625.15 $      included included 9,443.00 $       125.00 $           50.00 $                  42 8, 5 5 6 . 0 0 $             69 2 . 0 0 $                     1, 0 8 0 . 0 0 $                 35 , 0 0 5 . 0 0 $                   2, 5 5 1 . 0 0 $           15 4 . 0 0 $                           4, 0 0 0 . 0 0 $           50 0 . 0 0 $                   90.00 $                                 4,837.44 $      included included 5,541.00 $       125.00 $           90.00 $                  43 6, 9 9 2 . 0 0 $             1, 1 5 6 . 0 0 $             1, 2 2 0 . 0 0 $                 55 , 2 0 0 . 0 0 $                   4, 0 3 6 . 0 0 $           1, 5 3 4 . 0 0 $                     8, 1 6 0 . 0 0 $           60 0 . 0 0 $                   15 0 . 0 0 $                             9,962.50 $      included included 11,886.00 $     150.00 $           90.00 $                  44 28 , 7 9 6 . 0 0 $         4, 7 6 4 . 0 0 $             40 0 . 0 0 $                         11 0 , 4 0 0 . 0 0 $               13 , 5 1 2 . 0 0 $       7, 6 6 7 . 0 0 $                     6, 5 9 5 . 0 0 $           2, 8 7 0 . 0 0 $           75 0 . 0 0 $                             37,883.90 $    included included 11,000.00 $     125.00 $           90.00 $                  45 7, 7 2 8 . 0 0 $             68 2 . 0 0 $                     36 0 . 0 0 $                         36 , 8 0 0 . 0 0 $                   2, 3 3 4 . 0 0 $           83 6 . 0 0 $                           4, 6 4 0 . 0 0 $           50 0 . 0 0 $                   12 0 . 0 0 $                             5,669.76 $      included included 5,346.00 $       100.00 $           90.00 $                  46 1, 6 0 0 . 0 0 $             35 2 . 0 0 $                     ‐ $                                     NO  BI D N O  BI D N O  BI D 1, 2 3 0 . 0 0 $           ‐ $                               10 0 . 0 0 $                             5,665.54 $       included included 3,902.00 $       100.00 $           75.00 $                  47 19 , 6 8 8 . 0 0 $         3, 6 9 8 . 0 0 $             78 0 . 0 0 $                         10 3 , 2 2 0 . 0 0 $               10 , 2 2 3 . 0 0 $       9, 1 2 4 . 0 0 $                     6, 0 8 0 . 0 0 $           2, 3 0 0 . 0 0 $           60 0 . 0 0 $                             34,605.41 $    included included 11,902.00 $     125.00 $           90.00 $                  48 2, 8 5 2 . 0 0 $             29 6 . 0 0 $                     40 0 . 0 0 $                         4, 4 8 7 . 8 0 $                       22 3 . 0 0 $                   62 . 0 0 $                                 39 2 . 0 0 $                   ‐ $                               25.00 $                                 508.03 $          included included 1,702.00 $       100.00 $           50.00 $                  49 11 , 6 1 3 . 0 0 $         1, 0 3 4 . 0 0 $             36 0 . 0 0 $                         52 , 0 5 8 . 5 4 $                   3, 0 0 4 . 0 0 $           1, 3 7 4 . 0 0 $                     6, 6 2 4 . 0 0 $           87 0 . 0 0 $                   25 0 . 0 0 $                             7,826.98 $      included included 7,648.00 $       200.00 $           125.00 $                50 1, 9 3 2 . 0 0 $             14 8 . 0 0 $                     ‐ $                                     7, 3 6 0 . 0 0 $                       29 1 . 0 0 $                   70 . 0 0 $                                 54 4 . 0 0 $                   12 0 . 0 0 $                   30.00 $                                 643.10 $          included included 1,500.00 $       75.00 $             50.00 $                  51 2, 8 5 2 . 0 0 $             18 8 . 0 0 $                     ‐ $                                     7, 6 2 9 . 2 7 $                       28 7 . 0 0 $                   15 4 . 0 0 $                           27 0 . 0 0 $                   15 0 . 0 0 $                   30.00 $                                 787.30 $          included included 3,551.00 $       100.00 $           75.00 $                  52 73 6 . 0 0 $                     92 . 0 0 $                       ‐ $                                     7, 4 4 9 . 7 6 $                       19 2 . 0 0 $                   23 0 . 0 0 $                           32 0 . 0 0 $                   14 0 . 0 0 $                   30.00 $                                 753.50 $          included included 1,390.00 $       50.00 $             35.00 $                  53 73 6 . 0 0 $                     92 . 0 0 $                       ‐ $                                     7, 4 0 5 . 0 0 $                       10 1 . 0 0 $                   30 7 . 0 0 $                           44 8 . 0 0 $                   14 0 . 0 0 $                   30.00 $                                 728.64 $          included included 1,390.00 $       50.00 $             35.00 $                  54 92 0 . 0 0 $                     92 . 0 0 $                       10 . 0 0 $                             4, 0 4 0 . 0 0 $                       60 . 0 0 $                       13 1 . 0 0 $                           26 0 . 0 0 $                   ‐ $                               30.00 $                                 338.69 $          included included 1,478.00 $       50.00 $             35.00 $                  18 5 , 5 5 8 . 4 5 $         81 5 , 0 0 1 . 2 3 $           82 , 8 5 3 . 0 0 $                   154,956.09 $       117,212.00 $       GR O U P  C M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P M O W I N G F E R T I L I Z ' N ‐S F E R T I L I Z ' N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P MOWING FERTILIZ'N ‐S FERTILIZ'N ‐P 55 72 5 . 0 0 $                     $2 , 1 3 7 . 0 0 $ 3 , 5 4 0 . 0 0 $ 3 , 3 7 7 . 5 9 $ 2 , 0 7 0 . 0 0 56 84 0 . 0 0 $                     $2 , 4 8 5 . 0 0 $ 3 , 7 0 0 . 0 0 $ 3 , 9 1 8 . 0 2 $ 4 , 1 4 0 . 0 0 57 1, 1 0 6 . 0 0 $             $3 , 2 6 9 . 0 0 $ 4 , 2 6 0 . 0 0 $ 5 , 1 5 7 . 2 5 $ 4 , 1 4 0 . 0 0 58 1, 9 4 8 . 0 0 $             $5 , 7 5 0 . 0 0 $ 7 , 2 0 0 . 0 0 $ 9 , 0 7 5 . 7 4 $ 6 , 5 5 5 . 0 0 59 61 8 . 0 0 $                     $1 , 8 3 0 . 0 0 $ 3 , 0 6 0 . 0 0 $ 2 , 8 7 9 . 2 1 $ 2 , 4 1 5 . 0 0 60 1, 7 3 2 . 0 0 $             $5 , 7 1 5 . 0 0 $ 9 , 0 0 0 . 0 0 $ 9 , 0 1 8 . 1 8 $ 7 , 9 3 5 . 0 0 61 1, 7 3 2 . 0 0 $             $5 , 1 1 7 . 0 0 $ 7 , 2 0 0 . 0 0 $ 8 , 0 7 0 . 4 8 $ 7 , 2 4 5 . 0 0 62 2, 3 7 8 . 0 0 $             $6 , 9 2 5 . 0 0 $ 9 , 8 0 0 . 0 0 $ 1 1 , 0 7 6 . 9 8 $ 1 1 , 7 3 0 . 0 0 63 45 6 . 0 0 $                     $1 , 3 5 0 . 0 0 $ 2 , 4 0 0 . 0 0 $ 2 , 1 2 2 . 8 5 $ 1 , 7 2 5 . 0 0 64 84 2 . 0 0 $                     $2 , 5 0 0 . 0 0 $ 3 , 7 8 0 . 0 0 $ 3 , 9 2 0 . 6 9 $ 1 0 , 3 5 0 . 0 0 65 1, 2 7 0 . 0 0 $             $3 , 7 5 0 . 0 0 $ 4 , 8 0 0 . 0 0 $ 5 , 9 1 4 . 7 6 $ 5 , 1 7 5 . 0 0 66 41 7 . 0 0 $                     $1 , 2 3 2 . 0 0 $ 2 , 1 8 0 . 0 0 $ 1 , 9 4 3 . 5 0 $ 1 , 7 2 5 . 0 0 67 5, 1 8 6 . 0 0 $             $1 5 , 3 0 0 . 0 0 $ 2 1 , 6 0 0 . 0 0 $ 2 4 , 1 7 4 . 3 2 $ 1 6 , 5 6 0 . 0 0 68 3, 8 5 0 . 0 0 $             $1 1 , 3 7 0 . 0 0 $ 1 5 , 6 0 0 . 0 0 $ 1 7 , 9 4 7 . 8 7 $ 1 1 , 7 3 0 . 0 0 23 , 1 0 0 . 0 0 $               68 , 7 3 0 . 0 0 $               98 , 1 2 0 . 0 0 $                   108,597.44 $       93,495.00 $          NO T E : T h i s  bi d  ta b u l a t i o n  is  an  in d i c a t i o n  of  pr i c e s  on l y  an d  no t  a  de t e r m i n a t i o n  of  th e  re s p o n s i v e ,  re s p o n s i b l e  bi d d e r s .   Ho l l y  Dr i v e  an d  I ‐95  Ov e r p a s s Ho l l y  Dr i v e  Cu l ‐de ‐Sa c Ho o d  Ro a d  Me d i a n s  ‐   Mi l i t a r y / A 1 A Ir i s  Ci r c l e  Me d i a n Ma c A r t h u r  Bl v d  Me d i a n s ,  CW ,  RO W Mi l i t a r y  Tr l  Me d i a n s  ‐   Ho o d  to  Do n a l d Mi l i t a r y  Tr l  Me d i a n s  ‐   Li l l i a n  to  EP B ‐3 No r t h l a k e  Bl v d / I ‐95  In t e r s e c t i o n No r t h l a k e  Bl v d  Me d i a n s  ‐   Mi l i t a r y / E a s t PG A  Bl v d  an d  I ‐95  In t e r s e c t i o n PG A  Bl v d / M e d i a n s  ‐   Pr o s p e r i t y / U S 1 PG A  Bl v d / M e d i a n s  ‐   Mi l i t a r y  to  Ea s t Pr o s p e r i t y  Fa r m s  Rd / P r o s p e r i t y  Oa k s Pu b l i c  Wo r k s  an d  Ir o n w o o d    Rd s . Pa l m  Be a c h  Ga r d e n s  El e m e n t a r y  RO W Sa n d t r e e  Dr i v e Se a g r a p e  Wa y  Me d i a n US  Hw y  1  Me d i a n s  ‐ Go l d e n  Br / T o w e r s TO T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YEARLY  COSTS TOTAL  YEARLY  COSTS CA N A L  LO N G ‐LI N E  MO W I N G ‐  AL T E R N A T E Hu n t  Cl u b  Dr i v e Be l l w o o d / A p p l e c r e s t  to  Ea r m a n  Ri v e r Ea r m a n  Ri v e r / M i l i t a r y  Tr l  to  I ‐95 Ea r m a n  Ri v e r / I ‐95  to  A1 A  (N o r t h  si d e ) Ho n e y  Su c k l e / H o n e y  Su c k l e  to  Ga r d e n i a Th o m p s o n / E a r m a n  Ri v e r  to  I ‐95 Se a g r a p e / M i l i t a r y  Tr l  to  En d  Ci t y  RO W Hi c k o r y  Ca n a l / L a r c h  Av e  ‐   En d  Ci t y  RO W TOTAL  YEARLY  COSTS TOTAL  YEARLY  COSTS Pl a t  4/ B a n y a n  St  Ea s t  to  A1 a  (N o r t h  si d e ) Ir o n w o o d / B u r n s  Ro a d  to  C ‐17  Ca n a l Me r i d i a n Al l a m a n d a / B u r n s  Ro a d  to  Pr o s p e r i t y C ‐17 / N o r t h l a k e  to  A1 A  (e a s t )  N ‐La k e  to Mi r a s o l  Fi e l d TO T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S T O T A L  YE A R L Y  CO S T S Ci t y  of  Pa l m  Be a c h  Ga r d e n s ,  Fl o r i d a Bi d  Ta b u l a t i o n IT B 2 0 1 5 ‐04 7 P F Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s Km ! R a Ve n d o r  Co n t a c t  Fa x  Nu m b e r IT E M M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P GR O U P  A 1 2 6 , 5 5 7 . 0 0 $               3, 6 8 2 . 0 0 $             3, 6 3 5 . 0 0 $             46 6 . 0 0 $                   57 , 9 8 5 . 9 0 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   37 , 0 4 1 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           2 1 8 , 7 1 0 . 0 0 $               2, 5 9 4 . 0 0 $             2, 5 6 1 . 0 0 $             46 6 . 0 0 $                   40 , 8 4 9 . 0 6 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   26 , 0 9 7 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           3 1 , 1 9 1 . 0 0 $                     17 2 . 0 0 $                   17 0 . 0 0 $                   N/ A 2 , 7 0 0 . 0 4 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   1, 7 1 4 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           4 3 2 , 0 5 9 . 0 0 $               4, 4 4 5 . 0 0 $             4, 3 8 8 . 0 0 $             N/ A 5 3 , 0 1 1 . 0 5 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   63 , 2 1 6 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           5 3 , 5 2 4 . 0 0 $                     48 9 . 0 0 $                   48 2 . 0 0 $                   46 6 . 0 0 $                   7, 6 9 0 . 6 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   4, 9 0 8 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           6 1 5 , 4 1 8 . 0 0 $               2, 1 3 8 . 0 0 $             2, 1 1 0 . 0 0 $             46 6 . 0 0 $                   25 , 2 4 7 . 1 5 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   21 , 5 0 0 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           7 2 , 8 8 0 . 0 0 $                     40 0 . 0 0 $                   39 4 . 0 0 $                   46 6 . 0 0 $                   6, 2 8 4 . 8 8 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   4, 0 1 2 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           8 2 , 5 2 0 . 0 0 $                     34 9 . 0 0 $                   34 5 . 0 0 $                   N/ A 5 , 4 9 6 . 1 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   3, 5 0 6 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           9 1 0 , 9 7 5 . 0 0 $               1, 5 2 2 . 0 0 $             1, 5 0 2 . 0 0 $             46 6 . 0 0 $                   23 , 9 5 9 . 7 4 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   15 , 3 0 7 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           10 3 2 , 7 0 2 . 0 0 $               4, 5 3 3 . 0 0 $             4, 4 7 5 . 0 0 $             46 6 . 0 0 $                   69 , 1 5 6 . 4 6 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   58 , 8 9 2 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           11 2 2 , 6 5 0 . 0 0 $               3, 1 4 0 . 0 0 $             3, 1 0 0 . 0 0 $             N/ A 3 7 , 0 9 0 . 7 3 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   31 , 5 8 8 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           12 7 , 4 1 1 . 0 0 $                     1, 0 2 8 . 0 0 $             1, 0 1 4 . 0 0 $             N/ A 2 0 , 0 7 5 . 3 7 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   17 , 0 9 9 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           13 1 2 , 3 3 2 . 0 0 $               1, 7 1 0 . 0 0 $             1, 6 8 8 . 0 0 $             N/ A 2 0 , 1 9 3 . 4 9 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   17 , 2 1 5 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           14 7 , 9 0 1 . 0 0 $                     1, 0 9 6 . 0 0 $             1, 0 8 2 . 0 0 $             46 6 . 0 0 $                   17 , 2 4 8 . 9 8 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   11 , 0 2 2 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           15 2 7 , 9 7 0 . 0 0 $               3, 8 7 7 . 0 0 $             3, 8 2 8 . 0 0 $             N/ A 6 1 , 0 6 8 . 1 4 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   38 , 9 8 8 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           16 2 , 7 6 1 . 0 0 $                     38 3 . 0 0 $                   37 8 . 0 0 $                   N/ A 6 , 0 6 3 . 1 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   3, 8 5 6 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           17 1 , 9 2 5 . 0 0 $                     26 7 . 0 0 $                   26 4 . 0 0 $                   N/ A 4 , 2 0 0 . 1 4 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   2, 6 8 7 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           18 1 3 , 4 6 5 . 0 0 $               1, 8 6 7 . 0 0 $             1, 8 4 3 . 0 0 $             46 6 . 0 0 $                   53 , 3 9 6 . 3 4 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   43 , 7 7 9 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           19 2 , 8 6 1 . 0 0 $                     39 7 . 0 0 $                   39 2 . 0 0 $                   N/ A 6 , 2 4 3 . 4 9 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   3, 9 7 2 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           20 1 , 6 1 7 . 0 0 $                     22 4 . 0 0 $                   N/ A N / A 3 , 5 2 7 . 3 0 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             2, 2 5 9 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           21 4 , 1 0 0 . 0 0 $                     56 9 . 0 0 $                   56 1 . 0 0 $                   N/ A 1 1 , 0 5 6 . 7 8 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   7, 0 4 9 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           GR O U P  B M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P 22 5 , 9 7 6 . 0 0 $                     N/ A N / A N / A 1 0 , 1 7 4 . 1 9 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         8, 6 4 6 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           23 1 , 8 7 9 . 0 0 $                     N/ A N / A N / A 3 , 1 9 6 . 7 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         2, 7 2 6 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           24 3 , 7 1 4 . 0 0 $                     N/ A N / A N / A 6 , 3 2 1 . 2 1 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         5, 3 7 9 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           25 6 0 6 . 0 0 $                           N/ A N / A N / A 1 , 5 8 3 . 4 0 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 0 1 2 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           26 1 , 0 8 8 . 0 0 $                     N/ A N / A N / A 2 , 8 4 3 . 9 6 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 8 3 0 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           27 1 2 1 . 0 0 $                           N/ A N / A N / A 3 1 5 . 1 4 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         19 4 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           28 3 , 8 2 4 . 0 0 $                     53 0 . 0 0 $                   52 3 . 0 0 $                   46 6 . 0 0 $                   8, 3 4 3 . 1 6 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   5, 3 3 6 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           29 1 , 1 2 3 . 0 0 $                     N/ A 1 6 0 . 0 0 $                   N/ A 2 , 5 4 7 . 0 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         40 0 . 0 0 $                   1, 6 3 5 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           30 7 2 9 . 0 0 $                           N/ A N / A N / A 1 , 6 5 0 . 3 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 0 5 1 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           31 2 4 5 . 0 0 $                           N/ A N / A N / A 7 2 . 6 6 $                         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         78 . 0 0 $                         500.00 $                   1,500.00 $       300.00 $           32 7 3 . 0 0 $                               N/ A N / A N / A 1 9 0 . 4 0 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         11 6 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           33 1 5 1 . 0 0 $                           N/ A N / A N / A 3 4 1 . 3 2 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         23 3 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           34 5 2 7 . 0 0 $                           N/ A N / A N / A 1 , 1 9 4 . 4 8 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         78 0 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           35 3 , 3 5 3 . 0 0 $                     46 5 . 0 0 $                   45 9 . 0 0 $                   46 6 . 0 0 $                   7, 3 1 3 . 8 8 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   4, 6 7 4 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           36 8 7 7 . 0 0 $                           14 6 . 0 0 $                   N/ A N / A 2 , 2 9 1 . 5 2 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   1, 4 8 0 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           37 2 3 6 . 0 0 $                           N/ A N / A N / A 6 1 3 . 7 6 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   38 9 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           38 8 0 . 0 0 $                               N/ A N / A N / A 2 0 9 . 7 2 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   11 6 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           39 1 , 8 0 2 . 0 0 $                     25 0 . 0 0 $                   24 7 . 0 0 $                   46 6 . 0 0 $                   3, 9 2 8 . 9 6 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   2, 5 0 0 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           40 1 0 3 . 0 0 $                           N/ A N / A N / A 2 7 1 . 0 4 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   15 5 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           41 2 , 4 2 4 . 0 0 $                     33 6 . 0 0 $                   33 2 . 0 0 $                   N/ A 5 , 2 8 6 . 6 8 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   3, 3 8 8 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           42 3 , 2 3 3 . 0 0 $                     44 8 . 0 0 $                   44 3 . 0 0 $                   N/ A 7 , 0 5 4 . 6 0 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   4, 5 1 8 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           43 6 , 6 5 5 . 0 0 $                     92 3 . 0 0 $                   91 1 . 0 0 $                   N/ A 1 4 , 5 2 7 . 2 4 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   9, 5 0 0 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           44 2 4 , 3 3 5 . 0 0 $               3, 5 0 8 . 0 0 $             3, 4 6 3 . 0 0 $             N/ A 2 9 , 5 9 6 . 8 0 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   35 , 3 0 0 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           45 3 , 7 8 9 . 0 0 $                     52 5 . 0 0 $                   51 9 . 0 0 $                   N/ A 8 , 2 6 8 . 4 0 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   5, 4 9 5 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           46 6 9 7 . 0 0 $                           N/ A N / A N / A N O  BI D N O  BI D N O  BI D N O  BI D 1 3 , 1 1 3 . 0 0 $         40 0 . 0 0 $                   NO  BI D N O  BID NO  BID NO  BID 47 2 3 , 1 1 4 . 0 0 $               3, 2 0 4 . 0 0 $             3, 1 6 3 . 0 0 $             46 6 . 0 0 $                   27 , 0 3 5 . 4 1 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         32 , 5 0 0 . 0 0 $         500.00 $                   1,500.00 $       300.00 $           48 3 2 4 . 0 0 $                           N/ A N / A N / A 7 4 0 . 8 8 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   30 0 . 0 0 $                   50 0 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           49 5 , 2 2 9 . 0 0 $                     72 5 . 0 0 $                   71 6 . 0 0 $                   N/ A 1 1 , 4 1 4 . 3 4 $         IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         40 0 . 0 0 $                   7, 4 9 0 . 0 0 $             500.00 $                   1,500.00 $       300.00 $           50 4 3 1 . 0 0 $                           60 . 0 0 $                         59 . 0 0 $                         N/ A 9 3 7 . 8 6 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   58 4 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           51 5 2 8 . 0 0 $                           73 . 0 0 $                         72 . 0 0 $                         N/ A 1 , 1 4 8 . 1 4 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   74 0 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           Pa l m  Be a c h  Ga r d e n s  El e m e n t a r y  RO W PG A  Bl v d  an d  I ‐95  In t e r s e c t i o n PG A  Bl v d / M e d i a n s  ‐   Pr o s p e r i t y / U S 1 PG A  Bl v d / M e d i a n s  ‐   Mi l i t a r y  to  Ea s t Pr o s p e r i t y  Fa r m s  Rd / P r o s p e r i t y  Oa k s Pu b l i c  Wo r k s  an d  Ir o n w o o d    Rd s . Ir i s  Ci r c l e  Me d i a n Ma c A r t h u r  Bl v d  Me d i a n s ,  CW ,  RO W Mi l i t a r y  Tr l  Me d i a n s  ‐   Ho o d  to  Do n a l d Mi l i t a r y  Tr l  Me d i a n s  ‐   Li l l i a n  to  EP B ‐3 No r t h l a k e  Bl v d / I ‐95  In t e r s e c t i o n No r t h l a k e  Bl v d  Me d i a n s  ‐   Mi l i t a r y / E a s t Ga r d e n s  Gl e n n  ‐   En t r a n c e  an d  Me d i a n s Ho l l y  Dr .  Me d i a n s  ‐   Ri v e r s i d e  to  Mi l t Ho l l y  Dr .  RO W  ‐   Li g h t h o u s e / I r o n w o o d Ho l l y  Dr i v e  an d  I ‐95  Ov e r p a s s Ho l l y  Dr i v e  Cu l ‐de ‐Sa c Ho o d  Ro a d  Me d i a n s  ‐   Mi l i t a r y / A 1 A Bu r n s  Rd  Me d i a n s  ‐   Mi l i t a r y  Tr l  ‐   Pr o s p e r Bu r n s  Rd  RO W Ca m b e r w e l l  on  Av e n u e  of  PG A Ci t y  Si g n  ‐   PG A  Bl v d  an d  Fa i r w a y  Dr . Co t t o n w o o d  Ci r c l e  Me d i a n Ga r d e n  Wo o d s  En t r a n c e  Me d i a n  ‐   El m Al l a m a n d a  RO W Al l a m a n d a / R a i n w o o d  Dr .  Re t e n t i o n Al t  A1 A Ba n y a n  St r e e t  Pa r c e l  ‐   No r t h Ba n y a n  St r e e t  Pa r c e l  ‐   So u t h Bu r n s  Rd  an d  I ‐95  Ov e r p a s s 31 1 , 5 7 3 . 0 0 $                                                               TO T A L  YE A R L Y  COSTS 464,007.00 $                                 ME D I A N S TO T A L  YE A R L Y  CO S T S 3 2 4 , 8 1 7 . 0 0 $                                                               TO T A L  YE A R L Y  CO S T S 5 3 2 , 5 4 4 . 9 0 $                                                               TO T A L  YE A R L Y  CO S T S Sa n d  Hi l l  Cr a n e  Pa r k Tw i n s  Pa r k s Li l a c  Pa r k  Co m m o n s  an d  Do g  Ru n Ri v e r s i d e  Dr i v e  Li n e a r  Pa r k So u t h  Il e x  Ci r c l e  Ne i g h b o r h o o d  Pa r k Ci t y  Pa r k PG A  Pa r k Oa k s  Pa r k La k e  Ca t h e r i n e  Sp o r t s  Co m p l e x La k e s i d e  La k e  Ca t h e r i n e / M a c A r t h u r  Bl v d Pl a n t  Dr i v e  an d  Sk a t e  Pa r k Ga r d e n s  Pa r k Te n n i s  Ce n t e r Fi r e  St a t i o n  #2 Fi r e  St a t i o n  #3 Fi r e  St a t i o n  #4 Fi r e  St a t i o n  #5 Mi r a s o l  Pa r k DE S C R I P T I O N CO M M O N  AR E A S  AN D  PA R K S Bu r n s  Ro a d  Co m m u n i t y  Ce n t e r Ci t y  Ha l l  Co m p l e x / F R  #1 / P o l i c e Ri v e r s i d e  Yo u t h  En r i c h m e n t  Ce n t e r 56 1 . 6 9 7 . 4 7 7 9 5 6 1 . 8 4 4 . 2 3 6 0 N / A N / A Ve n d o r  Co n t a c t  Em a i l ah a n n a @ s e a c r e s t s e r v i c e s . c o m ed t m b s @ a o l . c o m bw a t e r s @ w a t e r s b r o t h e r s . n e t wintectapm@gmail.com Ve n d o r  Co n t a c t  Ph o n e  Nu m b e r 56 1 . 6 9 7 . 4 9 9 0 5 6 1 . 8 4 4 . 2 7 4 4 8 6 3 . 7 8 1 . 3 8 8 6 5 6 1 . 5 0 2 . 5 6 6 8 Ve n d o r  Co n t a c t  (f o r  th i s  bi d ) An j a n e t t e  Ha n n a E d w a r d  Ga l b r a i t h B r i a n  Wa t e r s R o b e r t  Young Ad d e n d a  Ac k n o w l e d g e d  (Y e s / N o ) : No  Ad d m  4  no t  ac k n o w l e d g e d N o  ‐   Ad d m s  3  an d  4  no t  ac k n o w l e d g e d N o  ‐   Ad d m s  3  an d  4  no t  ac k n o w l e d g e d N o  ‐   Ad d m s  2, 3, and  4  not  acknowledged In c u m b e n t  Ve n d o r  (Y e s / N o ) No Y e s N o N o Co n v i c t i o n  Di s c l o s u r e  (Y e s / N o ) No N o N o N o Ar e  Su b m i t t a l  Fo r m s  Co m p l e t e ? Ye s Y e s Y e s Y e s Co r p o r a t i o n  Ad d r e s s  (S t a t e ) : 24 0 0  Ce n t r e p a r k  W  Dr ,  We s t  Pa l m  Be a c h ,  FL 3 6 9 0  Co n s u m e r  St ,  We s t  Pa l m  Be a c h ,  FL 5 8 7 6  Ri c h  Rd ,  Bo w l i n g  Gr e e n ,  FL 1 6 4 9  W  26th  Ct, Riviera  Beach, FL WA T E R S  BR O T H E R S  EN V I R O W I N  TE C T  ALL  PHASE  MAINTENANCE Ve n d o r  FE I N 59 ‐18 1 5 1 7 3 6 5 ‐04 2 8 5 8 0 2 6 ‐39 3 9 4 1 8 4 7 ‐4168168 IT B  No . : Bi d  Ti t l e : Bi d  Op e n i n g  Da t e :  Fr i d a y ,  Au g u s t  7,  20 1 5  @  3: 0 0  P. M . Pr e p a r e d  by :   Nt Wh ll i td hi h l i h t l id d i ll (d if li b l f d bl f tt i ) Ve n d o r  Na m e SE A C R E S T  SE R V I C E S T O T A L  MA I N T E N A N C E  BU I L D I N G  SE R V S IT B 2 0 1 5 ‐04 7 P F Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s Km ! R a WA T E R S  BR O T H E R S  EN V I R O W I N  TE C T  ALL  PHASE  MAINTENANCE Ve n d o r  FE I N 59 ‐18 1 5 1 7 3 6 5 ‐04 2 8 5 8 0 2 6 ‐39 3 9 4 1 8 4 7 ‐4168168 IT B  No . : Bi d  Ti t l e : Bi d  Op e n i n g  Da t e :  Fr i d a y ,  Au g u s t  7,  20 1 5  @  3: 0 0  P. M . Pr e p a r e d  by :   Nt Wh ll i td hi h l i h t l id d i ll (d if li b l f d bl f tt i ) Ve n d o r  Na m e SE A C R E S T  SE R V I C E S T O T A L  MA I N T E N A N C E  BU I L D I N G  SE R V S 52 4 1 5 . 0 0 $                           N/ A N / A N / A 1 , 0 9 8 . 8 6 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   70 1 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           53 4 8 8 . 0 0 $                           68 . 0 0 $                         67 . 0 0 $                         N/ A 1 , 0 6 2 . 6 6 $             IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   66 2 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           54 1 9 0 . 0 0 $                           N/ A N / A N / A 4 9 3 . 9 2 $                   IN C I N C I N C 1 3 , 1 1 3 . 0 0 $         1, 2 0 0 . 0 0 $             40 0 . 0 0 $                   35 0 . 0 0 $                   500.00 $                   1,500.00 $       300.00 $           GR O U P  C M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P 55 1 , 4 4 9 . 0 0 $                     2, 8 8 7 . 7 4 $             13 , 1 1 2 . 0 0 $         3, 6 7 9 . 0 0 $             56 1 , 6 8 1 . 0 0 $                     5, 6 0 2 . 6 8 $             13 , 1 1 2 . 0 0 $         4, 2 7 5 . 0 0 $             57 2 , 2 1 2 . 0 0 $                     7, 3 7 4 . 7 8 $             13 , 1 1 2 . 0 0 $         5, 6 2 6 . 0 0 $             58 3 , 8 9 3 . 0 0 $                     10 , 3 4 6 . 2 2 $         13 , 1 1 2 . 0 0 $         9, 9 0 0 . 0 0 $             59 1 , 2 3 5 . 0 0 $                     3, 2 8 2 . 1 2 $             13 , 1 1 2 . 0 0 $         3, 1 4 6 . 0 0 $             60 3 , 8 6 8 . 0 0 $                     10 , 2 8 0 . 7 0 $         13 , 1 1 2 . 0 0 $         9, 8 3 3 . 0 0 $             61 3 , 4 6 2 . 0 0 $                     9, 2 0 0 . 3 4 $             13 , 1 1 2 . 0 0 $         8, 8 0 7 . 0 0 $             62 4 , 7 5 1 . 0 0 $                     12 , 6 2 7 . 7 2 $         13 , 1 1 2 . 0 0 $         12 , 0 7 3 . 0 0 $         63 9 1 1 . 0 0 $                           2, 4 1 9 . 9 2 $             13 , 1 1 2 . 0 0 $         2, 3 0 9 . 0 0 $             64 1 , 6 8 2 . 0 0 $                     4, 4 6 9 . 5 8 $             13 , 1 1 2 . 0 0 $         4, 2 7 5 . 5 2 $             65 2 , 5 3 7 . 0 0 $                     6, 7 4 3 . 8 8 $             13 , 1 1 2 . 0 0 $         6, 4 4 7 . 0 0 $             66 8 3 4 . 0 0 $                           2, 2 1 5 . 4 4 $             13 , 1 1 2 . 0 0 $         2, 1 2 0 . 0 0 $             67 1 0 , 3 6 8 . 0 0 $               27 , 5 5 8 . 7 2 $         13 , 1 1 2 . 0 0 $         26 , 3 6 8 . 0 0 $         68 7 , 6 9 8 . 0 0 $                     20 , 4 6 0 . 4 2 $         13 , 1 1 2 . 0 0 $         19 , 5 8 0 . 0 0 $         GR O U P  D M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P M O W I N G M U L C H F E R T I L I Z ' N ‐SF E R T I L I Z ' N ‐P 69 1 9 7 , 1 9 3 . 0 0 $           17 9 , 5 0 1 . 2 8 $   17 4 , 2 5 0 . 0 0 $   50 , 3 2 5 . 0 0 $         GR O U P  E C O S T U N I T P E R C O S T U N I T P E R C O S T U N I T P E R C O S T U N I T P E R 70 0 . 0 4 $                                     Sq . F t Y e a r 0 . 1 4 $                             Sq . F t Y e a r 4 6 , 8 0 0 . 0 0 $         Sq . F t Y e a r 0 . 0 0 $                             Sq.Ft Year 71 3 7 . 5 0 $                               Cu b i c  Ya r d s A p p l i c a t i o n 2 9 . 0 0 $                         Cu b i c  Ya r d s A p p l i c a t i o n 1 6 , 8 0 0 . 0 0 $         Cu b i c  Ya r d s A p p l i c a t i o n 4 . 2 5 $                             Cu b i c  Yards Application 72 0 . 0 1 $                                     Sq . F t A p p l i c a t i o n 0 . 0 1 $                             Sq . F t A p p l i c a t i o n 5 . 0 0 $                             Sq . F t A p p l i c a t i o n 0 . 0 1 $                             Sq.Ft Application 73 1 5 . 0 0 $                               Tr e e A p p l i c a t i o n 0 . 0 1 $                             Tr e e A p p l i c a t i o n 0 . 0 0 $                             Tr e e A p p l i c a t i o n 5 . 5 0 $                             Tree Application 74 0 . 0 1 $                                     Sq . F t Y e a r 0 . 1 0 $                             Sq . F t Y e a r 2 , 1 0 0 . 0 0 $             Sq . F t Y e a r 0 . 1 0 $                             Sq.Ft Year 75 0 . 0 1 $                                     Sq . F t Y e a r 0 . 0 0 $                             Sq . F t Y e a r 5 . 0 0 $                             Sq . F t Y e a r 0 . 0 1 $                             Sq.Ft Year 76 1 5 . 0 0 $                               Tr e e T r e e 0 . 0 1 $                             Tr e e T r e e 5 . 0 0 $                             Tr e e T r e e 5 . 2 5 $                             Tree Tree 77 0 . 0 1 $                                     Sq . F t Y e a r 0 . 0 1 $                             Sq . F t Y e a r 5 . 0 0 $                             Sq . F t Y e a r 0 . 0 1 $                             Sq.Ft Year 78 0 . 0 0 $                                     Sq . F t S q . F t 0 . 0 1 $                             Sq . F t S q . F t 2 5 . 0 0 $                         Sq . F t S q . F t 1 . 0 0 $                             Sq.Ft Sq.Ft 79 3 5 . 0 0 $                               Ho u r H o u r 2 3 . 0 0 $                         Ho u r H o u r 2 2 . 0 0 $                         Ho u r H o u r 4 5 . 0 0 $                         Hour Hour 80 2 5 . 0 0 $                               Ho u r H o u r 1 8 . 0 0 $                         Ho u r H o u r H o u r H o u r 2 5 . 0 0 $                         Hour Hour GR O U P  F C O S T U N I T P E R C O S T U N I T P E R C O S T U N I T P E R C O S T U N I T P E R 81 4 5 . 0 0 $                               Ho u r H o u r 7 . 5 0 $                             Ho u r H o u r 1 5 . 0 0 $                         Ho u r H o u r 3 5 . 0 0 $                         Hour Hour 82 1 7 5 . 0 0 $                           Ho u r H o u r 6 5 . 0 0 $                         Ho u r H o u r 7 5 . 0 0 $                         Ho u r H o u r 1 7 5 . 0 0 $                   Hour Hour 83 7 5 . 0 0 $                               Ho u r H o u r 6 5 . 0 0 $                         Ho u r H o u r 8 5 . 0 0 $                         Ho u r H o u r 1 7 5 . 0 0 $                   Hour Hour 84 3 5 . 0 0 $                               Ho u r H o u r 4 5 . 0 0 $                         Ho u r H o u r 4 5 . 0 0 $                         Ho u r H o u r 1 3 5 . 0 0 $                   Hour Hour 85 1 7 5 . 0 0 $                           Ho u r H o u r 1 2 5 . 0 0 $                   Ho u r H o u r 1 1 0 . 0 0 $                   Ho u r H o u r 2 5 0 . 0 0 $                   Hour Hour 86 7 5 . 0 0 $                               Ho u r H o u r 1 2 5 . 0 0 $                   Ho u r H o u r 1 5 0 . 0 0 $                   Ho u r H o u r 1 2 5 . 0 0 $                   Hour Hour 87 1 1 0 . 0 0 $                           Ho u r H o u r 1 5 0 . 0 0 $                   Ho u r H o u r 1 5 0 . 0 0 $                   Ho u r H o u r 1 7 5 . 0 0 $                   Hour Hour 88 I n c l u d e d H o u r H o u r 4 5 . 0 0 $                         Ho u r H o u r 1 0 . 0 0 $                         Ho u r H o u r 0 . 2 0 $                             Hour Hour 89 I n c l u d e d H o u r H o u r 1 0 . 0 0 $                         Ho u r H o u r 1 0 . 0 0 $                         Ho u r H o u r 0 . 2 0 $                             Hour Hour 90 2 0 0 . 0 0 $                           Ho u r H o u r 7 5 . 0 0 $                         Ho u r H o u r 4 5 . 0 0 $                         Ho u r H o u r 2 5 0 . 0 0 $                   Hour Hour 91 N / A N / A N / A N / A N / A N / A N / A N / A N / A N / A N / A N / A NO T E : T h i s  bi d  ta b u l a t i o n  is  an  in d i c a t i o n  of  pr i c e s  on l y  an d  no t  a  de t e r m i n a t i o n  of  th e  re s p o n s i v e ,  re s p o n s i b l e  bi d d e r s . 1T o t a l  Ma i n t e n a n c e  Bu i l d i n g  Se r v i c e s  di d  no t  us e  th e  Re v s i e d  Pr i c i n g  Sc h e d u l e  to  su b m i t  it s  pr i c i n g .      Th e  bi d d e r  is  de e m e d  no n ‐re s p o n s i v e  fo r  Gr o u p  B  an d  it s  Al t e r n a t e  (w h i c h  in c l u d e d  an  ad d i t i o n a l  it e m  mi s s i n g  fr o m  th e  or i g i n a l  Pr i c i n g  Sc h e d u l e ) . 2W i n  Te c t  Al l  Ph a s e  Ma i n t e n a n c e  di d  no t  us e  th e  Re v s i e d  Pr i c i n g  Sc h e d u l e  to  su b m i t  it s  pr i c i n g .      Th e  bi d d e r  is  de e m e d  no n ‐re s p o n s i v e  fo r  Gr o u p  B  an d  it s  Al t e r n a t e  (w h i c h  in c l u d e d  an  ad d i t i o n a l  it e m  mi s s i n g  fr o m  th e  or i g i n a l  Pr i c i n g  Sc h e d u l e ) . Tr a f f i c  Co n e s Ha u l i n g Ad d i t i o n a l  Eq u i p m e n t  li s t e d  (s e p a r a t e ) Ch i p p e r Du m p  Bo d y  Tr u c k Pi c k ‐up  Tr u c k Bu c k e t  Tr u c k Bo b c a t Fr o n t ‐en d  Lo a d e r TO T A L  YE A R L Y  COSTS 86.13 $                                           EQ U I P M E N T Ch a i n s a w TO T A L  YE A R L Y  CO S T S 1 2 7 . 5 6 $                                                                               TO T A L  YE A R L Y  CO S T S 7 0 . 2 8 $                                                                                   TO T A L  YE A R L Y  CO S T S 6 5 , 7 6 7 . 0 0 $                                                                   Fe r t i l i z a t i o n  ‐   Pa l m s  (2  x  ye a r ) Pe s t i c i d e s ,  Tu r f Fi r e  An t  Co n t r o l La b o r  (S u p e r v i s i o n ) La b o r  (L a b o r e r ) Tu r f  Mo w i n g  (4 1  cu t s  pe r  ye a r ) Mu l c h Fe r t i l i z a t i o n  ‐   So d s ,  tr e e s , . . . ( 3  x  ye a r ) Fe r t i l i z a t i o n  ‐   Pa l m s  (3  x  ye a r ) Al t e r n a t e  Tu r f  Mo w i n g  (3 2  cu t s  pe r  ye a r ) Al t e r n a t e  Fe r t i l i z a t i o n  ‐   So d , . . ( 2  x  ye a r ) 50,325.00 $                                   AL T E R N A T E  IT E M S TO T A L  YE A R L Y  CO S T S 1 9 7 , 1 9 3 . 0 0 $                                                               TO T A L  YE A R L Y  CO S T S 1 7 9 , 5 0 1 . 2 8 $                                                               TO T A L  YE A R L Y  CO S T S TO T A L  YE A R L Y  COSTS 118,438.52 $                                 TO T A L  YE A R L Y  CO S T S 1 8 3 , 5 6 8 . 0 0 $                                                               17 4 , 2 5 0 . 0 0 $                                                               TO T A L  YE A R L Y  COSTS PG A  FL Y O V E R  BR I D G E PG A  Fl y o v e r    TO T A L  YE A R L Y  CO S T S 4 6 , 5 8 1 . 0 0 $                                                                   TO T A L  YE A R L Y  CO S T S 1 2 5 , 4 7 0 . 2 6 $                                                               Ir o n w o o d / B u r n s  Ro a d  to  C ‐17  Ca n a l Me r i d i a n Al l a m a n d a / B u r n s  Ro a d  to  Pr o s p e r i t y C ‐17 / N o r t h l a k e  to  A1 A  (e a s t )  N ‐La k e  to Mi r a s o l  Fi e l d Ea r m a n  Ri v e r / I ‐95  to  A1 A  (N o r t h  si d e ) Ho n e y  Su c k l e / H o n e y  Su c k l e  to  Ga r d e n i a Th o m p s o n / E a r m a n  Ri v e r  to  I ‐95 Se a g r a p e / M i l i t a r y  Tr l  to  En d  Ci t y  RO W Hi c k o r y  Ca n a l / L a r c h  Av e  ‐   En d  Ci t y  RO W Pl a t  4/ B a n y a n  St  Ea s t  to  A1 a  (N o r t h  si d e ) CA N A L  LO N G ‐LI N E  MO W I N G Hu n t  Cl u b  Dr i v e Be l l w o o d / A p p l e c r e s t  to  Ea r m a n  Ri v e r Ea r m a n  Ri v e r / M i l i t a r y  Tr l  to  I ‐95 TO T A L  YE A R L Y  CO S T S 1 6 2 , 0 6 8 . 6 5 $                                                               TO T A L  YE A R L Y  CO S T S 4 6 3 , 9 2 9 . 0 0 $                                                               TO T A L  YE A R L Y  COSTS 213,658.00 $                                 Sa n d t r e e  Dr i v e Se a g r a p e  Wa y  Me d i a n US  Hw y  1  Me d i a n s  ‐ Go l d e n  Br / T o w e r s TO T A L  YE A R L Y  CO S T S 1 2 2 , 6 1 8 . 0 0 $                                                               City of Palm Beach Gardens, Florida Bid Tabulation ITB2015-047PF Mowing and Landscaping Services Km! Ra Vendor Contact Fax Number ITEM MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P GROUP A 1 43,976.00$ 3,562.00$ 6,606.00$ 1,260.00$ 57,947.50$ 9,775.00$ 2,703.00$ 1,176.45$ 39,348.00$ 4,400.00$ 5,000.00$ 1,200.00$ 50,944.76$ 2,816.46$ included included 40,741.00$ 1,842.00$ 800.00$ 300.00$ 2 35,351.00$ 4,982.00$ 8,681.00$ 4,050.00$ 46,333.79$ 6,900.00$ 2,319.00$ 830.16$ 25,676.00$ 2,885.00$ 3,300.00$ 860.00$ 35,888.69$ 1,984.09$ included included 32,541.00$ 1,842.00$ 750.00$ 300.00$ 3 5,272.75$ 412.00$ 537.00$ 60.00$ 3,636.00$ 1,035.00$ 157.55$ -$ 1,832.00$ 205.00$ 270.00$ 65.00$ 2,372.18$ 131.14$ included included 3,500.00$ 250.00$ 125.00$ 90.00$ 4 29,095.00$ 3,124.00$ 5,979.00$ 180.00$ 54,635.00$ 13,800.00$ 4,519.50$ -$ 59,372.00$ 6,670.00$ 8,000.00$ 2,120.00$ 86,938.12$ 4,806.34$ included included 24,500.00$ 1,750.00$ 400.00$ 175.00$ 5 8,498.50$ 1,000.94$ 828.00$ 45.00$ 6,335.55$ 1,437.50$ 347.30$ 156.54$ 5,218.00$ 586.00$ 840.00$ 170.00$ 6,756.76$ 373.54$ included included 4,300.00$ 125.00$ 125.00$ 90.00$ 6 17,543.00$ 1,120.00$ 1,932.00$ 810.00$ 19,250.15$ 3,737.50$ 1,725.00$ 683.10$ 10,700.00$ 1,200.00$ 2,600.00$ 720.00$ 29,575.23$ 1,635.05$ included included 13,250.00$ 225.00$ 175.00$ 125.00$ 7 8,889.50$ 581.00$ 816.00$ 315.00$ 8,032.32$ 1,368.50$ 315.10$ 128.08$ 4,265.00$ 480.00$ 680.00$ 135.00$ 5,521.72$ 305.27$ included included 6,600.00$ 125.00$ 125.00$ 90.00$ 8 8,889.50$ 498.00$ 753.00$ 90.00$ 7,049.21$ 1,253.50$ 310.50$ 410.64$ 3,867.00$ 435.00$ 500.00$ 100.00$ 4,828.73$ 266.95$ included included 5,500.00$ 125.00$ 125.00$ 90.00$ 9 25,093.00$ 2,170.00$ 2,037.00$ 360.00$ 25,919.00$ 4,025.50$ 1,460.00$ 483.86$ 16,258.00$ 1,825.00$ 1,750.00$ 500.00$ 21,050.34$ 1,163.76$ included included 22,500.00$ 1,000.00$ 500.00$ 200.00$ 10 41,722.00$ 3,215.00$ 9,084.00$ 990.00$ 69,862.00$ 12,650.00$ 4,826.00$ 1,873.78$ 46,105.00$ 5,180.00$ 7,600.00$ 1,300.00$ 81,011.86$ 4,478.70$ included included 45,500.00$ 1,800.00$ 350.00$ 200.00$ 11 24,449.00$ 1,802.00$ 5,235.00$ 135.00$ 41,771.45$ -$ 2,751.00$ -$ 30,732.00$ 3,450.00$ 4,300.00$ 1,000.00$ 43,449.14$ 2,402.07$ included included 32,150.00$ 1,600.00$ 300.00$ 175.00$ 12 16,640.00$ 2,015.00$ 2,958.00$ 270.00$ 24,850.00$ -$ 1,978.00$ -$ 16,250.00$ 1,825.00$ 2,800.00$ 550.00$ 23,516.86$ 1,300.12$ included included 12,200.00$ 600.00$ 200.00$ 100.00$ 13 14,904.00$ 1,535.00$ 3,183.00$ 360.00$ 22,871.00$ -$ 2,012.50$ -$ 16,350.00$ 1,825.00$ 2,800.00$ 550.00$ 23,655.24$ 1,307.77$ included included 19,800.00$ 575.00$ 300.00$ 125.00$ 14 10,775.00$ 654.00$ 1,395.56$ 2,160.00$ 12,688.00$ 2,587.50$ 882.05$ 351.04$ 10,470.00$ 1,200.00$ 1,500.00$ 360.00$ 15,154.46$ 837.81$ included included 14,900.00$ 425.00$ 200.00$ 125.00$ 15 23,207.00$ 2,184.00$ 5,625.00$ 315.00$ 49,778.00$ 9,200.00$ 3,162.50$ -$ 37,080.00$ 4,400.00$ 5,000.00$ 1,200.00$ 53,652.72$ 2,966.17$ included included 46,400.00$ 1,000.00$ 375.00$ 175.00$ 16 5,428.00$ 310.00$ 549.00$ 90.00$ 7,808.00$ 1,322.50$ 493.35$ -$ 1,070.00$ 120.00$ 660.00$ 135.00$ 5,293.67$ 292.66$ included included 1,700.00$ 90.00$ 90.00$ 90.00$ 17 3,105.00$ 72.00$ 510.00$ 90.00$ 5,914.00$ 1,380.00$ 341.55$ -$ 2,850.00$ 320.00$ 450.00$ 90.00$ 3,690.12$ 204.01$ included included 2,100.00$ 125.00$ 90.00$ 90.00$ 18 31,234.00$ 3,028.00$ 5,880.00$ 270.00$ 47,453.00$ 10,350.00$ 3,795.00$ 1,500.00$ 41,610.00$ 4,400.00$ 5,300.00$ 1,440.00$ 60,207.15$ 3,328.53$ included included 13,500.00$ 500.00$ 125.00$ 90.00$ 19 8,855.00$ 798.00$ 813.00$ 675.00$ 12,664.00$ -$ 512.33$ -$ 3,746.00$ 435.00$ 600.00$ 120.00$ 5,485.31$ 303.25$ included included 5,500.00$ 200.00$ 125.00$ 90.00$ 20 1,926.25$ 37.50$ 366.00$ -$ 5,444.00$ 1,035.00$ 289.80$ -$ 2,140.00$ 225.00$ -$ 75.00$ 3,098.99$ 171.33$ included included 2,000.00$ 175.00$ 125.00$ 90.00$ 21 10,304.00$ 541.00$ 1,290.00$ 270.00$ 11,947.81$ 2,415.00$ 3,105.00$ -$ 7,510.00$ 845.00$ 900.00$ 220.00$ 9,714.17$ 537.04$ included included 10,000.00$ 700.00$ 250.00$ 125.00$ GROUP B MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 22 9,326.50$ 721.00$ 2,034.00$ 225.00$ 70,725.00$ 6,440.00$ 5,501.00$ 2,300.00$ 3,875.00$ -$ -$ 200.00$ 11,918.33$ 658.90$ included included 5,350.00$ 450.00$ 225.00$ 125.00$ 23 1,545.75$ 73.69$ 440.00$ 90.00$ 23,575.00$ 2,433.00$ 1,301.00$ 1,150.00$ 2,162.00$ -$ -$ 90.00$ 3,744.74$ 207.03$ included included 2,000.00$ 300.00$ 90.00$ 90.00$ 24 8,740.00$ 1,256.00$ 1,287.00$ 270.00$ 47,150.00$ 3,135.00$ 2,547.00$ 2,300.00$ 4,756.00$ -$ -$ 180.00$ 7,404.85$ 409.37$ included included 3,000.00$ 250.00$ 125.00$ 90.00$ 25 707.25$ 9.00$ 174.00$ -$ 9,430.00$ 978.00$ 567.00$ 345.00$ 510.00$ -$ -$ 50.00$ 1,391.13$ 76.91$ included included 1,600.00$ 125.00$ 90.00$ 90.00$ 26 943.00$ 9.00$ 294.00$ -$ 18,860.00$ 1,840.00$ 1,176.00$ 460.00$ 915.00$ -$ -$ 60.00$ 2,498.62$ 138.14$ included included 1,550.00$ 125.00$ 90.00$ 90.00$ 27 471.50$ -$ 138.00$ -$ 2,358.00$ 403.00$ 124.00$ 58.00$ 190.00$ -$ -$ 50.00$ 276.87$ 15.31$ included included 1,550.00$ 100.00$ 75.00$ 75.00$ 28 13,547.00$ 2,104.00$ 4,563.00$ 1,440.00$ 47,150.00$ 3,135.00$ 2,498.00$ 2,300.00$ 5,660.00$ 635.00$ 900.00$ 180.00$ 7,330.06$ 405.24$ included included 8,100.00$ 250.00$ 175.00$ 125.00$ 29 3,697.25$ 249.50$ 246.00$ 180.00$ 18,860.00$ 2,163.00$ 890.00$ 575.00$ 1,730.00$ -$ 300.00$ 55.00$ 2,237.74$ 123.71$ included included 1,675.00$ 150.00$ 125.00$ 90.00$ 30 2,869.25$ 66.38$ 207.00$ 90.00$ 9,430.00$ 1,036.00$ 374.00$ 575.00$ 1,002.00$ -$ -$ 50.00$ 1,449.92$ 80.16$ included included 1,850.00$ 125.00$ 90.00$ 90.00$ 31 276.00$ 37.00$ 153.00$ 180.00$ 1,150.00$ 115.00$ 19.00$ 25.00$ 390.00$ -$ -$ 35.00$ 63.84$ 3.53$ included included 1,450.00$ 50.00$ 35.00$ 35.00$ 32 983.25$ 25.19$ 150.00$ -$ 1,725.00$ 230.00$ 52.00$ 58.00$ 103.00$ -$ -$ 35.00$ 167.28$ 9.25$ included included 1,100.00$ 90.00$ 35.00$ 35.00$ 33 1,219.00$ 17.13$ 147.00$ 270.00$ 2,875.00$ 460.00$ 139.00$ 58.00$ 232.00$ -$ -$ 35.00$ 299.87$ 16.58$ included included 1,275.00$ 50.00$ 35.00$ 35.00$ 34 2,006.75$ 205.69$ 228.00$ 540.00$ 9,775.00$ 920.00$ 342.00$ 350.00$ 810.00$ -$ -$ 35.00$ 1,049.44$ 58.02$ included included 1,325.00$ 75.00$ 35.00$ 35.00$ 35 5,784.50$ 623.81$ 837.00$ 720.00$ 46,000.00$ 3,135.00$ 3,056.00$ 1,150.00$ 4,960.00$ 560.00$ 750.00$ 180.00$ 6,425.77$ 355.25$ included included 6,200.00$ 500.00$ 175.00$ 125.00$ 36 2,357.50$ -$ 220.00$ -$ 18,400.00$ 1,841.00$ 858.00$ 475.00$ 1,475.00$ 165.00$ 250.00$ 55.00$ 2,013.26$ 111.30$ included included 1,225.00$ 175.00$ 100.00$ 90.00$ 37 471.50$ -$ 138.00$ -$ 5,750.00$ 460.00$ 260.00$ 95.00$ 415.00$ -$ 150.00$ 35.00$ 539.23$ 29.81$ included included 1,575.00$ 90.00$ 75.00$ 50.00$ 38 707.25$ -$ 138.00$ -$ 1,725.00$ 288.00$ 87.00$ 35.00$ 110.00$ -$ 45.00$ 35.00$ 184.25$ 10.19$ included included 1,200.00$ 50.00$ 35.00$ 35.00$ 39 5,980.00$ 523.00$ 459.00$ 810.00$ 23,575.00$ 2,433.00$ 1,225.00$ 1,035.00$ 2,670.00$ 300.00$ 520.00$ 105.00$ 3,451.87$ 190.84$ included included 2,900.00$ 425.00$ 90.00$ 90.00$ 40 471.50$ 17.00$ 138.00$ -$ 2,875.00$ 230.00$ 99.00$ 58.00$ 103.00$ -$ 60.00$ 35.00$ 238.13$ 13.16$ included included 1,225.00$ 90.00$ 50.00$ 35.00$ 41 7,982.00$ 1,021.00$ 828.00$ 1,170.00$ 23,575.00$ 4,025.00$ 1,890.00$ 1,150.00$ 3,600.00$ 405.00$ 570.00$ 110.00$ 4,644.73$ 256.78$ included included 12,100.00$ 350.00$ 150.00$ 75.00$ 42 9,936.00$ 1,232.00$ 1,038.00$ 1,620.00$ 44,850.00$ 3,135.00$ 3,827.00$ 230.00$ 4,780.00$ 540.00$ 750.00$ 125.00$ 6,197.97$ 342.65$ included included 7,100.00$ 650.00$ 175.00$ 125.00$ 43 8,027.00$ 1,026.00$ 1,734.00$ 1,830.00$ 70,725.00$ 6,440.00$ 6,054.00$ 2,300.00$ 9,860.00$ 1,110.00$ 900.00$ 220.00$ 12,764.45$ 705.68$ included included 15,230.00$ 750.00$ 225.00$ 150.00$ 44 32,625.50$ 3,975.00$ 7,146.00$ 600.00$ 141,450.00$ 14,756.00$ 20,268.00$ 11,500.00$ 7,890.00$ 890.00$ 4,300.00$ 1,100.00$ 48,538.75$ 2,683.44$ included included 14,100.00$ 500.00$ 200.00$ 125.00$ 45 9,522.00$ 878.00$ 1,023.00$ 540.00$ 47,150.00$ 3,135.00$ 3,501.00$ 1,253.50$ 5,610.00$ 630.00$ 750.00$ 180.00$ 7,264.38$ 401.61$ included included 6,850.00$ 500.00$ 200.00$ 125.00$ 46 2,050.00$ -$ 528.00$ -$ NO BID NO BID NO BID NO BID 1,475.00$ -$ -$ 145.00$ 7,258.97$ 334.42$ included included 5,000.00$ 350.00$ 125.00$ 125.00$ 47 23,828.00$ 1,821.00$ 5,547.00$ 1,170.00$ 132,250.00$ 16,100.00$ 15,334.00$ 13,685.00$ 7,210.00$ 810.00$ 3,400.00$ 880.00$ 44,338.18$ 2,451.22$ included included 15,250.00$ 250.00$ 175.00$ 125.00$ 48 3,266.00$ 330.00$ 440.00$ 600.00$ 5,750.00$ 575.00$ 335.00$ 92.00$ 465.00$ -$ -$ 35.00$ 650.92$ 35.99$ included included 1,900.00$ 225.00$ 125.00$ 90.00$ 49 12,995.00$ 1,226.00$ 1,551.00$ 540.00$ 66,700.00$ 4,830.00$ 4,505.00$ 2,059.00$ 7,750.00$ 890.00$ 1,300.00$ 260.00$ 10,028.31$ 554.41$ included included 9,800.00$ 425.00$ 250.00$ 175.00$ 50 2,242.50$ 201.00$ 222.00$ -$ 9,430.00$ 920.00$ 435.77$ 104.00$ 636.00$ 75.00$ 180.00$ 35.00$ 823.98$ 45.55$ included included 1,950.00$ 150.00$ 90.00$ 75.00$ PGA Blvd and I-95 Intersection 493,120.00$ 603,418.28$ 382,846.00$ TOTAL YEARLY COSTS TOTAL YEARLY COSTS Burns Rd ROW Northlake Blvd/I-95 Intersection Northlake Blvd Medians - Military/East Palm Beach Gardens Elementary ROW PGA Blvd/Medians - Prosperity/US1 Holly Dr. ROW - Lighthouse/Ironwood TOTAL YEARLY COSTS Holly Drive and I-95 Overpass Holly Drive Cul-de-Sac TOTAL YEARLY COSTS Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Lakeside Lake Catherine/MacArthur Blvd Plant Drive and Skate Park Mirasol Park 486,651.50$ 672,061.96$ Allamanda ROW Allamanda/Rainwood Dr. Retention Alt A1A Banyan Street Parcel - North Banyan Street Parcel - South Burns Rd and I-95 Overpass Burns Rd Medians - Military Trl - Prosper Lake Catherine Sports Complex Gardens Park Sand Hill Crane Park Twins Parks Lilac Park Commons and Dog Run Vincenzo Giordano Oaks Park City Park MEDIANS Riverside Drive Linear Park South Ilex Circle Neighborhood Park Riverside Youth Enrichment Center Tennis Center TOTAL YEARLY COSTS PRECISION LANDSCAPE COMPANY 65-0604201 1365 N. Killian Dr, Lake Park, FL Yes No No jason@propertyworksonline.net City Hall Complex/FR #1/Police office@precisionlandscapeco.com Burns Road Community Center amerilawninc@aol.com NEXT ERA 27-0505340 3900 Woodlake Blvd, Greenacres, FL Yes No BATALLAN ENT/PROPERTYWORKS 87-0720106 1201 Roebuck Ct, West Palm Beach, FL 561.805.8687 Yes No No Yes Jason Batallan COMMON AREAS AND PARKS Vendor Contact Email DESCRIPTION PGA Park MOUNT ELBERT LIMITED 45-2923071 330 SW 27 Ave, Miami, FL 59-3537631 701 Codisco Way, Sanford, FL Vendor FEIN ITB No.: Bid Title: Prepared by: Vendor Name GIRARD ENVIRONMENTAL SERVNote: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. Yes Corporation Address (State): Are Submittal Forms Complete?Yes Conviction Disclosure (Yes/No)No No louis@melpm.comjeibeschitz@girardonline.com 561.740.8641 No Louis LaMacchia No 866.849.0355 NoIncumbent Vendor (Yes/No) Vendor Contact (for this bid) Addenda Acknowledged (Yes/No): Vendor Contact Phone Number 561.880.0314 561.354.6054 No 561.848.7287 561.805.8688 Yes Joshua Eibeschitz 866.643.1817 David Benetsky 561.792.9632 Yes 561.881.8866 Yes PGA Blvd/Medians - Military to East Prosperity Farms Rd/Prosperity Oaks Hood Road Medians - Military/A1A Iris Circle Median MacArthur Blvd Medians, CW, ROW Military Trl Medians - Hood to Donald Military Trl Medians - Lillian to EPB-3 Camberwell on Avenue of PGA City Sign - PGA Blvd and Fairway Dr. Cottonwood Circle Median Garden Woods Entrance Median - Elm Gardens Glenn - Entrance and Medians Holly Dr. Medians - Riverside to Milt ITB2015-047PF Mowing and Landscaping Services Km! Ra PRECISION LANDSCAPE COMPANY 65-0604201 NEXT ERA 27-0505340 BATALLAN ENT/PROPERTYWORKS 87-0720106 MOUNT ELBERT LIMITED 45-292307159-3537631Vendor FEIN ITB No.: Bid Title: Prepared by: Vendor Name GIRARD ENVIRONMENTAL SERVNote: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary). Bid Opening Date: Friday, August 7, 2015 @ 3:00 P.M. 51 3,266.00$ 336.00$ 282.00$ -$ 9,775.00$ 977.50$ 430.18$ 230.00$ 330.00$ 50.00$ 225.00$ 35.00$ 1,008.72$ 55.77$ included included 4,550.00$ 450.00$ 125.00$ 90.00$ 52 943.00$ 17.00$ 138.00$ -$ 9,545.00$ 920.00$ 286.84$ 345.00$ 385.00$ 50.00$ 200.00$ 35.00$ 965.43$ 53.37$ included included 1,500.00$ 125.00$ 90.00$ 50.00$ 53 943.00$ 17.00$ 138.00$ -$ 9,487.00$ 920.00$ 151.00$ 460.00$ 525.00$ 75.00$ 200.00$ 35.00$ 933.57$ 51.61$ included included 1,500.00$ 125.00$ 90.00$ 50.00$ 54 1,178.75$ 17.00$ 138.00$ 15.00$ 5,175.00$ 403.00$ 88.50$ 196.00$ 300.00$ -$ -$ 35.00$ 433.94$ 23.99$ included included 1,625.00$ 125.00$ 90.00$ 50.00$ GROUP C MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 55 1,088.00$ 2,893.00$ 4,600.00$ 5,066.39$ 2,587.50$ 56 1,262.00$ 3,364.00$ 4,900.00$ 5,877.04$ 5,175.00$ 57 1,660.00$ 4,427.00$ 5,700.00$ 7,735.88$ 5,175.00$ 58 2,920.00$ 7,791.00$ 9,700.00$ 13,613.62$ 8,280.00$ 59 926.00$ 2,475.00$ 3,900.00$ 4,318.81$ 2,587.00$ 60 2,598.00$ 7,737.00$ 12,000.00$ 13,527.27$ 10,350.00$ 61 2,598.00$ 6,997.00$ 10,000.00$ 12,105.72$ 9,315.00$ 62 3,565.00$ 9,500.00$ 13,000.00$ 16,615.48$ 15,525.00$ 63 684.00$ 1,817.00$ 3,200.00$ 3,184.27$ 2,070.00$ 64 1,262.00$ 3,364.00$ 5,200.00$ 5,881.03$ 12,420.00$ 65 1,904.00$ 5,073.00$ 6,000.00$ 8,872.15$ 6,210.00$ 66 625.00$ 1,668.00$ 2,700.00$ 2,915.24$ 2,070.00$ 67 7,780.00$ 20,721.00$ 26,800.00$ 36,261.49$ 20,700.00$ 68 5,776.00$ 11,460.00$ 19,800.00$ 26,921.81$ 15,525.00$ GROUP D MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P MOWING MULCH FERTILIZ'N-S FERTILIZ'N-P 69 92,927.00$ 252,000.00$ 116,100.00$ 157,704.70$ 220,000.00$ GROUP E COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER 70 648,994.00$ Sq.Ft Year NO BID Sq.Ft Year 0.10$ Sq.Ft Year 0.00$ Sq.Ft Year 0.10$ Sq.Ft Year 71 51,675.83$ Cubic Yards Application NO BID Cubic Yards Application 41.00$ Cubic Yards Application 31.00$ Cubic Yards Application 35.00$ Cubic Yards Application 72 32,600.52$ Sq.Ft Application NO BID Sq.Ft Application 0.00$ Sq.Ft Application 0.06$ Sq.Ft Application 0.02$ Sq.Ft Application 73 8,565.00$ Tree Application NO BID Tree Application 9.00$ Tree Application 5.00$ Tree Application 9.50$ Tree Application 74 556,583.00$ Sq.Ft Year NO BID Sq.Ft Year 0.10$ Sq.Ft Year 0.00$ Sq.Ft Year 0.10$ Sq.Ft Year 75 65,201.04$ Sq.Ft Year NO BID Sq.Ft Year 0.00$ Sq.Ft Year 0.06$ Sq.Ft Year 0.02$ Sq.Ft Year 76 12.00$ Tree Tree NO BID Tree Tree 9.00$ Tree Tree 5.00$ Tree Tree 9.50$ Tree Tree 77 0.02$ Sq.Ft Year NO BID Sq.Ft Year 0.00$ Sq.Ft Year 0.05$ Sq.Ft Year 0.05$ Sq.Ft Year 78 36,000.00$ Sq.Ft Sq.Ft NO BID Sq.Ft Sq.Ft 0.00$ Sq.Ft Sq.Ft 0.05$ Sq.Ft Sq.Ft 0.05$ Sq.Ft Sq.Ft 79 32.00$ Hour Hour NO BID Hour Hour 30.00$ Hour Hour 35.00$ Hour Hour 25.80$ Hour Hour 80 24.00$ Hour Hour NO BID Hour Hour 20.00$ Hour Hour 25.00$ Hour Hour 16.50$ Hour Hour GROUP F COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER COST UNIT PER 81 32.00$ Hour Hour NO BID Hour Hour 5.00$ Hour Hour 20.00$ Hour Hour $25.00 Hour Hour 82 125.00$ Hour Hour NO BID Hour Hour 40.00$ Hour Hour 55.00$ Hour Hour $75.00 Hour Hour 83 75.00$ Hour Hour NO BID Hour Hour 25.00$ Hour Hour 50.00$ Hour Hour $55.00 Hour Hour 84 55.00$ Hour Hour NO BID Hour Hour 25.00$ Hour Hour 35.00$ Hour Hour $25.00 Hour Hour 85 150.00$ Hour Hour NO BID Hour Hour 50.00$ Hour Hour 60.00$ Hour Hour $75.00 Hour Hour 86 175.00$ Hour Hour NO BID Hour Hour 40.00$ Hour Hour 55.00$ Hour Hour $95.00 Hour Hour 87 225.00$ Hour Hour NO BID Hour Hour 50.00$ Hour Hour 55.00$ Hour Hour $125.00 Hour Hour 88 35.00$ Hour Hour NO BID Hour Hour 9.00$ Hour Hour 20.00$ Hour Hour $75.00 Hour Hour 89 24.00$ Hour Hour NO BID Hour Hour 0.35$ Hour Hour 20.00$ Hour Hour $65.00 Hour Hour 90 125.00$ Hour Hour NO BID Hour Hour 90.00$ Hour Hour 95.00$ Hour Hour $225.00 Hour Hour 91 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders. 1 Mount Elbert Limited did not use the Revised Pricing Schedule to submit its pricing. The bidder is deemed non-responsive for Group B and its Alternate (which included an additional item missing from the original Pricing Schedule). 116,100.00$ 157,704.70$ 220,000.00$ NO BID 109.21$ 101.23$ 96.64$ TOTAL YEARLY COSTS92,927.00$ 1,399,687.41$ 1,151,289.29$ 110,549.00$ 209,446.69$ 89,287.00$ 127,500.00$ 162,896.20$ 252,000.00$ 244,587.89$ 34,648.00$ 159,770.00$ 117,989.50$ TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS TOTAL YEARLY COSTS Hickory Canal/Larch Ave - End City ROW Plat 4/Banyan St East to A1a (North side) Ironwood/Burns Road to C-17 Canal Meridian Bucket Truck C-17/Northlake to A1A (east) N-Lake to PGA FLYOVER BRIDGE PGA Flyover ALTERNATE ITEMS Turf Mowing (41 cuts per year) Mulch EQUIPMENT Chainsaw Chipper Dump Body Truck Pick-up Truck Fire Ant Control Labor (Supervision) Fertilization - Sods, trees,...(3 x year) Fertilization - Palms (3 x year) Alternate Turf Mowing (32 cuts per year) Labor (Laborer) Hunt Club Drive Bellwood/Applecrest to Earman River Traffic Cones Hauling Seagrape Way Median US Hwy 1 Medians -Golden Br/Towers CANAL LONG-LINE MOWING Mirasol Field Alternate Fertilization - Sod,..(2 x year) Fertilization - Palms (2 x year) Pesticides, Turf Additional Equipment listed (separate) Allamanda/Burns Road to Prosperity Public Works and Ironwood Rds. Sandtree Drive Front-end Loader Traffic Control Signs Bobcat Earman River/Military Trl to I-95 Seagrape/Military Trl to End City ROW Earman River/I-95 to A1A (North side) Honey Suckle/Honey Suckle to Gardenia Thompson/Earman River to I-95 Page | 1 CITY OF PALM BEACH GARDENS PURCHASING DEPARTMENT SOLICITATION ADDENDUM Addendum No. 4 DATE: August 6, 2015 TO: All Potential Bidders SOLICITATION NO.: ITB2015-047PF TITLE: Mowing and Landscaping Services OPENING DATE: FRIDAY, AUGUST 7, 2015 @ 3:00PM This Addendum is and does become a part of the above-mentioned Solicitation. The following questions were received from a potential Bidder and the answers are provided as shown below. Question 1: I have a question regarding the Group E Alternate Items: Are you asking for the totals for the year based on the pricing listed in Groups A,B,C,D for the line items 70,71,72,74 and 75 or the Sq.Ft. Charge for addition mowing , mulch , Fertilization , pesticides and fire ant control ? Response: The Group E items are to be priced based on the unit shown in the adjoining Columns C and E. For example Item 70 requests a cost by the Square Feet for one year (Per Year); Item 71 is mulch cost per Cubic Yard for each application (Per Application). Each group pricing is separate as the contract will be awarded by Group, as stated in the Method of Award. Question 2: I don't see anywhere to put the yearly totals for the bid tabulation as a whole for the year. Is there somewhere we should add this for 41 cuts 32 cuts etc.? Response: The revised Pricing Schedule is broken down into different groups. There is a column for the yearly costs for each group based on the number of cuts. Total yearly costs for each Group should be entered under Columns J, L, and O, as shown on the Revised Pricing Schedule. All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director Page | 1 CITY OF PALM BEACH GARDENS PURCHASING DEPARTMENT SOLICITATION ADDENDUM Addendum No. 3 DATE: August 6, 2015 TO: All Potential Bidders SOLICITATION NO.: ITB2015-047PF TITLE: Mowing and Landscaping Services OPENING DATE: FRIDAY, AUGUST 7, 2015 @ 3:00PM This Addendum is and does become a part of the above-mentioned Solicitation. The following questions were received from potential Bidders and the answers are provided as shown below. Question 1: Are you asking for prices on pruning and trimming or are we only to provide prices for mowing and edging? Response: We are asking for prices on all the line items. Each item needs to be filled out separately. Question 2: Is the square footage of vegetation include the grass or is that square footage provided for mulching purposes? Response: Square footage is for the total area, including grass and mulch. Question 3: I would like to inquire about the way the City of Palm Beach Gardens would like to break out the different items in the estimate. In Exhibit C, the format in which the estimate will be submitted there are the following line items: Mowing and Tree/Palm fertilization - Will the pest control services, weeds, tree and shrub trimming be included within the mowing service prices? Or do all tree and shrub related prices be included in the tree/palm fertilization line item. Response: All other items, (for example pest control services, weeds, tree and shrub trimming) must be included in the mowing price. What is asked in the other above line items is specific. As for additional services, on the bottom of Exhibit C we can determine the breakdown of each individual service. Page | 2 Question 4: If the square footage is for both the turf and vegetation; how do we split that square footage for mulching/mowing purposes? Response: It is the responsibility of the bidder to assess all mulching locations, they are provided in Exhibit A. The following information is provided for informational purposes. Below is Chapter 34 of the City’s Code of Ordinance for Vegetative Matter: Chapter 34 - ENVIRONMENT ARTICLE I. - IN GENERAL Secs. 34-1—34-30. - Reserved. ARTICLE II. - POLLUTION CONTROL Sec. 34-42. - Management of grass clippings and vegetative matter. In no case shall grass clippings, vegetative material, and/or vegetative debris intentionally be washed, swept, or blown onto or into stormwater drains, ditches, conveyances, water bodies, wetlands, sidewalks, or roadways. Any material that is accidently so deposited shall be immediately removed to the maximum extent practicable. (Ord. No. 20, 2011, § 10, 1-5-2012) All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director Page | 1 CITY OF PALM BEACH GARDENS PURCHASING DEPARTMENT SOLICITATION ADDENDUM Addendum No. 2 DATE: July 23, 2015 TO: All Potential Bidders SOLICITATION NO.: ITB2015-047PF TITLE: Mowing and Landscaping Services OPENING DATE: FRIDAY, AUGUST 7, 2015 @ 3:00PM This Addendum is and does become a part of the above-mentioned Solicitation. The following question was received from a potential Bidder and the answer is provided as shown below. 1. Question: I was wondering if you could provide us with the records of the vendor who was awarded the bid the previous years and their pricing index. Response: The current contractor is Total Maintenance Building Services, Inc. The current Scope of Work is slightly different that the new Scope of Work in the Invitation to Bid. Pricing information for the current Scope of Work is shown below. Annual mulching (lump sum): $50,000 Service at Municipal Golf Course (lump sum): $30,172.48 All other mowing and landscaping services: $29,423.08 paid every two weeks. The entire current agreement may be downloaded from the City’s website at https://lf.pbgfl.com/weblink8/welcome.aspx?&&&&&dbid=4, under Resolutions. The agreement is Resolution 60, 2011, and contains additional unit pricing information and the history of scope changes. 2. Attached is a copy of the Pre-Bid Conference Sign-In Sheet. 3. Exhibit “C”, Pricing Schedule, has been revised to include one omitted location, “Palm Beach gardens Elementary ROW”. This Exhibit “C”, Revised Pricing Schedule, must be used to submit your Bid to the City. Failure to use the Revised Pricing Schedule may result in your Bid being deemed Non- Responsive. Page | 2 4. Subsequent to the award of the Contract and execution of the Agreement, the City may add certain mowing and landscaping services for the City’s Golf Course, to the Contract. If the City chooses to add these services for the Golf Course to the Contract, such addition shall be as established in Section 2.19, Additional Locations and Facilities, of the Invitation to Bid. 5. A completed and printed hard-copy of the Revised Pricing Schedule must be included in the original hard-copy of your Bid to allow the prices to be read aloud at the Bid Opening. All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Attachments Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director DATE: J U LY 22, 2015 441 P -P PALM BEACH GARDENS `A unique place to live, learn, work & play" City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PRE-BID CONFERENCE SIGN -IN SHEET SOLICITATION: ITB2015-047PF, MOWING AND LANDSCAPING SERVICES NAME ORGANIZATION TELEPHONE �. 2A P Qv��,JP���.�g���P�w.��► I�SiVor�CJ"�,�1;+�1'1i✓�rLr� gl �� `�' •,vt� / of ! /' C C i J LAS AVq ��S I �"�► C�'� `S �vlv'��!s � clr Z f'1_ X12 e. c^rv�kr / h rAad1 /, He , t ztz-8- 5-z �� ���•� ��Pk3Ggq&,(JV-1- o 644A ,SOwco 5_31 R -rSiPl baa 3,6oC sCL,-.fr L1c�6t, u� e 2 1b s ��, r .� G 1--,-7 T hone � �zAv t,.- !ROC(- C �, a^1C ✓vim B �} '..�, r'1 �,,� ,.' . " i �hi1t ! y0�; Z)'r — ick GIr�S� ' 0`� lr1C atel ` Gla - (p �lJ iY1+f C C 44 ' / rI/���►� ''��Gi i1 L�aSC ar�� �� (-S�(- i'Jc3 ma4 Page 1 of 2 (ITB2015-047PF) v /r <v*1 Page 2 of 2 (ITB2015-047PF) ru ot C-m . C,56 - n iV�KT RCS -3`2- U V) JJ) A Page 2 of 2 (ITB2015-047PF) Site No.Site/ Location Vegetated Square Footage Concrete Area Square Footage C:Common P:Park M:Medians L:Longline Turf Mowing Yearly Cost (Based on 41 cuts per year) Mulch Cost (Yearly) Fertilization Yearly Cost - Sod, Trees and Shrubs (Based on 3 times per year) Fertilization Yearly Cost -Palms (Based on 3 times per year)Total Yearly Costs Alternate Turf Mowing Yearly Cost (Based on 32 cuts per year) Alternate Fertilization Yearly Cost -Sod, Trees and Shrubs (Based on 2 times per year) Fertilization Yearly Cost - Palms (Based on 2 times per year) Alternate Bid Total Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/ 4404 Burns Rd 414,185 C 2 City Hall Complex/Fire Station #1/Police/ 10500 N Military 291,778 C 3 Riverside Youth Enrichment Center/ 10170 Riverside Dr 19,286 C 4 Tennis Center/ 5110 117th Court North 706,814 C 5 Fire Station #2/ 11025 Campus Drive 54,933 C 6 Fire Station #3/ 5162 Northlake Blvd 240,449 C 7 Fire Station #4/ 11264 Jog Road 44,892 C 8 Fire Station #5/ 3913 Hood Road 39,258 C 9 Mirasol Park/ 12385 Jog Road 171,141 P 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 P 11 Oaks Park/ 10666 Gardens East Drive 353,245 P 12 Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 P 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 P 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 P 15 Gardens Park/ 4301 Burns Rd 436,201 P 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43,038 P 17 Twins Parks/ 648 Holly Drive 30,001 P 18 Lilac Park Commons & Dog Run/ 4175 Lilac Street 489,489 P 19 Riverside Drive Linear Park/ Riverside Dr 44,596 P 20 South Ilex Circle Neighborhood Park/ Ilex Cir S 25,195 P 21 City Park/ 5070 117th Court North 78,977 P GROUP B MEDIANS 22 Allamanda Dr ROW 96,897 M 23 Allamanda Dr / Rainwood Dr Retention Area 30,445 M 24 Alt A1A (West Side - Burns to RCA Blvd)60,202 M 25 Banyan Street Parcel - North 11,310 M 26 Banyan Street Parcel - South 20,314 M 27 Burns Rd & I-95 Overpass 2,251 M 28 Burns Rd Medians - Military Trl to Prosperity Farms Rd 59,594 M 29 Burns Rd ROW - South Side Rainwood Dr to Allamanda Dr 18,193 M 30 Camberwell on Avenue of PGA 11,788 M 31 City Sign - PGA Blvd & Fairway Dr 519 M 32 Cottonwood Circle Median 1,360 M 33 Garden Woods Entrance Median - Elm Ave 2,438 M 34 Gardens Glenn - Entrance and Medians 8,532 M 35 Holly Dr Medians - Riverside Dr to Military Trl 52,242 M 36 Holly Dr ROW - Lighthouse Dr to Ironwood Rd 16,368 M 37 Holly Drive & I-95 Overpass 4,384 M 38 Holly Drive Cul-de-Sac 1,498 M 39 Hood Road Medians - Military Trl to Alt A1A 28,064 3,037 M 40 Iris Circle Median 1,936 M 41 MacArthur Blvd Medians, Crosswalks, and ROWs 37,762 M 42 Military Trail Medians - Hood Rd to Donald Ross Rd 50,390 20,041 M 43 Military Trail Medians - Lillian Ave to EPB-3 Canal 103,776 34,842 M 44 Northlake Blvd & I-95 Intersection 394,624 1,628 M 45 Northlake Blvd Medians - Military Trl to East Side of Turnpike 59,060 23,317 M CITY OF PALM BEACH GARDENS ITB2015-047PF, Mowing and Landscaping Services Revised Exhibit "C" 46 Plam Beach Gardens Elementary ROW 49,180 47 PGA Blvd & I-95 Intersection 360,473 3,740 M 48 PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 5,292 1,134 M 49 PGA Blvd Medians - Military Trl to East Side of Turnpike 81,531 20,873 M 50 Prosperity Farms Rd & Prosperity Oaks Ct 6,699 M 51 Public Works and Ironwood Rd 8,201 M 52 Sandtree Drive 7,849 M 53 Seagrape Way Median 7,590 M 54 US Hwy 1 Medians - Golden Bear to Towers Office Building 3,528 1,096 M GROUP C CANAL LONG LINE MOWING AREAS Based on 18 cuts per year Based on 12 cuts per year 55 Hunt Club Dr 93,822 L N/A N/A N/A N/A N/A 56 Bellwood/ Applecrest to Earman River 108,834 L N/A N/A N/A N/A N/A 57 Earman River/ Military Trail to I-95 143,257 L N/A N/A N/A N/A N/A 58 Earman River/ I-95 to A1A (north side)252,104 L N/A N/A N/A N/A N/A 59 Honey Suckle/ Honey Suckle to Gardenia 79,978 L N/A N/A N/A N/A N/A 60 Thompson River/ Earman River to I-95 250,505 L N/A N/A N/A N/A N/A 61 Seagrape / Military Trail to End City Row 224,180 L N/A N/A N/A N/A N/A 62 Hickory Canal/ Larch Ave (north and south) End of City Row 307,694 L N/A N/A N/A N/A N/A 63 Plat 4/ Banyan St east to A1A (north side)58,968 L N/A N/A N/A N/A N/A 64 Ironwood/ Burns Rd to C-17 Canal 108,908 L N/A N/A N/A N/A N/A 65 Meridian 164,299 L N/A N/A N/A N/A N/A 66 Allamanda/ Burns Rd to Prosperity 53,986 L N/A N/A N/A N/A N/A 67 C-17/ Northlake to A1A (east) Northlake to MacArthur (west)671,509 L N/A N/A N/A N/A N/A 68 Mirasol Field 498,552 L N/A N/A N/A N/A N/A GROUP D PGA FLYOVER BRIDGE 69 PGA Flyover 1,282,152 16,263 C GROUP E ITEM UNIT COST 70 Turf Mowing Yearly Cost (Based on 41 cuts per year)Sq./FT Per year 71 Mulch cost Cubic Yards Per application 72 Fertilization Yearly Cost - Sod, trees and shrubs (Based on 3 times per year)Sq./Ft Per application 73 Fertilization Yearly Cost -Palms (Based on 3 times per year)Per tree Per application 74 Alternate turf mowing cost (Based on 32 cuts per year)Sq./Ft Per year 75 Alternate Fertilization Yearly Cost -Sod, trees and shrubs (Based on 2 times per year)Sq./Ft Per year 76 Fertilization Yearly Cost - Palms (Based on 2 times per year)Per tree Per tree 77 Pesticides Turf Sq./Ft.Per year 78 Fire Ant Control Sq./Ft.80 79 Labor Cost ( Supervisor)Hourly Per hour 80 Labor Cost ( Laborer)Hourly Per hour GROUP F EQUIPMENT 81 Chainsaw (Stihl model 026 or equivalent)Hourly Per hour 82 Chipper Hourly Per hour 83 Dump Body Truck Hourly Per hour 84 Pick-up Truck Hourly Per hour 85 Bucket Truck Hourly Per hour 86 Bobcat Hourly Per hour 87 Front end Loader Hourly Per hour 88 Traffic Control Signs Hourly Per hour 89 Traffic Cones Hourly Per hour 90 Hauling (includes Driver, Fees and Vehicle)Hourly Per hour 91 Attach a separate sheet of additional equipment not listed, if desired.N/A N/A ALTERNATE ITEMS CITY OF PALM BEACH GARDENS PURCHASING DEPARTMENT SOLICITATION ADDENDUM Addendum No. 1 DATE: July 15, 2015 TO: All Potential Bidders SOLICITATION NO.: ITB2015-047PF TITLE: Mowing and Landscaping Services OPENING DATE: FRIDAY, AUGUST 7, 2015 @ 3:00PM This Addendum is and does become a part of the above-mentioned Solicitation. The following questions were received from a potential Bidder and the answers are provided as shown below. Question 1: Is this a new or recurring project? Response: This is a recurring service with a revised Statement of Work. Question 2: What is the current budget associated with the project? Response: The City currently pays about $800,000 for the service each year. This does not include canal mowing which is being done in-house. Question 3: Is there a bid and/or performance bond? Response: As stated in the Invitation to Bid, there is no bid or performance bond for this project. Question 4: Will preference be given to minority owned or a local company? Response: As stated in the Invitation to Bid, there are no preferences on this project. All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PUBLIC NOTICE - PRE-BID CONFERENCE Date: July 13, 2015 Solicitation No.: ITB2015-047PF Title: Mowing and Landscaping Services The City of Palm Beach Gardens gives public notice that a Pre-Bid Conference for the above- referenced Invitation to Bid will be held as follows: Wednesday, July 22, 2015 10:00AM City Hall Council Chambers 10500 N Military Trail Palm Beach Gardens, FL 33410 As required by Florida Statutes, a recording of the meeting will be created and made available to anyone requesting a copy through the Office of the City Clerk. Per: Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director c: Patty Snider, CMC City Clerk Page | 1 The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PURCHASING DEPARTMENT INVITATION TO BID ITB NO.: ITB2015-047PF TITLE: MOWING AND LANDSCAPING SERVICES DUE DATE AND TIME: AUGUST 7, 2015 @ 3:00PM INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original bid and the electronic copy, the original bid shall be the governing document. Bids must contain all information required to be included in the submittal, as described in this Solicitation. BROADCAST The City of Palm Beach Gardens utilizes electronic online services for notification and distribution of its Solicitation documents. The City’s Solicitation information can be obtained from: a) Public Purchase - Please contact Public Purchase at support@publicpurchase.com; www.publicpurchase.com; or call 801-932-7000 for additional information on registration; b) DemandStar - Please contact DemandStar at www.demandstar.com or by calling them at 1-800-711-1712; c) The City’s Vendors List - The City emails all advertised Solicitations to vendors which have joined the City’s Vendors List. To join the City’s Vendor List, please visit the City’s Purchasing webpage at http://www.pbgfl.com/purchasing and click on the “Join Vendors List” link. Bidders who obtain Solicitations from sources other than those named above are cautioned that the Invitation to Bid package may be incomplete. The City will not evaluate incomplete Bid packages. DemandStar and Public Purchase are independent entities and are not agents or representatives of the City. Communications to these entities do not constitute communications to the City. The City is not responsible for errors and omissions occurring in the transmis sion or downloading of any documents, addenda, plans, or specifications from these websites. In the event of any discrepancy between information on these websites and the hard copy Solicitation documents, the terms and conditions of the hardcopy documents will prevail. CONTACT PERSON Any questions regarding the specifications and Solicitation process must be submitted in writing to the Purchasing Department for the Purchasing and Contracts Director at kmra@pbgfl.com. To allow enough time for the City to respond, requests for clarification and additional information should be received at least forty-eight (48) hours before the Due Date for Bids. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 2 The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 LEGAL ADVERTISEMENT INVITATION TO BID NO. ITB2015-047PF MOWING AND LANDSCAPING SERVICES The City of Palm Beach Gardens is seeking Bids from qualified firms to provide Mowing and Landscaping Services, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. Invitation to Bid documents are available beginning Monday, July 13, 2015, at 8:00 a.m. local time on the City of Palm Beach Gardens website at http://www.pbgfl.com and following the link to the Purchasing webpage, or by contacting the City Clerk’s Office at (561) 799-4121. Sealed Bids must be clearly marked “ITB2015-047PF, Mowing and Landscaping Services” and delivered to the Office of the City Clerk at 10500 North Military Trail, Palm Beach Gardens, Florida 33410. The deadline for submission of Bids is Friday, August 7, 2015, at 3:00 p.m. local time. At that time, the Bids will be publicly opened and read aloud at City Hall, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Late Bids will not be accepted and will be returned to the sender unopened. The City will hold a Pre-Bid Conference on Wednesday, July 22, 2015, at City Hall, City of Palm Beach Gardens, starting promptly at 10:00 a.m. Attendance is recommended, but not mandator y. It is the responsibility of the Bidder to ensure all pages are included in the submission. All Bidders are advised to closely examine the Solicitation package. Any questions regarding the completeness or substance of the Solicitation package or the goods or services must be submitted in writing via email or fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl.com or (561) 799-4134. The City of Palm Beach Gardens is exempt from Federal a nd State Taxes for tangible personal property tax. The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, in whole or in part, with or without cause, to waive any irregularities and/or technicalities, and to award the contract on such coverage and terms it deems will best serve the interests of the City. CITY OF PALM BEACH GARDENS Patricia Snider, CMC, City Clerk Publish: Palm Beach Post Sunday, July 12, 2015 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 3 TABLE OF CONTENTS SECTION PAGE 1. General Terms and Conditions 4 2. Special Terms and Conditions 12 3. Technical Specifications, Statement of Work, or Scope of Services 17 4. Pricing Schedule 28 5. Acknowledgement of Addenda 29 6. Signature Page 30 7. Affidavits, Performance and Payment Bonds Format, Letter of Credit Format 31 8. Sample Agreement Format 42 9. Exhibits (if applicable) 45 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 4 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1 DEFINITIONS a. Bid: any offer(s) submitted in response to an Invitation to Bid. b. Bidder: person or firm submitting a Bid in response to an Invitation to Bid. c. Bid Solicitation or Invitation to Bid: this Solicitation documentation, including any and all addenda. d. Bid Submittal Form: describes the goods or services to be purchased, and must be completed and submitted with the Bid. e. City: shall refer to the City of Palm Beach Gardens, Florida. f. Contract or Agreement: the Invitation to Bid, all addenda issued thereto, all affidavits, the signed agreement, and all related documents which comprise the totality of the contract or agreement between the City and the Bidder. g. Contractor: successful Bidder or Bidder who is awarded a contract to provide goods or services to the City. h. Invitation to Bid: formal request for Bids from qualified Bidders. i. Purchasing Department: the Purchasing Department of the City of Palm Beach Gardens, Florida. j. Responsible Bidder: a Bidder which has the capability in all respects to perform in full the contract requirements, as stated in the Invitation to Bid, and the integrity and reliability that will assure good-faith performance. k. Responsive Bidder: a Bidder whose Bid conforms in all material respects to the terms and conditions included in the Invitation to Bid. 1.2 CONE OF SILENCE Pursuant to Section 2-355 of Palm Beach County Ordinance No. 2011-039, and the purchasing policies of the City of Palm Beach Gardens, all Solicitations, once advertised and until the appropriate authority has approved an award recommendation, are under the “Cone of Silence”. This limits and requires documentation of communications between potential Bidders and/or Bidders on City Solicitations, the City’s professional staff, and the City Council members. 1.3 ADDENDUM The Purchasing Department may issue an addendum in response to any inquiry received, prior to the close of the Solicitation period, which changes, adds, or clarifies the terms, provisions, or requirements of the Solicitation. The Bidder should not rely on any representation, statement, or explanation, whether written or verbal, other than those made in the Solicitation document or in the addenda issued. Where there appears to be a conflict between the Solicitation and any addenda, the last addendum issued shall prevail. It is the vendor’s responsibility to ensure receipt of all addenda, and any accompanying documentation. The vendor is required to submit with its Bid or Bid a signed “Acknowledgment of Addenda” form, when any addenda have been issued. 1.4 LEGAL REQUIREMENTS This Solicitation is subject to all legal requirements contained in the applicable City Ordinances and Resolutions, as well as all applicable City, State, and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State, and local. 1.5 CHANGE OF BID Prior to the scheduled Bid opening a Bidder may change its Bid by submitting a new Bid (as indicated on the cover page) with a letter on the firm’s letterhead, signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 1.6 WITHDRAWAL OF BID A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. Only a written letter received by the Purchasing Department prior to the Bid opening date may withdraw a Bid. A Bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the Purchasing and Contracts Director. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.7 CONFLICTS WITHIN THE BID SOLICITATION Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Form, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Submittal Form, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. 1.8 PROMPT PAYMENT TERMS It is the policy of the City of Palm Beach Gardens that payment for all purchases by City departments shall be made in a timely manner. The City will pay the awarded Bidder upon receipt City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 5 and acceptance of the goods or services by a duly authorized representative of the City. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. Proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the City Manager or designee, not later than sixty (60) days after the date on which the proper invoice was received by the City. 1.9 DISCOUNTS (PROMPT PAYMENTS) The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during Bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the Solicitation. 1.10 PREPARATION OF BIDS a. The Bid forms define requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other forms will result in the rejection of the Bidder’s offer. The Bid submittal forms must be legible. Bidders shall use typewriter, computer, or ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. b. An authorized agent of the Bidder’s firm must sign the Bid submittal form. Failure to sign the Signature Page of the Bid shall render the Bid non-responsive. c. The Bidder may be considered non-responsive if Bids are conditioned upon modifications, changes, or revisions to the terms and conditions of this Solicitation. d. The Bidder may submit alternate Bid(s) for the same Solicitation provided that such offer is allowable under the terms and conditions. The alternate Bid must meet or exceed the minimum requirements and be submitted as a separate Bid submittal marked “Alternate Bid”. e. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. f. Late Bids will not be accepted and will be returned to the sender unopened. It is the Bidder’s responsibility to ensure timely delivery by the due date and time, and at the place stated in this Solicitation. No exceptions will be made due to weather, carrier, traffic, illness, or other issues. 1.11 CANCELLATION OF BID SOLICITATION The City of Palm Beach Gardens reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the City. 1.12 AWARD OF CONTRACT a. The contract may be awarded to the responsive and responsible Bidder meeting all requirements as set forth in the Solicitation. The City reserves the right to reject any and all Bids, to waive irregularities or technicalities, and to re-advertise for all or any part of this Bid Solicitation as deemed in its best interest. The City shall be the sole judge of its best interest. b. The City reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the City’s best interest to do so. c. The City reserves the right to negotiate prices with the responsive and responsible low Bidder, provided that the scope of work of this Solicitation remains the same. d. The Bidder’s performance as a prime contractor or subcontractor on previous City contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation. e. The City will provide a copy of the Bid Tabulation to all Bidders responding to this Solicitation. f. The Bid Solicitation, any addenda and/or properly executed modifications, the signed Agreement, the purchase order, and any change order(s) shall constitute the contract. g. The Purchasing and Contracts Director will decide all tie Bids. h. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. i. The City reserves the right to request and evaluate additional information from any Bidder after the submission deadline as the City deems necessary. 1.13 CONTRACT EXTENSION The City reserves the right to automatically extend any agreement for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new agreement is being solicited, evaluated, and/or awarded. 1.14 WARRANTY All warranties express and implied shall be made available to the City for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the awarded Bidder against factory defects and workmanship. At no expense to the City, the awarded Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 6 1.15 ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder’s guidance only: (a) estimates are based on the City’s anticipated needs and/or usage; and (b) the City may use these estimates to determine the low Bidder. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.16 NON-EXCLUSIVITY It is the intent of the City to enter into an agreement with the awarded Bidder that will satisfy its needs as described herein. However, the City reserves the right as deemed in its best interest to perform, or cause to be performed, the work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to, award of other contracts, use of any contractor, or perform the work with its own employees. 1.17 CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the City and the successful Bidder, continue until completion at the same prices, terms, and conditions. 1.18 BID PROTEST A recommendation for contract award or rejection of award may be protested by a Bidder. The Bidder may file a written protest with the City Clerk’s office. The Bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and Bid number of the Solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City. The written protest must be received no later than seventy- two (72) consecutive hours (excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the Bidder of all rights of protest. In the event of a timely protest, the City will not proceed further with award of the contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety. 1.19 LAWS AND REGULATIONS The awarded Bidder shall comply with all laws and regulations applicable to provide the goods or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, state, and local laws that may affect the goods and/or services offered. 1.20 LICENSES, PERMITS AND FEES The awarded Bidder(s) shall hold all licenses and/or certifications, obtain and pay for all permits and/or inspections, and comply with all laws, ordinances, regulations, and building code requirements applicable to the work required herein. Damages, penalties, and/or fines imposed on the City or an awarded Bidder for failure to obtain and maintain required licenses, certifications, permits, and/or inspections shall be borne by the awarded Bidder. 1.21 SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the successful Bidder shall not subcontract any portion of the work without the prior written consent of the City. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the City may result in termination of the contract for default. 1.22 ASSIGNMENT The awarded Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title, or interest therein, or its power to execute such contract to any person, company, or corporation without the prior written consent of the City. Assignment without the prior consent of the City may result in termination of the contract for default. 1.23 SHIPPING TERMS Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.24 RESPONSIBILITIES AS EMPLOYER The employee(s) of the awarded Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. The awarded Bidder shall provide physically competent employee(s) capable of performing the work as required. The City may require the awarded Bidder to remove any employee it deems unacceptable. All employees of the awarded Bidder shall wear proper identification. It is the awarded Bidder’s responsibility to ensure that all its employees and subcontractors comply with the employment regulations required by the US Department of Homeland Security. The City shall have no responsibility to check or verify the legal immigration status of any employee of the awarded Bidder. 1.25 INDEMNIFICATION The awarded Bidder shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities from any and all liability, losses or damages, including attorney’s fees and costs of defense, which the City or its officers, employees, agents, or instrumentalities may incur as a result of claims, demands, suits, causes of actions, or proceedings of any kind or nature arising out of, relating to, or resulting from the performance of the agreement by the awarded Bidder or its employees, agents, servants, partners, City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 7 principals, or subcontractors. The awarded Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may be incurred thereon. The awarded Bidder expressly understands and agrees that any insurance protection required by this contract agreement or otherwise provided by the awarded Bidder shall in no way limit the responsibility to indemnify, keep and save harmless, and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 1.26 COLLUSION A Bidder recommended for award as the result of a competitive Solicitation for any City purchases of supplies, materials, and services (including professional services, other than professional architectural, engineering, and other services subject to Sec. 287.055 Florida Stats.), purchase, lease, permit, concession, or management agreement shall, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of perjury, on a form provided by the City, stating either that the contractor is not related to any of the other parties Bidding in the competitive Solicitation or identifying all related parties, as defined in this Section, which Bid in the Solicitation; and attesting that the contractor’s Bid is genuine and not a sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other Bidder to put in a sham Bid, or any other person, firm, or corporation to refrain from proposing, and that the Bidder has not in any manner sought by collusion to secure to the Bidder an advantage over any other Bidder. In the event a recommended Bidder identifies related parties in the competitive Solicitation its Bid shall be presumed to be collusive and the recommended Bidder shall be ineligible for award unless that presumption is rebutted to the satisfaction of the City. Any person or entity that fails to submit the required affidavit shall be ineligible for contract award. 1.27 MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing, through the issuance of a modification to the contract, a supplemental agreement, purchase order, or change order, as appropriate. 1.28 TERMINATION FOR CONVENIENCE The City, at its sole discretion, reserves the right to terminate any contract entered into pursuant to this Invitation to Bid (ITB) with or without cause immediately upon providing written notice to the awarded Bidder. Upon receipt of such notice, the awarded Bidder shall not incur any additional costs under the contract. The City shall be liable only for reasonable costs incurred by the awarded Bidder prior to the date of the notice of termination. The City shall be the sole judge of “reasonable costs.” 1.29 TERMINATION FOR DEFAULT The City reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the awarded Bidder fails to perform in accordance with the terms and conditions stated herein by providing written notice of such failure or default and by specifying a reasonable time period within which the awarded Bidder must cure any such failure to perform or default. The awarded Bidders’ failure to timely cure any default shall serve to automatically terminate any contract entered into pursuant to this ITB. The City further reserves the right to suspend or debar the awarded Bidder in accordance with the appropriate City ordinances, resolutions, and/or policies. The vendor will be notified by letter of the City’s intent to terminate. In the event of termination for default, the City may procure the required goods and/or services from any source and use any method deemed in its best interest. All re-procurement costs shall be borne by the incumbent Bidder. 1.30 FRAUD AND MISREPRESENTATION Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees. 1.31 ACCESS AND AUDIT OF RECORDS The City reserves the right to require the awarded Bidder to submit to an audit by an auditor of the City’s choosing at the awarded Bidder’s expense. The awarded Bidder shall provide access to all of its records, which relate directly or indirectly to this Agreement, at its place of business during regular business hours. The awarded Bidder shall retain all records pertaining to this Agreement, and upon request, make them available to the City for three (3) years following expiration of the Agreement. The awarded Bidder agrees to provide such assistance as may be necessary to facilitate the review or audit by the City to ensure compliance with applicable accounting and financial standards. 1.32 OFFICE OF THE INSPECTOR GENERAL Palm Beach County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County programs, contracts, transactions, accounts and records. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records, and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all City contracts. 1.33 PRE-AWARD INSPECTION The City may conduct a pre-award inspection of the Bidder’s site or hold a pre-award qualification hearing to determine if City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 8 the Bidder is capable of performing the requirements of this Bid Solicitation. 1.34 PROPRIETARY AND/OR CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of, or in support of Bid submittals will be available for public inspection after the opening of Bids in compliance with Chapter 119 of the Florida Statutes, popularly known as the “Public Record Law.” The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary, or confidential. The submission of any information to the City in connection with this Solicitation shall be deemed conclusively to be a waiver of any trade secret or other protection which would otherwise be available to the Bidder. In the event that the Bidder submits information to the City in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the Bid as protected or confidential, the City may, in its sole discretion, either (a) communicate with the Bidder in writing in an effort to obtain the Bidder’s withdrawal of the confidentiality restriction, or (b) endeavor to redact and return that information to the Bidder as quickly as possible, and if appropriate, evaluate the balance of the Bid. The redaction or return of information pursuant to this clause may render a Bid non-responsive. 1.35 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists the City of Palm Beach Gardens with a function or activity involving the use or disclosure of “individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996. HIPAA mandates for privacy, security, and electronic transfer standards include, but are not limited to: a. Use of information only for performing services required by the contract or as required by law; b. Use of appropriate safeguards to prevent non-permitted disclosures; c. Reporting to the City of Palm Beach Gardens any non- permitted use or disclosure; d. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder and reasonable assurances that IIHI/PHI will be held confidential; e. Making Protected Health Information (PHI) available to the customer; f. Making PHI available to the customer for review and amendment, and incorporating any amendments requested by the customer; g. Making PHI available to the City of Palm Beach Gardens for an accounting of disclosures; and h. Making internal practices, books, and records related to PHI available to the City of Palm Beach Gardens for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records and/or electronic transfer of data). The Bidder must give its customers written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.36 ADDITIONAL FEES AND SURCHARGES Unless provided for in the contract/agreement, the City will not make any additional payments such as fuel surcharges, demurrage fees, or delay-in-delivery charges. 1.37 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 1.38 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL FUNDING If the goods or services to be acquired under this Solicitation are to be purchased, in part or in whole, with Federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5, and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this Solicitation and resultant contract by reference. 1.39 BINDING EFFECT All of the terms and provisions of this contract/agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. 1.40 SEVERABILITY The City’s obligation pursuant to any contract or agreement entered into in accordance with this Solicitation is specifically contingent upon the lawful appropriation of funds. Failure to lawfully appropriate funds for any contract or agreement awarded shall result in automatic termination of the contract or agreement. A non-appropriation event shall not constitute a default or breach of said contract or agreement by the City. 1.41 GOVERNING LAW AND VENUE This contract and all transactions contemplated by this agreement shall be governed by and construed and enforced in accordance with the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 9 Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. 1.42 ATTORNEY’S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this contract or interpret same, or if any administrative proceeding is brought for the same purposes, each party shall pay their own attorney’s fees and costs, including appellate fees and costs. 1.43 EQUAL OPPORTUNITY AND ANTI-DISCRIMINATION The City of Palm Beach Gardens complies with all laws prohibiting discrimination on the basis of age, race, gender, religion, creed, political affiliation, sexual orientation, physical or mental disability, color or national origin, and therefore is committed to assuring equal opportunity in the award of contracts and encourages small, local, minority, and female- owned businesses to participate. During the performance of this contract, the awarded Bidder agrees it will not discriminate or permit discrimination in its hiring practices or in its performance of the contract. The awarded Bidder shall strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida, Palm Beach County and the federal government. The awarded Bidder further acknowledges and agrees to provide the City with all information and documentation that may be requested by the City from time to time regarding the Solicitation, selection, treatment and payment of subcontractors, suppliers, and vendors in connection with this Contract. 1.44 AVAILABILITY OF CONTRACT TO OTHER CITY DEPARTMENTS It is agreed and understood that any City department or agency may access this contract and purchase the goods or services awarded herein. Each City department will issue a separate purchase order to the awarded Bidder for the department’s specific purchases. 1.45 CRIMINAL HISTORY BACKGROUND CHECKS Prior to hiring a contract employee or contracting with a Bidder, the City may conduct a comprehensive criminal background check by accessing any Federal, State, or local law enforcement database available. The contract employee or Bidder will be required to sign an authorization for the City to access criminal background information. The costs for the background checks shall be borne by the City. 1.46 LABOR, MATERIALS, AND EQUIPMENT Unless specified elsewhere in the Solicitation or resultant contract, all labor, materials, and equipment required for the performance of the requirements of the Contract shall be supplied by the awarded Bidder. 1.47 MINIMUM WAGE REQUIREMENTS The awarded Bidder shall comply with all minimum wage and living wage requirements, such as Living Wage requirements, minimum wages based on Federal Law, minimum wages based on the Davis-Bacon Act, and the provisions of any other wages laws, as may be applicable to this Contract. 1.48 PACKING SLIP AND DELIVERY TICKET A packing slip and/or delivery ticket shall accompany all items during delivery to the City. The documents shall include information on the contract number or purchase order, any back order items, and the number or quantity of items being delivered. 1.49 PURCHASE OF OTHER ITEMS The City reserves the right to purchase other related goods or services, not listed in the Solicitation, during the contract term. When such requirements are identified, the City may request price quote(s) from the awarded Bidder(s) on the contract. The City, at its sole discretion, will determine if the prices offered are reasonable, and may choose to purchase the goods or services from the awarded Bidder, another contract vendor, or a non-contract vendor. 1.50 PUBLIC RECORDS Florida law provides that municipal records shall at all times be available to the public for inspection. Chapter 119, Florida Statutes, the Public Records Law, requires that all material submitted in connection with a Bid response shall be deemed to be public record subject to public inspection upon award, recommendation for award, or thirty (30) days after Bid opening, whichever occurs first. Certain exemptions to public disclosure are statutorily provided for in Section 119.07, Florida Statutes. If the Bidder believes any of the information contained in his/her/its Bid is considered confidential and/or proprietary, inclusive of trade secrets as defined in Section 812.081, Florida Statutes, and is exempt from the Public Records Law, then the Bidder, must in its response, specifically identify the material which is deemed to be exempt and state the legal authority for the exemption. All materials that qualify for exemption from Chapter 119, Florida Statutes or other applicable law must be submitted in a separate envelope, clearly identified as “EXEMPT FROM PUBLIC DISCLOSURE” with the firm’s name and the Bid number clearly marked on the outside. The City will not accept Bids when the entire Bid is labeled as exempt from disclosure. The City’s determination of whether an exemption applies shall be final, and the Bidder agrees to defend, indemnify, and hold harmless the City and the City’s officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City’s treatment of records as public records. The awarded Bidder(s) shall keep and maintain public records and fully comply with the requirements set forth at Section 119.0701, Florida Statues, as applicable; failure to do so shall constitute a material breach of any and all agreements awarded pursuant to this Solicitation. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 10 1.51 CONFLICTS OF INTEREST All Bidders must disclose with their Bid the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Further, all Bidders must disclose the name of any City employee who has any interest, financial or otherwise, direct or indirect, of five percent (5%) or more in the Bidders’ firm or any of its branches. Failure to disclose any such affiliation will result in disqualification of the Bidder from this Invitation to Bid and may be grounds for further disqualification from participating in any future Bids or Bids with the City. 1.52 PUBLIC ENTITY CRIMES As provided in Section 287.133(2) (a), Florida Statutes, a person or affiliate who has been placed on the convicted vendors list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity; may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit Bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity. 1.53 OTHER GOVERNMENTAL AGENCIES If a Bidder is awarded a contract as a result of this ITB, the Bidder shall allow other governmental agencies to access this contract and purchase the goods and services under the terms and conditions at the prices awarded, as applicable. 1.54 COMPLETION OF WORK AND DELIVERY All work shall be performed and all deliveries made in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the awarded Bidder(s), except in such cases where the completion date will be delayed due to acts of nature, force majeure, strikes, or other causes beyond the control of the awarded Bidder. In these cases, the awarded Bidder shall notify the City of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the City. 1.55 FAILURE TO DELIVER OR COMPLETE WORK Should the awarded Bidder(s) fail to deliver or complete the work within the time stated in the contract, it is hereby agreed and understood that the City reserves the authority to cancel the contract with the awarded Bidder and secure the services of another vendor to purchase the items or complete the work. If the City exercises this authority, the City shall be responsible for reimbursing the awarded Bidder for work that was completed, and items delivered and accepted by the City in accordance with the contract specifications. The City may, at its option, demand payment from the awarded Bidder, through an invoice or credit memo, for any additional costs over and beyond the original contract price which were incurred by the City as a result of having to secure the services of another vendor. 1.56 CORRECTING DEFECTS The awarded Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within three (3) calendar days after the City notifies the awarded Bidder of such deficiency in writing. If the awarded Bidder fails to correct the defect, the City may (a) place the awarded Bidder in default of its contract; and/or (b) procure the products or services from another source and charge the awarded Bidder for any additional costs that are incurred by the City for this work or items, either through a credit memorandum or through invoicing. 1.57 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All awarded Bidders performing services or delivering goods under this contract shall conform to all relevant OSHA, State, and County regulations during the course of such effort. Any fines levied by the above-mentioned authorities for failure to comply with these requirements shall be borne solely by the awarded Bidder. Barricades shall be provided by the awarded Bidder when work is performed in areas traversed by persons, or when deemed necessary by the City. 1.58 OMISSIONS IN SPECIFICATIONS The specifications and/or statement of work contained within this Solicitation describe the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the Bidder from furnishing, installing, or performing such work where required to the satisfactory completion of the project. 1.59 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The awarded Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the awarded Bidder in conjunction with this Solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the awarded Bidder are found to be defective or do not conform to specifications, (1) the materials may be returned to the awarded Bidder at the Bidder’s expense and the contract cancelled; or (2) the City may require the awarded Bidder to replace the materials at the Bidder’s expense. 1.60 TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 11 Accordingly, the awarded Bidder(s) performing under this contract are required to provide two (2) complete sets of Material Safety Data Sheets to each City department utilizing the any awarded products that are subject to these regulations. This information should be provided at the time when the initial delivery is made, on a department-by- department basis. 1.61 TAXES The City of Palm Beach Gardens is exempt from Federal and State taxes for tangible personal property. 1.62 BIDDER’S COSTS The City shall not be liable for any costs incurred by Bidders in responding to this Invitation to Bid. 1.63 SUBSTITUTION OF PERSONNEL It is the intention of the City that the awarded Bidder’s personnel proposed for the contract shall be available for the initial contract term. In the event the awarded Bidder wishes to substitute personnel, the awarded Bidder shall propose personnel of equal or higher qualifications, and all replacement personnel are subject to the City’s approval. In the event the substitute personnel are not satisfactory to the City, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract for cause. 1.64 FORCE MAJEURE The City and the awarded Bidder are excused from the performance of their respective obligations under the contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance provided that: a. The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure. b. The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure. c. No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure. d. The non-performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the awarded Bidder shall not constitute a force majeure. The term of the contract shall be extended by a period equal to that during which either party’s performance is suspended under this section. 1.65 NOTICES Notices shall be effective when received at the addresses specified in the contract/agreement. Changes in respective addresses to which such notices are to be directed may be made from time to time by either party by written notice to the other party. Facsimile and email transmissions are acceptable notice effective when received; however, facsimile and email transmissions received after 5:00 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must also be mailed to the receiving party. Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the successful Proposer and the City of Palm Beach Gardens. 1.66 POOL CONTRACTS During the term of contracts and agreements that are executed as vendor pools, awarding vendors in prequalified pools of vendors, either as a general pool or by categories, sub-categories, or groups, the City reserves the right to add new vendors to these contracts for goods or services not awarded for the original Solicitation or as part of the general pool category, sub-category or group. To be eligible to be added to these pool contracts, a vendor must meet the same eligibility requirements established in the original Invitation to Bid. 1.67 FISCAL FUNDING OUT The City’s obligation pursuant to any contract or agreement entered into in accordance with this Solicitation is specifically contingent upon the lawful appropriation of funds. Failure to lawfully appropriate funds for any contract or agreement awarded shall result in automatic termination of the contract or agreement. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 12 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this Solicitation is to establish a contract for the purchase of mowing and landscaping services, and other related work, for the City of Palm Beach Gardens, Florida. 2.2 CONTRACT MEASURES AND PREFERENCES Intentionally Omitted 2.3 PRE-BID CONFERENCE The City will hold a Pre-Bid Conference on Wednesday, July 22, 2015, starting promptly at 10:00AM at City Hall Chambers, 10500 N Military Trail, Palm Beach Gardens. Potential Bidders should bring a copy of this Solicitation with them to the Pre-Bid Conference. Bidders will be allowed to ask questions and obtain information on important aspects of this Solicitation. The purpose of the Pre-Bid Conference is to provide and solicit information relative to the scope, purpose, nature, and extent of the work, and any local conditions, which may affect the work and its performance. Submission of a Bid shall constitute an acknowledgement by the Bidder that it has thoroughly examined and is familiar with the requirements of this Solicitation package. The failure or neglect of a Bidder to examine the Solicitation package, shall in no way relieve the Bidder of any obligation with respect to its Bid or the requirements of the Contract. No claim for additional compensation will be allowed which is based on a lack of knowledge of the requirements of this Solicitation package or the resultant Contract. 2.4 TERM OF CONTRACT The Contract shall commence on the date of the duly executed Agreement, and shall remain in effect for three (3) years, contingent upon the completion and submittal of all required Bid documents. The Contract shall expire on the last day of the last month of the three (3)-year Contract Term. 2.5 OPTION TO RENEW Prior to, or upon completion, of the initial three (3)-year Contract Term, the City shall have the Option to Renew the Contract for an additional two (2) years, at its sole discretion. Continuation of the Contract beyond the initial term, and any Option to Renew subsequently exercised, is a City prerogative, and not a right of the awarded Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. Should the awarded Bidder decline the City’s right to exercise the Option to Renew, the City may consider the awarded Bidder in default, which decision may affect that Bidder’s eligibility for future contracts with the City. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 13 2.6 METHOD OF AWARD: GROUP-BY-GROUP BASIS The City will award this Contract, on a Group-by-Group basis, to the responsive, responsible Bidders who submit offers on all items in a Group, and whose offer represents the lowest price in that Group when all items are added in the aggregate. If a Bidder fails to submit an offer on all items in a Group, its bid for that Group will not be considered. 2.7 PRICES If the Bidder is awarded a Contract under this Solicitation, the prices offered by the Bidder shall remain fixed and firm during the initial three-year Contract Term, except for any price adjustments that may be allowed elsewhere in this Contract. 2.8 PRICE ADJUSTMENTS Prior to, or upon completion, of the initial Contract Term, the City may consider an adjustment to prices based on the most recent annual change in the following pricing index: Consumer Price Index, All Goods and Services, All Items, Miami-Fort Lauderdale Area It is the awarded Bidder’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of the new Contract Term, the awarded Bidder’s request for adjustment should be submitted at least thirty (30) days prior to expiration of the current Contract Term. The adjustment requested shall not be in excess of the relevant pricing index change. If a timely adjustment request is not received from the awarded Bidder, the City may exercise its Option to Renew the Contract for another Term without any pricing adjustment. Any adjustment request received after the commencement of a new Contract Term will not be considered. The City reserves the right to negotiate lower pricing for the new Contract Term based on market research information or other factors that influence price. The City reserves the right to apply any reduction in pricing for the new Contract Term, based on the downward movement of the applicable index. The City reserves the right to reject any price adjustments requested by the awarded Bidder and/or to not exercise the Option to Renew based on such price adjustments. 2.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT Prior to submitting its offer, it is recommended that the Bidder visit the sites of the proposed Work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. The Bidder is also advised to examine carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any and all conditions and requirements that may in any manner affect the Work to be performed under the Contract. No additional allowances will be made because of lack of knowledge of these conditions. 2.10 EQUAL PRODUCTS Intentionally Omitted 2.11 LIQUIDATED DAMAGES Intentionally Omitted City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 14 2.12 INSURANCE The awarded Bidder shall not commence any performance pursuant to the terms of this Bid until certification or proof of insurance has been received and approved by the City’s Risk Coordinator or designee. The required insurance coverage is to be issued by an insurance company authorized, licensed and registered to do business in the State of Florida, with the minimum rating of B+ or better, in accordance with the latest edition of A.M. Best’s Insurance Guide. This insurance shall be documented in Certificates of Insurance which provides that the City of Palm Beach Gardens shall be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse change. The receipt of certificates or other documentation of insurance or policies or copies of policies by the City or by any of its representatives, which indicate less coverage than is required, does not constitute a waiver of the awarded Bidder’s obligation to fulfill the insurance requirements herein. Deductibles must be acceptable to the City. The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beach Gardens as an additional insured and listed as such on the insurance certificate. New Certificates of Insurance are to be provided to the City upon expiration. The awarded Bidder shall provide insurance coverage as follows: i. WORKERS COMPENSATION Awarded Bidder shall carry Workers Compensation Insurance to apply for all employees in compliance with the “Workers Compensation Law” of the State of Florida and all applicable Federal laws. The City reserves the right not to accept exemptions to the Workers Compensation requirements of this Solicitation. ii. COMPREHENSIVE GENERAL LIABILITY Awarded Bidder shall carry Comprehensive General Liability Insurance with minimum limits of One Million Dollars ($1,000,000.00); and include Products/Completion Liability of One Million Dollars ($1,000,000). The Certificate shall list the City as additional insured. NOTE: If Comprehensive General Liability limits are less than One Million Dollars ($1,000,000.00), the sum of Comprehensive General Liability limits and Excess Liability limits must equal no less than One Million Dollars ($1,000,000.00). iii. AUTOMOBILE LIABILITY Awarded Bidder shall carry Automobile Liability Insurance to include owned, non-owned, and hired, with minimum limits of One Million Dollars ($1,000,000.00) each occurrence. 2.13 BID BOND/GUARANTY Intentionally Omitted 2.14 PERFORMANCE BOND Intentionally Omitted 2.15 CERTIFICATIONS Intentionally Omitted City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 15 2.16 METHOD OF PAYMENT The awarded Bidder shall submit a Monthly Invoice to the City for work performed in the previous month, and which has been examined, inspected, and accepted by the City. The date of the Monthly Invoice shall not exceed thirty (30) calendar days from the performance of the Work. Under no circumstances shall the invoice be submitted to the City in advance of the performance and acceptance of the Work. The Monthly Invoice shall contain the following basic information: i. the awarded Bidder’s name and address; ii. invoice number; iii. date of invoice; iv. description of the Work performed and the locations; v. the contract number or purchase order number; and vi. any discounts. 2.17 DELIVERY REQUIREMENTS Intentionally Omitted 2.18 WARRANTY REQUIREMENTS Intentionally Omitted 2.19 ADDITIONAL LOCATIONS OR FACILITIES Although this Solicitation and resultant Contract identifies specific locations and facilities to be serviced, it is hereby agreed and understood that any City department or agency may be added to this Contract at the option of the City, for similar or related services. The awarded Bidder shall be invited to submit price quotes for these additional locations or facilities. If the City determines the quotes to be fair and reasonable, then the additional work will be awarded to the awarded Bidder. The additional site(s) will be added to the Contract by formal modification of the Agreement. The City may determine to obtain price quotes for the additional facilities from non- Contract vendors in the event that fair and reasonable pricing is not obtained from the awarded Bidder, or for other reasons, at the City’s sole discretion. 2.20 CATALOGS AND PRICE LISTS Intentionally Omitted 2.21 CLEAN UP The awarded Bidder shall remove all unusable materials and debris from the work areas at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the City. 2.22 DEMONSTRATION OF EQUIPMENT Intentionally Omitted 2.23 HOURLY RATE Intentionally Omitted City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 16 2.24 MOTOR VEHICLE LICENSE REQUIREMENT Intentionally Omitted 2.25 PATENTS AND ROYALTIES Intentionally Omitted 2.26 PRE-CONSTRUCTION CONFERENCE Intentionally Omitted 2.27 RELEASE OF CLAIM REQUIRED Pursuant Section 255.05, Florida Statutes all payments to subcontractors shall be made by the awarded Bidder within ten (10) days of receipt of the payment from the City. With the exception of the first payment, the awarded Bidder must pay all of its subcontractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of the payment by the awarded Bidder for monies due such subcontractors and suppliers as a result of a percentage of the work completed. The awarded Bidder must provide the City's project manager with duly executed affidavits (subcontractor's Statement of Satisfaction) or Releases of Claim from all subcontractors and suppliers who have performed any work or supplied any materials for the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous payments to the awarded Bidder. In the event such affidavits cannot be furnished, the awarded Bidder may submit an executed Consent of Surety to requisition payment, identifying the subcontractors and suppliers with the amounts for which the Statement of Satisfaction cannot be furnished. If the awarded Bidder fails to provide a Consent of Surety to requisition payment, the amount in dispute will be withheld by the City until either the Statement of Satisfaction is furnished, or the Consent of Surety to requisition payment is furnished. 2.28 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the performance of the proposed Contract, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the subcontractor(s) with respect to experience, skill, responsibility and business standing shall be considered by the City when making the award in the best interest of the City. If the Bidder fails to identify any and all sub-contractors in the Bid, the Bidder may be allowed to submit this documentation during the Bid evaluation period, if such action is in the best interest of the City. 2.29 OTHER FORMS OR DOCUMENTS If the City is required by the awarded Bidder to complete and execute any other forms or documents in relation to this Solicitation, the terms, conditions, and requirements in this Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or requirements of the Bidder’s forms or documents. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 17 SECTION 3 STATEMENT OF WORK AND TECHNICAL SPECIFICATIONS 3.1 STATEMENT OF WORK The City of Palm Beach Gardens invites bids from qualified and experienced firms to provide Mowing and Landscaping Services within the City. The awarded Bidders shall provide all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals required to perform a complete maintenance and management of the landscaping and debris in the City rights-of-way, landscape buffers, mitigation areas, and properties. Services shall be provided on City properties, excluding City parks, and include - but are not limited to - turf mowing, edging, cleanup, shrubs, hedges, small trees and palms under 10 feet in height, fertilization, disease and pest management, application of herbicides, turf renovations and debris disposal. 3.2 GENERAL LANDSCAPING MAINTENANCE The following are the general specifications covering the Right-of-Way maintenance: i. Unless specifically addressed in the appropriate section, these general provisions shall apply: Complete landscaping - including trees, shrubs, ground cover, and turf areas. ii. The work outlined shall include, but is not limited to, the following maintenance tasks: mowing, edging, pruning, weeding, mulching, fertilization, and pesticide/herbicide application. iii. Awarded Bidder shall implement turf management practices and horticultural practices as recommended by the Institute of Food and Agricultural Services (IFAS), University of Florida, Gainesville, Florida, as found in the current edition of the following publication: “Florida Lawn Handbook”. iv. No activity shall be carried out in a manner that shall disrupt, inconvenience, or endanger any member of the traveling public, either pedestrian or vehicle. Failure to follow mandated safety practices or guidelines may result in termination of the Contract for cause, at the City’s discretion. v. Bidder shall be responsible for restoration of any damages that occur as a result of their operations. Any damages shall be repaired by the Bidder at no expense to the City, and are not limited to, plant loss due to improper maintenance procedures, improper herbicide or pesticide use, improper trimming/pruning, improper equipment operation, pavement damage from loading or unloading, fuel spills, insufficient or improper fertilization resulting in plant chlorosis, untreated disease or pest problems, and injury to non-target plants and organisms, etc. vi. At the end of each maintenance day, all walks, drives, road surfaces, and open space areas shall be free of any loose materials, trash, and/or debris. No storage or provision for storage shall be made onsite for maintenance equipment or materials. vii. The awarded Bidder’s personnel shall wear proper attire, which, at a minimum, shall include a standard shirt carrying the company name and/or logo, present a good City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 18 appearance, and maintain a professional code of conduct. All personnel shall wear a safety vest with reflective striping when working within the road Right-of-Way. viii. All vehicles shall be clearly identified with the company name and/or logo, and present a good appearance. Vehicles and equipment shall be parked within the City Right-of-Way so as not to obstruct or interfere with pedestrian or vehicular traffic. ix. Mowing times shall be between the hours of 7:00AM – 5:00PM, Mondays through Fridays. Mowing schedule shall be as follows: Parks and Grounds: Monday through Friday, 7:00AM to 5:00PM (unless otherwise specified); Roadways: Monday through Friday, 9:00AM to 4:00PM; Saturday - 7:00AM to 5:00PM; Canals: Monday through Friday 7:00AM to 5:00PM; Saturdays - 9:00AM to 5:00PM; No mowing shall occur on Sundays or on the following public holidays: July 4th, Thanksgiving, Christmas, and New Year’s Day, except when prior approval has been secured from the City. The City of Palm Beach Gardens hosts numerous events throughout the year, which may require adjustments to the awarded Bidder’s maintenance schedule. The awarded Bidder will be notified by the City at least 7 days prior to an event. This should give the awarded Bidder sufficient time to adjust the schedule accordingly to accommodate the event, including allowing for any special maintenance requests by the City. 3.3 MAINTENANCE OF TRAFFIC (MOT) Maintenance of traffic (MOT) must conform to the current edition of the Florida Department of Transportation (FDOT), Roadway and Traffic Design Standards, the Standard Specifications for Road and Bridge Construction and the Manuals on Uniform Traffic Control Devices. All traffic control costs shall be a part of the unit price bid and shall not be paid for separately. Maintenance of traffic shall be subject to periodic inspections by the City. Deficiencies noted by the City shall be corrected immediately by the awarded Bidder, or the maintenance efforts shall be suspended (and all MOT removed) until the corrections can be made by the awarded Bidder and verified by the City. The awarded Bidder shall be solely responsible for correcting deficiencies and shall not be compensated for additional items necessary to comply with the terms of the MOT guidelines. NOTE: Bidders making offers on road median work must have a certified Maintenance of Traffic (MOT) intermediate level technician on staff. 3.4 EMERGENCY WORK The awarded Bidder may be requested to perform emergency work during evening or weekend hours. The awarded Bidder must respond to these emergency work requests within six (6) hours of notification by the City. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 19 3.5 TURFGRASS MAINTENANCE MOWING/EDGING/WEED CONTROL i. MOWING – GENERAL REQUIREMENTS a. Mowing - All turf areas are to be mowed typically once a week. An additional weekly mowing may be requested due to weather conditions, special events, and growth flush after fertilizing. Mower settings are to be at 2 1/5” to 3 1/5" in height, depending on turf variety. b. Grass clippings shall be left on the turf areas, provided there are no readily visible clumps remaining. Clumps shall be removed from the lawn immediately after mowing. Grass clippings shall not be directed into the bed areas, roads, sidewalks, or tree ring areas. c. Grass clippings or debris caused by mowing or trimming shall be removed from adjacent walks, drives, gutters, curbs, and other hardscape surfaces on the same day as mowed or trimmed. All clippings shall be removed when unsightly and requested by the City’s Inspectors and/or Project Manager or be mulched using mulching blades dependent on the amount of clippings. All turf areas at each site must be mowed on same day. d. All litter, debris, or items that may be propelled by mower blades MUST be removed from the turf BEFORE mowing and moved from the job site. The collected debris shall not be discarded into any landscape areas including landscape beds, drainage structures, or paved surfaces, and MUST be removed from the site and disposed of properly by the awarded Bidder. e. Mowing next to or parallel to waterways, lakes and standing water: All grass shall be cut to water’s edge. f. Mowing must be performed in a timely and systematic fashion in order to maintain the integrity and appearance of the landscape design. Awarded Bidder shall alternate mowing patterns to avoid mower wheel rut patterns, where the size of the mowing area permits. g. Mowing must be performed carefully so as not to “bark“ trees or shrubs, intrude into covered beds, damage sprinkler heads, valves, manifolds, time clocks, curbs, or other equipment or installations. ii. EDGING MAINTENANCE a. Herbicides shall not be used as an edging tool. Care must be taken not to damage trees, shrubs, or any other fixed object with edging equipment. String trimmer damage to trees and roots will not be tolerated. The awarded Bidder shall mechanically edge the turf at sidewalks and other paved surfaces. Weekly weed- eater edging shall be included with mowing. Edging of beds shall be included with mowing. The awarded Bidder shall use metal edger blades, with the exception of special paving areas where damage may occur. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 20 b. Mechanically edge all landscaping bed/sod interfaces, including individual tree rings (18in” from outside of tree trunk minimum). Dirt and debris produced by edging or trimming shall be removed and swept from adjacent hard surfaces. iii. WEED CONTROL MAINTENANCE a. All areas, including but not limited to shrub beds, flower beds, groundcover beds, tree wells, paved areas, sidewalks, concrete medians, cracks, stairways, pavers, expansion joints, bridge walls, picnic areas, playgrounds, under bleachers/benches, must be kept weed free at all times. Weeds shall be removed whenever the appearance becomes unsightly or when requested to do so by the City. Weed control may be accomplished by using selective herbicides, both pre- emergent and post-emergent, as needed. “Round-up” or other City-approved spray may be used to control weeds in pavement areas. b. Manufacturers’ label rates shall be strictly adhered to along with any safety precautions and disposal directions. Applicators shall be licensed in accordance with State regulations. The awarded Bidder shall submit to the City’s representative, at least 24 hours prior to chemicals being applied, the following information: identification of the chemical to be applied, pests controlled, date of application, time, name of applicator, and method of application. iv. REPLACEMENT OF MATERIAL a. Remove dead and damaged plants and replace with material of equivalent size, condition and variety, subject to approval and purchase by the City. Labor shall be provided by the awarded Bidder in a timely manner based on the hourly rates schedule. Plant material will be provided by the City, unless damage is caused by the awarded Bidder’s negligence (i.e. chemical damage, mechanical damage, water stress, etc.). b. Damage not resulting from awarded Bidder’s negligence, such as vandalism, vehicle, or weather, shall be reported promptly to the City’s Field Service Inspectors and/or Project Manager. The City will provide all necessary replacement/repair materials. Labor shall be provided by the awarded Bidder in a timely manner based on the hourly rates schedule. The awarded Bidder shall inspect all sites prior to starting any work, and contact the City with any concerns in regards to the condition of plant material. 3.6 SHRUBS AND GROUNDCOVER i. PRUNING – GENERAL REQUIREMENTS All Pruning to be performed using generally accepted horticultural practices. All debris resulting from pruning operations shall be removed from the property and disposed of in a suitable manner by the awarded Bidder. ii. PRUNING FREQUENCY The schedule for performance of this work is to be determined by the awarded Bidder with a frequency of no less than one (1) time per month. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 21 iii. PRUNING – MINIMUM REQUIREMENTS a. Shrubs within landscaping beds shall be maintained to provide maximum opaqueness. b. Pruning, trimming, and shaping landscape material shall be done to promote vigorous growth and maintain an attractive shape consistent with the plant’s character. c. No pruning shall be permitted as to render the top of the foliage mass to be wider than the base of the foliage. d. Pruning shall be performed to leave hedges in a uniform horizontal height. The City will establish heights of various planting areas. e. No chemical trimming or pruning will be allowed under any circumstances. f. All trimming and pruning debris shall be picked up and removed from the property on the day of each trimming by the awarded Bidder and at the awarded Bidder’s expense. g. Pruning, trimming, and shaping shrubs and trees within medians and road Rights of Way shall meet clear sight distance as required by FDOT or Palm Beach County streetscape design standards and shall conform to the Palm Beach County's streetscape standard and the City's roadway beautification plan, Section 78-324, of Article V of the Supplementary District Regulations, or a design approved by the City Council through a development order or separate agreement. h. Maintenance of landscape in road Rights-of-Way must comply with Section 62- 147 of the City’s Code of Ordinances. 3.7 PLANT AND MULCH BEDS The awarded Bidder shall implement, if necessary, and maintain an 18in” foot minimum radius of clear area at the base of all trees in turf areas. The awarded Bidder shall replace any landscaping material that is damaged by his equipment. The awarded Bidder shall implement, if necessary, and maintain a 4in” minimum border between turf areas and building walls, posts, signs and fences having painted surfaces that might be damaged by weed eaters. New mulch installation: Loosen existing mulch with a rake or garden weasel and gently mix the remaining decomposed mulch layer into the soil surface. If existing mulch is too thick to mix in (one inch or more), the mulch must be removed prior to installing the new mulch. Mulching is generally considered an additional service but once installed the awarded Bidder shall maintain a fresh appearance to all mulched beds. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 22 Prior to installing new mulch, the awarded Bidder shall trench all mulch bed edges adjacent to curbs, walks and turf areas to a depth of 3 to 4 inches. Apply an appropriate balanced fertilizer and herbicide per manufacturer’s instructions and labeling. Install mulch, not to reach a depth over two 2 inches or more in height. Weeds in planted and mulched beds shall be removed each site visit. The awarded Bidder may use herbicide but must get prior approval for materials and procedures from the City. The awarded Bidder shall comply with the manufacturer’s recommendations and all applicable local, state and federal laws. Damage to plants or property caused by the misuse of herbicides is the responsibility of the awarded Bidder. The awarded Bidder shall bring plant material to the condition as existed prior to damages, at no cost to the City. 3.8 MULCHING i. MULCH FREQUENCY Standard schedule for mulch application shall be once annually. Begin October 1 - Complete by mid-November (prior to Thanksgiving). ii. MULCH GENERAL a. Plant beds and tree pits shall be maintained with 4 inches of mulch. b. Typical types of mulch accepted are: cypress mulch, econo mulch, pine straw or approved equal. The City will identify the type of material required for mulch applications. 3.9 TREES AND PALMS i. PRUNING For purposes of this Section, any required pruning is limited to a height of 16 feet as measured from ground level or to meet clear sight line as determine by FDOT and PBC streetscape standards on roadway areas. ii. PRUNING FREQUENCY The schedule for performance of this work is to be determined by the awarded Bidder, with a frequency of no less than one (1) time per month. iii. PRUNING - GENERAL MAINTENANCE Pruning of trees and palms shall include, but not be limited to:  Dead, dying or unsightly parts of the tree.  Sprouts growing at or near the base of the tree trunk.  Branches that grow toward the center of the tree. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 23  Crossed branches that may rub together.  Multiple leaders of a tree that normally have only one stem.  Nuisance growth that interferes with view, walks, lighting or signage. Removal of all dangerous branches, thorns and fronds that indicate potential conflict with people, including branches overhanging sidewalks, encroaching guardrails, and vehicular traffic. Branches that have strong potential for damage by storms (preventative) or have been damaged by storms (post storm event). Branches need to be clear from back of the curb and maintain a fourteen foot (14’) vertical clearance from the pavement for vehicular traffic. Pruning paint is prohibited. Sharp and proper pruning tools shall be used to remove portions of trees, including any sucker growth. No chemical treatment of sucker growth will be permitted. Branches, dead wood, and cuttings resulting from pruning shall be removed from the job site and disposed of by the awarded Bidder in an acceptable manner. All lawn and shrub areas damaged by pruning equipment shall be replaced at the awarded Bidder‘s expense. Dead palm fronds that have fallen to the ground are to be removed at each mowing. Dead palm fronds shall be removed from the palm head and trunk of any palm species (including Washingtonian Palms) up to a defined height of 16’ or to meet clear sight line as determine by FDOT and PBC streetscape standards for roadway areas. 3.10 FERTILIZATION Chemical analysis sheets, particularly palm tree fertilizer, shall be submitted to the City’s representative prior to application along with the recommended application rates, as noted by the manufacturer. 3.11 TURF FERTILIZATION The fertilizer shall be a granular fertilizer with composition of 15-0-15. It shall be a complete fertilizer (containing both major and micro nutrients), sulfur coated, time released, and applied at a rate of 1 Ib. of nitrogen per 1,000 sq. ft. of sod. The awarded Bidder shall not use any types of fertilizers, other than those specified, without specific approval from the City. Turf, where City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 24 required and as specified in the individual maintenance area specification sheets, shall be fertilized three (3) times annually during the following months: January, April, and October. The awarded Bidder shall notify the City 24 hours in advance, prior to fertilizer applications, so the City can adjust irrigation systems accordingly or notify the awarded Bidder of systems under repair. All residual fertilizers remaining on any hardscape surfaces shall be removed immediately after the application process is completed to avoid staining. 3.12 TREES, SHRUBS, & GROUND COVER FERTILIZATION Fertilizer shall be applied to all trees, shrubs and ground covers, with the exception of Pine Trees, Sabal (Cabbage) Palms, Wax Myrtles, and Saw Palmettos. Fertilizer shall be commercial grade. Fertilizer shall be 10-10-10, sulfur coated, time released, or as recommended because of specific species. The awarded Bidder shall not use any types of fertilizers other than those specified, without specific approval from the City. Granular fertilizer can be utilized for plants on level terrain. Plants established on sloped locations, such as Interstate ramps, bridges, and flyovers where run off is likely shall have fertilizer in a tablet or spike form, specifically designated for the species being fertilized. 3.13 PALM FERTILIZATION - GENERAL REQUIREMENTS Sabal Palms (Cabbage Palms): No fertilization is required. Washingtonian Palms: Spike form only (Similar to “Lutz” brand Palm Tree Maintenance Spikes). Fertilizer used for Washingtonian Palms shall meet or exceed the chemical analysis quantities appearing on the “Lutz” Palm Tree Maintenance Spikes. All other palms (Royal, and Paurotis): Fertilize using a “Palm Special” fertilizer. Fertilizer used shall be complete with Magnesium, Manganese, Potassium, and micronutrients. Material shall be applied at label rates. Medjool Palm (Phoenix Dactilifera): Fertilization as specified in the schedule provided. 3.14 FERTILIZATION FREQUENCY Sod, trees, and shrubs shall be fertilized three (3) times per year during the months of January, April and October. Palm trees shall be fertilized as follows: Sabal Palms (Cabbage Palms): No fertilization is required. Washingtonian palms: if “Lutz” brands palm tree maintenance spikes are used, fertilization is required once annually in January. Other spike fertilizers will be applied biannually, unless label rates specify differently. Royal and Paurotis palms shall be fertilized two times yearly (January & June) or as required to eliminate yellowing of the fronds. Medjool palms: see Medjool palms annual pesticide/fertilization schedule under the pesticides section below. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 25 3.15 PESTICIDES i. PESTICIDES FREQUENCY Pesticide control, where required, shall be applied on a monthly basis for the control of insects. ii. PESTICIDES – MINIMUM REQUIREMENTS A licensed operator, using EPA approved material under the direction of a Certified Pest Control Operator, shall apply chemical controls. Copies of current licenses must be provided to the City prior to chemical use. The manufacture’s written instructions and EPA criteria shall be strictly adhered to for application rates, warning, and re-entry restrictions, etc. Prior to the application of any pesticide, the awarded Bidder shall notify the City of the specific chemical being used, application rates, and other particulars with reference to safety issues. The posting of any required notifications regarding re-entry periods, if required, is the responsibility of the awarded Bidder. The awarded Bidder assumes all liability for damage and/or injury resulting from accident of misuse of these products and/or equipment. The City retains the right to prohibit the use of any herbicide or pesticide. Any plant damaged, or that seriously declines due to chemical applications (Pesticide or Herbicide; Granular or liquid), shall be replaced with like material of comparable size, type, and value at the awarded Bidder’s expense. Awarded Bidder shall submit to the City’s representative, on the same day chemicals are applied, the following information: identification of the chemical to be applied, pests controlled, date of application, time, name of applicator, and method of application. 3.16 FIRE ANT CONTROL The awarded Bidder shall treat individual mounds with appropriate material during regular mowing cycles. The awarded Bidder shall perform a complete site treatment for all areas twice a year. 3.17 MAJOR STORM EVENT CAVEAT The awarded Bidder shall have the resources or a subcontractor assigned and available to provide tree trimming, tree removal, and/or debris removal services (as assigned by the City’s representative) from City property, within 48 hours after a hurricane passes. The main objective of this work is to remove cracked, broken, and suspended branches from damaged trees, as well as trees which are leaning or have fallen. This work shall be based on (all inclusive) hourly rates. 3.18 EXHIBITS The following Exhibits are attached to this Solicitation and contain important information regarding the work to be performed under the resultant Contract. The City has made its best efforts to ensure that the information contained in the Exhibits is accurate. However, the Exhibits are provided for informational purposes only, and Bidders are strongly advised to verify the accuracy of the information provided by visiting the locations of the proposed work. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 26 i. Exhibit “A” – Mowing Schedule ii. Exhibit “B” – Site Locations City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 27 BID SUBMITTAL This Page and all following pages comprise your original Bid Submittal package. Please also attach any additional information or documentation requested in this Invitation to Bid. There is no need to include the preceding Sections 1, 2, and 3 in your Bid Submittal package. INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original bid and the electronic copy, the original bid shall be the governing document. Bids must contain all information required to be included in the submittal, as described in the Solicitation. Invitation to Bid No.: ITB2015-047PF Title: Mowing and Landscaping Services Due Date and Time: Friday, August 7, 2015 @ 3:00PM Name of Bidder City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 28 SECTION 4 PRICING SCHEDULE 4.1 PRICES AND RATES The Pricing Schedule is attached to this Solicitation as Exhibit “C”. The Bidder shall complete the form in its Excel format, and shall not change any of the information or formatting provided by the City. The Pricing Schedule must be submitted in Excel format with your Bid Submittal. If the Pricing Schedule is submitted in any other format, your Bid may be rejected. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 29 SECTION 5 ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated Addendum #10, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________ Date City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 30 SECTION 6 BID SUBMITTAL SIGNATURE PAGE By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Firm Name: ______________________________________________________________________________ Street Address: ______________________________________________________________________________ Mailing Address (if different than Street Address): ______________________________________________________________________________ Telephone Number(s): _________________________________________ Fax Number(s): _______________________________________________ Email Address: ________________________________________________ Federal Employer Identification Number: _____________________________________________ Prompt Payment Terms: _____% _____ days’ net _____days Signature: _____________________________________________________________________ (Signature of authorized agent) Print Name: ___________________________________________ Title: _________________________________________________ By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract/Agreement. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER AND THE BIDDER’S UNEQUIVOCAL OFFER TO BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 31 SECTION 7 AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT 7.1 AFFIDAVITS The forms listed below must be completed by an official having legal authorization to contractually bind the company or firm. Each signature represents a binding commitment upon the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to be the lowest responsive and responsible Bidder. a. Conflict of Interest Disclosure Form b. Notification of Public Entity Crimes Law c. Drug-Free Work Place d. Non-Collusion Affidavit e. Sample Performance Bond Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE f. Sample Payment Bond Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE g. Sample Letter of Credit Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 32 CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the Bidder’s firm or any of its branches. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for evaluation team members and other key personnel involved in the award of this contract. The term “conflict of interest” refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: _________ To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other Cities, Counties, contracts, or property interest for this Bid. _________ The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other Cities, Counties, contracts, or property interest for this Bid. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 33 NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has been placed on the convicted contractors list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-vendor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed on the convicted contractors list. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 34 DRUG-FREE WORKPLACE ________________________________________________________is a drug-free workplace and has (Company Name) a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 35 NON-COLLUSION AFFIDAVIT STATE OF ______________ COUNTY OF ____________ Before me, the undersigned authority, personally appeared ____________________________, who, after being by me first duly sworn, deposes and says of his/her personal knowledge that: a. He/She is __________________________ of ______________________________, the Bidder that has submitted a Bid to perform work for the following: ITB No.:_______________________ Title: b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids, and of all pertinent circumstances respecting such Solicitation. Such Bid is genuine and is not a collusive or sham Bid. c. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Solicitation and contract for which the attached Bid has been submitted or to refrain from proposing in connection with such Solicitation and contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any person interested in the proposed contract. d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. _______________________________ Signature Subscribed and sworn to (or affirmed) before me this _______ day of _____________________ 2014, by ______________________________, who is personally known to me or who has produced _______________________________________________ as identification. SEAL Notary Signature_____________________________ Notary Name: _______________________________ Notary Public (State): __________________________ My Commission No: ___________________________ Expires on: __________________________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 36 SAMPLE PERFORMANCE BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the City. Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having performed City’s obligations thereunder, the Surety may promptly remedy the default or shall promptly: a. Complete the Contract in accordance with its terms and conditions; or b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible Bidder, or if the City elects, upon determination by the City and the Surety jointly of the most responsible Bidder, arrange for a Contract between such Bidder and the City, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 37 of the contract price”, as used in this paragraph, shall mean the total amount payable by the City to Contractor under the contract and any amendments thereto, less the amount properly paid by the City to the Contractor. Any suit under this bond must be instituted before the expiration of twenty-five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 38 SAMPLE PAYMENT BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Contract and of such subcontractors shall promptly make payments to all persons supplying him or them with labor, products, services, or supplies for or in the prosecution of the work provided for in such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of reasonable attorney's fees, incurred by the claimants in suits on this bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this bond is subject to the following conditions and limitations: a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the work provided for in said Contract shall have a direct right of action against the Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in the county in which the work provided for in said Contract is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. b) The Principal and Surety hereby designate and appoint _____________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 39 ________________________________________________________as the agent of each of them to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject to any suit, action or proceeding thereon that is instituted later than one year after the final settlement of said Contract. d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all the provisions of the law referring to this character of bond as set forth in any sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 40 SAMPLE LETTER OF CREDIT FORMAT LETTER OF CREDIT NO.: _________________ ISSUANCE DATE: _________________ APPLICANT: {Name of Corporation}___________________________ {Address}______________________________________ {City, State, Zip}________________________________ BENEFICIARY: CITY OF PALM BEACH GARDENS 10500 N. MILITARY TRAIL PALM BEACH GARDENS, FLORIDA 33410 FOR U.S.D. $_________ DATE OF EXPIRATION: ________________ WE HEREBY ESTABLISH OUR IRREVOCABLE LETTER OF CREDIT NO. _________ IN FAVOR OF THE BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER “PBG”) FOR THE ACCOUNT OF THE ABOVE-REFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank) PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOT TO EXCEED A TOTAL OF (Insert the amount of money), THE AMOUNT REFERENCED ABOVE. DEMANDS OF THE LETTER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LETTER OF CREDIT IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project} ______________________________________ (THE ‘PROJECT’). IT IS A CONDITION OF THIS LETTER OF CREDIT THAT IT WILL BE AUTOMATICALLY EXTENDED FOR PERIODS OF ONE YEAR FROM EXPIRY DATE HEREOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS LETTER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD. WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY HONORED UPON PRESENTATION TO {Name of Bank}______________________________ (THE ‘BANK’), WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LETTER OF CREDIT, IS PRESENTED PRIOR TO THE City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 41 EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LETTER OF CREDIT AND UPON PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL. DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO: {Name of Bank Branch}_______________________________ {Address}__________________________________________ {City, State, Zip}_____________________________________ ATTN: {Department} _________________________________ ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF SAME WITH THE AMOUNT OF EACH DRAWING BY US. PARTIAL DRAWINGS ARE PERMITTED. THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED “DRAWN UNDER {Name of Bank} ____________________________ LETTER OF CREDIT NUMBER _____________ DATED ____________________, 20__.” THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, (2007 REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LETTER OF CREDIT SHALL BE PALM BEACH COUNTY, FLORIDA. {Name of Bank}_________________________ BY: ______________________________ {Name}_____________________ {Title}______________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 42 SECTION 8 SAMPLE AGREEMENT FORMAT Below is the standard agreement format for this Invitation to Bid. This is a sample agreement only and is subject to revisions. PLEASE DO NOT COMPLETE. AGREEMENT THIS AGREEMENT is hereby made and entered into this ____ day of ____________, 20__, (the “effective date”) by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and _____________, a corporation (hereafter referred to as “Contractor”), whose address is ______________. WHEREAS, the City desires to retain the services of the Contractor to provide the goods and services in accordance with the City’s Invitation to Bid No. , and the Contractor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Invitation to Bid No. ________, and the Contractor’s response to the Invitation to Bid, including all documentation required thereunder. In the event of a conflict between the terms, conditions, and specification set forth in this Agreement and City’s ITB No. ______, and the Contractor’s response; the documents shall have precedence in the following order, this Agreement, then the City’s ITB No. ____________, and then the Contractor’s response to ITB No. ______. ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES The Contractor shall provide the goods and/or perform those services identified in the specifications accompanying the City’s Invitation to Bid, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor, in compliance with the Pricing Schedule attached hereto and incorporated herein, according to the terms and specifications of the referenced Invitation to Bid. ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certified mail (postage prepaid), return receipt requested, to the following addresses: City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 43 i. As to the City: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Email: ii. with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Email: iii. As to the Contractor: Attn.: Email: b. Headings. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. c. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. ARTICLE 5. CONTRACT TERM This term of this Agreement shall be from the effective date through ___________, 20__, unless terminated earlier in accordance with terms set forth in the ITB. (Remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 44 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. CITY OF PALM BEACH GARDENS, FLORIDA [SEAL] By: ______________________________________ Ronald M. Ferris, City Manager ATTEST: By: ____________________________ Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: ____________________________ R. Max Lohman, City Attorney , By: ______________________________________ Print Name: ________________________________ Title: _____________________________________ WITNESS: By: ___________________________________ Print Name: ____________________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 45 SECTION 9 EXHIBITS 1. Exhibit “A” – Mowing Schedules 2. Exhibit “B” – Site Locations (Note: This file is very large. It is approximately 100MB.) 3. Exhibit “C” – Pricing Schedule City of Palm Beach Gardens Exhibit "A"ITB2015-047PF, Mowing and Landscaping Services Parks and Common Grounds M o w i n g a n d E d g i n g f r e q u e n c y Sh r u b p r u n i n g Tr e e a n d P a l m P r u n i n g Fe r t i l i z a t i o n o f t u r f a n d / o r s h r u b s Fir e a n t B a i t 2 X M u l c h 1 X a n d a d d i t i o n a l a s n e e d e d Pe s t i c i d e / H e r b i c i d e A p p s Sp e c i a l t y P a l m s Co n c r e t e M e d i a n B u l l n o s e Sq u a r e F o o t a g e V e g e t a t i v e Comments 1. Burns Rd Community Center 41 X X X X X X X 414,185 Maintenance of pool areas Fridays only, keep jogging trail edged 2. City Hall Complex, Fire Station, Police Station, 10500 N Military Trail 41 X X X X X X X 291,778 Maintenance on Saturdays only 3. Riverside Youth Enrichment Center/ 10170 Riverside Dr 41 X X X X X 19,286 Saturdays only no pesticides or herbicides to be used on this site 4. Tennis Center/ 5110 117th Court North 41 X X X X X X 706,814 Maintenance only after 1 PM 5. Fire Station #2/ 11025 Campus Drive 41 X X X X X X X 54,933 This Site under construction SF reflect completed project. 6. Fire Station #3/ 5162 Northlake Blvd 41 X X X X X X X 240,449 Majority of site non irrigated Bahia 7. Fire Station #4/ 11264 Jog Road 41 X X X X X X X X 44,892 8. Fire Station #5/ 3913 Hood Road 41 X X X X X X 39,258 9. Mirasol Park/ 12385 Jog Road 41 X X X X X X X 171,141 Keep jogging trail edged 10. PGA Park/ 1 Ryder Cup Boulevard 41 X X X X X X X 658,633 Majority of park non irrigated Bahia 11. Oaks Park/ 10666 Gardens East Drive 41 X X X X X X 353,245 Irrigated Bahia/keep jogging trail edged 12. Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 41 X X X X X X 191,194 13. Lakeside Lake Catherine/ MacArthur Blvd 41 X X X X X X 192,319 Keep jogging trail edged 14. Plant Drive & Skate Park/ 10113 Plant Drive 41 X X X X X X X 123,207 15. Gardens Park/ 4301 Burns Rd 41 X X X X X X 436,201 16. Sand Hill Crane Park/ 8175 PGA Boulevard 41 X X X X X X 43,038 17. Twins Parks/ 648 Holly Drive 41 X X X X X X 30,001 18. Lilac Park commons & Dog Run/ 4175 Lilac Street 41 X X X X X X X 489,489 No pesticides or herbicides to be used in dog parks\keep jogging trail edged 19. Riverside Drive Linear Park/ Riverside Dr 41 X X X X X X 44,596 20. South Ilex Circle Neighborhood Park/Ilex Cir S 41 X X X X X 25,195 Irrigated Bahia 21. City Park/ 5070 117th Court North 41 X X X X X X Roadway Medians and Rights-of-Way M o w i n g a n d E d g i n g f r e q u e n c y Sh r u b p r u n i n g Tr e e a n d P a l m P r u n i n g Fe r t i l i z a t i o n o f t u r f a n d / o r s h r u b s Fir e a n t B a i t 2 X M u l c h 1 X a n d a d d i t i o n a l a s n e e d e d Pe s t i c i d e / H e r b i c i d e A p p s Sp e c i a l t y P a l m s Co n c r e t e M e d i a n B u l l n o s e Sq u a r e F o o t a g e V e g e t a t i v e Comments 22. Allamanda Dr ROW 41 X X X 96,897 23. Allamanda Dr / Rainwood Dr Retention Area 41 X X 30,445 Un-irrigated 24. Alt A1A (West Side - Burns to RCA Blvd)41 X X X 60,202 15' ROW ONLY 25. Banyan Street Parcel - North 41 X 11,310 Un-irrigated 26. Banyan Street Parcel - South 41 X 20,314 Un-irrigated 27. Burns Rd & I-95 Overpass 41 X 2,251 28. Burns Rd Medians - Military Trl to Prosperity Farms Rd 41 X X X X X X X 59,594 29. Burns Rd ROW - South Side Allamanda Dr to Raintree Dr 41 X X X X 18,183 Includes trimming of wall vegetation 30. Camberwell on Avenue of PGA 41 X X 11,788 31. City Sign - PGA Blvd & Fairway Dr X 519 Shrub pruning only 32. Cottonwood Circle Median 41 X 1,360 33. Garden Woods Entrance Median - Elm Ave 41 X X 2,438 34. Gardens Glenn - Entrance and Medians 41 X X X 8,532 35. Holly Dr Medians - Riverside Dr to Military Trl 41 X X X X X X X 52,242 36. Holly Dr ROW - Lighthouse Dr to Ironwood Rd 41 X X 16,369 37. Holly Drive & I-95 Overpass 41 X 4,384 38. Holly Drive Cul-de-Sac 41 1,498 39. Hood Road Medians - Military Trl to Alt A1A 41 X X X X X X X X 28,064 40. Iris Circle Median 41 X 1,936 Un-irrigated 41. MacArthur Blvd Medians, Crosswalks, and ROWs 41 X X X X X X 37,762 42. Military Trail Medians - Hood Rd to Donald Ross Rd 41 X X X X X X X 50,390 43. Military Trail Medians - Lillian Ave to EPB-3 Canal 41 X X X X X X X 103,776 44. Northlake Blvd & I-95 Intersection 41 X X X X X X 394,624 45. Northlake Blvd Medians - Military Trl to East Side of Turnpike 41 X X X X X X X 59,060 46. Palm Beach Gardens Elementary ROW 11 49,180 Only maintain while school is out for summer 47. PGA Blvd & I-95 Intersection 41 X X X X X X X X 360,473 48. PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 41 X X 5,292 49. PGA Blvd Medians - Military Trl to East Side of Turnpike 41 X X X X X X X 81,531 50. Prosperity Farms Rd & Prosperity Oaks Ct 41 X X X X X X 6,699 Keep ligustrum natural 51. Public Works and Ironwood Rd 41 X X X X X X 8,201 52. Sandtree Drive 41 7,849 Un-irrigated 53. Seagrape Way Median 41 X X X X X X 7,590 54. US Hwy 1 Medians - Golden Bear to Towers Office Building 41 X X 3,528 Un-irrigated Site No.Site/ Location Vegetated Square Footage Concrete Area Square Footage C:Common P:Park M:Medians L:Longline Turf Mowing Yearly Cost (Based on 41 cuts per year) Mulch Cost (Yearly) Fertilization Yearly Cost - Sod, Trees and Shrubs (Based on 3 times per year) Fertilization Yearly Cost -Palms (Based on 3 times per year)Total Yearly Costs Alternate Turf Mowing Yearly Cost (Based on 32 cuts per year) Alternate Fertilization Yearly Cost -Sod, Trees and Shrubs (Based on 2 times per year) Fertilization Yearly Cost - Palms (Based on 2 times per year) Alternate Bid Total Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/ 4404 Burns Rd 414,185 Sq. Ft C 2 City Hall Complex/Fire Station #1/Police/ 10500 N Military 291,778 Sq. Ft C 3 Riverside Youth Enrichment Center/ 10170 Riverside Dr 19,286 Sq. Ft C 4 Tennis Center/ 5110 117th Court North 706,814 Sq. Ft C 5 Fire Station #2/ 11025 Campus Drive 54,933 Sq. Ft C 6 Fire Station #3/ 5162 Northlake Blvd 240,449 Sq. Ft C 7 Fire Station #4/ 11264 Jog Road 44,892 Sq. Ft C 8 Fire Station #5/ 3913 Hood Road 39,258 Sq. Ft C 9 Mirasol Park/ 12385 Jog Road 171,141 Sq. Ft P 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 Sq. Ft P 11 Oaks Park/ 10666 Gardens East Drive 353,245 Sq. Ft P 12 Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 Sq. Ft P 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 Sq. Ft P 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 Sq. Ft P 15 Gardens Park/ 4301 Burns Rd 436,201 Sq. Ft P 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43,038 Sq. Ft P 17 Twins Parks/ 648 Holly Drive 30,001 Sq. Ft P 18 Lilac Park Commons & Dog Run/ 4175 Lilac Street 489,489 Sq. Ft P 19 Riverside Drive Linear Park/ Riverside Dr 44,596 Sq. Ft P 20 South Ilex Circle Neighborhood Park/ Ilex Cir S 25,195 Sq. Ft P 21 City Park/ 5070 117th Court North 78,977 Sq. Ft P GROUP B MEDIANS 22 Allamanda Dr ROW 96,897 Sq. Ft M 23 Allamanda Dr / Rainwood Dr Retention Area 30,445 Sq. Ft M 24 Alt A1A (West Side - Burns to RCA Blvd)60,202 Sq. Ft M 25 Banyan Street Parcel - North 11,310 Sq. Ft M 26 Banyan Street Parcel - South 20,314 Sq. Ft M 27 Burns Rd & I-95 Overpass 2,251 Sq. Ft M 28 Burns Rd Medians - Military Trl to Prosperity Farms Rd 59,594 Sq. Ft M 29 Burns Rd ROW - South Side Rainwood Dr to Allamanda Dr 18,193 Sq. Ft M 30 Camberwell on Avenue of PGA 11,788 Sq. Ft M 31 City Sign - PGA Blvd & Fairway Dr 519 Sq. Ft M 32 Cottonwood Circle Median 1,360 Sq. Ft M 33 Garden Woods Entrance Median - Elm Ave 2,438 Sq. Ft M 34 Gardens Glenn - Entrance and Medians 8,532 Sq. Ft M 35 Holly Dr Medians - Riverside Dr to Military Trl 52,242 Sq. Ft M 36 Holly Dr ROW - Lighthouse Dr to Ironwood Rd 16,368 Sq. Ft M 37 Holly Drive & I-95 Overpass 4,384 Sq. Ft M 38 Holly Drive Cul-de-Sac 1,498 Sq. Ft M 39 Hood Road Medians - Military Trl to Alt A1A 28,064 Sq. Ft 3,037 Sq. Ft M 40 Iris Circle Median 1,936 Sq. Ft M 41 MacArthur Blvd Medians, Crosswalks, and ROWs 37,762 Sq. Ft M 42 Military Trail Medians - Hood Rd to Donald Ross Rd 50,390 Sq. Ft 20,041 Sq. Ft M CITY OF PALM BEACH GARDENS ITB2015-047PF, Mowing and Landscaping Services 43 Military Trail Medians - Lillian Ave to EPB-3 Canal 103,776 Sq. Ft 34,842 Sq. Ft M 44 Northlake Blvd & I-95 Intersection 394,624 Sq. Ft 1,628 Sq. Ft M 45 Northlake Blvd Medians - Military Trl to East Side of Turnpike 59,060 Sq. Ft 23,317 Sq. Ft M 46 PGA Blvd & I-95 Intersection 360,473 Sq. Ft 3,740 Sq. Ft M 47 PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 5,292 Sq. Ft 1,134 Sq. Ft M 48 PGA Blvd Medians - Military Trl to East Side of Turnpike 81,531 Sq. Ft 20,873 Sq. Ft M 49 Prosperity Farms Rd & Prosperity Oaks Ct 6,699 Sq. Ft M 50 Public Works and Ironwood Rd 8,201 Sq. Ft M 51 Sandtree Drive 7,849 Sq. Ft M 52 Seagrape Way Median 7,590 Sq. Ft M 53 US Hwy 1 Medians - Golden Bear to Towers Office Building 3,528 Sq. Ft 1,096 Sq. Ft M GROUP C CANAL LONG LINE MOWING AREAS Based on 18 cuts per year Based on 12 cuts per year 54 Hunt Club Dr 93,822 Sq. Ft L N/A N/A N/A N/A N/A 55 Bellwood/ Applecrest to Earman River 108,834 Sq. Ft L N/A N/A N/A N/A N/A 56 Earman River/ Military Trail to I-95 143,257 Sq. Ft L N/A N/A N/A N/A N/A 57 Earman River/ I-95 to A1A (north side)252,104 Sq. Ft L N/A N/A N/A N/A N/A 58 Honey Suckle/ Honey Suckle to Gardenia 79,978 Sq. Ft L N/A N/A N/A N/A N/A 59 Thompson River/ Earman River to I-95 250,505 Sq. Ft L N/A N/A N/A N/A N/A 60 Seagrape / Military Trail to End City Row 224,180 Sq. Ft L N/A N/A N/A N/A N/A 61 Hickory Canal/ Larch Ave (north and south) End of City Row 307,694 Sq. Ft L N/A N/A N/A N/A N/A 62 Plat 4/ Banyan St east to A1A (north side)58,968 Sq. Ft L N/A N/A N/A N/A N/A 63 Ironwood/ Burns Rd to C-17 Canal 108,908 Sq. Ft L N/A N/A N/A N/A N/A 64 Meridian 164,299 Sq. Ft L N/A N/A N/A N/A N/A 65 Allamanda/ Burns Rd to Prosperity 53,986 Sq. Ft L N/A N/A N/A N/A N/A 66 C-17/ Northlake to A1A (east) Northlake to MacArthur (west)671,509 Sq. Ft L N/A N/A N/A N/A N/A 67 Mirasol Field 498,552 Sq. Ft L N/A N/A N/A N/A N/A GROUP D PGA FLYOVER BRIDGE 68 PGA Flyover 1,282,152 Sq. Ft 16,263 Sq. Ft C GROUP E ITEM UNIT COST 69 Turf Mowing Yearly Cost (Based on 41 cuts per year)Sq./FT Per year 70 Mulch cost Cubic Yards Per application 71 Fertilization Yearly Cost - Sod, trees and shrubs (Based on 3 times per year)Sq./Ft Per application 72 Fertilization Yearly Cost -Palms (Based on 3 times per year)Per tree Per application 73 Alternate turf mowing cost (Based on 32 cuts per year)Sq./Ft Per year 74 Alternate Fertilization Yearly Cost -Sod, trees and shrubs (Based on 2 times per year)Sq./Ft Per year 75 Fertilization Yearly Cost - Palms (Based on 2 times per year)Per tree Per tree 76 Pesticides Turf Sq./Ft.Per year 77 Fire Ant Control Sq./Ft.80 78 Labor Cost ( Supervisor)Hourly Per hour 79 Labor Cost ( Laborer)Hourly Per hour GROUP F EQUIPMENT 80 Chainsaw (Stihl model 026 or equivalent)Hourly Per hour 81 Chipper Hourly Per hour 82 Dump Body Truck Hourly Per hour 83 Pick-up Truck Hourly Per hour 84 Bucket Truck Hourly Per hour 85 Bobcat Hourly Per hour 86 Front end Loader Hourly Per hour ALTERNATE ITEMS 87 Traffic Control Signs Hourly Per hour 88 Traffic Cones Hourly Per hour 89 Hauling (includes Driver, Fees and Vehicle)Hourly Per hour 90 Attach a separate sheet of additional equipment not listed, if desired.N/A N/A GOLFERS DR E GOLFERS DR W VISION DR N MILITARY TRL INTERSTATE 95 BURNS RD VISION CT GOLFERS C I R W G O LFERS CIR E 0 140 280 42056070Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #1 - BURNS ROAD RE CRE AT IO NAL CE NT E R Contractual Landscape Maintenance Area: 414,185 Sq Ft V I S I O N C T VISION TER JOHNSON DAIRY RD N MILITARY TRL MUNSON CT RANDOLPH WAY BURNS RD VISION DR 0 80 160 24032040Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #2 - CIT Y HALL Contractual Landscape Maintenance Area: 291,778 Sq Ft IR O N W O O D R D R I V E R S I D E D R R U B Y S T 0 20 40 608010Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #3 - RIVERSIDE YOUT H E NRICHME NT CE NT E R Contractual Landscape Maintenance Area: 19,286 Sq Ft 18THLN 19THLN BENT TREEDR 17TH LN 15TH LN 1 4 T H L N 1 2 T H L N 16TH LN 1 0 T H L N 13THLN PINE HILL TR L OLDPALMDR W I L L OW RUN QUAIL RIDGE N 117TH CT N WOODVIEW CIR CENTRAL BLVD WHISPERING HOLW GARDEN LAKES CIR 11THLN SHADYLAKESCIR TIMBER W O O D C T 0 190 380 57076095Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #4 - PBG TENNIS CE NT E R Contractual Landscape Maintenance Area: 706,814 Sq Ft GARDENS EAST DR CAMPUS DR RCA BLVD 0 50 100 15020025Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #5 - F IRE STAT ION 2 Contractual Landscape Maintenance Area: 54,933 Sq Ft HIDDEN HOLLOWDR L A G U N A T E R NORTHLAKE BLVD 92ND PL N HOWELL LNI S A I A H L N 0 75 150 22530037.5 Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #6 - F IRE STAT ION 3 Contractual Landscape Maintenance Area: 240,449 Sq Ft NJOGRD 0 25 50 7510012.5 Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #7 - FIRE STATION 4 Contractual Landscape Maintenance Area: 44,892 Sq Ft CHAMBORD TER HOOD RD 0 25 50 7510012.5 Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #8 - F IRE STAT ION 5 Contractual Landscape Maintenance Area: 39,258 Sq Ft IBIZA DR N JOG RD 0 50 100 15020025Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #9 - MIRASOL PA RK Contractual Landscape Maintenance Area: 171,141 Sq Ft NORTHLAKE BLVD PORTOBELLO LN MINORCA WAY THORNT ONDR CALTERRA DR BAUTISTA WAY L E XIN GTO N LN W C A P E N D O N A V E N JOG RD H I A T T DR MALAGA CT LEXINGTONLNE ALISTER BLVD RYDER CUP BLVD 0 110 220 33044055Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #10 - PGA NAT IONAL PARK Contractual Landscape Maintenance Area: 658,633 Sq Ft C H A P M A N O A K C T G A R D E N S E A S T D R M Y R T L E O A K CT 0 80 160 24032040Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #11 - O AKS PARK Contractual Landscape Maintenance Area: 353,245 Sq Ft APPLETON CT SUN TERRACE CT MACARTHUR BLVD 0 60 120 18024030Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 2 - LAKE CAT H E R I N E S P O R T S PA R K Contractual Landscape Maintenance Area: 191,194 Sq Ft LAKE CATHERINE DR MACARTHUR BLVD 0 60 120 18024030Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 3 - LAKESIDE LA K E C AT H E R I N E PA R K Contractual Landscape Maintenance Area: 192,319 Sq Ft LILAC ST PLANT DR 0 60 120 18024030Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 4 - PLANT DR I VE & S K AT E PA R K Contractual Landscape Maintenance Area: 123,207 Sq Ft JOHNSON DAIRY RD UNIONSQUAREBLVD I N T E R S T A T E 9 5 BURNS RD 0 100 200 30040050Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #15 - GARDENS PAR K Contractual Landscape Maintenance Area: 436,201 Sq Ft PGA BLVD 0 25 50 7510012.5 Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 6 - SANDHIL L C R A N E PA R K Contractual Landscape Maintenance Area: 43,038 Sq Ft H O LLY D R LIG H T H O U S E D R 0 10 20 30405Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 7 - TW INS PA R K N O R TH Contractual Landscape Maintenance Area: 15,226 Sq Ft H O LLY D R LIG H T H O U S E D R 0 10 20 30405Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 7 - TW INS PA R K S O U T H Contractual Landscape Maintenance Area: 14,775 Sq Ft LILAC ST GOLFERS DR W GOLFERS DR E PLANT DR N MILITARY TRL INTERSTATE 95 GOLFERS C I R W G O LFERS CIR E VISION CT 0 140 280 42056070Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #18 - LILAC ATHL E TI C FA CIL IT Y Contractual Landscape Maintenance Area: 489,489 Sq Ft FLA G D R I R O N W O O D R D D AHLIA AVE A L T A 1 A RIVERSIDE DR DAISYAVE P E A R L S T D A P H N E A V E D O G W O O D A V E BUCKEYE ST 0 75 150 22530037.5 Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #1 9 - RIVERSID E LI N E A R PA R K Contractual Landscape Maintenance Area: 44,596 Sq Ft KEATING DR 0 10 20 30405Feet Sourc e: PBG-Planning & ZoningImagery: Go ogle Created June 4, 2015 Site #2 0 - SOUTH IL E X C I R C L E N EI G H BO RHOOD PARK Contractual Landscape Maintenance Area: 25,195 Sq Ft 1 1 7 T H C T N I N T E R S T A T E 9 5 0 60 120 18024030Feet Data Sou rce : PBG-Planning & Zo ningImageSource : Google Created June 4, 2015 Site #21 - CIT Y PARK Contractual Landscape Maintenance Area: 78,977 Sq Ft R A I N T R E E L N RAINTREE CT N O G A L C I R ALLAMANDA BLVD PROSPERITY FARMS RD A L L A M A N D A D R A L L A M A N D A D R E RAINTREE DR 0 80 160 24032040Feet Site #2 2 - Ala ma nd a D r R O W Contractual Landscape Maintenance Vegetated Area: 96,897 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Dat a Sourc e: PBG-P&ZImagerySource: Google Crea ted Ju ne 8, 20 15 A L L A M A N D A D R R A I N W O O D CIR 0 10 20 30405Feet Site #2 3 - Allam an d a D r / R ai n w o od D r R et e nt i o n Are a Contractual Landscap e Maintenance Veg eta ted Area : 30,445 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 C A T A L I N A LAKESBLVDNORTHCORPPKWY RCA BLVD BURNS RD A L T A 1 A S A L I N A S D R SANTA BARBARA WAY R I V E R S I D E D R JARDIN CT CAPISTRANO DR LEGAC Y DR E P A R K D R FORTUNA D R 0 150 300 45060075Feet Site #2 4 - Alt A1 A (We st S i de - B u rn s t o R C A B l vd )Contractual Landscap e Maintenance Veg eta ted Area : 60,202 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 BANYAN ST LINDEN AVE 0 10 20 30405Feet Site #25 - Banyan Stre e t P a rce l - No rth Contractual Landscap e Maintenance Veg eta ted Area : 11,310 S qFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 B A N Y A N S T H A Z E L A V E H E M L O C K S T P I N E T R E E B L V D 0 10 20 30405Feet Site #26 - Banyan Stre e t P a rce l - S o u th Contractual Landscap e Maintenance Veg eta ted Area : 20,314 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 BURNS RD I N T E R S T A T E 9 5 0 20 40 608010Feet Site #27 - Burn s Rd & I -95 O ve rp as s Contractual Landscap e Maintenance Veg eta ted Area : 2,251 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 EASYST D A I S Y AVE WESTWIND DR N E S T R E L L A C T 1 S T L N PROSPERITYOAKS CT N A TUR E S WAY 6THCT5THCT 10THCT 9 T H C T JOHNSON DAIRY RD E S C O R I A L P L 1 5 T H C T DAHLIA AVE 8 T H CT MARIT I M E W A Y 12THCTMERIDIANWAYS DOGWOOD RD LEGACY LN N MILITARY TRL FIRETREE RD LILAC ST 14TH C T JUNIPER DR A LA MANDA DR R I V E R SID E DR G A R D E N S E A S T D R RCA BLVD 4THCT B E LL A VIS TA W A Y 1 S TC T 3RD CT 7TH CT PELICANWAY CAPISTRANO DR L A K E V I C T O RIA G A R D E N S A VE RCA CENTER DRCARNATION C IR S OMEGAPL WABASHDR GOLFERSDRE IRIS A V E VILLAGESQUAREXING N O G ALCIR R E D O A K C T S A L I N A S DR BALSAWAY FAIRCHILD GARDENS AVE A Z A L E A S T PLUMST 26TH TER N D E S I G N C E N T E R D R EMONETCIR T BCWA Y WMONETCIR MONETRD R U B Y S T WEST LN MUNSONCT SANCTUARYCOVEDRGARDENLN CAMPUS DR MERIDIAN WAY IR O N W O O D R D JONQUILCIR N SILVERLEA F O AK CTPRAIRIECIR ROBLEWAY LEGACYAVE C H A P M A N OAKCT DASHEEN AVE ETALLOAKS CT A L T A 1 A HYACINTHCIR S FUSCHIA CIR S W I N T E R CLUBCT FLAX CT OAK BARK LN BALS A M S T SUN C OVE LN A L L A M A N D A D R CAOBA ST ASPEN WAY TRADEWIND D R P I N O AK CT PALM LN EUCALYPTUS RD NATIVA CIR CAMELLIA ST IV Y A V E ROSA C T E P A R K D R MONET LN S A N T A BARBAR A W A Y PLANT DR MONET TER MONET RIDGE RD MONET WOODS RD H ARBOUR ISLESW A Y ALLAMANDA BLVD I N T E R S T A T E 9 5 SANDAL W OODCIR GOLFERSCIR W RIO VIS T A B L V D 2 N D C T PGA BLVD J A R D I N C T RAINTREE DR A L L A M A N D A DR E WTALLOAKS DR EVER GREENDR DAPHNE A V E R A INT R E E L N TEALWAY ETAL L O A KSCIR BURNS RD LEGACY DR D O G W O O D AVE FLAG DR 112TH CTN NO R T H C O R P PKWY BUTTONWOOD RD CA B L E BE A CHLN RANDOLPH WAY LEGACY BLVD K E L S E Y P A R K C I R G I R A L D A C I RW PEPPERWOOD CIR MERIDIAN W AY N FAIRCHILD AVE HYACINTHCIR N K E L S E Y P A R K D R DAFFODILCIR N CINNAMON RD CARNATIONCIR N FUSCHIACIR N BUTTERCUPCIR N E TALLO A KSDR WATEROAK CT BUCKEYEST G E MINATAOAKCT DE L LAGOCIR PI N E L L A CIR OAK WAY CIR FORT U N A DR LOST B R I D GE DR A LLAMANDA CI R RAI N W O O DCI R 0 580 1,160 1,740 2,320290Feet Site #28 - Burn s Rd Me d ia n s - Milita ry Trl to P ro sp er ity Fa rms Rd Contractual Landscape Maintenance Vegetated Area: 59,594 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 B U R N S R D 2 N D C T K E L S E Y P A R K D R B L A K E L Y C T A L L A M A N D A D R K E L S E Y P A R K C I R R A I N W O O D C I R 0 60 120 18024030Feet Site #2 9 - Burn s R d R O W - S o u t h S i de R ai n w o od D r t o A l la ma n da Dr Contractual Landscape Maintenance Vegetated Area: 18,193 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 A V E N U E O F P G A 0 10 20 30405Feet Site #3 0 - Cam be rw e l l o n Ave nu e o f P G A Contractual Landscape Maintenance Vegetated Area: 11,788 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 PGA BLVD FAIRWAY DR 0 10 20 30405Feet Site #31 - City Sig n - PGA Blv d & F a ir way Dr Contractual Landscap e Maintenance Veg eta ted Area : 5 19 Sq FtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 COTTONWOOD CIR 0 5 10 15202.5 Feet Site #32 - Cotto nwoo d Cir cle M ed ian Contractual Landscap e Maintenance Veg eta ted Area : 1,360 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 EDGEMERE TER ELM AVE 0 10 20 30405Feet Site #3 3 - Gard e n Wo o ds En t ra nc e M ed i an - E l m Ave Contractual Landscape Maintenance Vegetated Area: 2,438 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Dat a Sourc e: PBG-P&ZImagerySource: Google Created Ju ne 8, 20 15 H O L L Y D R GARDENS GLEN CIR 0 10 20 30405Feet Site #34 - Gardens Glen n - E n tran c e a nd Me dia ns Contractual Landscap e Maintenance Veg eta ted Area : 8,532 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 GARDENIA DR N MILITARY TRL GOLFERSCI R W GARDENIA DR LILAC ST HOLLY DR D A H L IA AVE P E A R L S T GOLFERS DR W HONEYSUCKLE AVE CARNATION CIR S R IV E R SID E D R HEATHER CIR E LAKESPUR CIR N JONQUIL CIR N HEATHER CIR W DASHEENAVE HYACINTH CIR S FUSCHIA CIR S DAFFODIL CIR S COSMOS ST FLAX CT PLANT DR INTERSTATE 95 GOLFERS CIR E BLUEBELL ST D A I S Y A V E D A P H N E A V E BUTTERCUP CIR S D O G W O O D A V E FLAG DR LAKESPUR CIR S JONQUIL CIR S ILEX CIR N HYACINTH CIR N DAFFODIL CIR N CARNATION CIR N FUSCHIA CIR N BUTTERCUP CIR N CHASEWOOD CIR 0 240 480 720960120Feet Site #35 - Holly Dr M ed ian s - Rive rs id e Dr to Milita ry Trl Contractual Landscape Maintenance Vegetated Area: 52,242 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 LIG H T H O U S E D R H O LLY D R IR O N W O O D RD C H E R R Y S T A S T E R S T C A M ELLIA S T GAR D E N B LV D AZALEA ST BALSAMST A LT A 1 A 0 90 180 27036045Feet Site #36 - Holly Dr ROW - L ig hth o us e Dr to Iro n wo od Rd Contractual Landscap e Maintenance Veg eta ted Area : 16,368 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 HOLLY DR INTERSTATE 95 0 30 60 9012015Feet Site #37 - Holly Drive & I -95 Ove rp as s Contractual Landscap e Maintenance Veg eta ted Area : 4,384 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 HOLLY DR 0 8 16 24324Feet Site #3 8 - Holly Drive Cu l -de -S ac Contractual Landscap e Maintenance Veg eta ted Area : 1,498 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 HOOD RD SUMMIT CREEK DR PUMPKIN DR NOVEMBER ST SEPTEMBER ST OCTOBER ST COLUMBUS ST DANUBEWAY S T O N E Y D R EVERGRENE PKWY ALT A1A N MILITARY TRL LEAF DR E U P H R ATES CIR EUPH R A T E S C I R 0 140 280 42056070Feet Site #39 - Hoo d Roa d M ed ian s - Military Trl to Alt A1A Contractual Landscape Maintenance Vegetated Area: 28,064 SqFtContractualLandscapeMaintenance Concrete Area: 3,037 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 IRIS A V E IRIS CIR 0 9.5 19 28.5384.75 Feet Site #40 - Ir is Cir cle M ed ian Contractual Landscap e Maintenance Veg eta ted Area : 1,936 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 PERSIMMON ST LAKE CATHERINE DR LAKEMONT CT SPRINGDALE CT SUN TERRACE CT A P P L E T O N C T B E D F O R D AV E MACARTHUR BLVD SUN TERRACE CIR 0 130 260 39052065Feet Site #41 - MacArthur Blv d M ed ian s, Cro ss wa lks , a n d ROW s Contractual Landscap e Maintenance Veg eta ted Area : 37,762 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 N MILITARY TRL I S A B ELLA DR GRANDIFLORA RD ARTESA WAY S SA NMICHELE D R TOMAHAWK CT LEAF DR HOOD RD CADIZ CIR A R TESAWAY N PUMPKIN DR MA DIS O N CT NOVEMBERST SEPTEMBER ST ALT A1A G RADENDR MERLOTDR B O N T I A D R ELM AVE CENTRAL BLVD DOVEH I L L D R G R A SSLEAFDR S O N O M A C T TAFT CT HERITAGE DR DONALD ROS S RD E UPHRATES C I R BUCCANEERW A Y MAGNOLIA BAY CIR STO NEY DR CASTLE DR BO N S A I CIR D U C H E S S C T E V E R G R E N E P K W Y S A N M I C HELE WAY V I N T N E R B L V D NATURE CT L INCOLN C T C ARAF E C T CEN T R AL G A R DEN S WAY MILA NOCT M I L L C R E E K DR BOCCE CT B A R L O W C T MYRTL EWOOD CIR W 0 380 760 1,140 1,520190Feet Site #4 2 - Milita ry Trai l M e di a ns - H oo d R d t o D o n al d R os s R d Contra ctu al L an dscap e Maintenance Veg eta ted Area : 5 0,390 SqFtContractualLandscapeMaintenance Conc rete Area : 2 0,041 Sq Ft Dat a Sourc e: PBG-P&ZImagerySource: Google Created Ju ne 8, 20 15 PGA BLVD SANDTREE DR E A STISLAND A V E N OR THLAKE BLVD VINTAGE I S L E L N RIO V I S T A B LV D LYNDALL LN JOHNSON DAIRY RD BURNS RD A V E N U E O F P G A FLORIDA BLVD LE GAC YDR ELM AVE N MILITARY TRL WILLIAM ST LILAC ST CRESTDALE ST BURMA RD ROAN LN BRADY LN KEATING DR N FOUR SEASONSSTS ELIZABETH AVE ARBOR WAY W T A LLOAKSDR NM ARY CIR LIGHTHOUSE DR RCA BLVD D A I S Y A V E ARTHUR ST PEEBLES RD LINDEN AVE APP LE CREST DR LA R C H A V E BLOOMFIELD DR CAPIST R ANO DR SILVERTHORNE DR ATLANTIC RD JUNIPER DR E MPRESS ST HEMLOCK ST KELSO DR MACARTHUR BLVD STJAME S D R SUNRISE DR CONSUMER ST INVESTMENT LN MA G NO L IAST G A R D E N S P K W Y ST G E O R G E PL R C A C E NTER D R N CONGRESS AVE FAIRWINDS DR SALI N A S D R C O Q U I N A WAY FISCAL CT PARKAVEW NEEDLES D R OLDPA L M D R CAMPUS DR SUNSET DR WOO D V I E W C I R NIEMENDR COLONYAVE FAIRCHILD AVE K Y O T O G A R D E N S D R BORLAND RD CENTRAL BLVD O R C H I D CA Y D R P G A P A S S EVERGLADESRD AZALEA S T PAL M A D R FO RTU NAD R PLANT DR A LTHEA WAY MONET TER RIDA N W A Y HOWELL LN BALSAM STISLEDR C I TATIO N D R ST M A R T I N D R HERMITAG ECIR GA NDE R WAY N VIRGINIA AVE S BATES RD S VIRGINIA AVE CR Y S T A L D R DAMASCUS DR W A KEFIE LD DR SUN CT INTERSTATE 95 P L ANTATION WAY HUNT CLUB DR FLORIDA' S TRNPK C O M MONS WAY S O U T H GARDE N S D R G ARDEN LA K ESCI R S A N D ALWOODCIR NASHUADR GARDEN RD ALT A1A WILD ORCHID DR STEEPLECHASE DR ISA I A H L N T HYME DR LAGUN ADR BIRCH ST KEW GARDENSAVE M E RIDIANWAYS ROY A L O A KDR A V ILES C IR DAHLIA A V E G A R D E N S E A S T D R DUNES RD S Q U A R E LAKE D R E GA R D ENO A K S C I R BALLEN I S L E S D R GREEN BAYBERR Y D R D A PH N E A V E GARDENIA DR S T TH O MASDR RIVE R SI D E D R BE G ONIAST DOGWOOD A V E BANYAN ST FLAG DR 40TH TER N BIRMINGHAM DR GROVE RD HUNT CLUB L N N O R THCOR P P K W Y BE N T TRE EDR HICKORYDR F AIRCHI L D G A R D E N S AVE 117TH CT N GRAND I SLETE R I R O N W O O D R D LIDOCIR BAHAMA RD W H I RLAWAY R D VENICE CIR LEGACY AVE SEAGRAPE W AY B ERM UDA RD PINELLA C IR MAN O WARR D E P A R K D R TILLI NGHASTCIR CAPRI RD N BATES RD G R A N D POINTE DR N ELIZABETH AVE BER M U D A LAKE DR 0 1,100 2,200 3,300 4,400550Feet Site #4 3 - Milita ry Trai l M e di a ns - Li l l ia n Ave t o E P B -3 C a na l Contra ctu al L an dscap e Maintenance Veg eta ted Area : 103,776 S q FtContractualLandscapeMaintenance Conc rete Area : 3 4,842 Sq Ft Dat a Sourc e: PBG-P&ZImagerySource: Google Crea ted Ju ne 8, 20 15 VANCOTT ST NORTHLAKE BLVD ROAN LN SUNSET DR VANCOTT CIR KEATINGDR ROCHESTER ST BRENNA LN KENAS ST INTERSTATE 95 BIRMINGHAM DR BLOOMFIELD DR 40TH TERN 0 130 260 39052065Feet Site #44 - Northlake Blvd & I -95 In te rse ctio n Contractual Landscap e Maintenance Veg eta ted Area : 394,624 S q FtContractualLandscapeMaintenance Conc rete Area : 1,628 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 AVENUEOFTHEMASTERSFLORIDA'S TRNPK NASHUA DR S MARYCIR S UNSE T B AYLN STEEPLECHASE DR BRADY LN SUNSETCOVELN HIDDEN HOLLOW DR KELSO DR ARTHUR ST CYPRESS P O I N T DR PEEBLES RD TRL PINES AVE CYPRESSTREE CT VILLA PALMA LN N MILITARY TRL TRAVELERSWAY N J O GRD B A L L E N I S L E S D R L A G U N A TER COQUINA WAY PA L M B A YL N SUNESTACOVEDR PALMBAYCIR PALM B A Y TER HIGH FLYER RD E N KAY ST VINTAGE ISLE LN S KAY ST W E STISL A N D AVE WAKE FIELD DR HIGH FLYER RD N NATIVE DANCER RD N SU N S E T B AY DR CITATION WAY I S A I A H L N HOWELL LN E HIGHLAND PINES DR E HIGHLAND PINES BLVD CITATIONDR N BATES RD N VIRGINIA AVE DAMASCUS DR HUNT CLUB DR L A GUN A C T NORTHLAKE BLVD NORTHLAKE BLVD LAG U N ADR SAN M A R ITA WAY V I C T O RIABA Y C TSQUAREL A K E D R CYP R ESS HOL L O W D R HUNT CLUB LN EAST ISLAND AVE BERMUDA L A K E D R PALM BAY DR WHIRLAWAY RD 9 2 N D PL N S ELIZABETH AVE B A N Y A NISLEDR HIDDENHOLLOWTER THORNWOOD CIR HIGH FLYER RD S COCONUTKEYDR RIDAN WAY W HIGHLAND PINES BLVD W HIGHLAND PINES DR GREEN MEADOWS WAY MAN O WAR RD N ELIZABETH AVE 0 440 880 1,320 1,760220Feet Site #45 - Northlak e Blv d M ed ian s - Military Trl to E a st S ide of Tur np ike Contractual Landscape Maintenance Vegetated Area: 59,060 SqFtContractualLandscapeMaintenance Concrete Area: 23,317 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 PGA BLVD RANDOLPH WAY I N T E R S T A T E 9 5 PINELLA CIR 0 110 220 33044055Feet Site #4 6 - PGA Blvd & I -9 5 I n t ers e ct i o n Contractual Landscap e Maintenance Veg eta ted Area : 360,473 S q FtContractualLandscapeMaintenance Conc rete Area : 3,740 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 WTEAC H R D ELLISON WILSON RD E T E A C H R D AV E RY R D KIDD LN SUNNY LN S WATERWAY DR SHADY LN PGA BLVD PGA BLVD TEACH RD 0 90 180 27036045Feet Site #47 - PGA Blvd Me d ia n s - from Pr os p erity F a rms Rd to US Hwy 1 Contractual Landscape Maintenance Vegetated Area: 5,292 SqFtContractualLandscapeMaintenance Concrete Area: 1,134 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 PGA BLVD FLORIDA'S TRNPK S P I C E D R KENSINGTON CT CURR Y D R OXFORD CT 22ND LN WILD O R C HID D R A V E N U E OF PG A 1 2 T H L N 1 4 T H L N 25TH LN 1 0 T H LN 24THLN 19TH LN 17TH LN 4THLN 15TH LN TARREGON L N C O R AL CAY DR NUTMEG D R C O M MONS DR PICCADILLY ST SESAME S T BALLENISLES DR PINE H I L L TRL LOCUST ST PAPRIKA LN KINGSTON LN CHELSEA PL WELLS PL LARCH CT SHADY LAKES BLVD PARS LE Y L N S A N S O VI N O C T CARDENA CT STGEORGEPL W I L LOW RUNQUAILRIDGEN PEPPERCORNST T U LI P A C T W O O D V I E W C I R FLORIDA'S TRNPK M A RJO R AMDR SCHEFFLERALN W H I S P ERING HOLW CALADIUM LN ORANGE HIBISCUS LN O L D P A L M D R VISION DR I N T E R S T A T E 9 5 CENTRAL BLVD BORLAND LN T A M BER L A N E C I R OAKST GARDEN SQUARE BLVD G R A N D P OIN TE D R SOUTHAMPTON SQ S SOUTHAMPTON SQ N GARDEN LA K E S C I R 16THLN THYM E D R 7T H LN 23RDLN 8 T H L N 11THLN 21STLN SHADYLAKESCIR 20THLN GREENBAY B E R R Y D R COMMONS WAY LARCH AV E MAGNOLIA ST 6 T H L N 18TH LN CORAL CAYTER HICKORYDR BENT TREE DR P I N K O LEANDERLN BO RLAND RD W O O D L A ND LAKES D R MIDTOWN LN TIMBERW O O D CT C R Y S T A L D R 0 410 820 1,230 1,640205Feet Site #48 - PGA Blvd Me d ia n s - Milita ry Trl to E as t Si d e o f Turn p ik e Contractual Landscape Maintenance Vegetated Area: 81,531 SqFtContractualLandscapeMaintenance Concrete Area: 20,873 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 PROSPERITY FARMS RD PROSPERITY OAKS CT 0 10 20 30405Feet Site #49 - Pros perity Fa rms Rd & P ro sp erity Oak s Ct Contractual Landscap e Maintenance Veg eta ted Area : 6,699 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 BURNS RD I R O N W O O D R D 0 25 50 7510012.5 Feet Site #5 0 - Pub lic Wor ks a n d I ro nw oo d R d Contractual Landscape Maintenance Vegetated Area: 8,201 SqFtContractualLandscapeMaintenance Concrete Area: 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 SATELLITE TER SANDTREE DR 0 20 40 608010Feet Site #5 1 - San dtre e Dr iv e Contra ctu al L an dscap e Maintenance Veg eta ted Area : 7,849 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 SEAGRAPE W AY 0 10 20 30405Feet Site #52 - Seagra pe Wa y Me d ian Contractual Landscap e Maintenance Veg eta ted Area : 7,590 SqFtContractualLandscapeMaintenance Conc rete Area : 0 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 US HIGHWAY 1 WHEELERRD HOLMAN DR 0 30 60 9012015Feet Site #53 - US Hw y 1 M ed ian s - Go lde n Be a r to Tow e rs Offi c e Bu i ldin g Contractual Landscap e Maintenance Veg eta ted Area : 3,528 SqFtContractualLandscapeMaintenance Conc rete Area : 1,096 Sq Ft Data Source: PBG-P&ZImagerySource: Google Created June 8, 2015 57 6359 66 62 54 55 56 58 60 61 64 65 67 F L O R IDA'STRNPK HUMMINGBIRDWAY VICTORIAFALLS BLVD E V E R G R EEN D R DORADODR N M ILITARY TRL CASA RIO CT SANDTREE DR MIRASO L WAY ST TROPEZCIR CRISA DR BONISL E CIR SILVER BEACH RD ROAN LN I S A B E L LA DR GRANDIFLORA RD ASPRI WAY MONGOWAY LAGUN A CT 2 N D T E R N E S T R E L L A C T LA CRISTALCIR S O N O M A D R O AKWOODLN CRISADR PUMPKINDR PROSPERITYOAKSCT V I N T A G E I S L E L N TUSC ANY C T HAZ E L AVE N A T U RES W AY ALAMANDA WAY RAVELLA LN LYNDALL LN BURMA CIR H A Z E L A V E IRONWOOD WAY N NEWMAN RD MARBELLADR 6THCT S MARY CIR KENSINGTONCT CAPEND O N A V E GENERAL DR ISLE VERDE WAY EAGLE LAKEDR 10THCT MINORCAW A Y OXFORD CT 9 T H C T MANGO LN CAMBRIDGECT GARDENIAISLESDR MIRAM A R LN R AVELLAWAY 16TH LN V I A D E L C O R S O EAGLE WAY W OODMI LLDR 1 5THCT 8THTER T A M BERLANECIR SANMICHELE D R N O R T H E R N D R 12THLN TOMAHAWKCT 1 4 THLN 2 ND CT FLORIDABLVD LEGACYD R VENETIAWAY V I N T A G E I S L E L N 25THLN CHESTNUT AVE PARK AVE DANNBLVD K A R A W A Y AVENUE O 8THCT GARDEN LN 1 0 THLN 12THCT DOGWOOD RD ROYALFERNWA Y 7THLN LILLIAN AVE 3RDLN ELM AVE LEGACY LN R I O V I S T A B L V D BUR G U N D Y D R N GROVEPOINTRD BURMACT 23RDLN LILAC ST 1 2 THTER 17THLN CRESTDALE ST CADIZ CIR 1 S TC T GULL RD 8 THLN L O I R E L N 11THLN BRADY LN KEATING DR 11THLN A MYAV E CADIZ CIR SATELLITETER CENTRAL BLVD RAINTREE DR 3RDCT WEST RD ILEXCT RICHARD RD 19THLN ARBOR WAY 4TH LN AVENUE R 6THTER SNORMANDY WAYHOODRD 1 1 THT ER GARDENIAISLESDR 5THTER 9THTER N M ILITARY TRL NORTHLAKE BLVD LADYLUCKRD SUMMER WIND TRL B O N NETTEDR AVENUE S EAGLELAKEDR PALMTREELN SHA D Y LAKESCIR PINELAKECIR O L D D I X I E H W Y SIENAOAKS CIR E P ROVENCED R HIDDENHOLLOW DR GOLDEN E A GLECIR AVENUET EAGLELAKEDR 4TH CT B EA C O N H I L L R D DIXIEBELLERD EVE RGREE NDR 20THLN D A I S Y A V E S A N D A L W O O D D R 9 T H S T HARBOURISLESDR TILLINGHASTWAY ARTHUR ST FIRETREE RD CATALPHAAVE PUMPKIN DR JAMESBAYRD PEEBLES RD D O V E H I L L D R JACANAWAY HACKB E R R Y S T HIDDENLAKECIR NUTMEGDR FAIR H AVEN DR QUAILRIDGE S CICADAWAY LEAFDR 7TH CT PACIFICOCT 1 STLN BURNS RD I S L E W AY 13TH LN APPLECRESTDR HINDARD PROSPERITY FARMS RD LAR C H A V E EUGENIA DR SOUTHAMPTONSQS BLOOMFIELD DR SOUTHAMPTONSQN BORDEAUXCT 5THLN HOLIDAY RD G R A S S L E AFDR I L E XCIR S KIORACT CIELOCT AUTUMN TRL DAWNRIDGEST I RONWO OD WAY N ATLANTIC RD ACAPULCO AVE JUNIPER DR LIGHTH O U S E DR C ALAI S CI R BIMINIAVE WESTWIND DR OMEGAPL ROAN LN MAPLE AVE W IRONWOOD RD C ENTER STONE L N WABASHDR BUTTERNUT ST VANCOTTST 4TH T E R ANZIOCT 2 4 T H LN M ADISON CT O L D D I X I E H W Y HEMLOCK ST LOCUST ST BAYBERRY ST GOLFERSDR WGOLFERSDR E KELSO DR MACARTHUR BLVD LINDEN AVE SOL TER PLUTO TER CRATER TER COMMONSDR IBISWAY VISIONTER CHE R R Y ST MALL RD ST J A M E S D R SEPTEMBER ST PICCADILLY ST STJAMES D R OLDFENCERD SUNRISE DR LAC EYOAKDR RHINERD 1 1 2TH CT N 10T H TER CONSUMER ST BRIAR CT COTTONW O O D AVE 1 0 T H S T G R E E N B R IAR C T 91ST ST N INVESTMENT LN PELICAN WAY VILLAGESQUAREXING ORI N O C O W A Y LARCHCTFAIRWAYDR 6 T H LN POPLAR DR ST G E O R G E P L ISLECT SHADY LAKES BLVD VIATOLEDO G O LDENEAGLECIR PGA BLV D N O G A L CI R 94THRDN R E D O A K C T G O L D EN EA G LE CIR KINETIC RD 18THLN CORAL CAY TE R SALINAS D R WATERTOWER RD DIJONWAY VIAEMILIA GOLDENEAGLE CIR RCA BLVD FISCAL CT BENTWOODRD FLORALLN SARENTO PL PLUMST WILSHIREST BRE N N AL N A P P L E T ON C T LONI ST 26TH TERN CHAPELST WARADMIRALRD S A N S O VI N O C T KENAS ST D E S I G N C E N T E R D R W ROANCT HARWOODST CARDENACT C O R A L C AYDR BAMBOO DR W K A L M I A D R CROTON LN LIGURIANRD STGILESCT T B C W A Y W TALLOAKSDR AMALEIDR S O M E R S E T T E R WILLOWRUN R U B Y S T LONEPINELN EVERGRENEPKWY QUAILRIDGE N LOCHWICKRD EASTLNWESTLN BON T I A DR RANDOLPH WAY L E G ACY BLVD HIDDENHOLLOW DR HOLLYLN IRONW O OD WA Y N DANUBEWAY DAMASCUS D R S O M ERSETLN MAR I T IMEWAY SAGEWOODCT JOULERD DUCALEWAY FAIRVIEWLN PARK AVEW VALEROSCT CAMPUS DR LYCHEE ST 80TH RD N FINSBURYCT C A M E R O W A Y B AYON NEDR 9 5 T H C T JONQUILCIRN 82ND ST N S ILVE R L EAFOAKCT M ERIDIANWAYN HAUTREECT VALIDAPPEALRD 45TH WAY N B E E CHAVE BANYAN LN WILLIAM ST SPRUCELN G A R D E N S P K W Y ROAN LN N M ILITARY TRL GOLDENEAGLECIR CARIB CIR S W A P S WAY LEGACYDR ROBLEWAY REESE AVE SNUGHARBORDR C H A P M A N OAK CT L A U R E L D R SEABISCUITRD LEGACYAVE TEALWAY E ROAN CT ROBINWAY COUNTRYOAKSLN W 36TH ST W 37TH ST SE SAME ST ETALLOAKSCT COLONYAVE SHA DYLAKESCIR BELLADONNACT 117TH CT N OSPREYWAY WILSEERD BIARRITZ D R CALLETA CT CALLALILLYCT ELINA CT FAIRCHILD AVE LINC OL N CT EGARD ENOAKSCI R SEVENOAKSLN INLANDCOVERD MILLERWAY REED RD BURMA RD B L E N HEIMCT BAY CIR W H ISPERINGHOLW AZURE CIR D AFFODILCIRN CALADIUM LN FUSCHIACIRS DAFFODILCIRS ASTE R ST S WALLENDRORANG EBLOSSO MCT 93RD LN N N WALLENDR BAUTIS TAWAY GRANDIFLORA RD G OLDENEAGLE C I R MYRTL E OAK CT ORANGEHIBISCUS LN CINNAMON RD 125TH ST N CA R NATIONCIRN W O O D L AND L A K E S DR K Y O T O G A R D E N S D R M A G N O L I A D R OLDOAKDR FUSCHIACIRN NASHUA DR N KAY ST FLAX CT 92ND LN N SILVERTHORNE DR COMM O NSWA Y R A I L R O A D A V E CHAMBORD T E R D A L E N A W A Y GRANDE PKWY CANAL RD 92 N D PL N C ABLEBE ACH LN REED DR DASHEEN AVE EASTERLY AVESARGASSO DR FAIRWINDSDR DOLPHIN DR HI DR ACRES WAY MONET RD KITTYHAWKWAY LOST BRID GE D R GRAND K EYTER WESTPORTDR F L O R E T D R CASA RIO CT CONTEGO LN MONET D R E W I N D SORLN BORL AND RD SUNCOVELN G R A ND ISLEWAY MAGN OLIA S T MASTERPIECE WAY FLAMINGOWAY S KAY ST KUMQUAT ST C Y P R E S S P O I N T D R CAOBA ST COMMONSWAY OLD MEADOWWAY B UTTERCUPCIRN ELMAVE WEST ISLA N DAV E JUNIPERLN TANGERINE LN I N D U S T R I A L A V E SCINNAMONRD CARAMBOLAST SUN TERRACE CT AKEE ST ASPEN WAY HAWTHORNAVE W A T E R OAKC T L E S JARDIN DR T A M B E R L A NECIR 14TH ST BUC KEYE ST ISLE VERDEWAY P I N OAK CT PEMBROKE DR HIDDENHOLLOWTER CADIZ CIR PLUMOSALNTHORNW OOD CIR CORKWOOD ST TOUC H STON E PL GARDEN B LV D PALM LN W OO D RUFF LN OAKST PARK RD CADIZCIR EUCALYPTUS RD IBIZA DR NATIVA CIR HIGH FLYER RDN IN T E R S T A T E 9 5 VERDUN DR NATIVEDANCERRDN HIGH FLYER RD S E T A L L OAKS D R EMPRESS ST MIDTOWN LN A S PRIWAY ROSA CT G ROS SPOINTE DR COSMOS ST CURRENCY DR P G A P A S S CURRENCY LN W 37TH CT EVERGLADES RD DANIA DR N INDUSTRIAL WAY JOHNSON DAIRY RD NATIVEDANCERRDS ISLAND RD GARDEN SQUAREBLVD HERITAGEDR LORRAINE CT AZALEA ST HIATT DR CAMELLIA ST W 37TH ST PA L MADR OLDDIXIEHWY MONET LN ORCHID C A Y D R UNKNOWN CITATION WAY CONROY DR SA N T A BARBAR A W A Y COU N T ER PLA Y R D S FOUR SEASONS ST I S A I A H LN PLANT DR L O S T BRIDGE D R R E D O N DR ALTHEA WAY MONET TER MONET RIDGE RD LAPOS A D A D R MONET WOODS RD RIDAN W A Y 1 0 T H C T 1 0 T H S T I N TE RST A TE 9 5 HOWELL LN N KILLIAN DR BALSAM ST I S L E D R OAK DR PA L M POINT C I R HONEY RD S T M A R T I N D R G R A N D PALMWAY TRADEWIND DR A B O N DANCEDR S KILLIAN DR GANDER WAY SUNSET DR M O N T A N T DR B A NYANISLEDR N VIRGINIA AVE S BATES RD S VIRGINIA AVE C R Y S T A L D R CHARROUX DR DAMASCUS DR N J O G R D NIEMEN DR S ELIZABETH AVE STEEPLECHASEDR LONE PINE RD GREEN MEADOWS WAY SUN CT TO UL OUSE DR LEO LN I N T E R S T A T E 9 5 I N T E R S T A T E 9 5 HUNT CLUB DR O LD PALMDR I N T E R S T A T E 9 5 INT E R S T A T E 9 5 FLORIDA' S TRNPK BEELINE HWY ST E DWARD PL CANTERBURY DR E T I L L I NGHASTCIR LONE PINE DR STTR O PEZCIR F I R S T SANPIETROCIRL A KEVICT O R I A G A R D E N S A V E M ILL CREEKDR LA LIQU E CI RLACRISTA LCIR FICUS ST CYPR E S S P OINTDR SPICE D R S A N D ALWOOD CIR SAN PIETRO CIR ALT A1 A A L T A 1 A LAGUNADR LAGUNAD R BIRCH ST WESTWIND DR W ESTWIND DR J A R D I N C T MERIDIANWAYS MA G N O LIA BAY CIR BETTYANNCT CEDARAVE BETTYANNCT ASH ST S O U T H G A R D E N SD R R O YALOAK D R B A L L E N I S L ES DR MU R ANO CIR 24THLN LEGACYLN SANMARITAWAY 2 NDLN 15THLN V I C T O RIA B AYC T HOLLYDRS O M E R S E T D R E A S T P O I N T E B L V D BONISLE CIR W FOURSEASONS ST DUL C ECT VILLA PALMA LN 21STLN B EDFORDDR TAR REGONLN A L A M ANDA DR N N O R M AND Y W A Y NEEDLESD R 1 S T C T DAHLIA AVE G A R D E N S E A S T D R C O R AL CAY DR DUNESRD WINTER PARK LN S QUARELAKE DR E GARDEN O A K S C I R D U C H E S S C T S A N MARC OCI R SPRING CIR GREEN BAYBERRY D R D A P H N E A V E KEWGARDENS AVE R A I N T R E E LN GARDENIA DR SUNTERRACECIR COAS TAL CIR STGILESRD ET A LL OAKSCIR STTHOMAS DR R I V E R S ID E D R BIRDWOOD ST SIENA O A K S C I R W PORTOFINO C I R WI N T E R L N THY ME DR CAPIST R ANO DR AVENUE O F T H E M A S T E R S AVENUE OF THE MASTERS LA R OCHELLECIR HILLMAN DR BEGONIA ST CYP RESS HOLLOW DR BUTTERCUP C I R S PINEHILLTRL DOGWOODAVE BANYAN ST CYPRESS ST FLAGDR VIZCAYADR VIZCAYA D R GARDEN RD 40TH TER N D OG W O O D A V E BLUEBELL S T BIRMINGHAM DR GROVERD D O VERBRO O K DR VENICE DR W I L D O R C HID D R V I A V ER O N A C E L ADON CIR 1 3 T H C T MONETARY DR S A N T A B ARBA RAWAY AVIL E S C I R MONACO TER BENTTRE E DR BENT TREE D R GRANDECORNIC H E I N T E R S T A T E 9 5 EU P H RATES C I R L A G U NA T E R 117TH CT N I R IS A V E A M A R A N T A D R BAYVILLAGECT HUNT CLUB LN HUNTCLUB LN KE L S E Y PARK C I R K E L S EYPAR K CIR SUMMERCIR PALMBAYCIR GRANDISLE T ER PEPPERWOOD CIR MERIDIAN WAY CATALINA RD NASHUA DR ROBALO CT ANDA L U S I A D R BEDFORD AVE W O O D V I E W CIR STEEPLECHASEDR R AVELLAWAY CORAL CAYTER LIDOCIR PALMBAYTER STGEORGEPL VI A C O N DADO WAY WKILLIANDR BELLEW O O DST OAKMONT D R DULCECT S A N CTUA R Y C O VEDR CRYSTA L P O I N T WAY LEGACYAVE KE L S E Y P A R K D R WINTERCLUBCT SEAGRAPE W AY WHI R L A W A Y RD F R ENCHMANS PASSAGE PALM BAY D R VENICE CIR V ENICE CIR WYNDHAMLN DAKOTAPL DEMERY DR BRANDONST S U N ES TA C O V E DR BALLENISLESDR BALLENISLESDR FAIRCHI L D G A R D E N S A V E N ORTHCORP P K W Y SELBY LN NCONGRESS AVE 15TH ST 13TH ST W O O D BINE TRL WO O D L A N D LAKES DR G I R A L D A C I R E MO R NINGGLORYCT WINDERMEREWAY GUAVA ST DELLAGOCIR GULLCT WINDSORPOINTE DR P RINCEWOOD LN BERMUDA RD IV Y A VE B A L LENISLESCIR CHASEWOOD CIR CHASEWOODCIR EVERGRENEPK W Y MILANO CT BAHAMA RD B U R GUND Y DR S BUTTONWOOD RD COCONUTKE Y D R HICKORYDR VISION DR STONEYDR PI N ELLA CIRPINELLA CIR OAK W AY CIR I R O N W O O D R D FO R TUNA D R MEADOWS CIRECHARISMAWAY CAPRI RD MINSKGARDENSBLVD 12TH ST DAMASCUS DR E HIGHLAND PINES DR ALC AZAR PL S A N M A R C O D R E HIGHLANDPINES BLVD W HIGHLANDPINES BLVD S A T I N W O O D L N W HIGHLANDPINES DR CITATIOND R COTE A Z URDR SUNSETBA Y D R HARBOUR ISL E S WAY N BATES RD FLORIDA' S TRNPK RESOURCE DR V A LENCIA GARDENS AVE M ONETDR W B A L L E N I S L E SCIR MEA D OWS LN W E P A R K D R WAKEFIELD DR ALLAMANDACIRALLAMANDACIR RAINWO O D C I R LAURELRD GRANDPOIN T E D R S A INTLA W R E N CEDR N ELIZABETH AVE SABALRIDGEC IR ALLAMANDA BLVD INTERSTATE 95 I N T E R S T A T E 9 5 FRENCHMANS CRE EK DR CENT R AL GARDE NSWAY SAVOIE D R HUDS O N B AYDR PLANTATION WAY PLAN T A T I O N W A Y NJOG RD NJOG R D IN T E R S T A T E 95 MAN O WAR RD W I N D W A R D D R F L O RIDA' S T R N PK FLORIDA' S T R N P K B E R M U D A LAKE D R B E R MUDALA K E DR HER MITA G E C IR HERMITAGE CIR N MARY CIR SHARES PL W EDGEWATER DR GATEWAY RD Arc2Earth Trial Imagery ©2015 , DigitalGlobe, U.S. Geological Survey 0 1,250 2,500 3,750 5,000625Feet 95 Data Sou rce : PBG-Planning & Zo ningImagerySource: Goo gle Created June 8, 2015 Site s #54 -67 - Long Lin e M ow in g Are as Contractual Landscape Maintenance Area: 69.25 Acres GAR D E N L A K E S C I R F I R S T A L T A 1AHAZEL AVE FICUS ST 1 S TLN BIR C H S T 7 TH L N CHESTNUT AVE 23RDLN CEDAR AVEASH ST LEG ACY LN 9T H L N 8 T H L N BUTT ERN UTST 3 R D L N 4TH LN S A N C R ISTOBOL G A R D E NSAV E P I N E T R E E B L V D ELM AVE WINCHE S T E R D R LEGACYPL 25THLN L E G A CYXING 2 N D L N E PA R K DR HACK BER R Y ST NORTHCORPPKWY 24TH LN EDGEME RE CT 5TH LN BAYBERRY S T MA L L R D N MILITARY TRL LEGACY DR COTTONWOOD AV E MIDTOWN LN 6 T H L N RCACENTERDR PGA BLVD COMMONS WAY D E S I G N C E N T E R D R T B C W A Y EDGEM E RE TER LEGACY BLVD RCA BLVD TUS C A NY CT CAMPUS DR B A N Y A N S T SABAL RIDGE CIR B E E C H A V E H E M L O CKS T B EAUMONTLN P R O F E S S I O N A L C E N T E R D R LEGACY AVE CATALFUM O WAYS G A R D EN LAKES DR FAIRCHILD AVE LA K E VI C T O R I A GARD E N S A V E SABALRIDGECT L E G A C Y A V E F A I R C H I L D G A R D E N S A V E KEWGARDENSAVE HAWTHORN AVE G A R D E N S P KWYMORNINGGLORYCT P G A P A S S GARDE N SQUARE BLVD KYOTO GARDEN S D R L A P O S A D A D R MONET TER MONET RIDGE RD MONET WOODS RD IN T E R S TATE95 I N T E R S T A T E 9 5 I N T E R S T A T E 9 5 I N T E R S T A T E 9 5 IN T E R S T A T E 95 Arc2E arth Trial Imag ery ©20 15 , DigitalGlobe, U.S. Geological Survey 0 500 1,000 1,500 2,000250Feet Site #6 8 - PG A Flyover Creat ed Jun e 8 , 2015DataSource: PBG-Pla nn ing & ZoningImagerySource : Google Contra ctu al Landscape Ma intenance Veg etated Area : 1,282,152 Sq Ft Contra ctu al Landscape Ma intenance Conc rete Area : 16 ,263 Sq Ft INSTRUCTIONS 08-07-15P0~:35 RCVD PALM BEACH GARDENS ':A nniqne placo: to li••c. 1<-am . .,.,.,1; & play .. The Crty of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PURCHASING DEPARTMENT INVITATION TO BID ITB NO.: ITB2015-Q47PF TITLE: MOWING AND LANDSCAPING SERVICES DUE DATE AND TIME: AUGUST 7, 2015@ 3:00PM Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder's name, return address, ITS number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive in a usable PDF format. The original should be marked "ORIGINAl", and the electronic copy must be identical to the original. In the event of any discrepancy between the original bid and the electronic copy, the original bid shall be the governing document. Bids must contain all information required to be included in the submittal, as described in this Solicitation. NEXTERA Site No.Site/ Location Vegetated Square Footage Concrete Area Square Footage C:Common P:Park M:Medians L:Longline Turf Mowing Yearly Cost (Based on 41 cuts per year) Mulch Cost (Yearly) Fertilization Yearly Cost - Sod, Trees and Shrubs (Based on 3 times per year) Fertilization Yearly Cost -Palms (Based on 3 times per year)Total Yearly Costs Alternate Turf Mowing Yearly Cost (Based on 32 cuts per year) Alternate Fertilization Yearly Cost -Sod, Trees and Shrubs (Based on 2 times per year) Fertilization Yearly Cost - Palms (Based on 2 times per year) Alternate Bid Total Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/ 4404 Burns Rd 414,185 C $39,348.00 $4,400.00 $5,000.00 $1,200.00 $49,948.00 $31,000.00 $3,360.00 $800.00 $35,160.00 2 City Hall Complex/Fire Station #1/Police/ 10500 N Military 291,778 C $25,676.00 $2,885.00 $3,300.00 $860.00 $32,721.00 $19,800.00 $2,200.00 $580.00 $22,580.00 3 Riverside Youth Enrichment Center/ 10170 Riverside Dr 19,286 C $1,832.00 $205.00 $270.00 $65.00 $2,372.00 $1,530.00 $180.00 $50.00 $1,760.00 4 Tennis Center/ 5110 117th Court North 706,814 C $59,372.00 $6,670.00 $8,000.00 $2,120.00 $76,162.00 $46,800.00 $5,400.00 $1,480.00 $53,680.00 5 Fire Station #2/ 11025 Campus Drive 54,933 C $5,218.00 $586.00 $840.00 $170.00 $6,814.00 $4,400.00 $560.00 $120.00 $5,080.00 6 Fire Station #3/ 5162 Northlake Blvd 240,449 C $10,700.00 $1,200.00 $2,600.00 $720.00 $15,220.00 $8,600.00 $1,700.00 $500.00 $10,800.00 7 Fire Station #4/ 11264 Jog Road 44,892 C $4,265.00 $480.00 $680.00 $135.00 $5,560.00 $3,500.00 $470.00 $100.00 $4,070.00 8 Fire Station #5/ 3913 Hood Road 39,258 C $3,867.00 $435.00 $500.00 $100.00 $4,902.00 $3,200.00 $350.00 $70.00 $3,620.00 9 Mirasol Park/ 12385 Jog Road 171,141 P $16,258.00 $1,825.00 $1,750.00 $500.00 $20,333.00 $12,900.00 $1,200.00 $350.00 $14,450.00 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 P $46,105.00 $5,180.00 $7,600.00 $1,300.00 $60,185.00 $36,800.00 $5,100.00 $900.00 $42,800.00 11 Oaks Park/ 10666 Gardens East Drive 353,245 P $30,732.00 $3,450.00 $4,300.00 $1,000.00 $39,482.00 $24,500.00 $2,900.00 $700.00 $28,100.00 12 Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 P $16,250.00 $1,825.00 $2,800.00 $550.00 $21,405.00 $12,940.00 $1,900.00 $400.00 $15,240.00 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 P $16,350.00 $1,825.00 $2,800.00 $550.00 $21,505.00 $12,970.00 $1,900.00 $400.00 $15,270.00 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 P $10,470.00 $1,200.00 $1,500.00 $360.00 $13,530.00 $8,400.00 $1,000.00 $250.00 $9,650.00 15 Gardens Park/ 4301 Burns Rd 436,201 P $37,080.00 $4,400.00 $5,000.00 $1,200.00 $47,680.00 $29,600.00 $3,400.00 $800.00 $33,800.00 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43,038 P $1,070.00 $120.00 $660.00 $135.00 $1,985.00 $850.00 $450.00 $100.00 $1,400.00 17 Twins Parks/ 648 Holly Drive 30,001 P $2,850.00 $320.00 $450.00 $90.00 $3,710.00 $2,380.00 $300.00 $60.00 $2,740.00 18 Lilac Park Commons & Dog Run/ 4175 Lilac Street 489,489 P $41,610.00 $4,400.00 $5,300.00 $1,440.00 $52,750.00 $32,900.00 $3,600.00 $1,000.00 $37,500.00 19 Riverside Drive Linear Park/ Riverside Dr 44,596 P $3,746.00 $435.00 $600.00 $120.00 $4,901.00 $3,100.00 $400.00 $90.00 $3,590.00 20 South Ilex Circle Neighborhood Park/ Ilex Cir S 25,195 P $2,140.00 $225.00 $0.00 $75.00 $2,440.00 $1,750.00 $0.00 $50.00 $1,800.00 21 City Park/ 5070 117th Court North 78,977 P $7,510.00 $845.00 $900.00 $220.00 $9,475.00 $6,000.00 $600.00 $150.00 $6,750.00 GROUP B MEDIANS 410,411.00 Total $292,010 22 Allamanda Dr ROW 96,897 M $3,875.00 $0.00 $0.00 $200.00 $4,075.00 $3,170.00 $0.00 $140.00 $3,310.00 23 Allamanda Dr / Rainwood Dr Retention Area 30,445 M $2,162.00 $0.00 $0.00 $90.00 $2,252.00 $1,824.00 $0.00 $60.00 $1,884.00 24 Alt A1A (West Side - Burns to RCA Blvd)60,202 M $4,756.00 $0.00 $0.00 $180.00 $4,936.00 $3,800.00 $0.00 $120.00 $3,920.00 25 Banyan Street Parcel - North 11,310 M $510.00 $0.00 $0.00 $50.00 $560.00 $415.00 $0.00 $40.00 $455.00 26 Banyan Street Parcel - South 20,314 M $915.00 $0.00 $0.00 $60.00 $975.00 $750.00 $0.00 $50.00 $800.00 27 Burns Rd & I-95 Overpass 2,251 M $190.00 $0.00 $0.00 $50.00 $240.00 $160.00 $0.00 $40.00 $200.00 28 Burns Rd Medians - Military Trl to Prosperity Farms Rd 59,594 M $5,660.00 $635.00 $900.00 $180.00 $7,375.00 $4,700.00 $600.00 $130.00 $5,430.00 29 Burns Rd ROW - South Side Rainwood Dr to Allamanda Dr 18,193 M $1,730.00 $0.00 $300.00 $55.00 $2,085.00 $1,425.00 $200.00 $40.00 $1,665.00 30 Camberwell on Avenue of PGA 11,788 M $1,002.00 $0.00 $0.00 $50.00 $1,052.00 $880.00 $0.00 $40.00 $920.00 31 City Sign - PGA Blvd & Fairway Dr 519 M $390.00 $0.00 $0.00 $35.00 $425.00 $336.00 $0.00 $30.00 $366.00 32 Cottonwood Circle Median 1,360 M $103.00 $0.00 $0.00 $35.00 $138.00 $85.00 $0.00 $30.00 $115.00 33 Garden Woods Entrance Median - Elm Ave 2,438 M $232.00 $0.00 $0.00 $35.00 $267.00 $195.00 $0.00 $30.00 $225.00 34 Gardens Glenn - Entrance and Medians 8,532 M $810.00 $0.00 $0.00 $35.00 $845.00 $640.00 $0.00 $30.00 $670.00 35 Holly Dr Medians - Riverside Dr to Military Trl 52,242 M $4,960.00 $560.00 $750.00 $180.00 $6,450.00 $4,000.00 $500.00 $120.00 $4,620.00 36 Holly Dr ROW - Lighthouse Dr to Ironwood Rd 16,368 M $1,475.00 $165.00 $250.00 $55.00 $1,945.00 $1,200.00 $160.00 $40.00 $1,400.00 37 Holly Drive & I-95 Overpass 4,384 M $415.00 $0.00 $150.00 $35.00 $600.00 $325.00 $100.00 $30.00 $455.00 38 Holly Drive Cul-de-Sac 1,498 M $110.00 $0.00 $45.00 $35.00 $190.00 $80.00 $40.00 $30.00 $150.00 39 Hood Road Medians - Military Trl to Alt A1A 28,064 3,037 M $2,670.00 $300.00 $520.00 $105.00 $3,595.00 $2,200.00 $350.00 $70.00 $2,620.00 40 Iris Circle Median 1,936 M $103.00 $0.00 $60.00 $35.00 $198.00 $85.00 $50.00 $25.00 $160.00 41 MacArthur Blvd Medians, Crosswalks, and ROWs 37,762 M $3,600.00 $405.00 $570.00 $110.00 $4,685.00 $3,040.00 $380.00 $80.00 $3,500.00 42 Military Trail Medians - Hood Rd to Donald Ross Rd 50,390 20,041 M $4,780.00 $540.00 $750.00 $125.00 $6,195.00 $4,000.00 $500.00 $90.00 $4,590.00 43 Military Trail Medians - Lillian Ave to EPB-3 Canal 103,776 34,842 M $9,860.00 $1,110.00 $900.00 $220.00 $12,090.00 $8,160.00 $600.00 $150.00 $8,910.00 44 Northlake Blvd & I-95 Intersection 394,624 1,628 M $7,890.00 $890.00 $4,300.00 $1,100.00 $14,180.00 $6,595.00 $2,870.00 $750.00 $10,215.00 45 Northlake Blvd Medians - Military Trl to East Side of Turnpike 59,060 23,317 M $5,610.00 $630.00 $750.00 $180.00 $7,170.00 $4,640.00 $500.00 $120.00 $5,260.00 CITY OF PALM BEACH GARDENS ITB2015-047PF, Mowing and Landscaping Services Revised Exhibit "C" 46 Plam Beach Gardens Elementary ROW 49,180 $1,475.00 $0.00 $0.00 $145.00 $1,620.00 $1,230.00 $0.00 $100.00 $1,330.00 47 PGA Blvd & I-95 Intersection 360,473 3,740 M $7,210.00 $810.00 $3,400.00 $880.00 $12,300.00 $6,080.00 $2,300.00 $600.00 $8,980.00 48 PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 5,292 1,134 M $465.00 $0.00 $0.00 $35.00 $500.00 $392.00 $0.00 $25.00 $417.00 49 PGA Blvd Medians - Military Trl to East Side of Turnpike 81,531 20,873 M $7,750.00 $890.00 $1,300.00 $260.00 $10,200.00 $6,624.00 $870.00 $250.00 $7,744.00 50 Prosperity Farms Rd & Prosperity Oaks Ct 6,699 M $636.00 $75.00 $180.00 $35.00 $926.00 $544.00 $120.00 $30.00 $694.00 51 Public Works and Ironwood Rd 8,201 M $330.00 $50.00 $225.00 $35.00 $640.00 $270.00 $150.00 $30.00 $450.00 52 Sandtree Drive 7,849 M $385.00 $50.00 $200.00 $35.00 $670.00 $320.00 $140.00 $30.00 $490.00 53 Seagrape Way Median 7,590 M $525.00 $75.00 $200.00 $35.00 $835.00 $448.00 $140.00 $30.00 $618.00 54 US Hwy 1 Medians - Golden Bear to Towers Office Building 3,528 1,096 M $300.00 $0.00 $0.00 $35.00 $335.00 $260.00 $0.00 $30.00 $290.00 GROUP C CANAL LONG LINE MOWING AREAS Based on 18 cuts per year $110,549.00 Based on 12 cuts per year $82,942.00 55 Hunt Club Dr 93,822 L $4,600.00 N/A N/A N/A $3,540.00 N/A N/A 56 Bellwood/ Applecrest to Earman River 108,834 L $4,900.00 N/A N/A N/A $3,700.00 N/A N/A 57 Earman River/ Military Trail to I-95 143,257 L $5,700.00 N/A N/A N/A $4,260.00 N/A N/A 58 Earman River/ I-95 to A1A (north side)252,104 L $9,700.00 N/A N/A N/A $7,200.00 N/A N/A 59 Honey Suckle/ Honey Suckle to Gardenia 79,978 L $3,900.00 N/A N/A N/A $3,060.00 N/A N/A 60 Thompson River/ Earman River to I-95 250,505 L $12,000.00 N/A N/A N/A $9,000.00 N/A N/A 61 Seagrape / Military Trail to End City Row 224,180 L $10,000.00 N/A N/A N/A $7,200.00 N/A N/A 62 Hickory Canal/ Larch Ave (north and south) End of City Row 307,694 L $13,000.00 N/A N/A N/A $9,800.00 N/A N/A 63 Plat 4/ Banyan St east to A1A (north side)58,968 L $3,200.00 N/A N/A N/A $2,400.00 N/A N/A 64 Ironwood/ Burns Rd to C-17 Canal 108,908 L $5,200.00 N/A N/A N/A $3,780.00 N/A N/A 65 Meridian 164,299 L $6,000.00 N/A N/A N/A $4,800.00 N/A N/A 66 Allamanda/ Burns Rd to Prosperity 53,986 L $2,700.00 N/A N/A N/A $2,180.00 N/A N/A 67 C-17/ Northlake to A1A (east) Northlake to MacArthur (west)671,509 L $26,800.00 N/A N/A N/A $21,600.00 N/A N/A 68 Mirasol Field 498,552 L $19,800.00 N/A N/A N/A $127,500.00 $15,600.00 N/A N/A $98,120.00 GROUP D PGA FLYOVER BRIDGE 69 PGA Flyover 1,282,152 16,263 C $116,100.00 $116,100.00 GROUP E ITEM UNIT COST 70 Turf Mowing Yearly Cost (Based on 41 cuts per year)Sq./FT 0.1 Per year 71 Mulch cost Cubic Yards 41 Per application 72 Fertilization Yearly Cost - Sod, trees and shrubs (Based on 3 times per year)Sq./Ft 0.003 Per application 73 Fertilization Yearly Cost -Palms (Based on 3 times per year)Per tree 9 Per application 74 Alternate turf mowing cost (Based on 32 cuts per year)Sq./Ft 0.1 Per year 75 Alternate Fertilization Yearly Cost -Sod, trees and shrubs (Based on 2 times per year)Sq./Ft 0.003 Per year 76 Fertilization Yearly Cost - Palms (Based on 2 times per year)Per tree 9 Per tree 77 Pesticides Turf Sq./Ft.0.002 Per year 78 Fire Ant Control Sq./Ft.0.002 80 79 Labor Cost ( Supervisor)Hourly 30 Per hour 80 Labor Cost ( Laborer)Hourly 20 Per hour GROUP F EQUIPMENT 81 Chainsaw (Stihl model 026 or equivalent)Hourly 5 Per hour 82 Chipper Hourly 40 Per hour 83 Dump Body Truck Hourly 25 Per hour 84 Pick-up Truck Hourly 25 Per hour 85 Bucket Truck Hourly 50 Per hour 86 Bobcat Hourly 40 Per hour 87 Front end Loader Hourly 50 Per hour 88 Traffic Control Signs Hourly 9 Per hour 89 Traffic Cones Hourly 0.35 Per hour 90 Hauling (includes Driver, Fees and Vehicle)Hourly 90 Per hour 91 Attach a separate sheet of additional equipment not listed, if desired.N/A N/A 18-07-15P02:21 RCVD \ ~ Lt ~ t--J . }(i llt'liLn D tt, . * 15 ~ PCA.l--l-, fL 334D~ I.T~c:lt>lS-DL\ 7 Pf bu.£ "DATE: fl.u.~u..cs+ 7, .2C>I 5 'Q) 3:DD p-m M-f)t.()i IL~ ll-+L.d ltlrt.d j i!A.p €. s th!J'l.Ls_ CITY OF PALM BEACH GARDENS I Revised Exhibit "C" =r rTB201!H147PF, Mowfncand Landscapin1 Services Alternate Fertilization Fertilization Yearly Yearly Cost ·Sod, Trees Fertilization Yea rly Alternate Turf and Shrubs (Based on 2 Cost • Palms (Based C:Common P:Patk Turf MowfnK Yearly Cost· Sod, Trees and Fertilization Yearly Mowfnc Yearly Cost times per year) on 2 times per year) Ve1etated Square Concrete Area M:Medlans Cost (Based on 41 Mulch Cost Shrubs (Based on 3 Cost -Palms (Based (Based on 32 cuts per Alternate Bid Total Site No. Site/location Footage Square Footage L:longline cuts per year) (Yearly) times per year) on 3 times per year) Total Yearly Costs year) Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/4404 Burns Rd 414,185 c $50,944.76 $2,816.46 included included $53,761.22 $39 761 .76 included includ ed $42,578.22 2 City Hall Complex/Fire Station #1/Police/10500 N Mil~ary 29l,n8 c $35,888.69 $1,984.09 included included $37,872.78 $28 010.69 included included $29,994.78 - 3 Riverside Youth Enrichment Center/10170 Riverside Dr 19,286 c $2,372.18 $131 .14 included included $2,503.32 $1851.46 included included $1,982.60 4 Tennis Center/ 5110 117th Court North 706,814 c $86,938.12 $4,806.34 inc luded includ ed $91,744.46 $67 854.14 included included $72,660.48 s Fire Statton #2/11025 (am pus Drive 54,933 c $6,7S6.76 $373.54 included included $7,130.30 $5 273.57 included included $5,647.11 6 Fire Station #3/5162 Northlake Blvd 240,449 c $29,575.23 $1,635 .05 included included $31,210.28 $23 083 .10 included included $24,718.15 7 Fire Station #4/11264 Joe Road 44,892 c $5,521.72 $305.27 included included $5,826.99 $4 309 .63 included included $4,614.90 8 Fire Station #5/3913 Hood Road 39,258 c $4,828.73 $266.95 included included $5,095.68 $3 768 .77 included included $4,035.72 9 Mira sol Park/ 12385 Jog Road 171,141 p $21,050.34 $1,163.76 inc luded included $22,214.10 $16429.54 included included $17,593.30 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 p $81,011 .86 $4,478.70 included included $85,490.56 $63 228.77 included included $67,707.47 11 Oaks Park/ 10666 Gardens East Or;ve 353,245 p $43,449.14 $2,402.07 included included $45,851.21 $33 911 .52 included included $36,313.59 12 lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 p $23,516.86 $1,300.12 included included $24,816.98 $18 354 .62 included included $19,654.74 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 p $23,655.24 $1,307.77 Included included $24,963.01 $18 462 .62 incl uded included $19,770.39 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 p $15,154.46 $837.81 included includ ed $15,992.27 $11827.87 included included $12,665.68 15 Gardens Park/ 4301 Burns Rd 436,201 p $53,652.72 $2,966.17 included included $56,618.89 $41,875.30 included included $44,841.47 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43 ,038 p $5,293.67 $292 .66 included included $5,586.33 $4131.65 included included $4,424.31 17 Twins Parks/648 Holly Drive 30,001 p $3,690.12 $204,01 included included $3,894.13 $2 880.10 included included $3,084.11 18 Lilac Park Commons & Dog Run/4175lilac Street 489,489 p $60,207.15 $3,328.53 included included $63,535.68 $46 990.94 included included $50,319.47 19 Riverside Drive Linear Part./ Riverside Or 44,596 p $5,485.31 $303.25 included included $5,788.56 $4 281.22 included included $4,584.47 20 South I lex Cin:le Neighborhood Park/ lieK Cir S 25,195 p $3,098.99 $171.33 included included $3,270.32 $2 418.72 included included $2,590.05 21 City Park/ S070 117th Court North 78,977 p $9,714.17 $537.04 included included $10,251.21 $7,581.79 included included $8,118.83 GROUPB MEDIANS 22 Allamanda Dr ROW 96,897 M $11,918.33 $658.90 included included $12,577.23 $9,302.11 included included $9,961.01 23 Allamanda Dr I Rainwood Dr Retention Area 30,44S M $3,744.74 $207 .03 included included $3,951.77 $2 922.72 included included $3,129.75 24 Ail AlA (West Side· Burns to RCA Blvd) 60,202 M $7,404.85 $409.37 included included $7,814.22 $5 779.39 included included $6,188.76 25 Banyan Street Parcel-North 11,310 M $1,391.13 $76.91 included included $1,468.04 $1085.76 included included $1,162.67 26 Banyan Street Parcel-South 20,314 M $2,498.62 $138 .14 included included $2 ,636.76 $1950.14 included included $2,088.28 27 Burns Rd & 1-95 Overpass 2,251 M $276.87 $15.31 inclu ded included $292.18 $216.10 included included $231.41 28 Burns Rd Medians · Military Trl to Prosperity Farms Rd 59,594 M $7,330.06 $405.24 included included $7,735.30 $5 721-02 included included $6,126.26 29 Burns Rd ROW· South Side Rainwood Dr to Allamanda Dr 18,193 M $2,237.74 $123.71 included included $2,361.45 $1 746.53 included included $1,870.24 30 camberwell on Avenue of PGA 11,788 M $1,449.92 $80.16 included included $1,530.08 $1131.65 included included $1,211.81 31 City Si&n • PGA Blvd & Fairway Dr 519 M $63.84 $3.53 included included $67.37 $49 .82 Included included $53.35 32 Cottonwood Circle Median 1,360 M $167.28 $9.25 included included $176.53 $130.56 included included $139.81 33 Garden Woods Entrance Median -Elm Ave 2,438 M $299.87 $16.58 included included $316.45 $234.05 included included $250.63 34 Gardens Glenn-Entrance and Medians 8,S32 M $1,049.44 $58.02 included included $1,107.46 $819.07 included included $877.09 35 Holly Dr Medians· Riverside Dr to Military Trl 52,242 M $6,425.77 $355 .25 included included $6,781.02 $5 015 .23 included included $5 370.48 . 36 Holly Dr ROW-Lighthouse Dr to Ironwood Rd 16,361 M $2,013.26 $111.30 includ~d included $2,124.56 $1571.33 included included $1,612.63 .. 37 Holly Drive & 1-95 Overpns 4,384 M $539.23 $29.81 included included $569.04 $420 .86 included included $450.67 38 Holly Drive Cul-de-Sac 1,498 M $184.25 $10.19 included included $194.44 $143 .81 included included $154.00 39 Hood Road Medians -Military Trl to Att AlA 28,064 3,037 M $3,451.87 $190.84 included included $3,642.71 $2 694.14 included included $2,184.98 40 Iris Circle Median 1,936 M $238 .13 $13.16 included included $251.29 $185.86 included included $199.02 41 MacArthur Btvd Medians, Crosswalks, and ROWs 37,762 M $4,644.73 $256.78 included included $4,901.5 1 $3 625 .15 included included $3,181.93 42 Military Trail Medians -Hood Rd to Oonak:l Ross Rd 50,390 20,041 M $6,197.97 $342.65 included included $6,540.62 $4 837.44 included included $5,180.09 43 Military Trail Medians -lillian Ave to EPB-3 Una I 103,n6 34,842 M $12,764.45 $705.61 included included $13,470.13 $9 962.50 included included $10,661.18 - 44 Northlake Blvd & l-951ntersection 394,624 1,628 M $48,538.75 $2,613.44 included included $51,222.19 $37 883.90 included included $40,567.34 45 Northlake Blvd Medians-Military Trl to East Side of Turnpike 59,060 23,317 M $7,264 .38 $401.61 included included $7,665.99 $5 669.76 included included $6,071.37 46 Plam Beach Gardens Elementary ROW 49,180 $7,258.97 $334.42 included included $7,593.39 $5,665 .54 included included $5,999.96 - 47 PGA Blvd & 1-95 Intersection 360,473 3,740 M $44,338.18 $2,451.22 included included $46,789.40 $34 605 .41 included included $37,056.63 41 PGA Blvd Medians-from Prosperity Farms Rd to US Hwy 1 5,292 1,134 M $650.92 $35.99 included included $616.9 1 $508.o3 included included $544.02 49 PGA Blvd Medians -Military Trl to East Side of Turnp ike 81,531 20,873 M $10,028 .31 $554.41 included included $10,582.72 $7 826.98 included included $8,381.39 so Prosperity Farms Rd & Prosperity Oaks Ct 6,699 M $823.98 $45.55 included included $869.53 $643.10 included inc luded $688.65 51 Publ ic Works and Ironwood Rd 8,201 M $1,008 .72 $55.77 included included $1,064.49 $787.30 inc luded included $843.07 52 Sandtree Drive 7,849 M $965.43 $53.37 included included $1,018.80 $753.50 included included $806.87 53 Seagrape Way Median 7,590 M $933.57 $51.61 included included $985.18 $728.64 included included $780.25 54 US Hwy 1 Medians-Golden Bear to Towers Offke Bu ikJ ing 3,528 1,096 M $433.94 $23.99 included included $457.93 $338.69 included included $362.61 Based on 18 cuts per Based on 12 cuts per I GROUPC CANAL LONG LINE MOWING AREAS year year 55 Hunt Club Dr 93,822 L $5,066.39 N/A N/A N/A $3 377.59 N/A N/A 56 Bellwood/ Applecrest to Earman River 108,834 L $5,877.04 N/A N/A N/A $3 918.02 N/A N/A 57 Earman River/ Military Trail to 1-95 143,257 L $7,735 .88 N/A N/A N/A $5157.25 N/A N/A 58 Earman River/1-95 to AlA (north side) 252,104 L $13,613.62 N/A N/A N/A $9 075.74 N/A N/A 59 Honey Suckle/ Honey Suckle to Gardenia 79,978 L $4,318.81 N/A N/A N/A $2 879.21 N/A N/A 60 Thompson River/ Earman River to 1·95 250,505 L $13,527 .27 N/A N/A N/A $9018.18 N/A N/A 61 Seagrape I Mil~ary Trail to End City Row 224,180 L $12,105.72 N/A N/A N/A $8 070.48 N/A N/A 62 Hickory Canal/larch Ave (north and south) End of City Row 307,694 L $16,615.48 N/A N/A N/A $11076.98 N/A N/A 63 Plat 4/ Banyan St east to AlA (north s ide) 58,961 L $3,184.27 N/A N/A N/A $2 122.85 N/A N/A 64 Ironwood/ Bums Rd to C-17 Conal 108,908 L $5,881.03 N/A N/A N/A $3 920.69 N/A N/A 65 Meridian 164,299 L $8,872.15 N/A N/A N/A $5 914 .76 N/A N/A 66 Allamanda/ Burns Rd to Prosperity 53,986 L $2,915.24 N/A N/A N/A $1,943.50 N/A N/A 67 C-17/ Northlake to AlA (east) Northlake to MacArthur (west) 671,509 L $36,261.49 N/A N/A N/A $24 174.32 N/A N/A 61 Mirasol Field 498,552 L $26,921.81 N/A N/A N/A $17,947.87 N/A N/A GROUPO PGA FL YOVER BRIDGE 69 PGA Flyover 1,282,152 16,263 c $157,704.70 GROUPE ALTERNATE ITEMS ITE M UNIT COST 70 Turf Mowing Yearly Cost {Based on 41 cuts per year) Sq./FT 0 .003 Per year . 71 Mulch cost Cubic Yards 31 Per applicilt ion - 72 Fertilization Year1y Cost-Sod, trees 1nd shrubs (Based on 3 times per year} Sq./Ft 0.06 Per applicat ion 73 Fertilization Yearly Cost -Palms (Based on 3 times per year) Per tree 5 Per application - 74 Alternate turf mowing cost {Based on 32 cuts per year) Sq ./Ft 0.003 Per year I I 75 Alternate Fertilization Yearly Cost ·Sod, trees and shrubs (Based on 2 times Sq./Ft 0.06 Per year per year) 76 Fertilization Yearly Cost-Palms (Based on 2 times per year) Per tree 5 Per tree n Pesticides Turf Sq./Ft. 0.05 Per year 78 Fire Ant Control Sq./Ft. 0.05 80 79 labor Cost (Supervisor) Hourly 35 Per hour 80 labor Cost ( laborer) Hourly 25 Per hour GROU P F EQU IPMENT 81 Chainsaw (Stihl model 026 or equivalent) Hourly 20 Per hour 82 Chipper Hourly 55 Per hour 83 Dump Body Truck Hourly 50 Per hour 84 Pick-up Truck Hourly 35 Per hour 85 Bucket Truck Hourly 60 Per hour 86 Bobcat Hourly 55 Per hour 87 Front end loader Hourly 55 Per hour 88 Traffic Control Signs Hourly 20 Per hour 89 Traffic Cones Hourly 20 Per hour 90 Hauling {includes Driver, Fees and Vehk~) Hourly 95 Per hour 91 Attach a separate sheet of additional equipment not listed, if desired. N/A N/A / ') \ ITS NO.: ITS TITLE: DUE DATE: BID OPENING: L .. 7 Sea crest S E R V I C E S I N C . ITB2015-047PF Mowing & Landscaping Services Friday, August 07, 2015 3:00PM 08-06-15P03:42 RCVO D BID City of Palm Beach Gardens City Clerk's Office 10500 N Military Trail Palm Beach Gardens, FL 33410 SUBMITTED BY: Tom Spino Vice President of Business Development Seacrest Services, Inc. 2400 Centrepark W. Drive #175 West Palm Beach, FL 33409 tspino@seacrestservices. com cell 561.225.8387 office 561.656-6355 fax 561.697.4779 Si t e  No . S i t e /  Lo c a t i o n Ve g e t a t e d            Sq u a r e   Fo o t a g e    Co n c r e t e  Ar e a   Sq u a r e  Fo o t a g e C: C o m m o n    P: P a r k   M: M e d i a n s   L: L o n g l i n e   Tu r f  Mo w i n g  Ye a r l y   Co s t  (B a s e d  on  41   cu t s  pe r  ye a r ) Mu l c h  Co s t   (Y e a r l y ) Fe r t i l i z a t i o n  Ye a r l y   Co s t  ‐   So d ,  Tr e e s  an d   Sh r u b s  (B a s e d  on  3   ti m e s  pe r  ye a r ) Fe r t i l i z a t i o n  Yearly   Co s t  ‐Palms  (Based   on  3  times  per  year) Total  Yearly  CostsAlterN/Ate  Turf  Mowing  Yearly  Cost  (Based  on  32  cuts  per  year)AlterN/Ate  Fertilization  Yearly  Cost  ‐Sod, Trees  and  Shrubs  (Based  on  2  times  per  year)Fertilization  Yearly  Cost  ‐ Palms  (Based  on  2  times  per  year)AlterN/Ate  Bid  Total  Yearly  Costs GR O U P  A C O M M O N  AR E A S  AN D  PA R K S 1 B u r n s  Rd  Co m m u n i t y  Ce n t e r /  44 0 4  Bu r n s  Rd 4 1 4 , 1 8 5 C 2 6 , 5 5 7 . 0 0 $                                   3, 6 8 2 . 0 0 $                     3, 6 3 5 . 0 0 $                                       466.00 $                                         34,340.00 $                         25,438.00 $                    2,424.00 $                            311.00 $                         28,173.00 $                     2C i t y  Ha l l  Co m p l e x / F i r e  St a t i o n  #1 / P o l i c e /  10 5 0 0  N  Mi l i t a r y 2 9 1 , 7 7 8 C 1 8 , 7 1 0 . 0 0 $                                   2, 5 9 4 . 0 0 $                     2, 5 6 1 . 0 0 $                                       466.00 $                                         24,331.00 $                         17,922.00 $                    1,708.00 $                            311.00 $                         19,941.00 $                     3R i v e r s i d e  Yo u t h  En r i c h m e n t  Ce n t e r /  10 1 7 0  Ri v e r s i d e  Dr 1 9 , 2 8 6 C 1 , 1 9 1 . 0 0 $                                       17 2 . 0 0 $                             17 0 . 0 0 $                                             N/A 1,533.00 $                           1,140.00 $                      114.00 $                               N/A 1,254.00 $                        4 T e n n i s  Ce n t e r /  51 1 0  11 7 t h  Co u r t  No r t h 7 0 6 , 8 1 4 C 3 2 , 0 5 9 . 0 0 $                                   4, 4 4 5 . 0 0 $                     4, 3 8 8 . 0 0 $                                       N/A 40,892.00 $                         30,708.00 $                    2,926.00 $                            N/A 33,634.00 $                     5F i r e  St a t i o n  #2 /  11 0 2 5  Ca m p u s  Dr i v e 5 4 , 9 3 3 C 3 , 5 2 4 . 0 0 $                                       48 9 . 0 0 $                             48 2 . 0 0 $                                             466.00 $                                         4,961.00 $                           3,376.00 $                      322.00 $                               311.00 $                         4,009.00 $                        6F i r e  St a t i o n  #3 /  51 6 2  No r t h l a k e  Bl v d 2 4 0 , 4 4 9 C 1 5 , 4 1 8 . 0 0 $                                   2, 1 3 8 . 0 0 $                     2, 1 1 0 . 0 0 $                                       466.00 $                                         20,132.00 $                         14,769.00 $                    1,407.00 $                            311.00 $                         16,487.00 $                     7F i r e  St a t i o n  #4 /  11 2 6 4  Jo g  Ro a d 4 4 , 8 9 2 C 2 , 8 8 0 . 0 0 $                                       40 0 . 0 0 $                             39 4 . 0 0 $                                             466.00 $                                         4,140.00 $                           2,760.00 $                      263.00 $                               311.00 $                         3,334.00 $                        8F i r e  St a t i o n  #5 /  39 1 3  Ho o d  Ro a d 3 9 , 2 5 8 C 2 , 5 2 0 . 0 0 $                                       34 9 . 0 0 $                             34 5 . 0 0 $                                             N/A 3,214.00 $                           2,414.00 $                      230.00 $                               N/A 2,644.00 $                        9M i r a s o l  Pa r k /  12 3 8 5  Jo g  Ro a d 1 7 1 , 1 4 1 P 1 0 , 9 7 5 . 0 0 $                                   1, 5 2 2 . 0 0 $                     1, 5 0 2 . 0 0 $                                       466.00 $                                         14,465.00 $                         10,513.00 $                    1,002.00 $                            311.00 $                         11,826.00 $                     10 P G A  Pa r k /  1  Ry d e r  Cu p  Bo u l e v a r d 6 5 8 , 6 3 3 P 3 2 , 7 0 2 . 0 0 $                                   4, 5 3 3 . 0 0 $                     4, 4 7 5 . 0 0 $                                       466.00 $                                         42,176.00 $                         31,323.00 $                    2,984.00 $                            311.00 $                         34,618.00 $                     11 O a k s  Pa r k /  10 6 6 6  Ga r d e n s  Ea s t  Dr i v e 3 5 3 , 2 4 5 P 2 2 , 6 5 0 . 0 0 $                                   3, 1 4 0 . 0 0 $                     3, 1 0 0 . 0 0 $                                       N/A 28,890.00 $                         21,695.00 $                    2,067.00 $                            N/A 23,762.00 $                     12 L a k e  Ca t h e r i n e  Sp o r t s  Co m p l e x /  94 8 1  Ma c A r t h u r  Bo u l e v a r d 1 9 1 , 1 9 4 P 7 , 4 1 1 . 0 0 $                                       1, 0 2 8 . 0 0 $                     1, 0 1 4 . 0 0 $                                       N/A 9,453.00 $                           7,100.00 $                      676.00 $                               N/A 7,776.00 $                        13 L a k e s i d e  La k e  Ca t h e r i n e /  Ma c A r t h u r  Bl v d 1 9 2 , 3 1 9 P 1 2 , 3 3 2 . 0 0 $                                   1, 7 1 0 . 0 0 $                     1, 6 8 8 . 0 0 $                                       N/A 15,730.00 $                         11,813.00 $                    1,126.00 $                            N/A 12,939.00 $                     14 P l a n t  Dr i v e  & Sk a t e  Pa r k /  10 1 1 3  Pl a n t  Dr i v e 1 2 3 , 2 0 7 P 7 , 9 0 1 . 0 0 $                                       1, 0 9 6 . 0 0 $                     1, 0 8 2 . 0 0 $                                       466.00 $                                         10,545.00 $                         7,569.00 $                      722.00 $                               311.00 $                         8,602.00 $                        15 G a r d e n s  Pa r k /  43 0 1  Bu r n s  Rd 4 3 6 , 2 0 1 P 2 7 , 9 7 0 . 0 0 $                                   3, 8 7 7 . 0 0 $                     3, 8 2 8 . 0 0 $                                       N/A 35,675.00 $                         26,791.00 $                    2,552.00 $                            N/A 29,343.00 $                     16 S a n d  Hi l l  Cr a n e  Pa r k /  81 7 5  PG A  Bo u l e v a r d 4 3 , 0 3 8 P 2 , 7 6 1 . 0 0 $                                       38 3 . 0 0 $                             37 8 . 0 0 $                                             N/A 3,522.00 $                           2,646.00 $                      252.00 $                               N/A 2,898.00 $                        17 T w i n s  Pa r k s /  64 8  Ho l l y  Dr i v e 3 0 , 0 0 1 P 1 , 9 2 5 . 0 0 $                                       26 7 . 0 0 $                             26 4 . 0 0 $                                             N/A 2,456.00 $                           1,845.00 $                      176.00 $                               N/A 2,021.00 $                        18 L i l a c  Pa r k  Co m m o n s  & Do g  Ru n /  41 7 5  Li l a c  St r e e t   48 9 , 4 8 9 P 1 3 , 4 6 5 . 0 0 $                                   1, 8 6 7 . 0 0 $                     1, 8 4 3 . 0 0 $                                       466.00 $                                         17,641.00 $                         12,898.00 $                    1,229.00 $                            311.00 $                         14,438.00 $                     19 R i v e r s i d e  Dr i v e  Li n e a r  Pa r k /  Ri v e r s i d e  Dr 4 4 , 5 9 6 P 2 , 8 6 1 . 0 0 $                                       39 7 . 0 0 $                             39 2 . 0 0 $                                             N/A 3,650.00 $                           2,741.00 $                      262.00 $                               N/A 3,003.00 $                        20 S o u t h  Il e x  Ci r c l e  Ne i g h b o r h o o d  Pa r k /  Il e x  Ci r  S 2 5 , 1 9 5 P 1 , 6 1 7 . 0 0 $                                       22 4 . 0 0 $                             N/ A N / A 1,841.00 $                           1,549.00 $                      N/A N/A 1,549.00 $                        21 C i t y  Pa r k /  50 7 0  11 7 t h  Co u r t  No r t h 7 8 , 9 7 7 P 4 , 1 0 0 . 0 0 $                                       56 9 . 0 0 $                             56 1 . 0 0 $                                             N/A 5,230.00 $                           3,928.00 $                      374.00 $                               N/A 4,302.00 $                       324,817.00 $                      266,553.00 $                   GR O U P  BM E D I A N S 22 A l l a m a n d a  Dr  RO W 9 6 , 8 9 7 M 5 , 9 7 6 . 0 0 $                                       N/ A N / A N / A 5,976.00 $                           4,853.00 $                      N/A N/A 4,853.00 $                        23 A l l a m a n d a  Dr  / Ra i n w o o d  Dr  Re t e n t i o n  Ar e a 3 0 , 4 4 5 M 1 , 8 7 9 . 0 0 $                                       N/ A N / A N / A 1,879.00 $                           1,527.00 $                      N/A N/A 1,527.00 $                        24 A l t  A1 A  (W e s t  Si d e  ‐   Bu r n s  to  RC A  Bl v d ) 6 0 , 2 0 2 M 3 , 7 1 4 . 0 0 $                                       N/ A N / A N / A 3,714.00 $                           3,016.00 $                      N/A N/A 3,016.00 $                        25 B a n y a n  St r e e t  Pa r c e l  ‐   No r t h 1 1 , 3 1 0 M 6 0 6 . 0 0 $                                             N/ A N / A N / A 606.00 $                              475.00 $                          N/A N/A 475.00 $                           26 B a n y a n  St r e e t  Pa r c e l  ‐   So u t h 2 0 , 3 1 4 M 1 , 0 8 8 . 0 0 $                                       N/ A N / A N / A 1,088.00 $                           853.00 $                          N/A N/A 853.00 $                           27 B u r n s  Rd  & I ‐95  Ov e r p a s s 2 , 2 5 1 M 1 2 1 . 0 0 $                                             N/ A N / A N / A 121.00 $                              95.00 $                            N/A N/A 95.00 $                             28 B u r n s  Rd  Me d i a n s  ‐   Mi l i t a r y  Tr l  to  Pr o s p e r i t y  Fa r m s  Rd 5 9 , 5 9 4 M 3 , 8 2 4 . 0 0 $                                       53 0 . 0 0 $                             52 3 . 0 0 $                                             466.00 $                                         5,343.00 $                           3,663.00 $                      349.00 $                               311.00 $                         4,323.00 $                        29 B u r n s  Rd  RO W  ‐   So u t h  Si d e  Ra i n w o o d  Dr  to  Al l a m a n d a  Dr 1 8 , 1 9 3 M 1 , 1 2 3 . 0 0 $                                       N/ A 1 6 0 . 0 0 $                                             N/A 1,283.00 $                           913.00 $                          107.00 $                               N/A 1,020.00 $                        30 C a m b e r w e l l  on  Av e n u e  of  PG A 1 1 , 7 8 8 M 7 2 9 . 0 0 $                                             N/ A N / A N / A 729.00 $                              593.00 $                          N/A N/A 593.00 $                           31 C i t y  Si g n  ‐   PG A  Bl v d  & Fa i r w a y  Dr 5 1 9 M 2 4 5 . 0 0 $                                             N/ A N / A N / A 245.00 $                              245.00 $                          N/A N/A 245.00 $                           32 C o t t o n w o o d  Ci r c l e  Me d i a n 1 , 3 6 0 M 7 3 . 0 0 $                                                   N/ A N / A N / A 73.00 $                                 58.00 $                            N/A N/A 58.00 $                             33 G a r d e n  Wo o d s  En t r a n c e  Me d i a n  ‐   El m  Av e 2 , 4 3 8 M 1 5 1 . 0 0 $                                             N/ A N / A N / A 151.00 $                              123.00 $                          N/A N/A 123.00 $                           CI T Y  OF  PA L M  BE A C H  GA R D E N S Re v i s e d  Ex h i b i t  "C " IT B 2 0 1 5 ‐04 7 P F ,  Mo w i n g  an d  La n d s c a p i n g  Se r v i c e s GR O U P  A  TO T A L GROUP  A  ALT  TOTAL 34 G a r d e n s  Gl e n n  ‐   En t r a n c e  an d  Me d i a n s 8 , 5 3 2 M 5 2 7 . 0 0 $                                             N/ A N / A N / A 527.00 $                              428.00 $                          N/A N/A 428.00 $                           35 H o l l y  Dr  Me d i a n s  ‐   Ri v e r s i d e  Dr  to  Mi l i t a r y  Tr l 5 2 , 2 4 2 M 3 , 3 5 3 . 0 0 $                                       46 5 . 0 0 $                             45 9 . 0 0 $                                             466.00 $                                         4,743.00 $                           3,213.00 $                      306.00 $                               311.00 $                         3,830.00 $                        36 H o l l y  Dr  RO W  ‐   Li g h t h o u s e  Dr  to  Ir o n w o o d  Rd 1 6 , 3 6 8 M 8 7 7 . 0 0 $                                             14 6 . 0 0 $                             N/ A N / A 1,023.00 $                           834.00 $                          N/A N/A 834.00 $                           37 H o l l y  Dr i v e  & I ‐95  Ov e r p a s s 4 , 3 8 4 M 2 3 6 . 0 0 $                                             N/ A N / A N / A 236.00 $                              186.00 $                          N/A N/A 186.00 $                           38 H o l l y  Dr i v e  Cu l ‐de ‐Sa c 1 , 4 9 8 M 8 0 . 0 0 $                                                   N/ A N / A N / A 80.00 $                                  63.00 $                            N/A N/A 63.00 $                             39 H o o d  Ro a d  Me d i a n s  ‐   Mi l i t a r y  Tr l  to  Al t  A1 A 2 8 , 0 6 4 3 , 0 3 7 M 1 , 8 0 2 . 0 0 $                                       25 0 . 0 0 $                             24 7 . 0 0 $                                             466.00 $                                         2,765.00 $                           1,727.00 $                      165.00 $                               311.00 $                         2,203.00 $                        40 I r i s  Ci r c l e  Me d i a n 1 , 9 3 6 M 1 0 3 . 0 0 $                                             N/ A N / A N / A 103.00 $                              81.00 $                            N/A N/A 81.00 $                             41 M a c A r t h u r  Bl v d  Me d i a n s ,  Cr o s s w a l k s ,  an d  RO W s 3 7 , 7 6 2 M 2 , 4 2 4 . 0 0 $                                       33 6 . 0 0 $                             33 2 . 0 0 $                                             N/A 3,092.00 $                           2,323.00 $                      222.00 $                               N/A 2,545.00 $                        42 M i l i t a r y  Tr a i l  Me d i a n s  ‐   Ho o d  Rd  to  Do N / A l d  Ro s s  Rd 5 0 , 3 9 0 2 0 , 0 4 1 M 3 , 2 3 3 . 0 0 $                                       44 8 . 0 0 $                             44 3 . 0 0 $                                             N/A 4,124.00 $                           3,097.00 $                      296.00 $                               N/A 3,393.00 $                        43 M i l i t a r y  Tr a i l  Me d i a n s  ‐   Li l l i a n  Av e  to  EP B ‐3  Ca N / A l 1 0 3 , 7 7 6 3 4 , 8 4 2 M 6 , 6 5 5 . 0 0 $                                       92 3 . 0 0 $                             91 1 . 0 0 $                                             N/A 8,489.00 $                           6,375.00 $                      608.00 $                               N/A 6,983.00 $                        44 N o r t h l a k e  Bl v d  & I ‐95  In t e r s e c t i o n 3 9 4 , 6 2 4 1 , 6 2 8 M 2 4 , 3 3 5 . 0 0 $                                   3, 5 0 8 . 0 0 $                     3, 4 6 3 . 0 0 $                                       N/A 31,306.00 $                         23,269.00 $                    2,309.00 $                            N/A 25,578.00 $                     45 N o r t h l a k e  Bl v d  Me d i a n s  ‐   Mi l i t a r y  Tr l  to  Ea s t  Si d e  of  Tu r n p i k e 5 9 , 0 6 0 2 3 , 3 1 7 M 3 , 7 8 9 . 0 0 $                                       52 5 . 0 0 $                             51 9 . 0 0 $                                             N/A 4,833.00 $                           3,630.00 $                      346.00 $                               N/A 3,976.00 $                        46 P a l m  Be a c h  Ga r d e n s  El e m e n t a r y  RO W  (1 1  MO W S ) 4 9 , 1 8 0 6 9 7 . 0 0 $                                             N/ A N / A N / A 697.00 $                              544.00 $                          N/A N/A 544.00 $                           47 P G A  Bl v d  & I ‐95  In t e r s e c t i o n 3 6 0 , 4 7 3 3 , 7 4 0 M 2 3 , 1 1 4 . 0 0 $                                   3, 2 0 4 . 0 0 $                     3, 1 6 3 . 0 0 $                                       466.00 $                                         29,947.00 $                         22,139.00 $                    2,109.00 $                            311.00 $                         24,559.00 $                     48 P G A  Bl v d  Me d i a n s  ‐   fr o m  Pr o s p e r i t y  Fa r m s  Rd  to  US  Hw y  1 5 , 2 9 2 1 , 1 3 4 M 3 2 4 . 0 0 $                                             N/ A N / A N / A 324.00 $                              263.00 $                          N/A N/A 263.00 $                           49 P G A  Bl v d  Me d i a n s  ‐   Mi l i t a r y  Tr l  to  Ea s t  Si d e  of  Tu r n p i k e 8 1 , 5 3 1 2 0 , 8 7 3 M 5 , 2 2 9 . 0 0 $                                       72 5 . 0 0 $                             71 6 . 0 0 $                                             N/A 6,670.00 $                           5,009.00 $                      478.00 $                               N/A 5,487.00 $                        50 P r o s p e r i t y  Fa r m s  Rd  & Pr o s p e r i t y  Oa k s  Ct 6 , 6 9 9 M 4 3 1 . 0 0 $                                             60 . 0 0 $                                 59 . 0 0 $                                                 N/A 550.00 $                              414.00 $                          40.00 $                                  N/A 454.00 $                           51 P u b l i c  Wo r k s  an d  Ir o n w o o d  Rd 8 , 2 0 1 M 5 2 8 . 0 0 $                                             73 . 0 0 $                                 72 . 0 0 $                                                 N/A 673.00 $                              506.00 $                          48.00 $                                  N/A 554.00 $                           52 S a n d t r e e  Dr i v e 7 , 8 4 9 M 4 1 5 . 0 0 $                                             N/ A N / A N / A 415.00 $                              324.00 $                          N/A N/A 324.00 $                           53 S e a g r a p e  Wa y  Me d i a n 7 , 5 9 0 M 4 8 8 . 0 0 $                                             68 . 0 0 $                                 67 . 0 0 $                                                 N/A 623.00 $                              468.00 $                          45.00 $                                  N/A 513.00 $                           54 U S  Hw y  1  Me d i a n s  ‐   Go l d e n  Be a r  to  To w e r s  Of f i c e  Bu i l d i n g 3 , 5 2 8 1 , 0 9 6 M 1 9 0 . 0 0 $                                             N/ A N / A N / A 190.00 $                              149.00 $                          N/A N/A 149.00 $                          122,618.00 $                      100,128.00 $                   GR O U P  C C A N A L  LO N G  LI N E  MO W I N G  AR E A S Ba s e d  on  18  cu t s  pe r   ye a r Based  on  12  cuts  per  year 55 H u n t  Cl u b  Dr 9 3 , 8 2 2 L 1 , 4 4 9 . 0 0 $                                       N/ A N / A N / A 966.00 $                          N/A N/A 56 B e l l w o o d /  Ap p l e c r e s t  to  Ea r m a n  Ri v e r 1 0 8 , 8 3 4 L 1 , 6 8 1 . 0 0 $                                       N/ A N / A N / A 1,121.00 $                      N/A N/A 57 E a r m a n  Ri v e r /  Mi l i t a r y  Tr a i l  to  I ‐95 1 4 3 , 2 5 7 L 2 , 2 1 2 . 0 0 $                                       N/ A N / A N / A 1,475.00 $                      N/A N/A 58 E a r m a n  Ri v e r /  I ‐95  to  A1 A  (n o r t h  si d e ) 2 5 2 , 1 0 4 L 3 , 8 9 3 . 0 0 $                                       N/ A N / A N / A 2,596.00 $                      N/A N/A 59 H o n e y  Su c k l e /  Ho n e y  Su c k l e  to  Ga r d e n i a 7 9 , 9 7 8 L 1 , 2 3 5 . 0 0 $                                       N/ A N / A N / A 824.00 $                          N/A N/A 60 T h o m p s o n  Ri v e r /  Ea r m a n  Ri v e r  to  I ‐95 2 5 0 , 5 0 5 L 3 , 8 6 8 . 0 0 $                                       N/ A N / A N / A 2,579.00 $                      N/A N/A 61 S e a g r a p e  / Mi l i t a r y  Tr a i l  to  En d  Ci t y  Ro w 2 2 4 , 1 8 0 L 3 , 4 6 2 . 0 0 $                                       N/ A N / A N / A 2,308.00 $                      N/A N/A 62 H i c k o r y  Ca n a l /  La r c h  Av e  (n o r t h  an d  so u t h )  En d  of  Ci t y  Ro w 3 0 7 , 6 9 4 L 4 , 7 5 1 . 0 0 $                                       N/ A N / A N / A 3,168.00 $                      N/A N/A 63 P l a t  4/  Ba n y a n  St  ea s t  to  A1 A  (n o r t h  si d e ) 5 8 , 9 6 8 L 9 1 1 . 0 0 $                                             N/ A N / A N / A 608.00 $                          N/A N/A 64 I r o n w o o d /  Bu r n s  Rd  to  C ‐17  Ca n a l 1 0 8 , 9 0 8 L 1 , 6 8 2 . 0 0 $                                       N/ A N / A N / A 1,122.00 $                      N/A N/A 65 M e r i d i a n 1 6 4 , 2 9 9 L 2 , 5 3 7 . 0 0 $                                       N/ A N / A N / A 1,692.00 $                      N/A N/A 66 A l l a m a n d a /  Bu r n s  Rd  to  Pr o s p e r i t y 5 3 , 9 8 6 L 8 3 4 . 0 0 $                                             N/ A N / A N / A 556.00 $                          N/A N/A 67 C ‐17 /  No r t h l a k e  to  A1 A  (e a s t )  No r t h l a k e  to  Ma c A r t h u r  (w e s t ) 6 7 1 , 5 0 9 L 1 0 , 3 6 8 . 0 0 $                                   N/ A N / A N / A 6,912.00 $                      N/A N/A 68 M i r a s o l  Fi e l d 4 9 8 , 5 5 2 L 7 , 6 9 8 . 0 0 $                                       N/ A N / A N / A 5,132.00 $                      N/A N/A 46 , 5 8 1 . 0 0 $                                 31,059.00 $                     GR O U P  D P G A  FL Y O V E R  BR I D G E 69 P G A  Fl y o v e r 1 , 2 8 2 , 1 5 2 1 6 , 2 6 3 C 19 7 , 1 9 3 . 0 0 $                             GR O U P  E IT E M UN I T C O S T 70 T u r f  Mo w i n g  Ye a r l y  Co s t  (B a s e d  on  41  cu t s  pe r  ye a r ) S q . / F T   0. 0 3 7 5 $                                           Pe r  ye a r 71 M u l c h  co s t C u b i c  Ya r d s 3 7 . 5 0 $                                                 Pe r  ap p l i c a t i o n 72 F e r t i l i z a t i o n  Ye a r l y  Co s t  ‐   So d ,  tr e e s  an d  sh r u b s  (B a s e d  on  3  ti m e s  pe r  ye a r ) S q . / F t 0 . 0 0 5 $                                                 Pe r  ap p l i c a t i o n GR O U P  C  TO T A L AL T E R N A T E  IT E M S   GR O U P  B  TO T A L GROUP  B  ALT  TOTAL 73 F e r t i l i z a t i o n  Ye a r l y  Co s t  ‐ Pa l m s  (B a s e d  on  3  ti m e s  pe r  ye a r ) P e r  tr e e 1 5 . 0 0 $                                                 Pe r  ap p l i c a t i o n 74 A l t e r n a t e  tu r f  mo w i n g  co s t  (B a s e d  on  32  cu t s  pe r  ye a r ) S q . / F t 0 . 0 0 5 $                                                 Pe r  ye a r 75 Al t e r n a t e  Fe r t i l i z a t i o n  Ye a r l y  Co s t  ‐ So d ,  tr e e s  an d  sh r u b s  (B a s e d  on  2  ti m e s   pe r  ye a r ) Sq . / F t 0 . 0 0 5 $                                                 Pe r  ye a r 76 F e r t i l i z a t i o n  Ye a r l y  Co s t  ‐   Pa l m s  (B a s e d  on  2  ti m e s  pe r  ye a r ) P e r  tr e e 1 5 . 0 0 $                                                 Pe r  tr e e 77 P e s t i c i d e s  Tu r f S q . / F t . 0 . 0 0 5 $                                                 Pe r  ye a r 78 F i r e  An t  Co n t r o l S q . / F t . 0 . 0 0 2 $                                                 80 79 L a b o r  Co s t  ( Su p e r v i s o r ) H o u r l y 3 5 . 0 0 $                                                 Pe r  ho u r 80 L a b o r  Co s t  ( La b o r e r ) H o u r l y 2 5 . 0 0 $                                                 Pe r  ho u r GR O U P  F E Q U I P M E N T   81 C h a i n s a w  (S t i h l  mo d e l  02 6  or  eq u i v a l e n t ) H o u r l y 4 5 . 0 0 $                                                 Pe r  ho u r 82 C h i p p e r   Ho u r l y 1 7 5 . 0 0 $                                           Pe r  ho u r 83 D u m p  Bo d y  Tr u c k H o u r l y 7 5 . 0 0 $                                                 Pe r  ho u r 84 P i c k ‐up  Tr u c k H o u r l y 3 5 . 0 0 $                                                 Pe r  ho u r 85 B u c k e t  Tr u c k H o u r l y 1 7 5 . 0 0 $                                           Pe r  ho u r 86 B o b c a t H o u r l y 7 5 . 0 0 $                                                 Pe r  ho u r 87 F r o n t  en d  Lo a d e r H o u r l y 1 1 0 . 0 0 $                                           Pe r  ho u r 88 T r a f f i c  Co n t r o l  Si g n s H o u r l y I n c l u d e d P e r  ho u r 89 T r a f f i c  Co n e s H o u r l y I n c l u d e d P e r  ho u r 90 H a u l i n g  (i n c l u d e s  Dr i v e r ,  Fe e s  an d  Ve h i c l e ) H o u r l y 2 0 0 . 0 0 $                                           Pe r  ho u r 91 A t t a c h  a  se p a r a t e  sh e e t  of  ad d i t i o n a l  eq u i p m e n t  no t  li s t e d ,  if  de s i r e d . N / A N / A BUILDING SERVICES, INC . August 2, 2015 . -),-) I}-:J69 J. ITB # ITB2015-04 7PF Title: Mowing and Landscaping Services Due date: 08/07/2015 @ 3:00PM Bid submitted by : Total Maintenance Building Services, inc 3690 Consumer st. PO B OX 31962 Palm Beach Gardens Fl, 33420 Phone 561-844-27 44 Page | 1 The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PURCHASING DEPARTMENT INVITATION TO BID ITB NO.: ITB2015-047PF TITLE: MOWING AND LANDSCAPING SERVICES DUE DATE AND TIME: AUGUST 7, 2015 @ 3:00PM INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original bid and the electronic copy, the original bid shall be the governing document. Bids must contain all information required to be included in the submittal, as described in this Solicitation. BROADCAST The City of Palm Beach Gardens utilizes electronic online services for notification and distribution of its Solicitation documents. The City’s Solicitation information can be obtained from: a) Public Purchase - Please contact Public Purchase at support@publicpurchase.com; www.publicpurchase.com; or call 801-932-7000 for additional information on registration; b) DemandStar - Please contact DemandStar at www.demandstar.com or by calling them at 1-800-711-1712; c) The City’s Vendors List - The City emails all advertised Solicitations to vendors which have joined the City’s Vendors List. To join the City’s Vendor List, please visit the City’s Purchasing webpage at http://www.pbgfl.com/purchasing and click on the “Join Vendors List” link. Bidders who obtain Solicitations from sources other than those named above are cautioned that the Invitation to Bid package may be incomplete. The City will not evaluate incomplete Bid packages. DemandStar and Public Purchase are independent entities and are not agents or representatives of the City. Communications to these entities do not constitute communications to the City. The City is not responsible for errors and omissions occurring in the transmis sion or downloading of any documents, addenda, plans, or specifications from these websites. In the event of any discrepancy between information on these websites and the hard copy Solicitation documents, the terms and conditions of the hardcopy documents will prevail. CONTACT PERSON Any questions regarding the specifications and Solicitation process must be submitted in writing to the Purchasing Department for the Purchasing and Contracts Director at kmra@pbgfl.com. To allow enough time for the City to respond, requests for clarification and additional information should be received at least forty-eight (48) hours before the Due Date for Bids. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 2 The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 LEGAL ADVERTISEMENT INVITATION TO BID NO. ITB2015-047PF MOWING AND LANDSCAPING SERVICES The City of Palm Beach Gardens is seeking Bids from qualified firms to provide Mowing and Landscaping Services, in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. Invitation to Bid documents are available beginning Monday, July 13, 2015, at 8:00 a.m. local time on the City of Palm Beach Gardens website at http://www.pbgfl.com and following the link to the Purchasing webpage, or by contacting the City Clerk’s Office at (561) 799-4121. Sealed Bids must be clearly marked “ITB2015-047PF, Mowing and Landscaping Services” and delivered to the Office of the City Clerk at 10500 North Military Trail, Palm Beach Gardens, Florida 33410. The deadline for submission of Bids is Friday, August 7, 2015, at 3:00 p.m. local time. At that time, the Bids will be publicly opened and read aloud at City Hall, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Late Bids will not be accepted and will be returned to the sender unopened. The City will hold a Pre-Bid Conference on Wednesday, July 22, 2015, at City Hall, City of Palm Beach Gardens, starting promptly at 10:00 a.m. Attendance is recommended, but not mandator y. It is the responsibility of the Bidder to ensure all pages are included in the submission. All Bidders are advised to closely examine the Solicitation package. Any questions regarding the completeness or substance of the Solicitation package or the goods or services must be submitted in writing via email or fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl.com or (561) 799-4134. The City of Palm Beach Gardens is exempt from Federal a nd State Taxes for tangible personal property tax. The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, in whole or in part, with or without cause, to waive any irregularities and/or technicalities, and to award the contract on such coverage and terms it deems will best serve the interests of the City. CITY OF PALM BEACH GARDENS Patricia Snider, CMC, City Clerk Publish: Palm Beach Post Sunday, July 12, 2015 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 3 TABLE OF CONTENTS SECTION PAGE 1. General Terms and Conditions 4 2. Special Terms and Conditions 12 3. Technical Specifications, Statement of Work, or Scope of Services 17 4. Pricing Schedule 28 5. Acknowledgement of Addenda 29 6. Signature Page 30 7. Affidavits, Performance and Payment Bonds Format, Letter of Credit Format 31 8. Sample Agreement Format 42 9. Exhibits (if applicable) 45 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 4 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1 DEFINITIONS a. Bid: any offer(s) submitted in response to an Invitation to Bid. b. Bidder: person or firm submitting a Bid in response to an Invitation to Bid. c. Bid Solicitation or Invitation to Bid: this Solicitation documentation, including any and all addenda. d. Bid Submittal Form: describes the goods or services to be purchased, and must be completed and submitted with the Bid. e. City: shall refer to the City of Palm Beach Gardens, Florida. f. Contract or Agreement: the Invitation to Bid, all addenda issued thereto, all affidavits, the signed agreement, and all related documents which comprise the totality of the contract or agreement between the City and the Bidder. g. Contractor: successful Bidder or Bidder who is awarded a contract to provide goods or services to the City. h. Invitation to Bid: formal request for Bids from qualified Bidders. i. Purchasing Department: the Purchasing Department of the City of Palm Beach Gardens, Florida. j. Responsible Bidder: a Bidder which has the capability in all respects to perform in full the contract requirements, as stated in the Invitation to Bid, and the integrity and reliability that will assure good-faith performance. k. Responsive Bidder: a Bidder whose Bid conforms in all material respects to the terms and conditions included in the Invitation to Bid. 1.2 CONE OF SILENCE Pursuant to Section 2-355 of Palm Beach County Ordinance No. 2011-039, and the purchasing policies of the City of Palm Beach Gardens, all Solicitations, once advertised and until the appropriate authority has approved an award recommendation, are under the “Cone of Silence”. This limits and requires documentation of communications between potential Bidders and/or Bidders on City Solicitations, the City’s professional staff, and the City Council members. 1.3 ADDENDUM The Purchasing Department may issue an addendum in response to any inquiry received, prior to the close of the Solicitation period, which changes, adds, or clarifies the terms, provisions, or requirements of the Solicitation. The Bidder should not rely on any representation, statement, or explanation, whether written or verbal, other than those made in the Solicitation document or in the addenda issued. Where there appears to be a conflict between the Solicitation and any addenda, the last addendum issued shall prevail. It is the vendor’s responsibility to ensure receipt of all addenda, and any accompanying documentation. The vendor is required to submit with its Bid or Bid a signed “Acknowledgment of Addenda” form, when any addenda have been issued. 1.4 LEGAL REQUIREMENTS This Solicitation is subject to all legal requirements contained in the applicable City Ordinances and Resolutions, as well as all applicable City, State, and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State, and local. 1.5 CHANGE OF BID Prior to the scheduled Bid opening a Bidder may change its Bid by submitting a new Bid (as indicated on the cover page) with a letter on the firm’s letterhead, signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 1.6 WITHDRAWAL OF BID A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. Only a written letter received by the Purchasing Department prior to the Bid opening date may withdraw a Bid. A Bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the Purchasing and Contracts Director. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.7 CONFLICTS WITHIN THE BID SOLICITATION Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Form, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Submittal Form, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. 1.8 PROMPT PAYMENT TERMS It is the policy of the City of Palm Beach Gardens that payment for all purchases by City departments shall be made in a timely manner. The City will pay the awarded Bidder upon receipt City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 5 and acceptance of the goods or services by a duly authorized representative of the City. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. Proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the City Manager or designee, not later than sixty (60) days after the date on which the proper invoice was received by the City. 1.9 DISCOUNTS (PROMPT PAYMENTS) The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during Bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the Solicitation. 1.10 PREPARATION OF BIDS a. The Bid forms define requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other forms will result in the rejection of the Bidder’s offer. The Bid submittal forms must be legible. Bidders shall use typewriter, computer, or ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. b. An authorized agent of the Bidder’s firm must sign the Bid submittal form. Failure to sign the Signature Page of the Bid shall render the Bid non-responsive. c. The Bidder may be considered non-responsive if Bids are conditioned upon modifications, changes, or revisions to the terms and conditions of this Solicitation. d. The Bidder may submit alternate Bid(s) for the same Solicitation provided that such offer is allowable under the terms and conditions. The alternate Bid must meet or exceed the minimum requirements and be submitted as a separate Bid submittal marked “Alternate Bid”. e. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. f. Late Bids will not be accepted and will be returned to the sender unopened. It is the Bidder’s responsibility to ensure timely delivery by the due date and time, and at the place stated in this Solicitation. No exceptions will be made due to weather, carrier, traffic, illness, or other issues. 1.11 CANCELLATION OF BID SOLICITATION The City of Palm Beach Gardens reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the City. 1.12 AWARD OF CONTRACT a. The contract may be awarded to the responsive and responsible Bidder meeting all requirements as set forth in the Solicitation. The City reserves the right to reject any and all Bids, to waive irregularities or technicalities, and to re-advertise for all or any part of this Bid Solicitation as deemed in its best interest. The City shall be the sole judge of its best interest. b. The City reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the City’s best interest to do so. c. The City reserves the right to negotiate prices with the responsive and responsible low Bidder, provided that the scope of work of this Solicitation remains the same. d. The Bidder’s performance as a prime contractor or subcontractor on previous City contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation. e. The City will provide a copy of the Bid Tabulation to all Bidders responding to this Solicitation. f. The Bid Solicitation, any addenda and/or properly executed modifications, the signed Agreement, the purchase order, and any change order(s) shall constitute the contract. g. The Purchasing and Contracts Director will decide all tie Bids. h. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. i. The City reserves the right to request and evaluate additional information from any Bidder after the submission deadline as the City deems necessary. 1.13 CONTRACT EXTENSION The City reserves the right to automatically extend any agreement for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new agreement is being solicited, evaluated, and/or awarded. 1.14 WARRANTY All warranties express and implied shall be made available to the City for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the awarded Bidder against factory defects and workmanship. At no expense to the City, the awarded Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 6 1.15 ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder’s guidance only: (a) estimates are based on the City’s anticipated needs and/or usage; and (b) the City may use these estimates to determine the low Bidder. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.16 NON-EXCLUSIVITY It is the intent of the City to enter into an agreement with the awarded Bidder that will satisfy its needs as described herein. However, the City reserves the right as deemed in its best interest to perform, or cause to be performed, the work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to, award of other contracts, use of any contractor, or perform the work with its own employees. 1.17 CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the City and the successful Bidder, continue until completion at the same prices, terms, and conditions. 1.18 BID PROTEST A recommendation for contract award or rejection of award may be protested by a Bidder. The Bidder may file a written protest with the City Clerk’s office. The Bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and Bid number of the Solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City. The written protest must be received no later than seventy- two (72) consecutive hours (excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the Bidder of all rights of protest. In the event of a timely protest, the City will not proceed further with award of the contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety. 1.19 LAWS AND REGULATIONS The awarded Bidder shall comply with all laws and regulations applicable to provide the goods or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, state, and local laws that may affect the goods and/or services offered. 1.20 LICENSES, PERMITS AND FEES The awarded Bidder(s) shall hold all licenses and/or certifications, obtain and pay for all permits and/or inspections, and comply with all laws, ordinances, regulations, and building code requirements applicable to the work required herein. Damages, penalties, and/or fines imposed on the City or an awarded Bidder for failure to obtain and maintain required licenses, certifications, permits, and/or inspections shall be borne by the awarded Bidder. 1.21 SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the successful Bidder shall not subcontract any portion of the work without the prior written consent of the City. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the City may result in termination of the contract for default. 1.22 ASSIGNMENT The awarded Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title, or interest therein, or its power to execute such contract to any person, company, or corporation without the prior written consent of the City. Assignment without the prior consent of the City may result in termination of the contract for default. 1.23 SHIPPING TERMS Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.24 RESPONSIBILITIES AS EMPLOYER The employee(s) of the awarded Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. The awarded Bidder shall provide physically competent employee(s) capable of performing the work as required. The City may require the awarded Bidder to remove any employee it deems unacceptable. All employees of the awarded Bidder shall wear proper identification. It is the awarded Bidder’s responsibility to ensure that all its employees and subcontractors comply with the employment regulations required by the US Department of Homeland Security. The City shall have no responsibility to check or verify the legal immigration status of any employee of the awarded Bidder. 1.25 INDEMNIFICATION The awarded Bidder shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities from any and all liability, losses or damages, including attorney’s fees and costs of defense, which the City or its officers, employees, agents, or instrumentalities may incur as a result of claims, demands, suits, causes of actions, or proceedings of any kind or nature arising out of, relating to, or resulting from the performance of the agreement by the awarded Bidder or its employees, agents, servants, partners, City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 7 principals, or subcontractors. The awarded Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may be incurred thereon. The awarded Bidder expressly understands and agrees that any insurance protection required by this contract agreement or otherwise provided by the awarded Bidder shall in no way limit the responsibility to indemnify, keep and save harmless, and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 1.26 COLLUSION A Bidder recommended for award as the result of a competitive Solicitation for any City purchases of supplies, materials, and services (including professional services, other than professional architectural, engineering, and other services subject to Sec. 287.055 Florida Stats.), purchase, lease, permit, concession, or management agreement shall, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of perjury, on a form provided by the City, stating either that the contractor is not related to any of the other parties Bidding in the competitive Solicitation or identifying all related parties, as defined in this Section, which Bid in the Solicitation; and attesting that the contractor’s Bid is genuine and not a sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other Bidder to put in a sham Bid, or any other person, firm, or corporation to refrain from proposing, and that the Bidder has not in any manner sought by collusion to secure to the Bidder an advantage over any other Bidder. In the event a recommended Bidder identifies related parties in the competitive Solicitation its Bid shall be presumed to be collusive and the recommended Bidder shall be ineligible for award unless that presumption is rebutted to the satisfaction of the City. Any person or entity that fails to submit the required affidavit shall be ineligible for contract award. 1.27 MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing, through the issuance of a modification to the contract, a supplemental agreement, purchase order, or change order, as appropriate. 1.28 TERMINATION FOR CONVENIENCE The City, at its sole discretion, reserves the right to terminate any contract entered into pursuant to this Invitation to Bid (ITB) with or without cause immediately upon providing written notice to the awarded Bidder. Upon receipt of such notice, the awarded Bidder shall not incur any additional costs under the contract. The City shall be liable only for reasonable costs incurred by the awarded Bidder prior to the date of the notice of termination. The City shall be the sole judge of “reasonable costs.” 1.29 TERMINATION FOR DEFAULT The City reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the awarded Bidder fails to perform in accordance with the terms and conditions stated herein by providing written notice of such failure or default and by specifying a reasonable time period within which the awarded Bidder must cure any such failure to perform or default. The awarded Bidders’ failure to timely cure any default shall serve to automatically terminate any contract entered into pursuant to this ITB. The City further reserves the right to suspend or debar the awarded Bidder in accordance with the appropriate City ordinances, resolutions, and/or policies. The vendor will be notified by letter of the City’s intent to terminate. In the event of termination for default, the City may procure the required goods and/or services from any source and use any method deemed in its best interest. All re-procurement costs shall be borne by the incumbent Bidder. 1.30 FRAUD AND MISREPRESENTATION Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees. 1.31 ACCESS AND AUDIT OF RECORDS The City reserves the right to require the awarded Bidder to submit to an audit by an auditor of the City’s choosing at the awarded Bidder’s expense. The awarded Bidder shall provide access to all of its records, which relate directly or indirectly to this Agreement, at its place of business during regular business hours. The awarded Bidder shall retain all records pertaining to this Agreement, and upon request, make them available to the City for three (3) years following expiration of the Agreement. The awarded Bidder agrees to provide such assistance as may be necessary to facilitate the review or audit by the City to ensure compliance with applicable accounting and financial standards. 1.32 OFFICE OF THE INSPECTOR GENERAL Palm Beach County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County programs, contracts, transactions, accounts and records. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records, and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all City contracts. 1.33 PRE-AWARD INSPECTION The City may conduct a pre-award inspection of the Bidder’s site or hold a pre-award qualification hearing to determine if City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 8 the Bidder is capable of performing the requirements of this Bid Solicitation. 1.34 PROPRIETARY AND/OR CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of, or in support of Bid submittals will be available for public inspection after the opening of Bids in compliance with Chapter 119 of the Florida Statutes, popularly known as the “Public Record Law.” The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary, or confidential. The submission of any information to the City in connection with this Solicitation shall be deemed conclusively to be a waiver of any trade secret or other protection which would otherwise be available to the Bidder. In the event that the Bidder submits information to the City in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the Bid as protected or confidential, the City may, in its sole discretion, either (a) communicate with the Bidder in writing in an effort to obtain the Bidder’s withdrawal of the confidentiality restriction, or (b) endeavor to redact and return that information to the Bidder as quickly as possible, and if appropriate, evaluate the balance of the Bid. The redaction or return of information pursuant to this clause may render a Bid non-responsive. 1.35 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists the City of Palm Beach Gardens with a function or activity involving the use or disclosure of “individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996. HIPAA mandates for privacy, security, and electronic transfer standards include, but are not limited to: a. Use of information only for performing services required by the contract or as required by law; b. Use of appropriate safeguards to prevent non-permitted disclosures; c. Reporting to the City of Palm Beach Gardens any non- permitted use or disclosure; d. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder and reasonable assurances that IIHI/PHI will be held confidential; e. Making Protected Health Information (PHI) available to the customer; f. Making PHI available to the customer for review and amendment, and incorporating any amendments requested by the customer; g. Making PHI available to the City of Palm Beach Gardens for an accounting of disclosures; and h. Making internal practices, books, and records related to PHI available to the City of Palm Beach Gardens for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records and/or electronic transfer of data). The Bidder must give its customers written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.36 ADDITIONAL FEES AND SURCHARGES Unless provided for in the contract/agreement, the City will not make any additional payments such as fuel surcharges, demurrage fees, or delay-in-delivery charges. 1.37 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 1.38 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL FUNDING If the goods or services to be acquired under this Solicitation are to be purchased, in part or in whole, with Federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5, and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this Solicitation and resultant contract by reference. 1.39 BINDING EFFECT All of the terms and provisions of this contract/agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. 1.40 SEVERABILITY The City’s obligation pursuant to any contract or agreement entered into in accordance with this Solicitation is specifically contingent upon the lawful appropriation of funds. Failure to lawfully appropriate funds for any contract or agreement awarded shall result in automatic termination of the contract or agreement. A non-appropriation event shall not constitute a default or breach of said contract or agreement by the City. 1.41 GOVERNING LAW AND VENUE This contract and all transactions contemplated by this agreement shall be governed by and construed and enforced in accordance with the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 9 Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. 1.42 ATTORNEY’S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this contract or interpret same, or if any administrative proceeding is brought for the same purposes, each party shall pay their own attorney’s fees and costs, including appellate fees and costs. 1.43 EQUAL OPPORTUNITY AND ANTI-DISCRIMINATION The City of Palm Beach Gardens complies with all laws prohibiting discrimination on the basis of age, race, gender, religion, creed, political affiliation, sexual orientation, physical or mental disability, color or national origin, and therefore is committed to assuring equal opportunity in the award of contracts and encourages small, local, minority, and female- owned businesses to participate. During the performance of this contract, the awarded Bidder agrees it will not discriminate or permit discrimination in its hiring practices or in its performance of the contract. The awarded Bidder shall strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida, Palm Beach County and the federal government. The awarded Bidder further acknowledges and agrees to provide the City with all information and documentation that may be requested by the City from time to time regarding the Solicitation, selection, treatment and payment of subcontractors, suppliers, and vendors in connection with this Contract. 1.44 AVAILABILITY OF CONTRACT TO OTHER CITY DEPARTMENTS It is agreed and understood that any City department or agency may access this contract and purchase the goods or services awarded herein. Each City department will issue a separate purchase order to the awarded Bidder for the department’s specific purchases. 1.45 CRIMINAL HISTORY BACKGROUND CHECKS Prior to hiring a contract employee or contracting with a Bidder, the City may conduct a comprehensive criminal background check by accessing any Federal, State, or local law enforcement database available. The contract employee or Bidder will be required to sign an authorization for the City to access criminal background information. The costs for the background checks shall be borne by the City. 1.46 LABOR, MATERIALS, AND EQUIPMENT Unless specified elsewhere in the Solicitation or resultant contract, all labor, materials, and equipment required for the performance of the requirements of the Contract shall be supplied by the awarded Bidder. 1.47 MINIMUM WAGE REQUIREMENTS The awarded Bidder shall comply with all minimum wage and living wage requirements, such as Living Wage requirements, minimum wages based on Federal Law, minimum wages based on the Davis-Bacon Act, and the provisions of any other wages laws, as may be applicable to this Contract. 1.48 PACKING SLIP AND DELIVERY TICKET A packing slip and/or delivery ticket shall accompany all items during delivery to the City. The documents shall include information on the contract number or purchase order, any back order items, and the number or quantity of items being delivered. 1.49 PURCHASE OF OTHER ITEMS The City reserves the right to purchase other related goods or services, not listed in the Solicitation, during the contract term. When such requirements are identified, the City may request price quote(s) from the awarded Bidder(s) on the contract. The City, at its sole discretion, will determine if the prices offered are reasonable, and may choose to purchase the goods or services from the awarded Bidder, another contract vendor, or a non-contract vendor. 1.50 PUBLIC RECORDS Florida law provides that municipal records shall at all times be available to the public for inspection. Chapter 119, Florida Statutes, the Public Records Law, requires that all material submitted in connection with a Bid response shall be deemed to be public record subject to public inspection upon award, recommendation for award, or thirty (30) days after Bid opening, whichever occurs first. Certain exemptions to public disclosure are statutorily provided for in Section 119.07, Florida Statutes. If the Bidder believes any of the information contained in his/her/its Bid is considered confidential and/or proprietary, inclusive of trade secrets as defined in Section 812.081, Florida Statutes, and is exempt from the Public Records Law, then the Bidder, must in its response, specifically identify the material which is deemed to be exempt and state the legal authority for the exemption. All materials that qualify for exemption from Chapter 119, Florida Statutes or other applicable law must be submitted in a separate envelope, clearly identified as “EXEMPT FROM PUBLIC DISCLOSURE” with the firm’s name and the Bid number clearly marked on the outside. The City will not accept Bids when the entire Bid is labeled as exempt from disclosure. The City’s determination of whether an exemption applies shall be final, and the Bidder agrees to defend, indemnify, and hold harmless the City and the City’s officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City’s treatment of records as public records. The awarded Bidder(s) shall keep and maintain public records and fully comply with the requirements set forth at Section 119.0701, Florida Statues, as applicable; failure to do so shall constitute a material breach of any and all agreements awarded pursuant to this Solicitation. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 10 1.51 CONFLICTS OF INTEREST All Bidders must disclose with their Bid the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Further, all Bidders must disclose the name of any City employee who has any interest, financial or otherwise, direct or indirect, of five percent (5%) or more in the Bidders’ firm or any of its branches. Failure to disclose any such affiliation will result in disqualification of the Bidder from this Invitation to Bid and may be grounds for further disqualification from participating in any future Bids or Bids with the City. 1.52 PUBLIC ENTITY CRIMES As provided in Section 287.133(2) (a), Florida Statutes, a person or affiliate who has been placed on the convicted vendors list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity; may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit Bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity. 1.53 OTHER GOVERNMENTAL AGENCIES If a Bidder is awarded a contract as a result of this ITB, the Bidder shall allow other governmental agencies to access this contract and purchase the goods and services under the terms and conditions at the prices awarded, as applicable. 1.54 COMPLETION OF WORK AND DELIVERY All work shall be performed and all deliveries made in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the awarded Bidder(s), except in such cases where the completion date will be delayed due to acts of nature, force majeure, strikes, or other causes beyond the control of the awarded Bidder. In these cases, the awarded Bidder shall notify the City of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the City. 1.55 FAILURE TO DELIVER OR COMPLETE WORK Should the awarded Bidder(s) fail to deliver or complete the work within the time stated in the contract, it is hereby agreed and understood that the City reserves the authority to cancel the contract with the awarded Bidder and secure the services of another vendor to purchase the items or complete the work. If the City exercises this authority, the City shall be responsible for reimbursing the awarded Bidder for work that was completed, and items delivered and accepted by the City in accordance with the contract specifications. The City may, at its option, demand payment from the awarded Bidder, through an invoice or credit memo, for any additional costs over and beyond the original contract price which were incurred by the City as a result of having to secure the services of another vendor. 1.56 CORRECTING DEFECTS The awarded Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within three (3) calendar days after the City notifies the awarded Bidder of such deficiency in writing. If the awarded Bidder fails to correct the defect, the City may (a) place the awarded Bidder in default of its contract; and/or (b) procure the products or services from another source and charge the awarded Bidder for any additional costs that are incurred by the City for this work or items, either through a credit memorandum or through invoicing. 1.57 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All awarded Bidders performing services or delivering goods under this contract shall conform to all relevant OSHA, State, and County regulations during the course of such effort. Any fines levied by the above-mentioned authorities for failure to comply with these requirements shall be borne solely by the awarded Bidder. Barricades shall be provided by the awarded Bidder when work is performed in areas traversed by persons, or when deemed necessary by the City. 1.58 OMISSIONS IN SPECIFICATIONS The specifications and/or statement of work contained within this Solicitation describe the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the Bidder from furnishing, installing, or performing such work where required to the satisfactory completion of the project. 1.59 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The awarded Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the awarded Bidder in conjunction with this Solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the awarded Bidder are found to be defective or do not conform to specifications, (1) the materials may be returned to the awarded Bidder at the Bidder’s expense and the contract cancelled; or (2) the City may require the awarded Bidder to replace the materials at the Bidder’s expense. 1.60 TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 11 Accordingly, the awarded Bidder(s) performing under this contract are required to provide two (2) complete sets of Material Safety Data Sheets to each City department utilizing the any awarded products that are subject to these regulations. This information should be provided at the time when the initial delivery is made, on a department-by- department basis. 1.61 TAXES The City of Palm Beach Gardens is exempt from Federal and State taxes for tangible personal property. 1.62 BIDDER’S COSTS The City shall not be liable for any costs incurred by Bidders in responding to this Invitation to Bid. 1.63 SUBSTITUTION OF PERSONNEL It is the intention of the City that the awarded Bidder’s personnel proposed for the contract shall be available for the initial contract term. In the event the awarded Bidder wishes to substitute personnel, the awarded Bidder shall propose personnel of equal or higher qualifications, and all replacement personnel are subject to the City’s approval. In the event the substitute personnel are not satisfactory to the City, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract for cause. 1.64 FORCE MAJEURE The City and the awarded Bidder are excused from the performance of their respective obligations under the contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance provided that: a. The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure. b. The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure. c. No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure. d. The non-performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the awarded Bidder shall not constitute a force majeure. The term of the contract shall be extended by a period equal to that during which either party’s performance is suspended under this section. 1.65 NOTICES Notices shall be effective when received at the addresses specified in the contract/agreement. Changes in respective addresses to which such notices are to be directed may be made from time to time by either party by written notice to the other party. Facsimile and email transmissions are acceptable notice effective when received; however, facsimile and email transmissions received after 5:00 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must also be mailed to the receiving party. Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the successful Proposer and the City of Palm Beach Gardens. 1.66 POOL CONTRACTS During the term of contracts and agreements that are executed as vendor pools, awarding vendors in prequalified pools of vendors, either as a general pool or by categories, sub-categories, or groups, the City reserves the right to add new vendors to these contracts for goods or services not awarded for the original Solicitation or as part of the general pool category, sub-category or group. To be eligible to be added to these pool contracts, a vendor must meet the same eligibility requirements established in the original Invitation to Bid. 1.67 FISCAL FUNDING OUT The City’s obligation pursuant to any contract or agreement entered into in accordance with this Solicitation is specifically contingent upon the lawful appropriation of funds. Failure to lawfully appropriate funds for any contract or agreement awarded shall result in automatic termination of the contract or agreement. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 12 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this Solicitation is to establish a contract for the purchase of mowing and landscaping services, and other related work, for the City of Palm Beach Gardens, Florida. 2.2 CONTRACT MEASURES AND PREFERENCES Intentionally Omitted 2.3 PRE-BID CONFERENCE The City will hold a Pre-Bid Conference on Wednesday, July 22, 2015, starting promptly at 10:00AM at City Hall Chambers, 10500 N Military Trail, Palm Beach Gardens. Potential Bidders should bring a copy of this Solicitation with them to the Pre-Bid Conference. Bidders will be allowed to ask questions and obtain information on important aspects of this Solicitation. The purpose of the Pre-Bid Conference is to provide and solicit information relative to the scope, purpose, nature, and extent of the work, and any local conditions, which may affect the work and its performance. Submission of a Bid shall constitute an acknowledgement by the Bidder that it has thoroughly examined and is familiar with the requirements of this Solicitation package. The failure or neglect of a Bidder to examine the Solicitation package, shall in no way relieve the Bidder of any obligation with respect to its Bid or the requirements of the Contract. No claim for additional compensation will be allowed which is based on a lack of knowledge of the requirements of this Solicitation package or the resultant Contract. 2.4 TERM OF CONTRACT The Contract shall commence on the date of the duly executed Agreement, and shall remain in effect for three (3) years, contingent upon the completion and submittal of all required Bid documents. The Contract shall expire on the last day of the last month of the three (3)-year Contract Term. 2.5 OPTION TO RENEW Prior to, or upon completion, of the initial three (3)-year Contract Term, the City shall have the Option to Renew the Contract for an additional two (2) years, at its sole discretion. Continuation of the Contract beyond the initial term, and any Option to Renew subsequently exercised, is a City prerogative, and not a right of the awarded Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. Should the awarded Bidder decline the City’s right to exercise the Option to Renew, the City may consider the awarded Bidder in default, which decision may affect that Bidder’s eligibility for future contracts with the City. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 13 2.6 METHOD OF AWARD: GROUP-BY-GROUP BASIS The City will award this Contract, on a Group-by-Group basis, to the responsive, responsible Bidders who submit offers on all items in a Group, and whose offer represents the lowest price in that Group when all items are added in the aggregate. If a Bidder fails to submit an offer on all items in a Group, its bid for that Group will not be considered. 2.7 PRICES If the Bidder is awarded a Contract under this Solicitation, the prices offered by the Bidder shall remain fixed and firm during the initial three-year Contract Term, except for any price adjustments that may be allowed elsewhere in this Contract. 2.8 PRICE ADJUSTMENTS Prior to, or upon completion, of the initial Contract Term, the City may consider an adjustment to prices based on the most recent annual change in the following pricing index: Consumer Price Index, All Goods and Services, All Items, Miami-Fort Lauderdale Area It is the awarded Bidder’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of the new Contract Term, the awarded Bidder’s request for adjustment should be submitted at least thirty (30) days prior to expiration of the current Contract Term. The adjustment requested shall not be in excess of the relevant pricing index change. If a timely adjustment request is not received from the awarded Bidder, the City may exercise its Option to Renew the Contract for another Term without any pricing adjustment. Any adjustment request received after the commencement of a new Contract Term will not be considered. The City reserves the right to negotiate lower pricing for the new Contract Term based on market research information or other factors that influence price. The City reserves the right to apply any reduction in pricing for the new Contract Term, based on the downward movement of the applicable index. The City reserves the right to reject any price adjustments requested by the awarded Bidder and/or to not exercise the Option to Renew based on such price adjustments. 2.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT Prior to submitting its offer, it is recommended that the Bidder visit the sites of the proposed Work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. The Bidder is also advised to examine carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any and all conditions and requirements that may in any manner affect the Work to be performed under the Contract. No additional allowances will be made because of lack of knowledge of these conditions. 2.10 EQUAL PRODUCTS Intentionally Omitted 2.11 LIQUIDATED DAMAGES Intentionally Omitted City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 14 2.12 INSURANCE The awarded Bidder shall not commence any performance pursuant to the terms of this Bid until certification or proof of insurance has been received and approved by the City’s Risk Coordinator or designee. The required insurance coverage is to be issued by an insurance company authorized, licensed and registered to do business in the State of Florida, with the minimum rating of B+ or better, in accordance with the latest edition of A.M. Best’s Insurance Guide. This insurance shall be documented in Certificates of Insurance which provides that the City of Palm Beach Gardens shall be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse change. The receipt of certificates or other documentation of insurance or policies or copies of policies by the City or by any of its representatives, which indicate less coverage than is required, does not constitute a waiver of the awarded Bidder’s obligation to fulfill the insurance requirements herein. Deductibles must be acceptable to the City. The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beach Gardens as an additional insured and listed as such on the insurance certificate. New Certificates of Insurance are to be provided to the City upon expiration. The awarded Bidder shall provide insurance coverage as follows: i. WORKERS COMPENSATION Awarded Bidder shall carry Workers Compensation Insurance to apply for all employees in compliance with the “Workers Compensation Law” of the State of Florida and all applicable Federal laws. The City reserves the right not to accept exemptions to the Workers Compensation requirements of this Solicitation. ii. COMPREHENSIVE GENERAL LIABILITY Awarded Bidder shall carry Comprehensive General Liability Insurance with minimum limits of One Million Dollars ($1,000,000.00); and include Products/Completion Liability of One Million Dollars ($1,000,000). The Certificate shall list the City as additional insured. NOTE: If Comprehensive General Liability limits are less than One Million Dollars ($1,000,000.00), the sum of Comprehensive General Liability limits and Excess Liability limits must equal no less than One Million Dollars ($1,000,000.00). iii. AUTOMOBILE LIABILITY Awarded Bidder shall carry Automobile Liability Insurance to include owned, non-owned, and hired, with minimum limits of One Million Dollars ($1,000,000.00) each occurrence. 2.13 BID BOND/GUARANTY Intentionally Omitted 2.14 PERFORMANCE BOND Intentionally Omitted 2.15 CERTIFICATIONS Intentionally Omitted City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 15 2.16 METHOD OF PAYMENT The awarded Bidder shall submit a Monthly Invoice to the City for work performed in the previous month, and which has been examined, inspected, and accepted by the City. The date of the Monthly Invoice shall not exceed thirty (30) calendar days from the performance of the Work. Under no circumstances shall the invoice be submitted to the City in advance of the performance and acceptance of the Work. The Monthly Invoice shall contain the following basic information: i. the awarded Bidder’s name and address; ii. invoice number; iii. date of invoice; iv. description of the Work performed and the locations; v. the contract number or purchase order number; and vi. any discounts. 2.17 DELIVERY REQUIREMENTS Intentionally Omitted 2.18 WARRANTY REQUIREMENTS Intentionally Omitted 2.19 ADDITIONAL LOCATIONS OR FACILITIES Although this Solicitation and resultant Contract identifies specific locations and facilities to be serviced, it is hereby agreed and understood that any City department or agency may be added to this Contract at the option of the City, for similar or related services. The awarded Bidder shall be invited to submit price quotes for these additional locations or facilities. If the City determines the quotes to be fair and reasonable, then the additional work will be awarded to the awarded Bidder. The additional site(s) will be added to the Contract by formal modification of the Agreement. The City may determine to obtain price quotes for the additional facilities from non- Contract vendors in the event that fair and reasonable pricing is not obtained from the awarded Bidder, or for other reasons, at the City’s sole discretion. 2.20 CATALOGS AND PRICE LISTS Intentionally Omitted 2.21 CLEAN UP The awarded Bidder shall remove all unusable materials and debris from the work areas at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the City. 2.22 DEMONSTRATION OF EQUIPMENT Intentionally Omitted 2.23 HOURLY RATE Intentionally Omitted City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 16 2.24 MOTOR VEHICLE LICENSE REQUIREMENT Intentionally Omitted 2.25 PATENTS AND ROYALTIES Intentionally Omitted 2.26 PRE-CONSTRUCTION CONFERENCE Intentionally Omitted 2.27 RELEASE OF CLAIM REQUIRED Pursuant Section 255.05, Florida Statutes all payments to subcontractors shall be made by the awarded Bidder within ten (10) days of receipt of the payment from the City. With the exception of the first payment, the awarded Bidder must pay all of its subcontractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of the payment by the awarded Bidder for monies due such subcontractors and suppliers as a result of a percentage of the work completed. The awarded Bidder must provide the City's project manager with duly executed affidavits (subcontractor's Statement of Satisfaction) or Releases of Claim from all subcontractors and suppliers who have performed any work or supplied any materials for the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous payments to the awarded Bidder. In the event such affidavits cannot be furnished, the awarded Bidder may submit an executed Consent of Surety to requisition payment, identifying the subcontractors and suppliers with the amounts for which the Statement of Satisfaction cannot be furnished. If the awarded Bidder fails to provide a Consent of Surety to requisition payment, the amount in dispute will be withheld by the City until either the Statement of Satisfaction is furnished, or the Consent of Surety to requisition payment is furnished. 2.28 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the performance of the proposed Contract, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the subcontractor(s) with respect to experience, skill, responsibility and business standing shall be considered by the City when making the award in the best interest of the City. If the Bidder fails to identify any and all sub-contractors in the Bid, the Bidder may be allowed to submit this documentation during the Bid evaluation period, if such action is in the best interest of the City. 2.29 OTHER FORMS OR DOCUMENTS If the City is required by the awarded Bidder to complete and execute any other forms or documents in relation to this Solicitation, the terms, conditions, and requirements in this Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or requirements of the Bidder’s forms or documents. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 17 SECTION 3 STATEMENT OF WORK AND TECHNICAL SPECIFICATIONS 3.1 STATEMENT OF WORK The City of Palm Beach Gardens invites bids from qualified and experienced firms to provide Mowing and Landscaping Services within the City. The awarded Bidders shall provide all labor, supervision, equipment, supplies, tools, materials, and all other necessary incidentals required to perform a complete maintenance and management of the landscaping and debris in the City rights-of-way, landscape buffers, mitigation areas, and properties. Services shall be provided on City properties, excluding City parks, and include - but are not limited to - turf mowing, edging, cleanup, shrubs, hedges, small trees and palms under 10 feet in height, fertilization, disease and pest management, application of herbicides, turf renovations and debris disposal. 3.2 GENERAL LANDSCAPING MAINTENANCE The following are the general specifications covering the Right-of-Way maintenance: i. Unless specifically addressed in the appropriate section, these general provisions shall apply: Complete landscaping - including trees, shrubs, ground cover, and turf areas. ii. The work outlined shall include, but is not limited to, the following maintenance tasks: mowing, edging, pruning, weeding, mulching, fertilization, and pesticide/herbicide application. iii. Awarded Bidder shall implement turf management practices and horticultural practices as recommended by the Institute of Food and Agricultural Services (IFAS), University of Florida, Gainesville, Florida, as found in the current edition of the following publication: “Florida Lawn Handbook”. iv. No activity shall be carried out in a manner that shall disrupt, inconvenience, or endanger any member of the traveling public, either pedestrian or vehicle. Failure to follow mandated safety practices or guidelines may result in termination of the Contract for cause, at the City’s discretion. v. Bidder shall be responsible for restoration of any damages that occur as a result of their operations. Any damages shall be repaired by the Bidder at no expense to the City, and are not limited to, plant loss due to improper maintenance procedures, improper herbicide or pesticide use, improper trimming/pruning, improper equipment operation, pavement damage from loading or unloading, fuel spills, insufficient or improper fertilization resulting in plant chlorosis, untreated disease or pest problems, and injury to non-target plants and organisms, etc. vi. At the end of each maintenance day, all walks, drives, road surfaces, and open space areas shall be free of any loose materials, trash, and/or debris. No storage or provision for storage shall be made onsite for maintenance equipment or materials. vii. The awarded Bidder’s personnel shall wear proper attire, which, at a minimum, shall include a standard shirt carrying the company name and/or logo, present a good City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 18 appearance, and maintain a professional code of conduct. All personnel shall wear a safety vest with reflective striping when working within the road Right-of-Way. viii. All vehicles shall be clearly identified with the company name and/or logo, and present a good appearance. Vehicles and equipment shall be parked within the City Right-of-Way so as not to obstruct or interfere with pedestrian or vehicular traffic. ix. Mowing times shall be between the hours of 7:00AM – 5:00PM, Mondays through Fridays. Mowing schedule shall be as follows: Parks and Grounds: Monday through Friday, 7:00AM to 5:00PM (unless otherwise specified); Roadways: Monday through Friday, 9:00AM to 4:00PM; Saturday - 7:00AM to 5:00PM; Canals: Monday through Friday 7:00AM to 5:00PM; Saturdays - 9:00AM to 5:00PM; No mowing shall occur on Sundays or on the following public holidays: July 4th, Thanksgiving, Christmas, and New Year’s Day, except when prior approval has been secured from the City. The City of Palm Beach Gardens hosts numerous events throughout the year, which may require adjustments to the awarded Bidder’s maintenance schedule. The awarded Bidder will be notified by the City at least 7 days prior to an event. This should give the awarded Bidder sufficient time to adjust the schedule accordingly to accommodate the event, including allowing for any special maintenance requests by the City. 3.3 MAINTENANCE OF TRAFFIC (MOT) Maintenance of traffic (MOT) must conform to the current edition of the Florida Department of Transportation (FDOT), Roadway and Traffic Design Standards, the Standard Specifications for Road and Bridge Construction and the Manuals on Uniform Traffic Control Devices. All traffic control costs shall be a part of the unit price bid and shall not be paid for separately. Maintenance of traffic shall be subject to periodic inspections by the City. Deficiencies noted by the City shall be corrected immediately by the awarded Bidder, or the maintenance efforts shall be suspended (and all MOT removed) until the corrections can be made by the awarded Bidder and verified by the City. The awarded Bidder shall be solely responsible for correcting deficiencies and shall not be compensated for additional items necessary to comply with the terms of the MOT guidelines. NOTE: Bidders making offers on road median work must have a certified Maintenance of Traffic (MOT) intermediate level technician on staff. 3.4 EMERGENCY WORK The awarded Bidder may be requested to perform emergency work during evening or weekend hours. The awarded Bidder must respond to these emergency work requests within six (6) hours of notification by the City. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 19 3.5 TURFGRASS MAINTENANCE MOWING/EDGING/WEED CONTROL i. MOWING – GENERAL REQUIREMENTS a. Mowing - All turf areas are to be mowed typically once a week. An additional weekly mowing may be requested due to weather conditions, special events, and growth flush after fertilizing. Mower settings are to be at 2 1/5” to 3 1/5" in height, depending on turf variety. b. Grass clippings shall be left on the turf areas, provided there are no readily visible clumps remaining. Clumps shall be removed from the lawn immediately after mowing. Grass clippings shall not be directed into the bed areas, roads, sidewalks, or tree ring areas. c. Grass clippings or debris caused by mowing or trimming shall be removed from adjacent walks, drives, gutters, curbs, and other hardscape surfaces on the same day as mowed or trimmed. All clippings shall be removed when unsightly and requested by the City’s Inspectors and/or Project Manager or be mulched using mulching blades dependent on the amount of clippings. All turf areas at each site must be mowed on same day. d. All litter, debris, or items that may be propelled by mower blades MUST be removed from the turf BEFORE mowing and moved from the job site. The collected debris shall not be discarded into any landscape areas including landscape beds, drainage structures, or paved surfaces, and MUST be removed from the site and disposed of properly by the awarded Bidder. e. Mowing next to or parallel to waterways, lakes and standing water: All grass shall be cut to water’s edge. f. Mowing must be performed in a timely and systematic fashion in order to maintain the integrity and appearance of the landscape design. Awarded Bidder shall alternate mowing patterns to avoid mower wheel rut patterns, where the size of the mowing area permits. g. Mowing must be performed carefully so as not to “bark“ trees or shrubs, intrude into covered beds, damage sprinkler heads, valves, manifolds, time clocks, curbs, or other equipment or installations. ii. EDGING MAINTENANCE a. Herbicides shall not be used as an edging tool. Care must be taken not to damage trees, shrubs, or any other fixed object with edging equipment. String trimmer damage to trees and roots will not be tolerated. The awarded Bidder shall mechanically edge the turf at sidewalks and other paved surfaces. Weekly weed- eater edging shall be included with mowing. Edging of beds shall be included with mowing. The awarded Bidder shall use metal edger blades, with the exception of special paving areas where damage may occur. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 20 b. Mechanically edge all landscaping bed/sod interfaces, including individual tree rings (18in” from outside of tree trunk minimum). Dirt and debris produced by edging or trimming shall be removed and swept from adjacent hard surfaces. iii. WEED CONTROL MAINTENANCE a. All areas, including but not limited to shrub beds, flower beds, groundcover beds, tree wells, paved areas, sidewalks, concrete medians, cracks, stairways, pavers, expansion joints, bridge walls, picnic areas, playgrounds, under bleachers/benches, must be kept weed free at all times. Weeds shall be removed whenever the appearance becomes unsightly or when requested to do so by the City. Weed control may be accomplished by using selective herbicides, both pre- emergent and post-emergent, as needed. “Round-up” or other City-approved spray may be used to control weeds in pavement areas. b. Manufacturers’ label rates shall be strictly adhered to along with any safety precautions and disposal directions. Applicators shall be licensed in accordance with State regulations. The awarded Bidder shall submit to the City’s representative, at least 24 hours prior to chemicals being applied, the following information: identification of the chemical to be applied, pests controlled, date of application, time, name of applicator, and method of application. iv. REPLACEMENT OF MATERIAL a. Remove dead and damaged plants and replace with material of equivalent size, condition and variety, subject to approval and purchase by the City. Labor shall be provided by the awarded Bidder in a timely manner based on the hourly rates schedule. Plant material will be provided by the City, unless damage is caused by the awarded Bidder’s negligence (i.e. chemical damage, mechanical damage, water stress, etc.). b. Damage not resulting from awarded Bidder’s negligence, such as vandalism, vehicle, or weather, shall be reported promptly to the City’s Field Service Inspectors and/or Project Manager. The City will provide all necessary replacement/repair materials. Labor shall be provided by the awarded Bidder in a timely manner based on the hourly rates schedule. The awarded Bidder shall inspect all sites prior to starting any work, and contact the City with any concerns in regards to the condition of plant material. 3.6 SHRUBS AND GROUNDCOVER i. PRUNING – GENERAL REQUIREMENTS All Pruning to be performed using generally accepted horticultural practices. All debris resulting from pruning operations shall be removed from the property and disposed of in a suitable manner by the awarded Bidder. ii. PRUNING FREQUENCY The schedule for performance of this work is to be determined by the awarded Bidder with a frequency of no less than one (1) time per month. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 21 iii. PRUNING – MINIMUM REQUIREMENTS a. Shrubs within landscaping beds shall be maintained to provide maximum opaqueness. b. Pruning, trimming, and shaping landscape material shall be done to promote vigorous growth and maintain an attractive shape consistent with the plant’s character. c. No pruning shall be permitted as to render the top of the foliage mass to be wider than the base of the foliage. d. Pruning shall be performed to leave hedges in a uniform horizontal height. The City will establish heights of various planting areas. e. No chemical trimming or pruning will be allowed under any circumstances. f. All trimming and pruning debris shall be picked up and removed from the property on the day of each trimming by the awarded Bidder and at the awarded Bidder’s expense. g. Pruning, trimming, and shaping shrubs and trees within medians and road Rights of Way shall meet clear sight distance as required by FDOT or Palm Beach County streetscape design standards and shall conform to the Palm Beach County's streetscape standard and the City's roadway beautification plan, Section 78-324, of Article V of the Supplementary District Regulations, or a design approved by the City Council through a development order or separate agreement. h. Maintenance of landscape in road Rights-of-Way must comply with Section 62- 147 of the City’s Code of Ordinances. 3.7 PLANT AND MULCH BEDS The awarded Bidder shall implement, if necessary, and maintain an 18in” foot minimum radius of clear area at the base of all trees in turf areas. The awarded Bidder shall replace any landscaping material that is damaged by his equipment. The awarded Bidder shall implement, if necessary, and maintain a 4in” minimum border between turf areas and building walls, posts, signs and fences having painted surfaces that might be damaged by weed eaters. New mulch installation: Loosen existing mulch with a rake or garden weasel and gently mix the remaining decomposed mulch layer into the soil surface. If existing mulch is too thick to mix in (one inch or more), the mulch must be removed prior to installing the new mulch. Mulching is generally considered an additional service but once installed the awarded Bidder shall maintain a fresh appearance to all mulched beds. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 22 Prior to installing new mulch, the awarded Bidder shall trench all mulch bed edges adjacent to curbs, walks and turf areas to a depth of 3 to 4 inches. Apply an appropriate balanced fertilizer and herbicide per manufacturer’s instructions and labeling. Install mulch, not to reach a depth over two 2 inches or more in height. Weeds in planted and mulched beds shall be removed each site visit. The awarded Bidder may use herbicide but must get prior approval for materials and procedures from the City. The awarded Bidder shall comply with the manufacturer’s recommendations and all applicable local, state and federal laws. Damage to plants or property caused by the misuse of herbicides is the responsibility of the awarded Bidder. The awarded Bidder shall bring plant material to the condition as existed prior to damages, at no cost to the City. 3.8 MULCHING i. MULCH FREQUENCY Standard schedule for mulch application shall be once annually. Begin October 1 - Complete by mid-November (prior to Thanksgiving). ii. MULCH GENERAL a. Plant beds and tree pits shall be maintained with 4 inches of mulch. b. Typical types of mulch accepted are: cypress mulch, econo mulch, pine straw or approved equal. The City will identify the type of material required for mulch applications. 3.9 TREES AND PALMS i. PRUNING For purposes of this Section, any required pruning is limited to a height of 16 feet as measured from ground level or to meet clear sight line as determine by FDOT and PBC streetscape standards on roadway areas. ii. PRUNING FREQUENCY The schedule for performance of this work is to be determined by the awarded Bidder, with a frequency of no less than one (1) time per month. iii. PRUNING - GENERAL MAINTENANCE Pruning of trees and palms shall include, but not be limited to: x Dead, dying or unsightly parts of the tree. x Sprouts growing at or near the base of the tree trunk. x Branches that grow toward the center of the tree. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 23 x Crossed branches that may rub together. x Multiple leaders of a tree that normally have only one stem. x Nuisance growth that interferes with view, walks, lighting or signage. Removal of all dangerous branches, thorns and fronds that indicate potential conflict with people, including branches overhanging sidewalks, encroaching guardrails, and vehicular traffic. Branches that have strong potential for damage by storms (preventative) or have been damaged by storms (post storm event). Branches need to be clear from back of the curb and maintain a fourteen foot (14’) vertical clearance from the pavement for vehicular traffic. Pruning paint is prohibited. Sharp and proper pruning tools shall be used to remove portions of trees, including any sucker growth. No chemical treatment of sucker growth will be permitted. Branches, dead wood, and cuttings resulting from pruning shall be removed from the job site and disposed of by the awarded Bidder in an acceptable manner. All lawn and shrub areas damaged by pruning equipment shall be replaced at the awarded Bidder‘s expense. Dead palm fronds that have fallen to the ground are to be removed at each mowing. Dead palm fronds shall be removed from the palm head and trunk of any palm species (including Washingtonian Palms) up to a defined height of 16’ or to meet clear sight line as determine by FDOT and PBC streetscape standards for roadway areas. 3.10 FERTILIZATION Chemical analysis sheets, particularly palm tree fertilizer, shall be submitted to the City’s representative prior to application along with the recommended application rates, as noted by the manufacturer. 3.11 TURF FERTILIZATION The fertilizer shall be a granular fertilizer with composition of 15-0-15. It shall be a complete fertilizer (containing both major and micro nutrients), sulfur coated, time released, and applied at a rate of 1 Ib. of nitrogen per 1,000 sq. ft. of sod. The awarded Bidder shall not use any types of fertilizers, other than those specified, without specific approval from the City. Turf, where City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 24 required and as specified in the individual maintenance area specification sheets, shall be fertilized three (3) times annually during the following months: January, April, and October. The awarded Bidder shall notify the City 24 hours in advance, prior to fertilizer applications, so the City can adjust irrigation systems accordingly or notify the awarded Bidder of systems under repair. All residual fertilizers remaining on any hardscape surfaces shall be removed immediately after the application process is completed to avoid staining. 3.12 TREES, SHRUBS, & GROUND COVER FERTILIZATION Fertilizer shall be applied to all trees, shrubs and ground covers, with the exception of Pine Trees, Sabal (Cabbage) Palms, Wax Myrtles, and Saw Palmettos. Fertilizer shall be commercial grade. Fertilizer shall be 10-10-10, sulfur coated, time released, or as recommended because of specific species. The awarded Bidder shall not use any types of fertilizers other than those specified, without specific approval from the City. Granular fertilizer can be utilized for plants on level terrain. Plants established on sloped locations, such as Interstate ramps, bridges, and flyovers where run off is likely shall have fertilizer in a tablet or spike form, specifically designated for the species being fertilized. 3.13 PALM FERTILIZATION - GENERAL REQUIREMENTS Sabal Palms (Cabbage Palms): No fertilization is required. Washingtonian Palms: Spike form only (Similar to “Lutz” brand Palm Tree Maintenance Spikes). Fertilizer used for Washingtonian Palms shall meet or exceed the chemical analysis quantities appearing on the “Lutz” Palm Tree Maintenance Spikes. All other palms (Royal, and Paurotis): Fertilize using a “Palm Special” fertilizer. Fertilizer used shall be complete with Magnesium, Manganese, Potassium, and micronutrients. Material shall be applied at label rates. Medjool Palm (Phoenix Dactilifera): Fertilization as specified in the schedule provided. 3.14 FERTILIZATION FREQUENCY Sod, trees, and shrubs shall be fertilized three (3) times per year during the months of January, April and October. Palm trees shall be fertilized as follows: Sabal Palms (Cabbage Palms): No fertilization is required. Washingtonian palms: if “Lutz” brands palm tree maintenance spikes are used, fertilization is required once annually in January. Other spike fertilizers will be applied biannually, unless label rates specify differently. Royal and Paurotis palms shall be fertilized two times yearly (January & June) or as required to eliminate yellowing of the fronds. Medjool palms: see Medjool palms annual pesticide/fertilization schedule under the pesticides section below. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 25 3.15 PESTICIDES i. PESTICIDES FREQUENCY Pesticide control, where required, shall be applied on a monthly basis for the control of insects. ii. PESTICIDES – MINIMUM REQUIREMENTS A licensed operator, using EPA approved material under the direction of a Certified Pest Control Operator, shall apply chemical controls. Copies of current licenses must be provided to the City prior to chemical use. The manufacture’s written instructions and EPA criteria shall be strictly adhered to for application rates, warning, and re-entry restrictions, etc. Prior to the application of any pesticide, the awarded Bidder shall notify the City of the specific chemical being used, application rates, and other particulars with reference to safety issues. The posting of any required notifications regarding re-entry periods, if required, is the responsibility of the awarded Bidder. The awarded Bidder assumes all liability for damage and/or injury resulting from accident of misuse of these products and/or equipment. The City retains the right to prohibit the use of any herbicide or pesticide. Any plant damaged, or that seriously declines due to chemical applications (Pesticide or Herbicide; Granular or liquid), shall be replaced with like material of comparable size, type, and value at the awarded Bidder’s expense. Awarded Bidder shall submit to the City’s representative, on the same day chemicals are applied, the following information: identification of the chemical to be applied, pests controlled, date of application, time, name of applicator, and method of application. 3.16 FIRE ANT CONTROL The awarded Bidder shall treat individual mounds with appropriate material during regular mowing cycles. The awarded Bidder shall perform a complete site treatment for all areas twice a year. 3.17 MAJOR STORM EVENT CAVEAT The awarded Bidder shall have the resources or a subcontractor assigned and available to provide tree trimming, tree removal, and/or debris removal services (as assigned by the City’s representative) from City property, within 48 hours after a hurricane passes. The main objective of this work is to remove cracked, broken, and suspended branches from damaged trees, as well as trees which are leaning or have fallen. This work shall be based on (all inclusive) hourly rates. 3.18 EXHIBITS The following Exhibits are attached to this Solicitation and contain important information regarding the work to be performed under the resultant Contract. The City has made its best efforts to ensure that the information contained in the Exhibits is accurate. However, the Exhibits are provided for informational purposes only, and Bidders are strongly advised to verify the accuracy of the information provided by visiting the locations of the proposed work. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 26 i. Exhibit “A” – Mowing Schedule ii. Exhibit “B” – Site Locations City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 27 BID SUBMITTAL This Page and all following pages comprise your original Bid Submittal package. Please also attach any additional information or documentation requested in this Invitation to Bid. There is no need to include the preceding Sections 1, 2, and 3 in your Bid Submittal package. INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original bid and the electronic copy, the original bid shall be the governing document. Bids must contain all information required to be included in the submittal, as described in the Solicitation. Invitation to Bid No.: ITB2015-047PF Title: Mowing and Landscaping Services Due Date and Time: Friday, August 7, 2015 @ 3:00PM Name of Bidder Total Maintenance Building Services, inc. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 28 SECTION 4 PRICING SCHEDULE 4.1 PRICES AND RATES The Pricing Schedule is attached to this Solicitation as Exhibit “C”. The Bidder shall complete the form in its Excel format, and shall not change any of the information or formatting provided by the City. The Pricing Schedule must be submitted in Excel format with your Bid Submittal. If the Pricing Schedule is submitted in any other format, your Bid may be rejected. City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 29 SECTION 5 ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated Addendum #10, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________ Date 7/15/15 7/23/15 Total Maintenance Building Services inc Edward J Galbraith, President 8/2/15 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 30 SECTION 6 BID SUBMITTAL SIGNATURE PAGE By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Firm Name: ______________________________________________________________________________ Street Address: ______________________________________________________________________________ Mailing Address (if different than Street Address): ______________________________________________________________________________ Telephone Number(s): _________________________________________ Fax Number(s): _______________________________________________ Email Address: ________________________________________________ Federal Employer Identification Number: _____________________________________________ Prompt Payment Terms: _____% _____ days’ net _____days Signature: _____________________________________________________________________ (Signature of authorized agent) Print Name: ___________________________________________ Title: _________________________________________________ By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract/Agreement. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER AND THE BIDDER’S UNEQUIVOCAL OFFER TO BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Total Maintenance Building Services inc 3690 consumer street West Palm Beach Fl 33404 PO Box 31962 PBG FL 33420 561-844-2744 561-844-2360 Edtmbs@aol.com 65-042-8580 Edward J Galbraith President City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 31 SECTION 7 AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT 7.1 AFFIDAVITS The forms listed below must be completed by an official having legal authorization to contractually bind the company or firm. Each signature represents a binding commitment upon the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to be the lowest responsive and responsible Bidder. a. Conflict of Interest Disclosure Form b. Notification of Public Entity Crimes Law c. Drug-Free Work Place d. Non-Collusion Affidavit e. Sample Performance Bond Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE f. Sample Payment Bond Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE g. Sample Letter of Credit Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 32 CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the Bidder’s firm or any of its branches. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for evaluation team members and other key personnel involved in the award of this contract. The term “conflict of interest” refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: _________ To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other Cities, Counties, contracts, or property interest for this Bid. _________ The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other Cities, Counties, contracts, or property interest for this Bid. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date XX Total Maintenance Building Services inc Edward Galbraith, President 8/2/15 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 33 NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has been placed on the convicted contractors list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-vendor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed on the convicted contractors list. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date Total Maintenance Building Services inc Edward J Galbraith, President 08/02/15 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 34 DRUG-FREE WORKPLACE ________________________________________________________is a drug-free workplace and has (Company Name) a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date Total Maintenance Building Services inc Total Maintenance Building Services inc Edward J Galbraith, President 8/2/15 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 35 NON-COLLUSION AFFIDAVIT STATE OF ______________ COUNTY OF ____________ Before me, the undersigned authority, personally appeared ____________________________, who, after being by me first duly sworn, deposes and says of his/her personal knowledge that: a. He/She is __________________________ of ______________________________, the Bidder that has submitted a Bid to perform work for the following: ITB No.:_______________________ Title: b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids, and of all pertinent circumstances respecting such Solicitation. Such Bid is genuine and is not a collusive or sham Bid. c. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Solicitation and contract for which the attached Bid has been submitted or to refrain from proposing in connection with such Solicitation and contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any person interested in the proposed contract. d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. _______________________________ Signature Subscribed and sworn to (or affirmed) before me this _______ day of _____________________ 2014, by ______________________________, who is personally known to me or who has produced _______________________________________________ as identification. SEAL Notary Signature_____________________________ Notary Name: _______________________________ Notary Public (State): __________________________ My Commission No: ___________________________ Expires on: __________________________________ Florida Palm Beach City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 36 SAMPLE PERFORMANCE BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the City. Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having performed City’s obligations thereunder, the Surety may promptly remedy the default or shall promptly: a. Complete the Contract in accordance with its terms and conditions; or b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible Bidder, or if the City elects, upon determination by the City and the Surety jointly of the most responsible Bidder, arrange for a Contract between such Bidder and the City, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 37 of the contract price”, as used in this paragraph, shall mean the total amount payable by the City to Contractor under the contract and any amendments thereto, less the amount properly paid by the City to the Contractor. Any suit under this bond must be instituted before the expiration of twenty-five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 38 SAMPLE PAYMENT BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Contract and of such subcontractors shall promptly make payments to all persons supplying him or them with labor, products, services, or supplies for or in the prosecution of the work provided for in such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of reasonable attorney's fees, incurred by the claimants in suits on this bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this bond is subject to the following conditions and limitations: a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the work provided for in said Contract shall have a direct right of action against the Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in the county in which the work provided for in said Contract is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. b) The Principal and Surety hereby designate and appoint _____________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 39 ________________________________________________________as the agent of each of them to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject to any suit, action or proceeding thereon that is instituted later than one year after the final settlement of said Contract. d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all the provisions of the law referring to this character of bond as set forth in any sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 40 SAMPLE LETTER OF CREDIT FORMAT LETTER OF CREDIT NO.: _________________ ISSUANCE DATE: _________________ APPLICANT: {Name of Corporation}___________________________ {Address}______________________________________ {City, State, Zip}________________________________ BENEFICIARY: CITY OF PALM BEACH GARDENS 10500 N. MILITARY TRAIL PALM BEACH GARDENS, FLORIDA 33410 FOR U.S.D. $_________ DATE OF EXPIRATION: ________________ WE HEREBY ESTABLISH OUR IRREVOCABLE LETTER OF CREDIT NO. _________ IN FAVOR OF THE BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER “PBG”) FOR THE ACCOUNT OF THE ABOVE-REFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank) PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOT TO EXCEED A TOTAL OF (Insert the amount of money), THE AMOUNT REFERENCED ABOVE. DEMANDS OF THE LETTER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LETTER OF CREDIT IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project} ______________________________________ (THE ‘PROJECT’). IT IS A CONDITION OF THIS LETTER OF CREDIT THAT IT WILL BE AUTOMATICALLY EXTENDED FOR PERIODS OF ONE YEAR FROM EXPIRY DATE HEREOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS LETTER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD. WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY HONORED UPON PRESENTATION TO {Name of Bank}______________________________ (THE ‘BANK’), WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LETTER OF CREDIT, IS PRESENTED PRIOR TO THE City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 41 EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LETTER OF CREDIT AND UPON PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL. DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO: {Name of Bank Branch}_______________________________ {Address}__________________________________________ {City, State, Zip}_____________________________________ ATTN: {Department} _________________________________ ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF SAME WITH THE AMOUNT OF EACH DRAWING BY US. PARTIAL DRAWINGS ARE PERMITTED. THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED “DRAWN UNDER {Name of Bank} ____________________________ LETTER OF CREDIT NUMBER _____________ DATED ____________________, 20__.” THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, (2007 REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LETTER OF CREDIT SHALL BE PALM BEACH COUNTY, FLORIDA. {Name of Bank}_________________________ BY: ______________________________ {Name}_____________________ {Title}______________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 42 SECTION 8 SAMPLE AGREEMENT FORMAT Below is the standard agreement format for this Invitation to Bid. This is a sample agreement only and is subject to revisions. PLEASE DO NOT COMPLETE. AGREEMENT THIS AGREEMENT is hereby made and entered into this ____ day of ____________, 20__, (the “effective date”) by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and _____________, a corporation (hereafter referred to as “Contractor”), whose address is ______________. WHEREAS, the City desires to retain the services of the Contractor to provide the goods and services in accordance with the City’s Invitation to Bid No. , and the Contractor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Invitation to Bid No. ________, and the Contractor’s response to the Invitation to Bid, including all documentation required thereunder. In the event of a conflict between the terms, conditions, and specification set forth in this Agreement and City’s ITB No. ______, and the Contractor’s response; the documents shall have precedence in the following order, this Agreement, then the City’s ITB No. ____________, and then the Contractor’s response to ITB No. ______. ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES The Contractor shall provide the goods and/or perform those services identified in the specifications accompanying the City’s Invitation to Bid, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor, in compliance with the Pricing Schedule attached hereto and incorporated herein, according to the terms and specifications of the referenced Invitation to Bid. ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certified mail (postage prepaid), return receipt requested, to the following addresses: City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 43 i. As to the City: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Email: ii. with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Email: iii. As to the Contractor: Attn.: Email: b. Headings. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. c. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. ARTICLE 5. CONTRACT TERM This term of this Agreement shall be from the effective date through ___________, 20__, unless terminated earlier in accordance with terms set forth in the ITB. (Remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 44 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. CITY OF PALM BEACH GARDENS, FLORIDA [SEAL] By: ______________________________________ Ronald M. Ferris, City Manager ATTEST: By: ____________________________ Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: ____________________________ R. Max Lohman, City Attorney , By: ______________________________________ Print Name: ________________________________ Title: _____________________________________ WITNESS: By: ___________________________________ Print Name: ____________________________ City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 45 SECTION 9 EXHIBITS 1. Exhibit “A” – Mowing Schedules 2. Exhibit “B” – Site Locations (Note: This file is very large. It is approximately 100MB.) 3. Exhibit “C” – Pricing Schedule Site No.Site/ Location Vegetated Square Footage Concrete Area Square Footage C:Common P:Park M:Medians L:Longline Turf Mowing Yearly Cost (Based on 41 cuts per year) Mulch Cost (Yearly) Fertilization Yearly Cost - Sod, Trees and Shrubs (Based on 3 times per year) Fertilization Yearly Cost -Palms (Based on 3 times per year)Total Yearly Costs Alternate Turf Mowing Yearly Cost (Based on 32 cuts per year) Alternate Fertilization Yearly Cost -Sod, Trees and Shrubs (Based on 2 times per year) Fertilization Yearly Cost - Palms (Based on 2 times per year) Alternate Bid Total Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/ 4404 Burns Rd 414,185 Sq. Ft C $57,985.90 INC INC INC $57,985.90 $43,429.42 INC INC $43,429.42 2 City Hall Complex/Fire Station #1/Police/ 10500 N Military 291,778 Sq. Ft C $40,849.06 INC INC INC $40,849.06 $30,636.69 INC INC $30,636.69 3 Riverside Youth Enrichment Center/ 10170 Riverside Dr 19,286 Sq. Ft C $2,700.04 INC INC INC $2,700.04 $2,025.03 INC INC $2,025.03 4 Tennis Center/ 5110 117th Court North 706,814 Sq. Ft C $53,011.05 INC INC INC $53,011.05 $42,408.84 INC INC $42,408.84 5 Fire Station #2/ 11025 Campus Drive 54,933 Sq. Ft C $7,690.62 INC INC INC $7,690.62 $5,767.96 INC INC $5,767.96 6 Fire Station #3/ 5162 Northlake Blvd 240,449 Sq. Ft C $25,247.15 INC INC INC $25,247.15 $18,034.42 INC INC $18,034.42 7 Fire Station #4/ 11264 Jog Road 44,892 Sq. Ft C $6,284.88 INC INC INC $6,284.88 $4,713.66 INC INC $4,713.66 8 Fire Station #5/ 3913 Hood Road 39,258 Sq. Ft C $5,496.12 INC INC INC $5,496.12 $4,122.09 INC INC $4,122.09 9 Mirasol Park/ 12385 Jog Road 171,141 Sq. Ft P $23,959.74 INC INC INC $23,959.74 $17,969.80 INC INC $17,969.80 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 Sq. Ft P $69,156.46 INC INC INC $69,156.46 $49,397.47 INC INC $49,397.47 11 Oaks Park/ 10666 Gardens East Drive 353,245 Sq. Ft P $37,090.73 INC INC INC $37,090.73 $26,493.37 INC INC $26,493.37 12 Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 Sq. Ft P $20,075.37 INC INC INC $20,075.37 $14,339.55 INC INC $14,339.55 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 Sq. Ft P $20,193.49 INC INC INC $20,193.49 $14,423.92 INC INC $14,423.92 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 Sq. Ft P $17,248.98 INC INC INC $17,248.98 $12,936.74 INC INC $12,936.74 15 Gardens Park/ 4301 Burns Rd 436,201 Sq. Ft P $61,068.14 INC INC INC $61,068.14 $45,801.10 INC INC $45,801.10 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43,038 Sq. Ft P $6,063.12 INC INC INC $6,063.12 $4,547.34 INC INC $4,547.34 17 Twins Parks/ 648 Holly Drive 30,001 Sq. Ft P $4,200.14 INC INC INC $4,200.14 $3,150.10 INC INC $3,150.10 18 Lilac Park Commons & Dog Run/ 4175 Lilac Street 489,489 Sq. Ft P $53,396.34 INC INC INC $53,396.34 $36,711.65 INC INC $36,711.65 19 Riverside Drive Linear Park/ Riverside Dr 44,596 Sq. Ft P $6,243.49 INC INC INC $6,243.49 $4,682.58 INC INC $4,682.58 20 South Ilex Circle Neighborhood Park/ Ilex Cir S 25,195 Sq. Ft P $3,527.30 INC INC INC $3,527.30 $2,645.47 INC INC $2,645.47 21 City Park/ 5070 117th Court North 78,977 Sq. Ft P $11,056.78 INC INC INC $11,056.78 $8,292.59 INC INC $8,292.59 GROUP B MEDIANS 22 Allamanda Dr ROW 96,897 Sq. Ft M $10,174.19 INC INC INC $10,174.19 $7,267.27 INC INC $7,267.27 23 Allamanda Dr / Rainwood Dr Retention Area 30,445 Sq. Ft M $3,196.72 INC INC INC $3,196.72 $2,283.37 INC INC $2,283.37 24 Alt A1A (West Side - Burns to RCA Blvd)60,202 Sq. Ft M $6,321.21 INC INC INC $6,321.21 $4,515.15 INC INC $4,515.15 25 Banyan Street Parcel - North 11,310 Sq. Ft M $1,583.40 INC INC INC $1,583.40 $1,187.55 INC INC $1,187.55 26 Banyan Street Parcel - South 20,314 Sq. Ft M $2,843.96 INC INC INC $2,843.96 $2,132.97 INC INC $2,132.97 27 Burns Rd & I-95 Overpass 2,251 Sq. Ft M $315.14 INC INC INC $315.14 $236.35 INC INC $236.35 28 Burns Rd Medians - Military Trl to Prosperity Farms Rd 59,594 Sq. Ft M $8,343.16 INC INC INC $8,343.16 $6,257.37 INC INC $6,257.37 29 Burns Rd ROW - South Side Rainwood Dr to Allamanda Dr 18,193 Sq. Ft M $2,547.02 INC INC INC $2,547.02 $1,910.26 INC INC $1,910.26 30 Camberwell on Avenue of PGA 11,788 Sq. Ft M $1,650.32 INC INC INC $1,650.32 $1,237.74 INC INC $1,237.74 31 City Sign - PGA Blvd & Fairway Dr 519 Sq. Ft M $72.66 INC INC INC $72.66 $59.69 INC INC $59.69 32 Cottonwood Circle Median 1,360 Sq. Ft M $190.40 INC INC INC $190.40 $142.80 INC INC $142.80 33 Garden Woods Entrance Median - Elm Ave 2,438 Sq. Ft M $341.32 INC INC INC $341.32 $259.14 INC INC $259.14 34 Gardens Glenn - Entrance and Medians 8,532 Sq. Ft M $1,194.48 INC INC INC $1,194.48 $895.86 INC INC $895.86 35 Holly Dr Medians - Riverside Dr to Military Trl 52,242 Sq. Ft M $7,313.88 INC INC INC $7,313.88 $5,485.41 INC INC $5,485.41 36 Holly Dr ROW - Lighthouse Dr to Ironwood Rd 16,368 Sq. Ft M $2,291.52 INC INC INC $2,291.52 $1,718.64 INC INC $1,718.64 CITY OF PALM BEACH GARDENS ITB2015-047PF, Mowing and Landscaping Services 37 Holly Drive & I-95 Overpass 4,384 Sq. Ft M $613.76 INC INC INC $613.76 $460.32 INC INC $460.32 38 Holly Drive Cul-de-Sac 1,498 Sq. Ft M $209.72 INC INC INC $209.72 $157.29 INC INC $157.29 39 Hood Road Medians - Military Trl to Alt A1A 28,064 Sq. Ft 3,037 Sq. Ft M $3,928.96 INC INC INC $3,928.96 $3,508.00 INC INC $3,508.00 40 Iris Circle Median 1,936 Sq. Ft M $271.04 INC INC INC $271.04 $203.28 INC INC $203.28 41 MacArthur Blvd Medians, Crosswalks, and ROWs 37,762 Sq. Ft M $5,286.68 INC INC INC $5,286.68 $395.01 INC INC $395.01 42 Military Trail Medians - Hood Rd to Donald Ross Rd 50,390 Sq. Ft 20,041 Sq. Ft M $7,054.60 INC INC INC $7,054.60 $5,290.95 INC INC $5,290.95 43 Military Trail Medians - Lillian Ave to EPB-3 Canal 103,776 Sq. Ft 34,842 Sq. Ft M $14,527.24 INC INC INC $14,527.24 $10,896.48 INC INC $10,896.48 44 Northlake Blvd & I-95 Intersection 394,624 Sq. Ft 1,628 Sq. Ft M $29,596.80 INC INC INC $29,596.80 $23,677.44 INC INC $23,677.44 45 Northlake Blvd Medians - Military Trl to East Side of Turnpike 59,060 Sq. Ft 23,317 Sq. Ft M $8,268.40 INC INC INC $8,268.40 $6,201.30 INC INC $6,201.30 46 PGA Blvd & I-95 Intersection 360,473 Sq. Ft 3,740 Sq. Ft M $27,035.41 INC INC INC $27,035.41 $21,628.38 INC INC $21,628.38 47 PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 5,292 Sq. Ft 1,134 Sq. Ft M $740.88 INC INC INC $740.88 $555.66 INC INC $555.66 48 PGA Blvd Medians - Military Trl to East Side of Turnpike 81,531 Sq. Ft 20,873 Sq. Ft M $11,414.34 INC INC INC $11,414.34 $8,560.75 INC INC $8,560.75 49 Prosperity Farms Rd & Prosperity Oaks Ct 6,699 Sq. Ft M $937.86 INC INC INC $937.86 $703.39 INC INC $703.39 50 Public Works and Ironwood Rd 8,201 Sq. Ft M $1,148.14 INC INC INC $1,148.14 $861.10 INC INC $861.10 51 Sandtree Drive 7,849 Sq. Ft M $1,098.86 INC INC INC $1,098.86 $824.14 INC INC $824.14 52 Seagrape Way Median 7,590 Sq. Ft M $1,062.66 INC INC INC $1,062.66 $796.95 INC INC $796.95 53 US Hwy 1 Medians - Golden Bear to Towers Office Building 3,528 Sq. Ft 1,096 Sq. Ft M $493.92 INC INC INC $493.92 $370.44 INC INC $370.44 GROUP C CANAL LONG LINE MOWING AREAS Based on 18 cuts per year Based on 12 cuts per year 54 Hunt Club Dr 93,822 Sq. Ft L $2,887.74 N/A N/A N/A $1,925.16 N/A N/A 55 Bellwood/ Applecrest to Earman River 108,834 Sq. Ft L $5,602.68 N/A N/A N/A $3,735.12 N/A N/A 56 Earman River/ Military Trail to I-95 143,257 Sq. Ft L $7,374.78 N/A N/A N/A $4,916.52 N/A N/A 57 Earman River/ I-95 to A1A (north side)252,104 Sq. Ft L $10,346.22 N/A N/A N/A $6,897.48 N/A N/A 58 Honey Suckle/ Honey Suckle to Gardenia 79,978 Sq. Ft L $3,282.12 N/A N/A N/A $2,188.08 N/A N/A 59 Thompson River/ Earman River to I-95 250,505 Sq. Ft L $10,280.70 N/A N/A N/A $6,853.80 N/A N/A 60 Seagrape / Military Trail to End City Row 224,180 Sq. Ft L $9,200.34 N/A N/A N/A $6,133.56 N/A N/A 61 Hickory Canal/ Larch Ave (north and south) End of City Row 307,694 Sq. Ft L $12,627.72 N/A N/A N/A $8,418.48 N/A N/A 62 Plat 4/ Banyan St east to A1A (north side)58,968 Sq. Ft L $2,419.92 N/A N/A N/A $1,613.28 N/A N/A 63 Ironwood/ Burns Rd to C-17 Canal 108,908 Sq. Ft L $4,469.58 N/A N/A N/A $2,979.72 N/A N/A 64 Meridian 164,299 Sq. Ft L $6,743.88 N/A N/A N/A $4,495.92 N/A N/A 65 Allamanda/ Burns Rd to Prosperity 53,986 Sq. Ft L $2,215.44 N/A N/A N/A $1,476.96 N/A N/A 66 C-17/ Northlake to A1A (east) Northlake to MacArthur (west)671,509 Sq. Ft L $27,558.72 N/A N/A N/A $18,372.48 N/A N/A 67 Mirasol Field 498,552 Sq. Ft L $20,460.42 N/A N/A N/A $13,640.28 N/A N/A GROUP D PGA FLYOVER BRIDGE 68 PGA Flyover 1,282,152 Sq. Ft 16,263 Sq. Ft C $179,501.28 GROUP E ITEM UNIT COST 69 Turf Mowing Yearly Cost (Based on 41 cuts per year)Sq./FT $.14 Per year 70 Mulch cost Cubic Yards $29.00 Per application 71 Fertilization Yearly Cost - Sod, trees and shrubs (Based on 3 times per year)Sq./Ft $.006 Per application 72 Fertilization Yearly Cost -Palms (Based on 3 times per year)Per tree $.009 Per application 73 Alternate turf mowing cost (Based on 32 cuts per year)Sq./Ft $.10 Per year 74 Alternate Fertilization Yearly Cost -Sod, trees and shrubs (Based on 2 times per year)Sq./Ft $.0045 Per year 75 Fertilization Yearly Cost - Palms (Based on 2 times per year)Per tree $.0075 Per tree ALTERNATE ITEMS 76 Pesticides Turf Sq./Ft.$.006 Per year 77 Fire Ant Control Sq./Ft.$.006 80 78 Labor Cost ( Supervisor)Hourly $23.00 Per hour 79 Labor Cost ( Laborer)Hourly $18.00 Per hour GROUP F EQUIPMENT 80 Chainsaw (Stihl model 026 or equivalent)Hourly $7.50 Per hour 81 Chipper Hourly $65.00 Per hour 82 Dump Body Truck Hourly $65.00 Per hour 83 Pick-up Truck Hourly $45.00 Per hour 84 Bucket Truck Hourly $125.00 Per hour 85 Bobcat Hourly $125.00 Per hour 86 Front end Loader Hourly $150.00 Per hour 87 Traffic Control Signs Hourly $45.00 Per hour 88 Traffic Cones Hourly $10.00 Per hour 89 Hauling (includes Driver, Fees and Vehicle)Hourly $75.00 Per hour 90 Attach a separate sheet of additional equipment not listed, if desired.N/A N/A N/A 11 1•1 1•'••1ul'lll'h'l•l'l' lll•l''ll'lll•ll•ull"ll1 11•111 1•111 Waters Brothers Environmental, Inc 5876 Rich Road Bowling Green, Fl 33834 08 -04 -1 5A 11 :0 8 RCVD 11111111 "'''lll"'ll'lllluu'l••llll•l .... l" "ll•tlllll''l'lll City of Palm Beach Gardens City Clerks Office 10500 N Military Trail Palm Beach Gardens, Fl 33410 CUS 10r.1~ R USE ONLY FROM:~-'~ M ,. ;f, ~ j , 111'+~ ... ~01&.Y) PHONE( 7 ' l ,/ .... :.... c ll I • For pickup or USPS n.ctdngN, vtalt USPS.com or c:eiiiiO()o222·1111. • •100.00 ln .... nc:e Included. ----·- 00: 11.625 X 15.125 7 1111111 ~ IIIII II ~ 111111 miiiii iU II E K 4 6 1 2 7 4 7 7 1 U S r-EK481274771U~ UNITEDSTIJTES I PRIORITY *MAIL* ~!iii! POSTIJLSERVICEe EXPRESSTM T1me Accepted 08-04-15A11:09 RCVD -~Tlmo D 10:30 AM O .a:OO PM 12NOON $ _,.. $ Return Receipt Fee COO Fee $ 3-ADOAESSEE COPY City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and landscaping Services SECTION 5 ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART lOR PARTII, WHICHEVER APPLIES PARTI: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated Addendum #10, Dated _ _ _ _ _ _ _ _ PART II: o NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION ~~~~~~~~~~~~~~~~~~~~~~~~~= --------­ ~-+-...L....::.__~'--__ Addend um #2, Dated ---4....J'----=:........::....~--=----- Firm Name Signature Name and Title (Print or Type) ~/ Date Page I 29 City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping 5ervices SECTION 6 BID SUBMITTAL SIGNATURE PAGE By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Firm Name: Street Address: Mailing Address (if different than Street Address): "'----'=:..---L....JL.-L-.......,c......:::.....>.L-=-­Telephone Num ber(s): _ Fax Number(s): /-/o/~d..L-----'<:....-.L=:. _ j/,,47/JCf 47I4z;JA/£~~--e~~/5-7Email Address: Federal Employer Identification Number: .......,,""r"o:L-_!!::.C....~~----'-...L-.z6-J~Jl'/lJ' _ Prompt Payment Terms: 2-%.b days' net /0 days Signature: e.-_~L.._.'=_...L_ _ (Signature of authorized,ent) Print Name: 574-;// ~~#-A/ Title: ---------'"---S. _t// By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract/Agreement. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER AND THE BIDDER'S UNEQUIVOCAL OFFERTO BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Page I 30 City of Palm Beach Gardens ITB No. ITB201S-047PF Mowing and Landscaping Services SECTION 7 AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT 7.1 AFFIDAVITS The forms listed below must be completed by an official having legal authorization to contractually bind the company or firm. Each signature represents a binding commitment upon the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to be the lowest responsive and responsible Bidder. a. Conflict of Interest Disclosure Form b. Notification of Public Entity Crimes Law c. Drug-Free Work Place d. Non-Collusion Affidavit e. Sample Performance Bond Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE f. Sample Payment Bond Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE g. Sample Letter of Credit Format (if required, will be requested from bidder recommended for award) DO NOT COMPLETE Page I 31 City of Palm Beach Gardens ITB No. ITB201S-047PF Mowing and Landscaping Services CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the Bidder's firm or any of its branches. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for evaluation team members and other key personnel involved in the award of this contract. The term "conflict of interest" refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Plea7sek one of the following statements and attach additional documentation if necessary: ch To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other Cities, Counties, contracts, or property interest for this Bid. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other Cities, Counties, contracts, or property interest for this Bid. Acknowledged by: Firm Name Signature Name and Title (Print or Type) Date Page I 32 City of Palm Beach Gardens ITB No. ITB201S-047PF Mowing and Landscaping Services NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has been placed on the convicted contractors list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-vendor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed on the convicted contractors list. Acknowledged by: Firm Name Signature Name and Title (Print or Type) Date Page I 33 City of Palm Beach Gardens ITB No. ITB201S-047PF Mowing and Landscaping Services DRUG-FREE WORKPLACE ~~/ Lilt"M4/£vi /&/~~-is a drug-free workplace and has (Company Name) a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes. Acknowledged by: Firm Name Signature Name and Title (Print or Type) Date Page I 34 City of Palm Beach Gardens ITB No. ITB201S-047PF Mowing and Landscaping Services NON-COLLUSION AFFIDAVIT STATE OF COUNTY OF , the Bidder b. He/She is fully informed respecting the preparation and contents ofthe attached Request for Bids, and of all pertinent circumstances respecting such Solicitation. Such Bid is genuine and is not a collusive or sham Bid. c. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Solicitation and contract for which the attached Bid has been submitted or to refrain from proposing in connection with such Solicitation and contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any person interested in the proposed contrar: d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature .>: Subscribed az;ndrn to.i9r 4/med) before me this d dav of .76;;: _ 20 J;I,by ______..........t~_~:LP_0~~ is to r has produced'"""'---#""='-""'#_,_who pers~nown me who as identification. 4"1 //' SEAL __~_ Notary Name: ,~~ Notary Public (St e): r My Commission No: }7..,-?r?-o7 Expires on: jv'-z,;?----~ Page I 35 Nota ry Signature_-..,,+-4~p::.).--.!~~...!::::. Lice nsed Pes tic ide A p p licato r De ta il http ://a pp l .tla es.org/ce u/Pcrson Dctail.as p Licensed Pesticide Applicator Detail Print Close A pplicator's Name City , State IWAT ERS , BYR ON D EWEY Lic ense Categories IA q uatic Pest Con trol Origi nal Issue Date L as t Issue Date Expiration Date 110/28/2004 110/18/2013 110/31/2 016 Co mpany Name P urchasing A gents Pu rchas in g Ag ent Nam e City , Stal e IWATER S, T R UITI R USSE LL IWA UC H U LA ,F L IWAT ERS , MASO N GATES \WA UC H U LA,F L Agent Co u nt: 2 1 o f I 2/5/2015 9 :42 A M Licensed Pesticide Applicator Detail http://ceupublicsearch.freshfromflorida.com/PersonDetail.a Licensed Pesticide Applicator Detail Print Close Applicator's Name City, State ,-----------------IWAUCHULA,FLIWATERS, TRUITT RUSSELL License No. License Status License Type: r=-::--::-:-.,..--:-::-::-----------I-N-o-rm-a-I-----------lr::-C-o-m-m-e-rc-:-ia-:I-=R::-:U--:-P~A:-p-p--:-Ii-c-at-o-r-:-L-:-ic-e-n-s-e[CM21132 License Categories IRight-Of-WayPest Control Expiration Date 16/30/2019 Company Name Agent Count: 0 I of 1 6/23/2015 5:50 P PALM BEACH GARDENS ':4 unique place to live, lMm, work & play" CITY OF PALM BEACH GARDENS PURCHASE AWARD TRANSMITTAL It is the policy of the City of Palm Beach Gardens to consistently purchase goods and services using full and open competition. Solicitations are advertised in a newspaper of general circulation, and copies are made available through DemandStar, Public Purchase, the City's Purchasing webpage, Vendors List, and the Office of the City Clerk. Copies of all solicitations, addenda, and award documentation are provided to the Office of the Inspector General. The following summary provides project information on the procurement action identified below. SOLICITATION TYPE: N/A CONTRACT NO.: A2015-060FR TITLE: Medical Director Services (EMS) DEPARTMENT: Fire Rescue DATE ADVERTISED: Not applicable BIDS/PROPOSALS DUE DATE: Not applicable WAS SOLIC ITATION OPENLY COMPETED? Not applicable RESPONSES RECEIVED : Not applicable FUNDING ACCOUNT INFORMATION: 001.1200.522.3400 ANNUAL CONTRACT VALUES: Year One: $45,000 CONTRACT TERM: Three (3) Years Year Two: $45,000 OPTIONS TO RENEW: None Year Three: $45,000 TOTAL CONTRACT VALUE: $135,000 VENDOR(S): DR. KENNETH A. SCHEPPKE BACKGROUND: Within emergency medical services, a medical director is a physician who provides guidance, leadership, oversight, and quality assurance for the practice of local paramedics and EMTs within a predefined area. Medical directors are typically board-certified in emergency medicine. EMS operations are currently performed by the City's Fire Rescue Department. In 2009, the City issued an RFP and subsequently contracted with Dr. Kenneth A. Scheppke for the provision of Medical Director Services (EMS) for the Fire Rescue Department. A subsequent agreement was issued to Dr. Craig Kushnir to act as the Contingent/Back-Up Medical Director in the event Dr. Sche ppke was not able to perform the services. COMMENTS: The Fire Rescue Department is recommending a new three-(3) year agreement for Dr. Scheppke. Dr. Scheppke is required to arrange for coverage if he is temporarily unavailable for any reason. Therefore, there will be no separate agreement for a contingent physician. State statutes and the City's Purchasing Pr ocedures Manual exempt medical services from the competitive process. Dr. Scheppke has several decades of experience in emergency medicine and is highly regarded by the medical and other Fire Rescue services. Department Head Michael Southard Purch asi Km! Ra Finance Allan Owens PALM BEACH GARDENS ';4 unique place to live, learn, work & play" CITY OF PALM BEACH GARDENS 10500 North Military Trail Palm Beach Gardens, FL 33410 AGREEMENT FOR MEDICAL DIRECTOR SERVICES (EMERGENCY MEDICAL SERVICES) AGREEMENT NO. A2015-060FR THIS AGREEMENT is made and entered into this __ day of , 2015 (the "effective date"), by and between the City of Palm Beach Gardens ("City"), a Florida municipal corporation, whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and Kenneth A. Scheppke, M.D., P.A. ("Scheppke"), whose address is 4480 River Pines Court, Tequesta, Florida 33469 . WHEREAS, the City wishes to retain the services of Scheppke to serve as the City's Medical Director for Emergency Medical Services. NOW, THEREFORE, in consideration of the promises , mutual covenants, conditions, provisions, and undertakings herein contained, and for other good and valuable consideration, the parties do mutually covenant and agree with each other as follows: ARTICLE 1. SERVICES Scheppke shall provide Medical Director Services (EMS) to the City's Fire Rescue Department. The services provided shall include , but not be limited to, the following : a . The supervision and responsibility for the medical performance of paramedics and EMT's working for the City of Palm Beach Gardens. b. Development and review of medically correct standing orders and/or protocols, which permits specified ALS and BLS procedures. c. Review transport policies and insure the patients arrive at a medical facility that offers the type and level of care appropriate for the patient's medical condition . d . Be available on a 24 hour a day basis for (off-line) services for potential problems , systems difficulties or disaster situations. Page 1 of 8 City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) d . Be available on a 24 hour a day basis for (off-line) services for potential problems, systems difficulties or disaster situations. e. Assist in the development and implementation of a patient care quality assurance program to assess the performance of paramedics and EMTs . This program shall include a review of medical run reports and direct observation of field personnel. In addition , a comparison of performance standards for medication administration, equipment use, system protocols, and procedures shall be monitored . f. Be involved in the development of security procedures for medications, fluids and controlled medications. g . Specify medications substitutions as needed. h. Notify the State Division of EMS when either telemetry or medica l substitutions occur. i. Assist in the development and coordination of a 30 hour EMT refresher course. j . Insure that all personnel operating as paramedics and EMTs are trained in the trauma score card methodology. k. Review and modify the existing trauma transport protocols, as necessary. I. Submit to the State department of EMS, any deviation from the trauma transport protocols, as required by state law. m . Participate as a crewmember on an EMS vehicle for a minimum of four (4) hours per month. n. Comply with specifications/guidelines in FS Chapter 401.265 Medical Director and Rule 64J-1.004 Medical Direction Florida Administrative Code. o . Scheppke shall be available at all times to provide the services in this Agreement. Should Scheppke be unavailable at any time, and for any reason, it shall be Scheppke's sole responsibility to ensure that there is someone available to provide the coverage on a contingent or temporary basis, and that the provision of such contingent or temporary coverage meets the requirements established in this Agreement. Page 12 of 8 ARTICLE 2 . TERM AND TERMINATION City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) a . This Agreement shall remain in effect for a period of three (3) years until September 30, 2018, unless terminated earlier. b. This Agreement may be terminated at any time by either party, for any or no reason, by serving notice on the other party in accordance with Article 5 herein . Such notice shall be effective on the day it is delivered or mailed. c In the event of termination, Scheppke will be compensated for all services actually performed prior to the date of termination . ARTICLE 3. INSURANCE Scheppke shall provide and maintain proof of insurance meeting or exceeding the following requirements: a. Workers' Compensation Insurance -as required by law. The policy must include Employer's Liability with a minimum limit of One Hundred Thousand Dollars ($100,000) for each accident, Five Hundred Thousand Dollars ($500,000) disease policy limit, and One Hundred Thousand Dollars ($100,000) disease each employee. b. General Liability Insurance-One Million Dollars ($1 ,000,000) minimum limit Combined Single Limit. c. Automobile Liability Insurance for owned vehicles, non-owned vehicles and hired vehicles -One Million Dollars ($1 ,000,000) annual aggregate, One Million Dollars ($1 ,000,000) per occurrence , One Million Dollars ($1 ,000,000) per accident for bodily injury, and One Million Dollars ($1 ,000,000) per accident for property damage. d . Medical Malpractice Insurance -m1mmum limit of Two Hundred Fifty Thousand Dollars ($250,000) per claim and Seven Hundred Fifty Thousand Dollars ($750,000) Annual Aggregate. Scheppke shall maintain coverage pursuant to Section 401.265, Florida Statutes, and subject to Section 768.28, Florida Statutes. Scheppke shall be legally responsible for any deductible or self-retention of insurance, or any deductible of any insurance trust, which the City is obligated to pay based upon allegations against Scheppke. e. The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the minimum rating of A or better, in accordance with the latest edition of A.M. Best's Insurance Guide. Coverage should not have any extraordinary exclusions. Page 13 of 8 ARTICLE 4. COMPENSATION City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) As compensation for performing the services contemplated by this Agreement, the City will pay Scheppke the sum of Forty-Five Thousand Dollars ($45,000) per year. The total estimated amount for the three-(3) year term of this Agreement is One Hundred Thirty-Five Thousand Dollars ($135,000). The City will pay Scheppke on a monthly basis, upon presentation of a duly authorized invoice, for services that have been provided and accepted by the City's Fire Rescue Department. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. Prior to, or upon completion, of each twelve-(12) month period of the Agreement, the City may consider an adjustment to prices based on the most recent annual change in the following pricing index: Consumer Price Index, All Goods and Services, All Items, Miami-Fort Lauderdale Area. It is Scheppke's responsibility to request any pnc1ng adjustment under this provision. For any adjustment to commence on the first day of the new twelve-(12) month period, Scheppke's request for adjustment should be submitted at least thirty (30) days prior to expiration of the current twelve-(12) month period. The adjustment requested shall not be in excess of the relevant pricing index change. If a timely adjustment request is not received from Scheppke, there will be no adjustments to pricing on the Agreement. Any adjustment request received after the commencement of a new twelve-(12) month period will not be considered. The City reserves the right to negotiate lower pricing for each new twelve-(12) mont h period based on market research information or other factors that influence price. The City reserves the right to apply any reduction in pricing for the new twelve-(12) month period based on the downward movement of the applicable index. The City reserves the right to reject any price adjustments requested by Scheppke and/or to terminate the Agreement based on such requests. ARTICLE 5. NOTICES a. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or delivered by overnight courier to the following addresses : Page 14 of 8 As to the City: With a copy to : As to Scheppke: City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn : City Manager Facsimile: (561) 799-4111 City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn : City Attorney Email: mlohman@pbgfl.com Kenneth A. Scheppke, M.D., P.A. 4480 River Pines Court Tequesta, Florida 33469 Email: kscheppke@comcast.net b . Entire Agreement. This Agreement constitutes the entire understanding and agreement between the parties with respect to the subject matter hereof. c . Binding Effect. All of the terms and provisions of this Agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and thei r respective legal representatives , successors, and permitted assigns. d . Assignability. This Agreement may not be assigned without the prior written consent of both parties to this Agreement. e. Severability. If any part of this Agreement is contrary to , prohibited by, or deemed invalid under applicable law or regulation , such provision shall be inapplicable and deemed omitted to the extent so contrary , prohibited , or invalid , but the remainder hereof shall not be invalidated thereby and shall be given full force and effect so far as possible. f. Governing Law and Venue. This Agreement and all transactions contemplated by this Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue for a ll proceedings in connection herewith shall lie exclusively in Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. This Agreement shall not be construed against the party who drafted the same as all parties to this Agreement have had legal and business experts rev iew the adequacy of the same. Page 15 of 8 City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) g. Construction . The parties acknowledge that each has shared equally in the drafting and preparation of this Agreement, and accordingly , no Court or Administrative Hearing Officer construing this Agreement shall construe it more strictly against one party than the other, and every covenant, term, and provision of this Agreement shall be construed simply according to its fair meaning. h. Attorney's Fees. It is hereby understood and agreed that in the event any lawsuit in the judicial system , federal or state, is brought to enforce compliance with this Agreement or interpret same, or if any administrative proceeding is brought for the same purposes, each party shall bear its own attorney's fees and costs, including appellate fees and costs. i. Equal Opportunity. The City and Scheppke agree that no person shall , on the grounds of race, color, gender, national origin , ancestry, marital status, disability, religion , creed , or age, be discriminated against in the performance of this Agreement. ARTICLE 6. INDEMNIFICATION Scheppke recognizes that it is an independent contractor and not an agent or servant of the City. In the event a claim or lawsuit is brought against the City, its officers , employees , servants, or agents relating to or arising out of Scheppke's negligent performance under this Agreement, Scheppke hereby agrees to indemnify, save, and hold harmless the City , its officers, employees , servants, or agents and to defend said persons from any such claims , liabilities, causes of action , and judgments of any type whatsoever. ARTICLE 7. ACCESS AND AUDITS Scheppke shall maintain adequate records to justify all charges and costs incurred in performing the Services for at least one (1) year after completion of this Agreement. The City shall have access to such books, records, and documents as required in this sect ion for the purpose of inspection or audit during normal work ing business hours at Scheppke 's place of business. Notwithstanding the foregoing , the City will maintain work records of Scheppke, which will include, but not be limited to, invoices for payments to Scheppke, files, and other such materials that are kept at the office of the City Manager. ARTICLE 8. COMPLIANCE WITH LAWS In the performance of the Services , Scheppke shall comply with applicable regulatory requirements , including federal, state, special district, and local laws , rules, regulations, orders, codes, crite ria , and any and all applicable standards. Page 16 of 8 ARTICLE 9 . OFFICE OF THE INSPECTOR GENERAL City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) Palm Beach County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed City programs, contracts, transactions, accounts, and records. The Inspector General (I G) has the power to subpoena witnesses, administer oaths, require the production of records, and monitor exist ing projects and programs. The IG may, on a random basis, perform audits on all City agreements. ARTICLE 10. PUBLIC RECORDS Chapter 119, Florida Statutes, the Public Records Law, requires that municipal records shall at all times be available to the public for inspection . Certain exemptions to public disclosure are statutorily provided for in Section 119.07, Florida Statutes. Scheppke shall be cognizant of any exemptions that are applicable to the services to be performed under this Agreement. Scheppke shall keep and maintain public records and fully comply with the requirements set forth at Section 119.071, Florida Statutes; failure to do so shall constitute a material breach of this Agreement. ARTICLE 11 . OTHER FORMS OR DOCUMENTS If the City is required by Scheppke to complete and execute any other forms or documents in relation to this Agreement, the terms, conditions, and requirements in this Agreement shall take precedence to any and all conflicting or modifying terms , conditions, or requirements of Scheppke's forms or documents. (The remainder of this page intentionally left blank) Page 17 of 8 City of Palm Beach Gardens Agreement No. A2015-060FR Medical Director Services (EMS) IN WITNESS WHEREOF , the parties hereto have executed this Agreement on the date hereinabove first written . CITY OF PALM BEACH GARDENS, FLORIDA By: _______________ _ Eric Jablin, Mayor ATTEST: By: ____________ _ Patricia Snider, CMC, City Clerk By: rJA..-. ~ Print Name: g~ \\pbgsnas\Attorney\attorney _share\AGREEMENTS\2015\Scheppke-Medical Director Svcs Agmt-A2015-060FR.docx Page 18 of 8 PALM BEACH GARDENS ':4 unique place to live. learn. work & play" CITY OF PALM BEACH GARDENS PURCHASE AWARD TRANSMITTAL It is the policy of the City of Palm Beach Gardens to consistently purchase goods and seNices using full and open competition. Solicitations ore advertised in a newspaper of general circulation, ond copies are made available through DemandS tar, Public Purchase, the City's Purchasing webpage, Vendors List, and the Office of the City Clerk. Copies of all solicitations, addenda, and award documentation are provided to the Office of the Inspector General. The following summary provides project information on the procurement action identified below. SOLICITATION TYPE: Invitation to Bid CONTRACT NO.: ITB2015-045PF TITLE: Public Art-Repairs, Maintenance, and DEPARTMENT: Community Services Conservation DATE ADVERTISED: 6/14/2015 BIDS/PROPOSALS DUE DATE: 7/17/2015 WAS SOLICITATION OPENLY COMPETED? Yes RESPONSES RECEIVED: Four (4) FUNDING ACCOUNT INFORMATION: 001.2080.519.3400 ANNUAL CONTRACT VALUES: Year One: $151,750 CONTRACT TERM: Three (3) Years Year Two: $73,600 OPTIONS TO RENEW: Two (2) Years Year Three: $73,600 TOTAL CONTRACT VALUE: $298,950 VENDOR(S): Silverlake Conservation, LLC BACKGROUND: This Agreement will allow the City to contract with a qualified and experienced art conservator for the repair, maintenance, and conservation of several City-owned public artworks and sculptures. There are 21 art pieces that will be conserved under this Agreement. Each art piece has its own unique conservation specification to retain integrity and prevent deterioration. The technical specifications and statement of work were developed by well-known art conservator Rosa Lowinger and Associates (RLA). Because RLA developed the specifications, they were not allowed to bid on this project. COMMENTS: The vendor recommended for award, Silverlake Conservation, LLC, has been performing art and architectural conservation services for public and private clients throughout the country for more than 10 years and comes highly recommended. Silverlake Conservation has several local subcontractors and technicians who perform work for the company. They have worked for Miami-Dade County, the University of Miami, and the Palm Beach County Arts Commission. The. company als both hold and certifications in scul and architectural conservation. Km! Ra Allan Owens PROVED 0 NOT APPROVED 0 DEFERRED CITY DATE PA L M BEACH GARDENS ':4 unique place !tJ live, learn, work & play" The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 AGREEMENT FOR PUBLIC ART-REPAIR, MAINTENANCE, AND CONSERVATION AGREEMENT NO. ITB2015-045PF THIS AGREEMENT is made and entered into this __ day of ________ ,, 2015, by and between the City of Palm Beach Gardens, a Florida municipal corporation (hereinafter referred to as "City''), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and Silverlake Conservation, LLC, a California limited liability corporation (hereinafter referred to as "Contractor''), whose principal address is 5368 W Pico Boulevard, Los Angeles, California 90019. WHEREAS, the City desires to retain the services of the Contractor to provide services in accordance with the City's Invitation to Bid ITB2015-045PF, Public Art - Repair, Maintenance, and Conservation, and the Contractor's response thereto , which are attached hereto and incorporated herein as Exhibit "A ". NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City's Invitation to Bid ITB2015-· 045PF and the Contractor's response to the Invitation to Bid, including all addenda and documentation required thereunder. ARTICLE 2. SCOPE OF SERVICES The Contractor shall provide Repair, Maintenance, and Conservation services to several pieces of Public Art, as described and identified in the City's Invitation to Bid , as follows: a. d. g. Page 11 of4 Triptych Astral is 9/11 Memorial b. Contiguous Currents e. Be Right Back ... h. John D. MacArthur c. Double Rainbow f. Sandhill Crane i. Artistic Bus Shelters City of Palm Beach Gardens ITB20 15-045PF Public Art-Repair, Maintenance, and Conservation The Contractor shall provide the services on an as-needed and scheduled basis, based on the frequencies established by the City, which may be altered from time to time. I NO. ARIWORK PRICING 1 Triptych ' $10,500.00 i 2 Contiguous Currents $10.5()0.00 I 2a. Contiguous Currents (Full Conservation) $42,000.00 3 Double Rainbow $10,500.00 I ' I 3a. Double Rainbow (Full Conservation) $8,500.00 ' : 4 Astra lis $12,2.50.00 I 5 Be Right Back ••• $2,700.00 I I 6 Sandhill Crane $2,200.00 I I 7 9/11 Memorial $10,500.00 , 7a. 9/11 Memorial (Full Conservation) I $23,000.00 I 8 John D. MacArthur $5,100.00 ' 9 Artistic Bus Shelters $14,000.00 . GRAND TOTAL; I $151,750.00 ARTICLE 3. COMPENSATION The City shall pay the Contractor for performing the services according to the terms and conditions of the Invitation to Bid and the Contractor's price offer. The City's estimated expenditure under this Agreement is Two Hundred Ninety- Eight Thousand Nine Hundred Fifty Dollars ($298,950) for the three-(3) year term of this Agreement. Notwithstanding the estimated expenditure, the City does not guarantee to the Contractor that this amount will be spent during the term of this Agreement. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be t hirty (30) days from receipt of a proper invoice. Page 12 of 4 City of Palm Beach Gardens ITB2015-045PF Public Art -Repair, Maintenance, and Conservation ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required , contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or delivered by overnight courier to the following addresses: As to the City: With a copy to: As to the Contractor: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Manager Facsimile: (561) 799-4111 City of Palm Beach Gardens 1 0500 North Military Trail Palm Beach Gardens, Florida 3341 0 Attn: City Attorney Email: mlohman@pbgfl.com Silverlake Conservation, LLC 5368 W Pico Boulevard Los Angeles, California 90019 Attn: Linnaea Dawson Email: silverlakecons@mindspring.com b. Headings. The headings contained in this Agreement are for convenience of reference only and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. ARTICLE 5. TERM The term of this Agreement shall be from the effective date of October 1, 2015, until September 30, 2018, unless terminated beforehand as provided for in Article 6. Upon completion of the three-(3) year term of the Agreement, the City shall have the option, at its sole discretion, to renew the Agreement for an additional two (2) years. ARTICLE 6. TERMINATION This Agreement may be terminated by the City, with or without cause, upon providing written notice to the Contractor. This Agreement may be terminated by the Contractor upon thirty (30) days' prior written notice to the City. Upon any such termination, the Contractor waives any claims for damages from such termination, including, but not limited to, loss of anticipated profits . Unless the Contractor is in breach of this Agreement, the City shall pay the Contractor for services rendered through the date of termination in accordance with the terms of this Agreement. Page 13 of 4 City of Palm Beach Gardens ITB2015-045PF Public Art -Repair, M aintenance, and Co nservation IN WITNESS WHEREOF , the parties hereto have executed this Agreement on the date hereinabove first writte n. CITY OF PALM BEACH GARDENS, FLORIDA By: _________________ _ Eric Jablin , Mayor ATTEST: By: ___________ _ Patricia S nider, CMC , City Cle rk APPROVED AS TO FORM LEGAL SUFFICIENCY WITNESSES: By: ____________ _ Print Name: ___________ _ By: _____________ _ Print Name: _________ _ SILVERLAKE CONSERVATION, LLC By:. _____________ __ Linnaea Dawson , Member \\pbgsnas\Attorney\atto mey_share\AGREEME NTS\201 5\S ilverlake Conservation LLC-Publi c Art Maint-ITB2015-045P F A gmt.docx Pa ge 14 of 4 EXHIBIT "A" City of Palm Beach Gardens ITB2015-045PF Public Art-Repair, Maintenance, and Conservation City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PUBLIC NOTICE – RECOMMENDATION TO AWARD DATE: August 20, 2015 SOLICITATION NO.: ITB2015-045PF TITLE: Public Art – Repair, Maintenance, and Conservation Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers received for the above-mentioned Solicitation. The City Manager or designee has recommended award of the contract to the following Bidder: NAME OF VENDOR: Silverlake Conservation, LLC ESTIMATED CONTRACT VALUE: Two Hundred and Ninety Eight Thousand, Nine Hundred and Fifty Dollars ($298,950) CONTRACT TERM: Three (3) Years (with the Option to Renew for an Additional Two (2) Years) Per: Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director c: Patty Snider, CMC City Clerk City of Palm Beach Gardens, Florida Bid Tabulation ITB2015-045PF Public Art - Repair, Maintenance, and Conservation Services Km! Ra CONSERVATION SOL FINE ARTS CONSERV SILVERLAKE CONSERV TERRA MARE 54 - 1949683 65 - 0884719 95 - 4858510 46 - 1743940 Clinton, MD West Palm Beach, FL Los Angeles, CA Charleston, SC Yes Yes Yes Yes No No No No No No No No Yes Yes (one in intro letter)Yes Yes - only Addendum 1 Mark Rabinowitz Elaine Lewis Linnaea Dawson Claudia Chemello 866.895.2079 561.684.6133 323.936.9519 734.358.4854 Vendor Contact Fax Number 866.843.1774 561.684.8508 323.936.9519 Not provided mark@conservationsolutionsinc.com laney@art-conservation.org silverlakecons@mindspring.com claudia@terramareconservation.com NO.PRICING PRICING PRICING PRICING 1 $11,957.50 $42,000.00 $10,500.00 $14,425.68 2 $24,257.50 $27,000.00 $10,500.00 $30,342.62 2a.$19,670.00 $40,000.00 $42,000.00 $33,060.28 3 $23,877.50 $13,800.00 $10,500.00 $7,582.96 3a.$6,340.00 $12,275.00 $8,500.00 $3,050.96 4 $30,337.50 $51,000.00 $12,250.00 $31,642.28 5 $7,897.50 $7,300.00 $2,700.00 $2,989.34 6 $8,437.50 $5,700.00 $2,200.00 $3,476.72 7 $48,257.50 $22,200.00 $10,500.00 $19,582.74 7a.$15,250.00 Not needed $23,000.00 $3,879.48 Vendor Contact Phone Number Sandhill Crane 9/11 Memorial (Full Conservation) ITB No.: Bid Title: Prepared by: Vendor Name Note: When all prices are entered, highlight low priced vendor in yellow (and if Vendor Contact (for this bid) Addenda Acknowledged (Yes/No) Incumbent Vendor (Yes/No) ARTWORK Double Rainbow (Full Conservation) Contiguous Currents Bid Opening Date: Friday, July 17 @ 3:00 P.M. Astralis Double Rainbow Triptych Vendor Contact Email Conviction Disclosure (Yes/No) Vendor FEIN Corporation Address (State) Are Submittal Forms Complete? 9/11 Memorial Contiguous Currents (Full Conservation) Be Right Back… ITB2015-045PF Public Art - Repair, Maintenance, and Conservation Services Km! Ra CONSERVATION SOL FINE ARTS CONSERV SILVERLAKE CONSERV TERRA MARE 54 - 1949683 65 - 0884719 95 - 4858510 46 - 1743940 ITB No.: Bid Title: Prepared by: Vendor Name Note: When all prices are entered, highlight low priced vendor in yellow (and if Bid Opening Date: Friday, July 17 @ 3:00 P.M. Vendor FEIN 8 $12,677.50 $13,800.00 $5,100.00 $6,471.12 9 $11,727.50 $32,000.00 $14,000.00 $2,764.92 $220,687.50 $267,075.00 $151,750.00 $159,269.10 a.Yes Yes Yes Yes b.Yes Yes Yes Yes NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders. GRAND TOTAL: John D. MacArthur Letters of references Information on previous and current work Artistic Bus Shelters CITY OF PALM BEACH GARDENS PURCHASING DEPARTMENT SOLICITATION ADDENDUM Addendum No. 2 DATE: July 8, 2015 TO: All Potential Bidders SOLICITATION NO.: ITB2015-045PF TITLE: Public Art – Repair, Maintenance, and Conservation OPENING DATE: Friday, July 10, 2015 @ 3:00PM REVISED OPENING DATE: FRIDAY, JULY 17, 2015 @ 3:00PM This Addendum is and does become a part of the above-mentioned Solicitation. At the request of several potential Bidders, the Due Date for the receipt of Bids for this Invitation to Bid has been extended one week to: Friday, July 17, 2015 @ 3:00PM All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director CITY OF PALM BEACH GARDENS PURCHASING DEPARTMENT SOLICITATION ADDENDUM Addendum No. 1 DATE: July 7, 2015 TO: All Potential Bidders SOLICITATION NO.: ITB2015-045PF TITLE: Public Art – Repair, Maintenance, and Conservation OPENING DATE: Friday, July 10, 2015 @ 3:00PM This Addendum is and does become a part of the above-mentioned Solicitation. The following questions were received from a potential bidder and the answers are provided as shown. Question 1: If we respectfully disagree with any of the recommendations made by Rosa Lowinger and Associates (RLA), would it be possible note this in our submittal? In particular, I have concerns about the frequency of the treatment needed for some of the sculptures, which appears to drive the price up for no real gain. Also, some of the sculptures were not assessed at close range by RLA, and the actual treatment needed may be more co mplex that that suggested by RLA, once a detailed assessment has been made. Astralis is one such sculpture. Only one element of this four-part sculpture was assessed. The 9/11 Memorial is another, and this was not assessed at close range. Response: Please refer to Section 1.10 (c) regarding taking exceptions – your firm may be found non- responsive. This is a quantitative solicitation and not a qualitative one. All bidders must bid on the same Statement of Work to allow for a fair and correct apples-to-apples comparison. If your firm is awarded the work under this ITB, then any modifications or changes to the details of the work may be handled at that time. Question 2: Would it be possible to suggest alternate products for treatment, as long as they meet the requirements noted by RLA's and of the sculpture itself? Response: Alternate products may be suggested provided they meet the specifications and service level of the SOW. The City will be the final determinant on whether a product is an equal item or not. Question 3: In Section 2.6 of the ITB document, the text says 'The Bidder must currently be providing similar services to those required in this solicitation. The Bidder must submit verifiable evidence..." Question: what do you consider to be 'verifiable evidence'? Response: “Verifiable evidence” is any written claim or information that can be checked to determine authenticity. Question 4: For the 3 letters of reference, can these be emailed directly to you? Or do they have to be printed and included in the bid package? Response: No. The letters of reference must be printed and included in your bid package. Question 5: In Section 2.8, the text says "The City reserves the right to negotiate lower pricing for the new Contract term based on market research information or other factors that influence price". Could you define how the City will make this decision given the fact that the City does not currently have a professional conservator on staff? What are the 'other factors' that would influence the price? Response: The City regularly performs market research by checking with other public entities to determine how much they pay for similar work. In addition the City also makes inquiries of competing firms to determine the average prices paid for similar services. “Other factors” may include an overall reduction in prices (recession), reduction in the amount of artwork, a change in scope of work, budgetary constraints, etc. Question 6: In Section 2.15, the text says that "Any conservator performing work under this contract must hold degree from a recognized Conservation program identified by the American Institute for Conservation and Cultural Properties (AIC)...." The professional body for conservators in the US is the American Institute for the Conservation of Historic and Artistic Works (AIC). Is this the organization you are referring to above? The AIC does not 'identity' and/or recommend training programs for conservators, this is not part of their mandate. Could you clarify what is meant? Response: The City seeks to ensure that the person performing the work is adequately trained and experienced in providing these services. The information on qualifications was included in the ITB based on market research on qualifications for conservators. The City will accept any professional certification that is provided by a reputable industry organization, which shows the firm/principal has the required training to perform art conservation work. Question 7: In Section 2.18, the awarded bidder is asked to warranty their work for a period of one year. This is not typical in conservation contracts and is usually called for in construction contracts. What is the reason for the warranty inclusion? Response: The warranty inclusion is to ensure that the work performed by the conservator is not sub- standard and results in deterioration of the artwork. The City’s intent is to protect itself from any substandard work, by retaining the ability to call-back the firm to re-do the work if the work is substandard or deteriorates within a year, and without additional cost to the City. Question 8: In the Section named Bid Submittal, p.33-52 of the ITB. Could you please clarify whether the Sample Performance Bond Format should be included in the bid package? The text on p. 33 reads "if required, will be requested from Bidder recommended for award. Response: The format is a sample, and is not required in your bid submittal, as per the notation. Question 9: Similarly, could you clarify whether the Sample Payment Bond Format should be included in the bid package? The text on p. 33 reads "if required, will be requested from Bidder recommended for award. Response: The format is a sample, and is not required in your bid submittal, as per the notation. Question 10: Similarly, could you clarify whether the Sample Letter of Credit Format should be included in the bid package? The text on p. 33 reads "if required, will be requested from Bidder recommended for award. Response: The format is a sample, and is not required in your bid submittal, as per the notation. Question 11: Lastly, I am not aware of any addendum's that have been released for this ITB. Page 36 of the document asks for bidders to list the date of issue of each addendum in connection with this solicitation. Could you clarify whether addendums have been issued, and where they can be viewed? I could not find any addendums listed on the City's website where the current ITB is published. Response: This is the first addendum issued for this project. All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP Purchasing and Contracts Director Page | 1 The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 PURCHASING DEPARTMENT INVITATION TO BID ITB NO.: ITB2015-045PF TITLE: PUBLIC ART – REPAIR, MAINTENANCE, AND CONSERVATION DUE DATE AND TIME: FRIDAY, JULY 10 @ 3:00PM INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or USB thumb drive, in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original Bid and the electronic copy, the original Bid shall be the governing document. Bids must contain all information required to be included in the Bid, as described in the Solicitation. BROADCAST The City of Palm Beach Gardens utilizes electronic online services for notification and distribution of its Solicitation documents. The City’s Solicitation information can be obtained from: a) Public Purchase - Please contact Public Purchase at support@publicpurchase.com; www.publicpurchase.com; or call 801.932.7000 for additional information on registration; b) DemandStar - Please contact DemandStar at www.demandstar.com or by calling them at 1.800.711.1712; c) The City’s Vendors List - The City emails all advertised Solicitations to vendors which have joined the City’s Vendors List. To join the City’s Vendor List, please visit the City’s Purchasing webpage at http://www.pbgfl.com/purchasing and click on the “Join Vendors List” link. Bidders who obtain Solicitations from sources other than those named above are cautioned that the Invitation to Bid package may be incomplete. The City will not evaluate incomplete Bid packages. DemandStar and Public Purchase are independent entities and are not agents or representatives of the City. Communications to these entities do not constitute communications to the City. The City is not responsible for errors and omissions occurring in the transmis sion or downloading of any documents, addenda, plans, or specifications from these websites. In the event of any discrepancy between information on these websites and the hard copy Solicitation documents, the terms and conditions of the hardcopy documents will prevail. CONTACT PERSON Any questions regarding the specifications and Solicitation process must be submitted in writing to the Purchasing Department for the Purchasing and Contracts Director at kmra@pbgfl.com. To allow enough time for the City to respond, requests for clarification and additional information should be received at least seventy-two (72) hours before the Due Date for Bids. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 2 The City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 LEGAL ADVERTISEMENT INVITATION TO BID NO. ITB2015-045PF PUBLIC ART – REPAIR, MAINTENANCE, AND CONSERVATION The City of Palm Beach Gardens is seeking Bids from qualified firms to provide immediate repairs, and ongoing maintenance and conservation of several public art pieces (sculptures), in accordance with the terms, conditions, and specifications contained in this Invitation to Bid. Invitation to Bid documents are available beginning Monday, June 15, 2015, at 8:00 a.m. local time on the City of Palm Beach Gardens website at http://www.pbgfl.com and following the link to the Purchasing webpage, or by contacting the City Clerk’s Office at 561.799.4121. Sealed Bids must be clearly marked “ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation” and delivered to the Office of the City Clerk at 10500 North Military Trail, Palm Beach Gardens, Florida 33410. The deadline for submission of Bids is Friday, July 10, 2015, at 3:00 p.m. local time. At that time, the Bids will be publicly opened and read aloud at City Hall, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Late Bids will not be accepted and will be returned to the sender unopened. It is the responsibility of the Bidder to ensure all pages are included in the submission. All Bidders are advised to closely examine the Solicitation package. Any questions regarding the completeness or substance of the Solicitation package or the goods or services must be submitted in writing via email or fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl.com or 561.799.4134. The City of Palm Beach Gardens is exempt from Federal and State Taxes for tangibl e personal property tax. The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, in whole or in part, with or without cause, to waive any irregularities and/or technicalities, and to award the Contract on such coverage and terms it deems will best serve the interests of the City. CITY OF PALM BEACH GARDENS Patricia Snider, CMC, City Clerk Publish: Palm Beach Post Sunday, June 14, 2015 City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 3 TABLE OF CONTENTS SECTION PAGE 1. General Terms and Conditions 4 2. Special Terms and Conditions 12 3. Technical Specifications, Statement of Work, or Scope of Services Bid Submittal Package 19 4. Pricing Schedule 33 5. Acknowledgement of Addenda 35 6. Signature Page 36 7. Affidavits, Performance and Payment Bonds Format, Letter of Credit Format 37 8. Sample Agreement Format 48 9. Exhibits and Attachments (if applicable) 51 City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 4 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1 DEFINITIONS a. Bid: any offer(s) submitted in response to an Invitation to Bid. b. Bidder: person or firm submitting a Bid in response to an Invitation to Bid. c. Bid Solicitation or Invitation to Bid: this Solicitation documentation, including any and all addenda. d. Bid Submittal Form: describes the goods or services to be purchased, and must be completed and submitted with the Bid. e. City: shall refer to the City of Palm Beach Gardens, Florida. f. Contract or Agreement: the Invitation to Bid, all addenda issued thereto, all affidavits, the signed agreement, and all related documents which comprise the totality of the Contract or agreement between the City and the Bidder. g. Contractor: successful Bidder or Bidder who is awarded a Contract to provide goods or services to the City. h. Invitation to Bid: formal request for Bids from qualified Bidders. i. Purchasing Department: the Purchasing Department of the City of Palm Beach Gardens, Florida. j. Responsible Bidder: a Bidder which has the capability in all respects to perform in full the Contract requirements, as stated in the Invitation to Bid, and the integrity and reliability that will assure good-faith performance. k. Responsive Bidder: a Bidder whose Bid conforms in all material respects to the terms and conditions included in the Invitation to Bid. 1.2 CONE OF SILENCE Pursuant to Section 2-355 of Palm Beach County Ordinance No. 2011-039, and the purchasing policies of the City of Palm Beach Gardens, all Solicitations, once advertised and until the appropriate authority has approved an award recommendation, are under the “Cone of Silence”. This limits and requires documentation of communications between potential Bidders and/or Bidders on City Solicitations, the City’s professional staff, and the City Council members. 1.3 ADDENDUM The Purchasing Department may issue an addendum in response to any inquiry received, prior to the close of the Solicitation period, which changes, adds, or clarifies the terms, provisions, or requirements of the Solicitation. The Bidder should not rely on any representation, statement, or explanation, whether written or verbal, other than those made in the Solicitation document or in the addenda issued. Where there appears to be a conflict between the Solicitation and any addenda, the last addendum issued shall prevail. It is the vendor’s responsibility to ensure receipt of all addenda, and any accompanying documentation. The vendor is required to submit with its Bid or Bid a signed “Acknowledgment of Addenda” form, when any addenda have been issued. 1.4 LEGAL REQUIREMENTS This Solicitation is subject to all legal requirements contained in the applicable City Ordinances and Resolutions, as well as all applicable City, State, and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State, and local. 1.5 CHANGE OF BID Prior to the scheduled Bid opening a Bidder may change its Bid by submitting a new Bid (as indicated on the cover page) with a letter on the firm’s letterhead, signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 1.6 WITHDRAWAL OF BID A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. Only a written letter received by the Purchasing Department prior to the Bid opening date may withdraw a Bid. A Bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the Purchasing and Contracts Director. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.7 CONFLICTS WITHIN THE BID SOLICITATION Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Form, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Submittal Form, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. 1.8 PROMPT PAYMENT TERMS It is the policy of the City of Palm Beach Gardens that payment for all purchases by City departments shall be made in a timely manner. The City will pay the awarded Bidder upon receipt and acceptance of the goods or services by a duly authorized representative of the City. In accordance with Section 218.74, Florida Statutes, the time at which payment shall be due from City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 5 the City shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. Proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the City Manager or designee, not later than sixty (60) days after the date on which the proper invoice was received by the City. 1.9 DISCOUNTS (PROMPT PAYMENTS) The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during Bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the Solicitation. 1.10 PREPARATION OF BIDS a. The Bid forms define requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other forms will result in the rejection of the Bidder’s offer. The Bid submittal forms must be legible. Bidders shall use typewriter, computer, or ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. b. An authorized agent of the Bidder’s firm must sign the Bid submittal form. Failure to sign the Signature Page of the Bid shall render the Bid non-responsive. c. The Bidder may be considered non-responsive if Bids are conditioned upon modifications, changes, or revisions to the terms and conditions of this Solicitation. d. The Bidder may submit alternate Bid(s) for the same Solicitation provided that such offer is allowable under the terms and conditions. The alternate Bid must meet or exceed the minimum requirements and be submitted as a separate Bid submittal marked “Alternate Bid”. e. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. f. Late Bids will not be accepted and will be returned to the sender unopened. It is the Bidder’s responsibility to ensure timely delivery by the due date and time, and at the place stated in this Solicitation. No exceptions will be made due to weather, carrier, traffic, illness, or other issues. 1.11 CANCELLATION OF BID SOLICITATION The City of Palm Beach Gardens reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the City. 1.12 AWARD OF CONTRACT a. The Contract may be awarded to the responsive and responsible Bidder meeting all requirements as set forth in the Solicitation. The City reserves the right to reject any and all Bids, to waive irregularities or technicalities, and to re-advertise for all or any part of this Bid Solicitation as deemed in its best interest. The City shall be the sole judge of its best interest. b. The City reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the City’s best interest to do so. c. The City reserves the right to negotiate prices with the responsive and responsible low Bidder, provided that the scope of work of this Solicitation remains the same. d. The Bidder’s performance as a prime Contractor or subcontractor on previous City Contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation. e. The City will provide a copy of the Bid Tabulation to all Bidders responding to this Solicitation. f. The Bid Solicitation, any addenda and/or properly executed modifications, the signed Agreement, the purchase order, and any change order(s) shall constitute the Contract. g. The Purchasing and Contracts Director will decide all tie Bids. h. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. i. The City reserves the right to request and evaluate additional information from any Bidder after the submission deadline as the City deems necessary. 1.13 CONTRACT EXTENSION The City reserves the right to automatically extend any agreement for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new agreement is being solicited, evaluated, and/or awarded. 1.14 WARRANTY All warranties express and implied shall be made available to the City for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the awarded Bidder against factory defects and workmanship. At no expense to the City, the awarded Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty. 1.15 ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder’s guidance only: (a) estimates are based on the City’s anticipated needs and/or usage; and (b) the City may use these estimates to determine City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 6 the low Bidder. No guarantee is expressed or implied as to quantities or dollars that will be used during the Contract period. The City is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.16 NON-EXCLUSIVITY It is the intent of the City to enter into an agreement with the awarded Bidder that will satisfy its needs as described herein. However, the City reserves the right as deemed in its best interest to perform, or cause to be performed, the work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to, award of other Contracts, use of any Contractor, or perform the work with its own employees. 1.17 CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current Contract period shall, unless terminated by mutual written agreement between the City and the successful Bidder, continue until completion at the same prices, terms, and conditions. 1.18 BID PROTEST A recommendation for Contract award or rejection of award may be protested by a Bidder. The Bidder may file a written protest with the City Clerk’s office. The Bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and Bid number of the Solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City. The written protest must be received no later than seventy- two (72) consecutive hours (excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the Bidder of all rights of protest. In the event of a timely protest, the City will not proceed further with award of the Contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the Contract is immediately necessary to protect the public health, welfare, or safety. 1.19 LAWS AND REGULATIONS The awarded Bidder shall comply with all laws and regulations applicable to provide the goods or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, state, and local laws that may affect the goods and/or services offered. 1.20 LICENSES, PERMITS AND FEES The awarded Bidder(s) shall hold all licenses and/or certifications, obtain and pay for all permits and/or inspections, and comply with all laws, ordinances, regulations, and building code requirements applicable to the work required herein. Damages, penalties, and/or fines imposed on the City or an awarded Bidder for failure to obtain and maintain required licenses, certifications, permits, and/or inspections shall be borne by the awarded Bidder. 1.21 SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the successful Bidder shall not subcontract any portion of the work without the prior written consent of the City. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the City may result in termination of the Contract for default. 1.22 ASSIGNMENT The awarded Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this Contract, including any rights, title, or interest therein, or its power to execute such Contract to any person, company, or corporation without the prior written consent of the City. Assignment without the prior consent of the City may result in termination of the Contract for default. 1.23 SHIPPING TERMS Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.24 RESPONSIBILITIES AS EMPLOYER The employee(s) of the awarded Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. The awarded Bidder shall provide physically competent employee(s) capable of performing the work as required. The City may require the awarded Bidder to remove any employee it deems unacceptable. All employees of the awarded Bidder shall wear proper identification. It is the awarded Bidder’s responsibility to ensure that all its employees and subcontractors comply with the employment regulations required by the US Department of Homeland Security. The City shall have no responsibility to check or verify the legal immigration status of any employee of the awarded Bidder. 1.25 INDEMNIFICATION The awarded Bidder shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities from any and all liability, losses or damages, including attorney’s fees and costs of defense, which the City or its officers, employees, agents, or instrumentalities may incur as a result of claims, demands, suits, causes of actions, or proceedings of any kind or nature arising out of, relating to, or resulting from the performance of the agreement by the awarded Bidder or its employees, agents, servants, partners, City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 7 principals, or subcontractors. The awarded Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may be incurred thereon. The awarded Bidder expressly understands and agrees that any insurance protection required by this Contract agreement or otherwise provided by the awarded Bidder shall in no way limit the responsibility to indemnify, keep and save harmless, and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 1.26 COLLUSION A Bidder recommended for award as the result of a competitive Solicitation for any City purchases of supplies, materials, and services (including professional services, other than professional architectural, engineering, and other services subject to Sec. 287.055 Florida Stats.), purchase, lease, permit, concession, or management agreement shall, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of perjury, on a form provided by the City, stating either that the Contractor is not related to any of the other parties Bidding in the competitive Solicitation or identifying all related parties, as defined in this Section, which Bid in the Solicitation; and attesting that the Contractor’s Bid is genuine and not a sham or collusive or made in the interest or on behalf of any person not therein named, and that the Contractor has not, directly or indirectly, induced or solicited any other Bidder to put in a sham Bid, or any other person, firm, or corporation to refrain from proposing, and that the Bidder has not in any manner sought by collusion to secure to the Bidder an advantage over any other Bidder. In the event a recommended Bidder identifies related parties in the competitive Solicitation its Bid shall be presumed to be collusive and the recommended Bidder shall be ineligible for award unless that presumption is rebutted to the satisfaction of the City. Any person or entity that fails to submit the required affidavit shall be ineligible for Contract award. 1.27 MODIFICATION OF CONTRACT The Contract may be modified by mutual consent, in writing, through the issuance of a modification to the Contract, a supplemental agreement, purchase order, or change order, as appropriate. 1.28 TERMINATION FOR CONVENIENCE The City, at its sole discretion, reserves the right to terminate any Contract entered into pursuant to this Invitation to Bid (ITB) with or without cause immediately upon providing written notice to the awarded Bidder. Upon receipt of such notice, the awarded Bidder shall not incur any additional costs under the Contract. The City shall be liable only for reasonable costs incurred by the awarded Bidder prior to the date of the notice of termination. The City shall be the sole judge of “reasonable costs.” 1.29 TERMINATION FOR DEFAULT The City reserves the right to terminate this Contract, in part or in whole, or place the vendor on probation in the event the awarded Bidder fails to perform in accordance with the terms and conditions stated herein by providing written notice of such failure or default and by specifying a reasonable time period within which the awarded Bidder must cure any such failure to perform or default. The awarded Bidders’ failure to timely cure any default shall serve to automatically terminate any Contract entered into pursuant to this ITB. The City further reserves the right to suspend or debar the awarded Bidder in accordance with the appropriate City ordinances, resolutions, and/or policies. The vendor will be notified by letter of the City’s intent to terminate. In the event of termination for default, the City may procure the required goods and/or services from any source and use any method deemed in its best interest. All re-procurement costs shall be borne by the incumbent Bidder. 1.30 FRAUD AND MISREPRESENTATION Any individual, corporation, or other entity that attempts to meet its Contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other Contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees. 1.31 ACCESS AND AUDIT OF RECORDS The City reserves the right to require the awarded Bidder to submit to an audit by an auditor of the City’s choosing at the awarded Bidder’s expense. The awarded Bidder shall provide access to all of its records, which relate directly or indirectly to this Agreement, at its place of business during regular business hours. The awarded Bidder shall retain all records pertaining to this Agreement, and upon request, make them available to the City for three (3) years following expiration of the Agreement. The awarded Bidder agrees to provide such assistance as may be necessary to facilitate the review or audit by the City to ensure compliance with applicable accounting and financial standards. 1.32 OFFICE OF THE INSPECTOR GENERAL Palm Beach County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County programs, Contracts, transactions, accounts and records. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records, and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all City Contracts. 1.33 PRE-AWARD INSPECTION The City may conduct a pre-award inspection of the Bidder’s site or hold a pre-award qualification hearing to determine if City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 8 the Bidder is capable of performing the requirements of this Bid Solicitation. 1.34 PROPRIETARY AND/OR CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of, or in support of Bid submittals will be available for public inspection after the opening of Bids in compliance with Chapter 119 of the Florida Statutes, popularly known as the “Public Record Law.” The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary, or confidential. The submission of any information to the City in connection with this Solicitation shall be deemed conclusively to be a waiver of any trade secret or other protection which would otherwise be available to the Bidder. In the event that the Bidder submits information to the City in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the Bid as protected or confidential, the City may, in its sole discretion, either (a) communicate with the Bidder in writing in an effort to obtain the Bidder’s withdrawal of the confidentiality restriction, or (b) endeavor to redact and return that information to the Bidder as quickly as possible, and if appropriate, evaluate the balance of the Bid. The redaction or return of information pursuant to this clause may render a Bid non-responsive. 1.35 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists the City of Palm Beach Gardens with a function or activity involving the use or disclosure of “individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996. HIPAA mandates for privacy, security, and electronic transfer standards include, but are not limited to: a. Use of information only for performing services required by the Contract or as required by law; b. Use of appropriate safeguards to prevent non-permitted disclosures; c. Reporting to the City of Palm Beach Gardens any non- permitted use or disclosure; d. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder and reasonable assurances that IIHI/PHI will be held confidential; e. Making Protected Health Information (PHI) available to the customer; f. Making PHI available to the customer for review and amendment, and incorporating any amendments requested by the customer; g. Making PHI available to the City of Palm Beach Gardens for an accounting of disclosures; and h. Making internal practices, books, and records related to PHI available to the City of Palm Beach Gardens for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records and/or electronic transfer of data). The Bidder must give its customers written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.36 ADDITIONAL FEES AND SURCHARGES Unless provided for in the Contract/agreement, the City will not make any additional payments such as fuel surcharges, demurrage fees, or delay-in-delivery charges. 1.37 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this Contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 1.38 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL FUNDING If the goods or services to be acquired under this Solicitation are to be purchased, in part or in whole, with Federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5, and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this Solicitation and resultant Contract by reference. 1.39 BINDING EFFECT All of the terms and provisions of this Contract/agreement, whether so expressed or not, shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective legal representatives, successors, and permitted assigns. 1.40 SEVERABILITY The City’s obligation pursuant to any Contract or agreement entered into in accordance with this Solicitation is specifically contingent upon the lawful appropriation of funds. Failure to lawfully appropriate funds for any Contract or agreement awarded shall result in automatic termination of the Contract or agreement. A non-appropriation event shall not constitute a default or breach of said Contract or agreement by the City. 1.41 GOVERNING LAW AND VENUE This Contract and all transactions contemplated by this agreement shall be governed by and construed and enforced in accordance with the laws of the State of Florida without regard to any contrary conflicts of law principle. Venue of all proceedings in connection herewith shall lie exclusively in City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 9 Palm Beach County, Florida, and each party hereby waives whatever its respective rights may have been in the selection of venue. 1.42 ATTORNEY’S FEES It is hereby understood and agreed that in the event any lawsuit in the judicial system, federal or state, is brought to enforce compliance with this Contract or interpret same, or if any administrative proceeding is brought for the same purposes, each party shall pay their own attorney’s fees and costs, including appellate fees and costs. 1.43 EQUAL OPPORTUNITY AND ANTI-DISCRIMINATION The City of Palm Beach Gardens complies with all laws prohibiting discrimination on the basis of age, race, gender, religion, creed, political affiliation, sexual orientation, physical or mental disability, color or national origin, and therefore is committed to assuring equal opportunity in the award of Contracts and encourages small, local, minority, and female- owned businesses to participate. During the performance of this Contract, the awarded Bidder agrees it will not discriminate or permit discrimination in its hiring practices or in its performance of the Contract. The awarded Bidder shall strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida, Palm Beach County and the federal government. The awarded Bidder further acknowledges and agrees to provide the City with all information and documentation that may be requested by the City from time to time regarding the Solicitation, selection, treatment and payment of subcontractors, suppliers, and vendors in connection with this Contract. 1.44 AVAILABILITY OF CONTRACT TO OTHER CITY DEPARTMENTS It is agreed and understood that any City department or agency may access this Contract and purchase the goods or services awarded herein. Each City department will issue a separate purchase order to the awarded Bidder for the department’s specific purchases. 1.45 CRIMINAL HISTORY BACKGROUND CHECKS Prior to hiring a Contract employee or Contracting with a Bidder, the City may conduct a comprehensive criminal background check by accessing any Federal, State, or local law enforcement database available. The Contract employee or Bidder will be required to sign an authorization for the City to access criminal background information. The costs for the background checks shall be borne by the City. 1.46 LABOR, MATERIALS, AND EQUIPMENT Unless specified elsewhere in the Solicitation or resultant Contract, all labor, materials, and equipment required for the performance of the requirements of the Contract shall be supplied by the awarded Bidder. 1.47 MINIMUM WAGE REQUIREMENTS The awarded Bidder shall comply with all minimum wage and living wage requirements, such as Living Wage requirements, minimum wages based on Federal Law, minimum wages based on the Davis-Bacon Act, and the provisions of any other wages laws, as may be applicable to this Contract. 1.48 PACKING SLIP AND DELIVERY TICKET A packing slip and/or delivery ticket shall accompany all items during delivery to the City. The documents shall include information on the Contract number or purchase order, any back order items, and the number or quantity of items being delivered. 1.49 PURCHASE OF OTHER ITEMS The City reserves the right to purchase other related goods or services, not listed in the Solicitation, during the Contract term. When such requirements are identified, the City may request price quote(s) from the awarded Bidder(s) on the Contract. The City, at its sole discretion, will determine if the prices offered are reasonable, and may choose to purchase the goods or services from the awarded Bidder, another Contract vendor, or a non-Contract vendor. 1.50 PUBLIC RECORDS Florida law provides that municipal records shall at all times be available to the public for inspection. Chapter 119, Florida Statutes, the Public Records Law, requires that all material submitted in connection with a Bid response shall be deemed to be public record subject to public inspection upon award, recommendation for award, or thirty (30) days after Bid opening, whichever occurs first. Certain exemptions to public disclosure are statutorily provided for in Section 119.07, Florida Statutes. If the Bidder believes any of the information contained in his/her/its Bid is considered confidential and/or proprietary, inclusive of trade secrets as defined in Section 812.081, Florida Statutes, and is exempt from the Public Records Law, then the Bidder, must in its response, specifically identify the material which is deemed to be exempt and state the legal authority for the exemption. All materials that qualify for exemption from Chapter 119, Florida Statutes or other applicable law must be submitted in a separate envelope, clearly identified as “EXEMPT FROM PUBLIC DISCLOSURE” with the firm’s name and the Bid number clearly marked on the outside. The City will not accept Bids when the entire Bid is labeled as exempt from disclosure. The City’s determination of whether an exemption applies shall be final, and the Bidder agrees to defend, indemnify, and hold harmless the City and the City’s officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City’s treatment of records as public records. The awarded Bidder(s) shall keep and maintain public records and fully comply with the requirements set forth at Section 119.0701, Florida Statues; failure to do so shall constitute a material breach of any and all agreements awarded pursuant to this Solicitation. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 10 1.51 CONFLICTS OF INTEREST All Bidders must disclose with their Bid the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Further, all Bidders must disclose the name of any City employee who has any interest, financial or otherwise, direct or indirect, of five percent (5%) or more in the Bidders’ firm or any of its branches. Failure to disclose any such affiliation will result in disqualification of the Bidder from this Invitation to Bid and may be grounds for further disqualification from participating in any future Bids or Bids with the City. 1.52 PUBLIC ENTITY CRIMES As provided in Section 287.133(2) (a), Florida Statutes, a person or affiliate who has been placed on the convicted vendors list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity; may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work; may not submit Bids on leases of real property to a public entity; may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity. 1.53 OTHER GOVERNMENTAL AGENCIES If a Bidder is awarded a Contract as a result of this ITB, the Bidder shall allow other governmental agencies to access this Contract and purchase the goods and services under the terms and conditions at the prices awarded, as applicable. 1.54 COMPLETION OF WORK AND DELIVERY All work shall be performed and all deliveries made in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the awarded Bidder(s), except in such cases where the completion date will be delayed due to acts of nature, force majeure, strikes, or other causes beyond the control of the awarded Bidder. In these cases, the awarded Bidder shall notify the City of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the City. 1.55 FAILURE TO DELIVER OR COMPLETE WORK Should the awarded Bidder(s) fail to deliver or complete the work within the time stated in the Contract, it is hereby agreed and understood that the City reserves the authority to cancel the Contract with the awarded Bidder and secure the services of another vendor to purchase the items or complete the work. If the City exercises this authority, the City shall be responsible for reimbursing the awarded Bidder for work that was completed, and items delivered and accepted by the City in accordance with the Contract specifications. The City may, at its option, demand payment from the awarded Bidder, through an invoice or credit memo, for any additional costs over and beyond the original Contract price which were incurred by the City as a result of having to secure the services of another vendor. 1.56 CORRECTING DEFECTS The awarded Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within three (3) calendar days after the City notifies the awarded Bidder of such deficiency in writing. If the awarded Bidder fails to correct the defect, the City may (a) place the awarded Bidder in default of its Contract; and/or (b) procure the products or services from another source and charge the awarded Bidder for any additional costs that are incurred by the City for this work or items, either through a credit memorandum or through invoicing. 1.57 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All awarded Bidders performing services or delivering goods under this Contract shall conform to all relevant OSHA, State, and County regulations during the course of such effort. Any fines levied by the above-mentioned authorities for failure to comply with these requirements shall be borne solely by the awarded Bidder. Barricades shall be provided by the awarded Bidder when work is performed in areas traversed by persons, or when deemed necessary by the City. 1.58 OMISSIONS IN SPECIFICATIONS The specifications and/or statement of work contained within this Solicitation describe the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the Bidder from furnishing, installing, or performing such work where required to the satisfactory completion of the project. 1.59 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The awarded Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the awarded Bidder in conjunction with this Solicitation and resultant Contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the awarded Bidder are found to be defective or do not conform to specifications, (1) the materials may be returned to the awarded Bidder at the Bidder’s expense and the Contract cancelled; or (2) the City may require the awarded Bidder to replace the materials at the Bidder’s expense. 1.60 TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 11 Accordingly, the awarded Bidder(s) performing under this Contract are required to provide two (2) complete sets of Material Safety Data Sheets to each City department utilizing the any awarded products that are subject to these regulations. This information should be provided at the time when the initial delivery is made, on a department-by- department basis. 1.61 TAXES The City of Palm Beach Gardens is exempt from Federal and State taxes for tangible personal property. 1.62 BIDDER’S COSTS The City shall not be liable for any costs incurred by Bidders in responding to this Invitation to Bid. 1.63 SUBSTITUTION OF PERSONNEL It is the intention of the City that the awarded Bidder’s personnel proposed for the Contract shall be available for the initial Contract term. In the event the awarded Bidder wishes to substitute personnel, the awarded Bidder shall propose personnel of equal or higher qualifications, and all replacement personnel are subject to the City’s approval. In the event the substitute personnel are not satisfactory to the City, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the Contract for cause. 1.64 FORCE MAJEURE The City and the awarded Bidder are excused from the performance of their respective obligations under the Contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance provided that: a. The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure. b. The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure. c. No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure. d. The non-performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the awarded Bidder shall not constitute a force majeure. The term of the Contract shall be extended by a period equal to that during which either party’s performance is suspended under this section. 1.65 NOTICES Notices shall be effective when received at the addresses specified in the Contract/agreement. Changes in respective addresses to which such notices are to be directed may be made from time to time by either party by written notice to the other party. Facsimile and email transmissions are acceptable notice effective when received; however, facsimile and email transmissions received after 5:00 p.m. or on weekends or holidays will be deemed received on the next business day. The original of the notice must also be mailed to the receiving party. Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the successful Proposer and the City of Palm Beach Gardens. 1.66 POOL CONTRACTS During the term of Contracts and agreements that are executed as vendor pools, awarding vendors in prequalified pools of vendors, either as a general pool or by categories, sub-categories, or groups, the City reserves the right to add new vendors to these Contracts for goods or services not awarded for the original Solicitation or as part of the general pool category, sub-category or group. To be eligible to be added to these pool Contracts, a vendor must meet the same eligibility requirements established in the original Invitation to Bid. 1.67 FISCAL FUNDING OUT The City’s obligation pursuant to any Contract or agreement entered into in accordance with this Solicitation is specifically contingent upon the lawful appropriation of funds. Failure to lawfully appropriate funds for any Contract or agreement awarded shall result in automatic termination of the Contract or agreement. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 12 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this Invitation to Bid is to establish a Contract for the repair, and ongoing maintenance and conservation of several public artworks and sculptures for the City of Palm Beach Gardens, Florida. The City has established an Art in Public Places Program that promotes the creation and installation of public art pieces in the City. The City had a previous Contract for performing maintenance services on its collection of public art sculptures. That Contract has expired. Subsequently, the City commissioned Rosa Lowinger & Associates to conduct a condition assessment and survey of the art pieces. The report detailed the unsatisfactory current state of the sculptures and recommended needed repairs, and suggested frequency and specifications for maintenance and conservation. This Invitation to Bid uses the information and recommendations contained in the assessment and conservation reports as the basis for the Scope of Work in this Solicitation. 2.2 CONTRACT MEASURES AND PREFERENCES Intentionally Omitted 2.3 INSPECTION OF ART PIECES AND SCULPTURES Potential Bidders may visit and inspect at any time the art pieces identified in the Scope of Work in this Solicitation. These artworks are located in areas that are accessible to the general public. In the vent a potential Bidder is unable to access and examine a specific artwork, the Bidder should call the following person and number to arrange for access: Daniel Widdick: 561.804.7044 (office) or 561.282.8552 (cellphone) 2.4 TERM OF CONTRACT: THREE (3) YEARS The Contract shall commence on the date of the duly executed Agreement, and shall remain in effect for three (3) years, contingent upon the completion and submittal of all required Bid documents. The Contract shall expire on the last day of the last month of the three (3)-year Contract term. 2.5 OPTION TO RENEW: TWO (2) ADDITIONAL YEARS The initial Contract term shall prevail for a three (3) year period from the Contract’s initial effective date. Prior to, or upon completion, of that initial term, the City shall have the option to renew this Contract for an additional two (2) years. Continuation of the Contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the awarded Bidder. This prerogative will be exercised only when such continuation is in the best interest of the City as determined by the City in the City’s sole discretion. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 13 Should the awarded Bidder decline the City’s right to exercise the option period, the City may consider the awarded Bidder in default which decision may affect that Bidder’s eligibility for future Contracts with the City. 2.6 METHOD OF AWARD: TO A SINGLE LOWEST PRICED BIDDER IN THE AGGREGATE The City will award this Contract to the responsive, responsible Bidder which submits an offer on all items listed in the Solicitation and whose offer represents the lowest price when all items are added in the aggregate. If a Bidder fails to submit an offer on all items, its overall offer will be rejected. The City will award the total Contract to a single Bidder. To be considered for award, Bidders must meet the following minimum qualifications for this Solicitation: a. The Bidder must currently be providing similar services to those required in this Solicitation. The Bidder must submit verifiable information to show that it performs repair, conservation, or maintenance work on artwork and sculptures, and that it possesses the required education, licenses, or certifications for such work. b. The Bidder must provide at least three (3) letters of references from current or recent clients, who may attest to the Bidder’s ability and quality of service. Summary information listing the Bidder’s clients that are not accompanied by the required letter are not acceptable. The City will award all aspects of the work to a single Bidder. 2.7 PRICES If the Bidder is awarded a Contract under this Solicitation, the prices offered by the Bidder shall remain fixed and firm during the term of Contract, except for any price adjustments that may be allowed elsewhere in this Solicitation. 2.8 PRICE ADJUSTMENTS BASED ON GOVERNMENTAL PRICE INDEX Prior to, or upon completion, of the initial Contract Term, the City may consider an adjustment to prices based on the most recent annual change in the following pricing index: Consumer Price Index, All Urban Consumers, All Items, Miami-Fort Lauderdale Area It is the awarded Bidder’s responsibility to request any pricing adjustment under this provision. For any price adjustment to commence on the first day of the new Contract Term, the awarded Bidder’s request for price adjustment must be submitted at least thirty (30) days prior to expiration of the current term of the Contract. The adjustment requested shall not be in excess of the relevant pricing index change. If a timely adjustment request is not received from the awarded Bidder, the next Contract Term may be exercised by the City without pricing adjustment. Any adjustment request received after the commencement of a new Contract Term will not be considered. The City reserves the right to negotiate lower pricing for the new Contract Term based on market research information or other factors that influence price. The City reserves the right to apply City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 14 any reduction in pricing for the new term based on the downward movement of the applicable index. The City reserves the right to reject any price adjustments requested by the awarded Bidder and/or to not exercise any otherwise available option to renew the Contract based on such price adjustments. 2.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT Prior to submitting its offer it is recommended that the Bidder visit the site of the proposed work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. The Bidder is also advised to examine carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. No additional allowances will be made because of lack of knowledge of these conditions. 2.10 EQUAL PRODUCTS Intentionally Omitted 2.11 DAMAGE TO ARTWORK If the awarded Bidder, or anyone employed by the awarded Bidder, causes any damage to the artwork, whether intentionally or unintentionally, the City shall have the right to terminate the Contract with immediate effect. The City may choose to have the Bidder, or a Contractor selected by the City, perform repairs to the artwork, provided the standard of such repair is acceptable to the City and all the costs for such repairs are borne entirely by the awarded Bidder. 2.12 INSURANCE The awarded Bidder shall not commence any performance pursuant to the terms of this Bid until certification or proof of insurance has been received and approved by the City’s Risk Management Coordinator or designee. The required insurance coverage must to be issued by an insurance company authorized and licensed to do business in the State of Florida, with the minimum rating of B+ or better, in accordance with the latest edition of A.M. Best’s Insurance Guide. This insurance shall be documented in certificates of insurance, which provides that the City of Palm Beach Gardens shall be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse change. The receipt of certificates or other documentation of insurance or policies or copies of policies by the City or by any of its representatives, which indicate less coverage than is required, does not constitute a waiver of the awarded Bidder’s obligation to fulfill the insurance requirements herein. Deductibles must be acceptable to the City of Palm Beach Gardens. The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beach Gardens as an additional insured and list as such on the insurance certificate. New certificates of insurance are to be provided to the City upon expiration. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 15 The awarded Bidder shall provide insurance coverage as follows: a. WORKER’S COMPENSATION The awarded Bidder shall carry Worker’s Compensation Insurance to apply for all employees in compliance with the “Worker’s Compensation Law” of the State of Florida and all applicable Federal laws. b. COMPREHENSIVE GENERAL LIABILITY The awarded Bidder shall carry Comprehensive General Liability Insurance with minimum limits of One Million Dollars ($1,000,000.00). To include Products/Completion Liability of One Million Dollars ($1,000,000). Such certificate shall list the City as additional insured. NOTE: If Comprehensive General Liability limits are less than One Million Dollars ($1,000,000.00), the sum of Comprehensive General Liability limits and Excess Liability limits must equal no less than One Million Dollars ($1,000,000.00). c. AUTOMOBILE LIABILITY The awarded Bidder shall carry Automobile Liability Insurance to include owned, non- owned, and hired, with minimum limits of One Million Dollars ($1,000,000.00) each occurrence. The City will request the required certificate of insurance from the Bidder recommended for award. 2.13 BID BOND/GUARANTY Intentionally Omitted 2.14 PERFORMANCE BOND Intentionally Omitted 2.15 CERTIFICATIONS/EDUCATION Any conservator performing work under this Contract must hold a degree from a recognized Conservation Program identified by the American Institute for Conservation and Cultural Properties (AIC) and must adhere to the AIC Code of Ethics and Guidelines of Practice. NOTE: Please also see Section 2.6 (a) for minimum qualifications requirements. 2.16 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED WORK The awarded Bidder shall submit periodic invoices to the City for work that has been completed, and inspected and accepted by the City. The date of the invoices shall not exceed thirty (30) calendar days from the performance of the work. Under no circumstances shall the invoice be submitted to the City in advance of the performance and acceptance of the work. The invoice shall contain the following basic information: the awarded Bidder’s name and address, invoice number, date of invoice, description of the service performed, the Contract number, purchase order number, and any discounts. In accordance with Florida Statutes, Section 218.74, payment shall be 45 days from receipt of a proper invoice (30 days for small business enterprises). City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 16 2.17 DELIVERY REQUIREMENTS Intentionally Omitted 2.18 WARRANTY REQUIREMENTS The awarded Bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year for defective work, from the date of acceptance of any completed work. This warranty requirement shall remain in force for the full period; regardless of whether the awarded Bidder is under Contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the awarded Bidder does not constitute a waiver of these warranty provisions. 2.19 ADDITIONAL ARTWORK Although this Solicitation and resultant Contract identifies specific artworks to be serviced, it is hereby agreed and understood that additional artwork and sculptures may be added to this contract at the option of the City, for similar services. When required the awarded Bidder shall be invited to submit price quotes for these additional artworks. If the City determines that the pricing for the new additional artworks is fair and reasonable, then the additional artworks will be awarded to the awarded Bidder by formal modification of the Contract. The City may determine to obtain price quotes for the additional artworks from non-contract vendors in the event that fair and reasonable pricing is not obtained from the awarded Bidder, or for other reasons at the City’s discretion. 2.20 CATALOGS AND PRICE LISTS Intentionally Omitted 2.21 CLEAN UP The awarded Bidder shall remove all unusable materials and debris from the work areas at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the City. 2.22 DEMONSTRATION OF EQUIPMENT Intentionally Omitted 2.23 WORK HOURS The awarded Bidder is required to perform the repairs, maintenance, and conservation based on the hours of work established by City Code. Bidders should familiarize themselves with the permitted hours of work that are established in the City Code. No allowance for time or money will be made due to unfamiliarity with these restrictions. The general hours of operation for work shall be: 8:00AM through 5:00PM daily, except Sundays. No work will be permitted on Sundays. 2.24 MOTOR VEHICLE LICENSE REQUIREMENT Intentionally Omitted 2.25 PATENTS AND ROYALTIES The awarded Bidder, without exception, shall indemnify and save harmless the City and its City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 17 employees from liability of any nature or kind, including cost and expenses for, or as a result of, any copyrighted, patented, or unpatented invention, process, or article used by the awarded Bidder in the performance of work under this Contract. The awarded Bidder has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by awarded Bidder, or is based solely and exclusively upon the City's alteration of the article. The City will provide prompt written notification of a claim of copyright or patent infringement. Further, if such a claim is made or is pending, the awarded Bidder may, at its option and expense, procure for the City the right to continue use of, replace or modify the article to render it non- infringing. (If none of the alternatives are reasonably available, the City agrees to return the article on request to the awarded Bidder and receive reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the awarded Bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the Contract prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 2.26 PRE-CONSTRUCTION CONFERENCE Intentionally Omitted 2.27 RELEASE OF CLAIM REQUIRED Pursuant to Florida Statutes, Section 255.05, all payments to the awarded Bidder’s subcontractors shall be made within ten (10) days of receipt of the payment by the awarded Bidder. The awarded Bidder must pay all of its subcontractors and suppliers who have performed any work or supplied any materials for this project within ten (10) days after receipt of the payment from the City. Upon request, the awarded Bidder must provide the City with duly executed affidavits (subcontractor's statement of satisfaction) or releases of claim from all subcontractors and suppliers who have performed any work or supplied any materials on the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous payments to the awarded Bidder. In the event such affidavits cannot be furnished, the awarded Bidder may submit an executed consent of surety to requisition payment; identifying the subcontractors and suppliers with the amounts for which the statement of satisfaction cannot be furnished. If the awarded Bidder fails to provide a consent of surety to requisition payment, the amount in dispute will be withheld until either the statement of satisfaction is furnished, or the consent of surety to requisition payment is furnished. 2.28 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the performance of the proposed work, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the subcontractor(s) with respect to experience, skill, responsibility and business standing shall be considered by the City when making the award in the best interest of the City. If the Bidder fails to identify any and all sub-contractors in the Bid, the Bidder may be allowed to submit this documentation during the Bid evaluation period if such action is in the best interest of the City. 2.29 OTHER DOCUMENTS OR FORMS If the City is required by the awarded Bidder to complete and execute any other forms or documents in relation to this Solicitation, the terms, conditions, and requirements in this City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 18 Invitation to Bid shall take precedence to any and all conflicting or modifying terms, conditions or requirements of the Bidder’s forms or documents. 2.30 CHANGES The City may at any time, as the need arises, order changes within the scope of the work without invalidating the Contract. If such changes increase or decrease the amount due under the Contract, or the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. The City may, at any time make changes in the details of the Work. The awarded Bidder shall proceed with the performance of any changes in the work so ordered by the City, unless the awarded Bidder believes that such changes entitles him to a change in the Contract price or time, or both, in which event he shall give the City immediate written notice thereof after the receipt of the ordered change. Thereafter, the awarded Bidder shall document the basis for the change in Contract price or time within ten (10) calendar days. 2.31 MINOR CHANGES IN THE WORK The City shall have authority to order minor changes in the work not inconsistent with the intent of the Contract. Such changes shall be effected by issuance of a field order and shall be binding on the City and awarded Bidder. The awarded Bidder shall carry out such written orders promptly. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 19 SECTION 3 STATEMENT OF WORK 3.1 ARTWORK The work described in this Solicitation is pertinent for the repair, maintenance, and conservation of the following public artwork and sculptures: a. Triptych by Tim Prentice 10500 N Military Trail (City Hall Lobby) b. Contiguous Currents by Costas Varotsos 10500 N Military Trail c. Double Rainbow by Lila Katzen 4404 Burns Road d. Astralis by Wendy Ross PGA Boulevard and Alternate A1A (PGA Flyover) e. Be Right Back by Mark Fuller 10500 N Military Trail (Veterans Plaza) f. Sandhill Crane by Geoffrey C. Smith 11401 Northlake Boulevard (PBG Golf Course) g. 9/11 Memorial, WETC Artifacts Program 5161 Northlake Boulevard h. John D. MacArthur by Zenos Frudakis 10500 N Military Trail (Entrance to Municipal Complex) 3.2 MINIMUM STANDARDS The following specifications are the minimum standards to repair, maintain, and conserve the above-listed artwork and sculptures. The awarded Bidder shall provide all labor, materials, equipment, supplies, etc. to perform the services based on the frequencies, applications, and specifications described in the Statement of Work, and as extracted below. EXTRACTED FROM ASSESSMENT SURVEY: 3.3 TRIPTYCH BY TIM PRENTICE - LOCATED AT 10500 N. MILITARY TRAIL, PALM BEACH GARDENS, FL, CITY HALL LOBBY Triptych is a large-scale indoor kinetic sculpture installation suspended from the ceiling in the City Hall Lobby. The installation consists of three sections, hung individually from stainless steel cable from the rafters in the ceiling, and are each able to spin around an axes depending on the direction of breeze moving through the lobby. Each component is composed of rows of square aluminum sheets, connected together with intricately bent wire rods and lead weights. The wire rods City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 20 connecting the aluminum sheets are approximately 1/8” in diameter, the metal rods are most likely stainless steel, commonly used by Tim Prentice in his kinetic aluminum sculptures. Close inspection of the elements of the installation was not possible without a lift. CONDITION: In general, the installation looks to be stable and in good condition. The flat square planes of aluminum are somewhat dis-colored. They have a sanding pattern that goes diagonally across them and is visible in sunlight. When viewed in shade there are dark spots that may be from fingerprints during cleaning or differential weathering. The piece must be cleaned using a mobile electro-mechanical lift; no scaffolding will be permitted. Corrosion was noted on the corner of the squares on the top row of the component that hangs closest to the parking lot. It looks like ferrous metal corrosion, which could be explained if the wire rods are stainless steel. The tubes on the top of this particular component look slick, as if a coating has been applied to them. It is not possible to see more than this one element up close without a lift. We were able to observe this one section fairly close from the balcony. It is not clear if there are additional corrosion spots as we were not able to access from up close. CURRENT MAINTENANCE PROTOCOL, PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: 1. The three pieces shall be dusted on a bimonthly basis. 2. Use stainless steel cleaner for tough stains. 3. Check anchors to ensure stability. RECOMMENDATIONS ADDITIONS BY RLA FOR CONSERVATION AND MAINTENANCE: This sculpture can be dusted quarterly instead of bimonthly. A more thorough dusting should be done using a vacuum and a brush to reach all of the spaces in between the wires and plates rather than just a cloth. The corrosion should be examined from up close to characterize it and make sure it is not developing throughout the piece. Then methods should be tested for removal of the corrosion without changing the surface of the sculpture. For removing discoloration on the surface, the previous cleaner used should be determined, and identify whether it is specific to aluminum and not stainless steel, then an appropriate cleaner should be selected based on the material of the sculpture. 3.4 CONTIGUOUS CURRENTS BY COSTAS VAROTSOS LOCATED AT 10500 N. MILITARY TRAIL, PALM BEACH GARDENS, FL: Contiguous Currents is a large-scale outdoor installation set directly on the exterior of the building on Military Trail. It consists of industrial I-beams that have been bent and painted. The bottom portion of the curved sculpture houses stacks of glass. A total of seven stacks of glass are located in the curves. The piece is approximately 25’ high and approximately 100’ long. The steel I-beams are painted a periwinkle shade of blue. The glass sections are comprised of stacks of sheet glass measuring approximately a half of an inch thick and stacked in varying lengths to form a pattern of diamonds and triangles. There appears to be adhesive between the glass sheets. Each I-beam base is set on a concrete footing measuring approximately 3' x 2'. The I-beam bases are held in place by four brackets with 1-inch bolts and accompanying nuts and washers. The concrete footings sit on the grass. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 21 CONDITION: According to City staff, the sculpture requires a lot of maintenance because of its composition and location. In particular, rust appears frequently and repeatedly. This rust is said to be handled by cleaning, sanding, priming, and painting. Water pools into the curved areas of the I-beams. Weep holes are located at all lower sections and they appear to be functioning. Lighting is present all around the sculptures. Mineral deposits and dirt were lodged into all of the glass areas and discoloration is prevalent on some of them. Fungal growth is observed on the footings and on some of the lower painted areas. The northern part of the installation is shaded by pine trees, which drop pine needles onto the artwork. Nicks to the painted surface are apparent from lawnmowers. Chips in the glass were noted as well, probably from rocks from lawnmowers. The sculpture has a light texture on the surface, it appears to be rolled rather than brushed or sprayed. There appears to be a gray primer under the blue paint. The quality of the repairs is very poor, and very visible; rust does not appear to be cleaned properly, the rusted areas are not level, no filler has been used to even the surface, there does not appear to be a primer over the repairs, and the in painting is highly visible: color, sheen, and texture have not been matched to the original paint. The undersides of the lower curved portions near the footings are rusting and there is pervasive delamination of the paint. The upper painted portions look generally good. There is streaking from water runoff along all the lower areas. There are bird droppings on the glass as well as some painted surfaces, and birds were observed on the top of the sculpture. We were not able to examine the tops of the glass portions but they are most likely covered with bird droppings. The tops of the glass stacks are probably 8’ in height and are level. CURRENT MAINTENANCE PROTOCOL, PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: Cleaning and waxing of the sculpture shall take place bimonthly. ROUTINE MAINTENANCE: Cleaning 1. The sculpture shall be washed with a solution of ivory dishwashing soap or mild car wash detergent. 2. The cleanser shall be applied with a sponge or soft bristle brush. 3. Rinse thoroughly preferably with a hose, however if pressure washer is used, maintain a three (3) - to four (4)-foot distance from the painted surfaces. 4. Clean the glass with an industrial glass cleaner. 5. Cleaning the glass separately to eliminate spotting caused during the cleaning of the metal frame. ROUTINE MAINTENANCE: Waxing 1. Apply wax to the entire sculpture (use McGuire Quik wax or a similar detailing wax). Follow the products instructions and do not use paste wax, this will cause hazing and discoloration of the paint. ROUTINE MAINTENANCE: Rust 1. When rusting occurs, it must be taken care of immediately. 2. The affected area must be sanded, cleaned and free from rust. 3. Two (2) coats of an industrial grade primer shall be applied to sanded area. 4. Two (2) coats of finish paint shall be applied over the primed areas. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 22 5. Contractor must follow the product instruction when mixing the paint and applying the finished layer. ROUTINE MAINTENANCE: Weep Holes 1. Weep holes must be free of debris or obstructions 2. If rusting occurs inside weep holes use a small rat tail file or chainsaw file to clear out the holes. 3. Follow the rust maintenance instructions to treat the rusted weep holes. ROUTINE MAINTENANCE: Processes 1. The maintenance process shall be performed in temperatures of 80 degrees or below. 2. However, if the maintenance is required to be performed in the summer months, it must be done early in the morning to avoid the heat of the day. 3. Do not apply wax to the painted surfaces in the sun or to hot surfaces: the wax will not bond to the hot surfaces. RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: At present this piece is in need of overall conservation to address mineral deposits, corrosion, paint incompatibilities and nicks to the surface. The cost of such a treatment would be separate than the present protocols. Any new maintenance should undertake to remedy the present condition issues and repainting may be necessary, especially along the lower portions or if the paint color of repairs cannot be adequately matched. This piece should probably not be maintained every two months, but be maintained twice a year in a manner that is more thorough. The paint surfaces are streaked and dirty. The attempts to do in painting repairs are poor and are not addressing corrosion in any consistent manner. These areas of corrosion need to be addressed properly to allow for general maintenance. Landscaping around the sculpture should be redesigned to keep lawn mowers from going in and out of the sculpture. A rock or chert bed would work well. We recommend something with good drainage that will not allow water to pool around footings. RECOMMENDATIONS BY RLA FOR ADDITIONS/CHANGES TO THE RUST REPAIR PROTOCOL: The current protocol is correct, but is not being followed. In addition to cleaning and sanding the areas, the rust should be carefully primed with a zinc primer, followed by an epoxy primer. Where the cleaned areas are below the painted surface level, a polyester or epoxy filler should be used to level the area with its surroundings. Care should be taken with in painting to match the original paint in texture, sheen, and color. RECOMMENDATIONS BY RLA FOR ADDITIONS/CHANGES TO THE CLEANING PROTOCOL: Filtered water should be used to rinse the sculpture after it has been washed. A pressure washer should not be used to wash this sculpture as it can force water into areas in the painted surface that are open and cause them to corrode more quickly. Mineral deposits forming on the glass should be more carefully and thoroughly removed. RECOMMENDATIONS BY RLA FOR ADDITIONS/CHANGES TO THE WAXING PROTOCOL: In general waxing is not a typical protocol for painted sculpture, but certainly can be done to extend the life of the painted surface. Waxing could be done twice a year, and it is preferred to use paste wax to City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 23 a silicone based car wax. If paste wax is applied and buffed correctly it does not streak or cloud the painted surface. RECOMMENDATIONS BY RLA FOR ADDITIONS/CHANGES TO THE WEEP HOLE PROTOCOL: leaf, pine needle, and grass debris should be removed from the sculpture as often as possible, weep holes should be cleaned out with a wooden skewer. Do not use any metal file to remove debris from the weep holes as this can remove paint leaving them vulnerable to rust. 3.5 DOUBLE RAINBOW BY LILA KATZEN LOCATED AT 4404 BURNS ROAD, PALM BEACH GARDENS, FL: Double Rainbow is a monumental 15’ high sculpture made of two curved Corten (weathering) steel plates that are welded together at the center and bolted to a concrete foundation. Each Corten plate is pierced at the top with a curved stainless steel plate that is welded into the sculpture. The piece sits in a park setting approximately 200’ from a side street. It is 50’ from a walking trail. The sculpture is surrounded on all sides by large oak trees, two of which overhang the artwork. Two lights are set on either side of the piece and presumably illuminate it at night. There is a concrete pad set into the dirt that has sunk into the dirt. At the time of inspection the pad was covered with leaves. The installation method consists of a three-quarter inch plate of steel measuring approximately 3” wide bolted across the bottom of each of the Corten plates. The piece is in structurally good condition. Daniel indicated that the base plates were recently welded to address corrosion. This corrosion most likely occurred where water collects at the base. The surface of the piece is in a condition that is typical for Corten steel in a shady environment. The side that faces the walking path exhibits pitting and streaking as well as green algae growth on the run off pattern of the component that is to the right. The stainless steel has a brownish yellow appearance that maybe dirt or may be the oxidation of a coating that was applied. The concrete pad on which the artwork sits is dirty and covered with fungal growths. CURRENT MAINTENANCE PROTOCOL, PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: 1. The surface shall be cleaned bimonthly using anionic detergent and water washing. 2. The stainless steel shall be cleaned with a metal brightener and a corrosion inhibitor such as SPC 501 from Sea to Sky and scrubbed with fine (00 or less) nylon abrasive pads. 3. The surface shall be coated with an acrylic lacquer to reduce on-going deterioration after cleaning. 4. Extreme care shall be taken to avoid disturbing the patina on the Corten during these operations. Deterioration in the patina of the Corten should disappear after a period of weathering, however, if desired, patina formation can be artificially induced through repeated wetting and drying. RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: The sculpture needs a good cleaning to remove the fungal streaking or algae and the dirt on the stainless steel plates. If the stainless steel elements remain yellowed after washing, then the old acrylic coating should be removed and reapplied with careful precision not damage or coat any of the Corten elements. Cleaning the concrete pad is recommended as an addition to the current maintenance protocol, City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 24 as well as applying a fungicide to kill the black mold on the base, and a waterproofing agent so that water rolls off of the pad. Monitoring of the leaves is suggested to see if they are trapping water against the base and increasing the rate of oxidation around the base of the sculpture. In general we suggest removing overhanging trees, though here they create a nice dappled effect of light on the surface. It would be beneficial to the sculpture to grade the ground around it so water does not pool on the concrete base. The current protocol should remain in place. The yellowing of the stainless steel elements should be addressed, but after they should only be washed and waxed during maintenance treatments. We recommend testing to see if there is lacquer on these elements and removing it. The sculpture could be washed twice a year rather than bimonthly, with additional inspections to check for corrosion on the stainless steel elements and corrosion along the base from debris and water. After washing the sculpture, it should be rinsed with distilled or filtered water. 3.6 ASTRALIS BY WENDY ROSS LOCATED AT PGA BOULEVARD AND ALTERNATE A1A (PGA FLYOVER), PALM BEACH GARDENS, FL: This sculpture is the largest and most complex of the installations inspected. It consists of a four- part installation set around the PGA flyover bridge. The artworks are located inside towers that are accessed through a ladder inside of a concrete structure. They are approximately 3 to 4 stories above the ground. Each component consists of a base with aluminum mesh petals and a central flower head (floret) suspended above. The aluminum mesh petals are powder coated and sewn around a metal armature with aluminum wire. The central flower is a welded sphere made of approximately 4” circular rings with springs protruding from each circle. The center sphere is approximately 48” in diameter. The springs are approximately 10” long, which extends the entire artwork to approximately 60”+. The Floret is suspended using threaded stainless steel rod in a cross pattern that goes into each side of the tower, approximately 4’ from the top of the tower. It is impossible to reach the top of the sphere by hand when you are standing in the tower upper level where the artwork is located. The petals sit up on a fabricated steel frame approximately 4’ from the ground level. The space is very tight and makes it difficult to put a ladder in this location. The bottom of the floret sphere is approximately 8’ from the platform where you stand. CONDITION: This piece has been the subject of some maintenance controversy and therefore its ongoing maintenance with strict adherence to the artist recommendations is critical. During the examination it was noted that the overall structure seems sound. Apparently the aluminum mesh petals have been replaced completely in recent years with powder coated aluminum mesh material. The piece presently receives maintenance every two months. The protocol for maintenance is to rinse and wash the sphere on one day. It is then allowed to dry and then the spotting on the petals is wiped off. Light rusting was evident around all the inaccessible welds on the sphere. No flaking or delamination was observed. We only assessed one of the components, the one that is considered to be in the most precarious condition. The threaded installation rods were more rusted than any other part of the piece, which were not in bad condition. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 25 CURRENT MAINTENANCE PROTOCOL PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: The following maintenance plan shall be performed bimonthly and adhered to in order to ensure proper maintenance of this outdoor artwork: 1. Florets shall be inspected for any signs of discoloration or staining. Florets shall be cleaned appropriately and sealed with a commercial stainless steel cleaner and sealer. 2. Spheres shall be washed with low pressure clean water. Any deterioration from car exhaust or other elements shall be reported to the City in writing. 3. Inspect for debris and other objects in the steel coils. Should debris be found, use blowers or shop vacuum to remove. 4. The City will provide a hose at each tower for cleaning. The Contractor shall provide a pump and water tank. RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: Due to the strict need to adhere to the artist recommendations and prior political problems with this artwork we are not recommending any change in protocol except for filtering the water that is used to clean the artwork. Certain maintenance recommendations are not being followed because there is really no real way to easily access the florets. One recommendation we have for future projects that are proposed is that they be reviewed by a conservator to determine the efficacy of conservation based on their installation method. In this particular case the placement of the objects makes it impossible to perform the maintenance that the artist recommends. 3.7 BE RIGHT BACK… BY MARK FULLER LOCATED AT 10500 N. MILITARY TRAIL (VETERANS PLAZA), PALM BEACH GARDENS, FL: This piece is a cast aluminum suitcase with a cup, donut, and keys sitting on top. It is attached to a powder coated aluminum or resin bench. The piece sits on the bench and is intended to look like an object that was left while someone walked away. The entire object is cast in aluminum. The one exception is the key ring, which was magnetic and therefore ferrous metal. Rust is observed at the juncture between the key ring and the aluminum keys. Attempts have been made to paint over this but it needs attention at present. A small amount of aluminum corrosion is observed around the backside of the cup. The piece is dirty and a little discolored but generally in good condition. The surface has a waxy feel. It is affixed to the bench with four regular stainless steel bolts with nuts and washers. It would be worth reinforcing these bolts since they look like they can be easily removed. CURRENT MAINTENANCE PROTOCOL PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: 1. Art piece shall be dusted on a bimonthly basis. 2. Clean with soft rag and non-abrasive soapy water mix. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 26 RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: Clean the surface of the sculpture with filtered water and a conservation grade detergent like Orvus WA Paste, remove the wax with organic solvents, in order to perform corrosion mitigation. The corroded area should be cleaned thoroughly of old rust, properly primed, and painted. Two coats of cold paste wax that does not contain silicone should be applied and buffed carefully. After conservation, regular maintenance can take place quarterly, with the addition of rinsing the sculpture with distilled water after washing it. 3.8 SANDHILL CRANE BY GEOFFREY C. SMITH LOCATED AT 11401 NORTHLAKE BLVD. (PBG GOLF COURSE), PALM BEACH GARDENS, FL: This sculpture is a life-size sandhill crane taking off with its wings outstretched and its feet facing forward. It is attached decorative branch shaped base. It is located at the entrance to the clubhouse of the Palm Beach Gardens public golf course. It sits on a rough-hewn wood pedestal measuring approximately 30” high. There is a descriptive plaque in front of it, and is surrounded by mulch. The sculpture sits is in full sun. The sculpture is cast bronze with a green patina over a brown patina. It is in excellent condition. CONDITION: The sculpture is in excellent condition. The patina looks well protected by wax and its color is uniform and proper for the intended look. There is some pooling water on the bronze base. The wooden pedestal on which the piece sits is purposely rough-hewn and gouged. There are cracks in the surface of the pedestal that also appear intentional or at least appropriate given the construction. There is a good deal of fungal growth on the top of the wood pedestal and along the back. There is evidence of old insect activity. The top of the wood is very checked and cracked and the structural integrity of the base overall should be inspected. The piece does not wobble at all when pulled suggesting that it is pinned to the pedestal. CURRENT MAINTENANCE PROTOCOL PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: The sculpture shall be cleaned and wiped bimonthly with a commercial cleaner and a coat of wax for protection shall be applied, and the artwork buffed. RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: Recommendations: continue washing with water and conservation grade detergent. Rinse with distilled water, and apply a non-silicone containing paste wax. Consider applying a wood fungicide and lubricant to the base to protect it and possibly repair it where it is badly cracked. This piece would be a candidate for quarterly or semiannual rather than bimonthly treatment. The base work would be a repair. 3.9 9/11 MEMORIAL, WTC ARTIFACTS PROGRAM, LOCATED AT 5161 NORTHLAKE BLVD., PALM BEACH GARDENS, FL: This installation is a memorial to the September 11th attack and consists primarily of an actual section of the World Trade Center Tower in what appears to be Corten steel. It is mounted into stainless steel supports and more than likely anchored into the ground. It is surrounded by 10 glass panels that are mounted to stainless steel supports and on which are etched the names of City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 27 the individuals whose lives were lost during the attacks. In addition to the 10 panels and the fragment of the World Trade Center Tower there are six text panels that describe the installation and that detail the timeline of the September 11, 2001 attacks. There are two main aspects to this installation. The first is the artifact itself— a monumental steel fragment of one of the towers window bays. The fragment is monumental in height me asuring approximately 40’ and consists of two beams that are connected to each other by three horizontal plates. The rusted columns are in their original condition exhibiting overall ferrous metal corrosion with accretions original to them from the degree of the wreckage. The text panels and the commemorative glass panels are designed to contrast with the rough appearance of the artifact. They are in clean pristine stainless steel and glass. The printed material is of an unknown composition. The etched names on the glass measure approximately 1/2” in height. We were informed that the central column artifact gets power washed once a year to remove flaking debris as per instructions of the 9/11 Memorial Committee that provided the object to the city of Palm Beach Gardens. This serves to remove loose material that would otherwise "trap water" against the ferrous metal. The artwork is located approximately 5’ from the stainless steel and glass panels. CONDITION: This installation was examined approximately six weeks since the last cleaning. Overall it looks good. There are bird droppings on half of the stainless steel panels that hold the glass panels. There is dirt and debris lodged into the crevices around the text panels at the entrances. There is streaking on the stainless steel and yellowing of the stainless steel indicative of mild oxidation. The artifact itself is in its appropriate rustic condition. The stainless steel sheets around the columns of the central artifact are not in complete alignment. This does not appear to be a condition that is occurring over time but more of something that is part of its installation. There is grass and weeds growing between the pavers, this is handled by a landscape company not by the maintenance contractor. The monument is said to be shedding fragments of Corten. According to research and information from Rosa Lowinger & Associates (RLA) and the Art Preservation Services NY, the firm that provides the manual for care of these artifacts, there is no one method for addressing fragments that are falling off of a piece. In general the loss of fragments is considered to be a product of exposure to water and humidity, in particular pooling water. These steel elements were originally fabricated for interior use, and placing them outdoors requires extensive maintenance. Maintenance in a tropical and humid environment is even more critical. The monument was not examined from close up by RLA and this reference to falling fragments was not noted during their site visit and examination of the artwork. It is possible that these fragments are detaching as a result of water pooling and causing flaking of the steel. It could also be a product of salt corrosion. It is not possible to tell without up-close examination. General protocols for addressing this condition are noted below. However, these are general recommendations. The final methods of treatment will depend upon the root cause of the problem, which may not be discernable until a lift is used for up-close examination. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 28 CURRENT MAINTENANCE PROTOCOL PROVIDED BY PALM BEACH GARDENS: According to the maintenance instructions the glass and stainless steel components are cleaned bimonthly and the main artifact is pressure washed once a year. There is a desire to make sure this is kept clean and well-maintained out of respect to the fallen in the attacks. We recommend maintaining the present protocol. GENERAL MAINTENANCE: 1. Glass shall be cleaned and wiped down with glass cleaner and stainless steel shall be cleaned and sealed with stainless steel cleaner bimonthly. 2. Sculpture must be inspected to ensure it is free of dirt and other accretions bimonthly. Please see attached “WTC Artifacts Program” for more information. 3. Sculpture shall be pressure washed once per year, one (1) week prior to September 11th. (Vendor must use a mobile electro-mechanical lift to wash and clean the sculpture.) RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: Overall this looks to be in excellent condition though there are issues of migrating birds and bird droppings particularly in the summer. We would like to reconsider the recommendations of power washing the surface annually to remove flaking metal as we feel this is the character of the artifact itself and would be a long-term problem if pieces keep being power washed off. The surface of the Corten is pitting in an expected pattern. We believe that gentler pressure just to remove dirt and bird droppings is more appropriate than trying to remove loose aspects of the piece itself. This is the most visited site in the city. It is of high importance to keep it in good shape. The surface of the stainless steel bases for the glass panels were streaked and dirty, which appears to be from ambient pollution, but this is being appropriately addressed. We recommend testing other cleaners to see if there is a more appropriate manner of removing the rusting pattern without damaging the surface. The general reddish color indicates that a light flash rusting occurs on the surface, possibly because this is a 304 rather than 316 Stainless Steel. That has not been determined, it is conjecture on the part of RLA. 3.10 JOHN D MACARTHUR BY ZENOS FRUDAKIS LOCATED AT 10500 N. MILITARY TRAIL (ENTRANCE TO THE MUNICIPAL COMPLEX), PALM BEACH GARDENS, FL: The sculpture is a hollow cast standing figure of John D MacArthur that is larger than life-size. The piece stands on a 1½” high plate of bronze that has the artist signature and foundry name on the front, Laramie Bronze. The entire bronze sculpture sits on a square granite pedestal that is approximately 40” high. There is a bronze plaque on the front of the granite pedestal. The sculpture is located in a semicircle surrounded by benches. It is approximately 100’ from Military Trail. It is under two trees, one of which overhangs it. The piece is in excellent condition. The patina is intact and uniform. There is some wax buildup under the back of the figure’s jacket and dirt on the base. But overall this can be considered to be in excellent shape. The granite pedestal is also in excellent condition. CURRENT MAINTENANCE PROTOCOL PROVIDED BY PALM BEACH GARDENS: GENERAL MAINTENANCE: Clean and wax sculpture bimonthly. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 29 RECOMMENDATIONS BY RLA FOR CONSERVATION AND MAINTENANCE: This sculpture could be maintained twice a year rather than bimonthly. It should be washed with water and a conservation grade detergent and rinsed with distilled water. A non-silicone cold paste wax should be applied by hand and buffed out by hand twice a year. Quarterly treatment is also acceptable. 3.11 GENERAL OBSERVATIONS AND CONCLUSIONS: Overall the collection is in good condition, some sculptures need minimal conservation for the general maintenance protocols to be effective. Most of the current protocols in place are maintaining the sculpture in good condition and only need minor adjustments according to our recommendations above. The two notable exceptions are Contiguous Currents and Double Rainbow. These two pieces require a more conservation-minded approach to their care. We believe it is better to perform treatments less frequently but more thoroughly. The present protocol of working on all the artworks over 2 days bimonthly seems rushed and not thorough and is resulting in ongoing damage to these two works, resulting in the need for welding and possibly repainting of one of the works. 3.12 SPECIAL CONSERVATION REQUIREMENTS (FOR 2 SCULPTURES) The following are conservation requirements for the two sculptures identified below: 1. CONTIGUOUS CURRENTS BY COSTAS VAROTSOS LOCATED AT 10500 N. MILITARY TRAIL, PALM BEACH GARDENS, FL: i. The following is recommended for PARTIAL conservation: NOTE: The process should involve cleaning, corrosion removal, priming, cleaning and repair of glass, and painting, in that order. a. Photograph before, during and after treatment to document processes. b. City to remove overhanging tree branches prior to commencement of work. c. Vendor to meet with city to determine other landscaping measures that would aid in the long term preservation of the artwork and modifications that would be made prior to conservation. d. Dirt and particulate matter shall be removed from the artwork. e. Artwork shall be washed with a conservation grade detergent and filtered tap water, and rinsed with filtered tap water. f. Work to be done on the piece from a cherry picker or man-lift. g. All areas of corrosion shall be removed mechanically, excavated fully, and primed with a corrosion inhibiting primer that is appropriate for ferrous metal. A zinc primer followed by an epoxy intermediate layer shall be used for all surfaces that have been affected by corrosion. Excavation shall be done to surrounding areas as well so rust does not spread beyond the original parameters. The primer shall be from an industrial metal priming system such as Tnemec®, PPG® or Sherwin Williams Carboline®. Primer needs to be applied as soon as metal surfaces are cleaned. h. Remove all areas of mismatched in painting. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 30 i. Lightly compound the existing paint where it is chalky or discolored. j. A color sample of paint shall be prepared to match the original and tested to make sure it matches in color and reflectance. k. Fill pits where rust has left the surface below the metal surface. Use a fill material compatible with the paint system such as Bondo® or an exterior or marine grade epoxy. l. Prime over the fills with the epoxy primer. m. Clean weep holes with a wooden skewer. Do not use any metal file to remove debris from the weep holes as this can remove paint leaving them vulnerable to rust. n. Clean the glass and remove all mineral deposits with a safe mechanical method. No acids shall be used. o. Determine an appropriate glass adhesive to fill gaps around the glass. p. Repaint areas of loss to match the original color of the artwork. ii. The following is recommended for FULL conservation: NOTE: The process should involve cleaning, corrosion removal, priming, cleaning and repair of glass, and painting, in that order. a. Photograph before, during and after treatment to document processes. b. City to remove overhanging tree branches prior to commencement of work. Vendor to meet with city to determine other landscaping measures that would aid in the long term preservation of the artwork and modifications that would be made prior to conservation. c. Dirt and particulate matter shall be removed from the artwork. d. Artwork shall be washed with a conservation grade detergent and filtered tap water, and rinsed with filtered tap water. e. Work to be done on the piece from a cherry picker or man-lift. f. All areas of corrosion shall be removed mechanically, excavated fully, and primed with a corrosion inhibiting primer that is appropriate for ferrous metal. A zinc primer followed by an epoxy intermediate layer shall be used for all surfaces that have been affected by corrosion. Excavation shall be done to surrounding areas as well so rust does not spread beyond the original parameters. The primer shall be from an industrial metal priming system such as Tnemec®, PPG® or Sherwin Williams Carboline®. Primer needs to be applied as soon as metal surfaces are cleaned. g. Lightly scarify the entire painted areas of the artwork to provide a clean and appropriate surface for repainting. h. Determine with the artist whether the paint is intended to be sprayed or rolled. i. Prepare a color sample of paint to match the original and tested to make sure it matches in color and reflectance. j. Fill pits where rust has left the surface below the metal surface. Use a fill material compatible with the paint system such as Bondo® or an exterior or marine grade epoxy. k. Prime the entire piece with an appropriate primer to bond with the underlayer of paint. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 31 l. Clean weep holes with a wooden skewer. Do not use any metal file to remove debris from the weep holes as this can remove paint leaving them vulnerable to rust. m. Clean the glass and remove all mineral deposits with a safe mechanical method. No acids to be used. n. Determine an appropriate glass adhesive to fill gaps around the glass. o. Repaint the entire artwork’s metal areas. 2. DOUBLE RAINBOW BY LILA KATZEN LOCATED AT 4404 BURNS ROAD, PALM BEACH GARDENS, FL: i. The following is recommended for FULL conservation: a. Photograph before, during and after treatment to document processes. b. Work to be done on the piece from ladders or man-lift. c. City to remove overhanging tree branches prior to commencement of work. Vendor to meet with city to determine other landscaping measures that would aid in the long term preservation of the artwork and modifications that would be made prior to conservation. d. Remove dirt, leaves, pine needles and particulate matter from the artwork. e. Artwork and concrete pad shall be washed with a conservation grade detergent and filtered tap water, and rinsed with filtered tap water. f. Clean concrete pad additionally with a conservation grade fungicide such as D2 Cleaner. g. Locally clean the Corten where it exhibits green fungal growth with soft mild plastic abrasive pads. Care must be taken not to abrade the patina or change its color. h. If the stainless steel elements remain yellowed after washing, remove the old acrylic coating with organic solvents. i. If the coating is removed, determine the need for a coating on the stainless steel. If needed, apply a conservation-grade paste wax to the stainless steel. j. Apply a water repellant to the base so that water rolls off of the pad. 3.13 MAINTENANCE OF ARTWORK AND OTHER ELEMENTS OF THE ARTISTIC BUS SHELTERS, VARIOUS LOCATIONS, PALM BEACH GARDENS, FL: Decamil and Mark Fuller, the fabricator and artist for the “Artistic Bus Shelters”, have established the following minimum standards for maintenance of the installations. a. The entire bus shelter structure and attached artwork shall be pressure-washed every 6 months to remove any dirt and grime built up. This will also help the powder-coat maintain its luster. b. All aluminum components have been finished with a durable baked-on polyester powder coating which offers long-lasting protection against acids, salts, and corrosive moisture. If the surface requires cleaning only, any household cleaner may be sprayed on and wiped off. If, however, the finish is abraded to the point of exposing the aluminum or shows any sign of oxidation or corrosion, lightly sand the surface being careful to remove all City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 32 corrosion as well as any loose finish materials. Once this sanding is complete, clean the surface with a solvent such as paint thinner to remove any remaining contaminants, which might hinder proper paint adhesion. A good grade of exterior metal primer and topcoat of matching color enamel should then be applied over the prepared surface. c. An annual or semi-annual inspection of the bus shelter and artwork shall be conducted to ensure proper operation and condition. Any loose or missing hardware should be tightened or replaced immediately. If any part of the structure is found to show excessive wear or is cracked or broken, the product will be taken out of service until all repairs are made. All electrical components shall be checked during the annual or semi-annual inspection. d. If the structure has been marked with graffiti, a high-pressure washer may be used to remove the graffiti. Severe scratches and carvings into the surface may be hand sanded with a fine grade of sandpaper. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 33 BID SUBMITTAL This Page and all following pages comprise your Bid Submittal package. Please also attach any additional information or documentation requested in this Invitation to Bid. There is no need to include the preceding Sections 1, 2, and 3 in your Bid Submittal. INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or USB thumb drive, in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original Bid and the electronic copy, the original Bid shall be the governing document. Bids must contain all information required to be included in the Bid, as described in the Solicitation. Invitation to Bid No.: ITB2015-045PF Title: Public Art – Repair, Maintenance, and Conservation Due Date and Time: __________________@ 3:00PM (Local Time) NAME OF BIDDER City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 34 SECTION 4 PRICING SCHEDULE 4.1 PRICES AND RATES The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the services described below. ITEM ARTWORK REPAIR COST MAINTENANCE FEE FREQUENCY TOTAL MAINTENANCE TOTAL 1. Triptych $ $ Quarterly (x4) $ $ 2. Contiguous Currents $ $ Bi-Monthly (x6) $ $ 2a. Contiguous Currents Full Conservation $ 3. Double Rainbow $ $ Bi-Monthly (x6) $ $ 3a. Double Rainbow Full Conservation $ 4. Astralis $ $ Bi-Monthly (x6) $ $ 5. Be Right Back… $ $ Quarterly (x4) $ $ 6. Sandhill Crane $ $ Semi-Annual (x2) $ $ 7. 9/11 Memorial $ $ Bi-Monthly (x6) $ $ 7a. 9/11 Memorial Full Conservation $ 8. John D. MacArthur $ $ Bi-Monthly (x6) $ $ 9. Artistic Bus Shelters Not Applicable $ Quarterly (x4) $ $ GRAND TOTAL $ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 35 4.2 LEGEND/KEY The words in the Statement of Work and Pricing Schedule shall have the following meanings: a. Quarterly: every 3 months b. Bi-Monthly: every 2 months c. Semi-Annual: every 6 months d. The “Repair Cost” shall be the one-time charge by the awarded Bidder to perform the repairs identified by RLA and described in the Extract in the Statement of Work. e. The “Maintenance Fee” shall be the charge by the awarded Bidder for each time the maintenance services are provided at the established “Frequency”. f. The “Total Maintenance” shall be the “Maintenance Fee” multiplied by the “Frequency” to perform the work each year. Therefore, Quarterly: multiplied by 4 (3 x 4 = 12 months) Bi-Monthly: multiplied by 6 (2 x 6 = 12 months) Semi-Annual: multiplied by 2 (6 x 2 = 12 months) g. “Full Conservation” shall be the one-time charge to perform the full conservation work, as recommended by RLA. h. “Total” shall be the sum total of the “Repair Cost” plus the “Total Maintenance” 4.3 REQUIRED SUBMITTALS To be considered for evaluation and award, the Bidder must provide the following information to show it meets the minimum qualifications established in Section 2.4. a. The Bidder must currently be providing similar services to those required in this Solicitation. The Bidder must submit verifiable information to show that it performs repair, conservation, or maintenance work on artwork and sculptures. b. The Bidder must provide at least three (3) letters of references from current or recent clients, who may attest to the Bidder’s ability and quality of service. Summary information listing the Bidder’s clients that are not accompanied by the required l etter are not acceptable. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 36 SECTION 5 ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated Addendum #10, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________ Date City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 37 SECTION 6 BID SUBMITTAL SIGNATURE PAGE By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Firm Name: ______________________________________________________________________________ Street Address: ______________________________________________________________________________ Mailing Address (if different than Street Address): ______________________________________________________________________________ Telephone Number(s): _________________________________________ Fax Number(s): _______________________________________________ Email Address: ________________________________________________ Federal Employer Identification Number: _____________________________________________ Prompt Payment Terms: _____% _____ days’ net _____days Signature: _____________________________________________________________________ (Signature of authorized agent) Print Name: ___________________________________________ Title: _________________________________________________ By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract/Agreement. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 38 SECTION 7 AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT 7.1 AFFIDAVITS The forms listed below must be completed by an official having legal authorization to contractually bind the company or firm. Each signature represents a binding commitment upon the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to be the lowest responsive and responsible Bidder. a. Conflict of Interest Disclosure Form b. Notification of Public Entity Crimes Law c. Drug-Free Work Place d. Non-Collusion Affidavit e. Sample Performance Bond Format (if required, will be requested from Bidder recommended for award) f. Sample Payment Bond Format (if required, will be requested from Bidder recommended for award) g. Sample Letter of Credit Format (if required, will be requested from Bidder recommended for award) (The remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 39 CONFLICT OF INTEREST DISCLOSURE FORM The award of this Contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the Bidder’s firm or any of its branches. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for evaluation team members and other key personnel involved in the award of this Contract. The term “conflict of interest” refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: _________ To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other Cities, Counties, Contracts, or property interest for this Bid. _________ The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other Cities, Counties, Contracts, or property interest for this Bid. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 40 NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has been placed on the convicted Contractors list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases or real property to a public entity, may not be awarded or perform work as a Contractor, supplier, sub-vendor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed on the convicted Contractors list. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 41 DRUG-FREE WORKPLACE ________________________________________________________is a drug-free workplace and has (Company Name) a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 42 NON-COLLUSION AFFIDAVIT STATE OF ______________ COUNTY OF ____________ Before me, the undersigned authority, personally appeared ____________________________, who, after being by me first duly sworn, deposes and says of his/her personal knowledge that: a. He/She is __________________________ of ______________________________, the Bidder that has submitted a Bid to perform work for the following: ITB No.:_______________________ Title: b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids, and of all pertinent circumstances respecting such Solicitation. Such Bid is genuine and is not a collusive or sham Bid. c. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Solicitation and Contract for which the attached Bid has been submitted or to refrain from proposing in connection with such Solicitation and Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any person interested in the proposed Contract. d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. _______________________________ Signature Subscribed and sworn to (or affirmed) before me this _______ day of _____________________ 2014, by ______________________________, who is personally known to me or who has produced _______________________________________________ as identification. SEAL Notary Signature_____________________________ Notary Name: _______________________________ Notary Public (State): __________________________ My Commission No: ___________________________ Expires on: __________________________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 43 SAMPLE PERFORMANCE BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the City. Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having performed City’s obligations thereunder, the Surety may promptly remedy the default or shall promptly: a. Complete the Contract in accordance with its terms and conditions; or b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible Bidder, or if the City elects, upon determination by the City and the Surety jointly of the most responsible Bidder, arrange for a Contract between such Bidder and the City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 44 “balance of the Contract price”, as used in this paragraph, shall mean the total amount payable by the City to Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to the Contractor. Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 45 SAMPLE PAYMENT BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Contract and of such subcontractors shall promptly make payments to all persons supplying him or them with labor, products, services, or supplies for or in the prosecution of the work provided for in such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of reasonable attorney's fees, incurred by the claimants in suits on this bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this bond is subject to the following conditions and limitations: a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the work provided for in said Contract shall have a direct right of action against the Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in the county in which the work provided for in said Contract is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. b) The Principal and Surety hereby designate and appoint _____________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 46 ________________________________________________________as the agent of each of them to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject to any suit, action or proceeding thereon that is instituted later than one year after the final settlement of said Contract. d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all the provisions of the law referring to this character of bond as set forth in any sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 47 SAMPLE LETTER OF CREDIT FORMAT LETTER OF CREDIT NO.: _________________ ISSUANCE DATE: _________________ APPLICANT: {Name of Corporation}___________________________ {Address}______________________________________ {City, State, Zip}________________________________ BENEFICIARY: CITY OF PALM BEACH GARDENS 10500 N. MILITARY TRAIL PALM BEACH GARDENS, FLORIDA 33410 FOR U.S.D. $_________ DATE OF EXPIRATION: ________________ WE HEREBY ESTABLISH OUR IRREVOCABLE LETTER OF CREDIT NO. _________ IN FAVOR OF THE BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER “PBG”) FOR THE ACCOUNT OF THE ABOVE-REFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank) PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOT TO EXCEED A TOTAL OF (Insert the amount of money), THE AMOUNT REFERENCED ABOVE. DEMANDS OF THE LETTER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LETTER OF CREDIT IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project} ______________________________________ (THE ‘PROJECT’). IT IS A CONDITION OF THIS LETTER OF CREDIT THAT IT WILL BE AUTOMATICALLY EXTENDED FOR PERIODS OF ONE YEAR FROM EXPIRY DATE HEREOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS LETTER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD. WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY HONORED UPON PRESENTATION TO {Name of Bank}______________________________ (THE ‘BANK’), WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LETTER OF CREDIT, IS PRESENTED PRIOR TO THE EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LETTER OF CREDIT AND UPON City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 48 PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL. DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO: {Name of Bank Branch}_______________________________ {Address}__________________________________________ {City, State, Zip}_____________________________________ ATTN: {Department} _________________________________ ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF SAME WITH THE AMOUNT OF EACH DRAWING BY US. PARTIAL DRAWINGS ARE PERMITTED. THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED “DRAWN UNDER {Name of Bank} ____________________________ LETTER OF CREDIT NUMBER _____________ DATED ____________________, 20__.” THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, (2007 REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LETTER OF CREDIT SHALL BE PALM BEACH COUNTY, FLORIDA. {Name of Bank}_________________________ BY: ______________________________ {Name}_____________________ {Title}______________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 49 SECTION 8 SAMPLE AGREEMENT FORMAT Below is the standard agreement format for this Invitation to Bid. This is a sample agreement only and is subject to revisions. PLEASE DO NOT COMPLETE. AGREEMENT THIS AGREEMENT is hereby made and entered into this ____ day of ____________, 20__, (the “effective date”) by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and _____________, a corporation (hereafter referred to as “Contractor”), whose address is ______________. WHEREAS, the City desires to retain the services of the Contractor to provide the goods and services in accordance with the City’s Invitation to Bid No. , and the Contractor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Invitation to Bid No. ________, and the Contractor’s response to the Invitation to Bid, including all documentation required thereunder. ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES The Contractor shall provide the goods and/or perform those services identified in the specifications accompanying the City’s Invitation to Bid, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor, in compliance with the Pricing Schedule attached hereto and incorporated herein, according to the terms and specifications of the referenced Invitation to Bid. ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certified mail (postage prepaid), return receipt requested, to the following addresses: City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 50 i. As to the City: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Email: ii. with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Email: iii. As to the Contractor: Attn.: Email: b. Headings. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. c. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. ARTICLE 5. CONTRACT TERM This term of this Agreement shall be from the effective date through ___________, 20__, unless terminated earlier in accordance with terms set forth in the ITB. (Remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 51 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. CITY OF PALM BEACH GARDENS, FLORIDA [SEAL] By: ______________________________________ Ronald M. Ferris, City Manager ATTEST: By: ____________________________ Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: ____________________________ R. Max Lohman, City Attorney , By: ______________________________________ Print Name: ________________________________ Title: _____________________________________ WITNESS: By: ___________________________________ Print Name: ____________________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 52 SECTION 9 EXHIBITS 9.1 ATTACHMENTS 1. WTC Artifacts Program April 2011 WTC ARTIFACTS PROGRAM Caring for your World Trade Center Steel Prepared by: Art Preservation Services, Inc. 44 45 Vernon Blvd Long Island City, NY 11101 (347) 612 4584 There are three types of memorial steel from the World Trade Center which the Port Authority of New York and New Jersey are making available to organizations. They are:  Bare steel  Steel with remnants of a primer coat  Steel with concrete accretions These three types of steel should be treated in the same way, but there are some s light variations in how they will age. Bare steel will come with a medium red/brown layer of iron oxide (rust) on the surface, which is completely normal, and is the appearance you should expect for your WTC steel. Steel with remnants of primer will have s ome areas which are a lighter reddish brown in color. Some steel will have chunks of concrete still attached to areas. This concrete will include aggregate (large pebbles). If you keep your WTC steel in an outdoor memorial setting, the primer layer, and the concrete accretions, will very slowly erode over time. You should expect this as a normal part of the aging process. Preparation of Steel Surface Preservation of unprotected steel, especially steel that was not intended for outdoor exposure, requires a high level of maintenance. Unlike outdoor bronze or copper, which generally corrodes to form a moderately stable surface, most types of steel will rust, forming an unstable surface that will disfigure surface appearance and will wear away over time. The best way to care for your steel is to keep it reasonably clean and as dry as possible. It is not a problem for steel to get wet for a short period of time, such as when washing it, but it should not remain wet for long periods if at all possible. Prolonged periods of exposure to water will cause the surface rust to penetrate the steel creating areas of active corrosion. The best way to keep the steel clean and dry is to keep it inside. If you plan to keep or display your steel in an outdoor setting, it is especially important that you maintain a regular schedule of maintenance to best preserve it. The first step is to prepare the surface for exhibit. Loose rust should be removed. A surface composed of porous rust will attract and hold on to water, which accelerates corrosion. First, wash the steel with clean water, using a power washer if possible. Then clean the surface gently with a brass wire brush, and wash down to remove the loose powdered rust until the surface feels relatively dense (free of easily r emovable rust). If rust powder remains, the appearance will be light brown in appearance after the surface dries. When cleaned of loose powder, the dense iron oxide rust layer, free of powdered rust, takes on a dark reddish gray or black appearance. Areas of surface flaking should be gone over carefully to remove all flakes, as these can trap and hold water, causing active areas of corrosion. It is best to do the washing and brushing under conditions that will allow the steel to dry quickly after cleaning, such as a dry, sunny day, especially if the steel is outside. April 2011 Check your steel regularly to make sure dirt and other accretions such as bird droppings are not collecting on it, since these can trap and hold moisture against the steel, and can also introdu ce acidic conditions, which will accelerate the corrosion process. If dirt or bird droppings do appear on the steel, clean it again using the process described above. At a minimum, you should clean your steel once or twice a year. If you keep or display your steel outside, you should also make sure there are no areas where water can collect or puddle. If there is such an area, you should consider having a small hole drilled at the base of the area to allow water to drain away. If this is not possible, you should make sure you remove any collecting water as soon as possible after your steel is exposed to rain. You should be aware that if your steel is kept or displayed outside, rainwater run -off from the steel will contain trace amounts of iron oxide. If your steel is displayed on a stone or concrete base, such as a marble or granite pedestal, the rainwater run-off will stain the base with reddish brown streaks over time. If, after your initial cleaning following the directions described above, your steel d evelops unacceptable areas of active corrosion, where the surface is blistering, bubbling or flaking, you should contact a professional conservator to help you to correct the problem as quickly as possible. Surface coatings can offer some level of protection to outdoor metals. However, surface coatings will change the appearance of the surface. Wax or plastic based coatings can be difficult to apply, maintain, and remove. If you are considering the application of a protective surface coating, you should contact a professional conservator. You can find a qualified conservator in your area by visiting the website of the American Institute for the Conservation of Historic and Artistic Works (AIC), at www.conservation us.com. 7/1612015 UPS Internet Shipping: Shipment Label UPS Internet Shipping: View/Print Label 1. Ensure there are no other shipping or tracking labels attached to your package. Select the Print button on the print dialog box that appears . Note: If your browser does not support this function select Print from the File menu to print the label. 2. Fold the printed label at the solid line below. Place the label in a UPS Shipping Pouch. If you do not have a pouch, affix the folded label using dear plastic shipping tape over the entire label. 3. GETTING YOUR SHIPMENT TO UPS Customers with a Dally Pickup Your driver will pickup your shipment(s) as usual. Customers without a Daily Pickup Take your package to any location of The UPS StoreA®, UPS Access Point(TM) location, UPS Drop Box, UPS Customer Center, UPS Alliances (Office DepotA® or StaplesA®) or Authorized Shipping Outlet near you. Items sent via UPS Return Services(SM) (induding via Ground) are also accepted at Drop Boxes. To find the location nearest you, please visit the 'Find Locations' Quick link at ups.com. Schedule a same day or future day Pickup to have a UPS driver pickup all of your Internet Shipping packages. Hand the packa~e to any UPS driver in your area. UPS Access Point UPS Access Point™ THE UPS STORE 4408 BRINKLEY MARKET 6368 COVENTRY WAY 3311 BRINKLEY RD CLINTON ,MD 20735 TEMPLE HILLS ,MD 20748 FOLD HERE . r-1 Cl > u 0::: co II\ UPS Access Point™ JAZ WHOLESALE MARKET 3400 WALTERS LN DISTRICT HEIGHTS ,MD 20747 htlps:llwww.ups .com/us/create?ActionOriginPair=defalit_PrintWindcNJPage&key=labeiWindcw&type= html&loc=en_ US&instr=A&doc=shipment_85059668... 1/1 This proposal contains proprietary information prepared and copyright by Conservation Solutions, Inc. (CSI). This proprietary information is submitted solely for the purpose of evaluating the proposal and it is understood and agreed that this information shall be kept confidential. Clients or Contractors may reference this material ONLY with prior consent of CSI. Any use of this information by Clients or Contractors implies their agreement that they intend to engage CSI in the proposed work. Such proprietary information is submitted with the understanding that it will not be disclosed to others or used in a manner detrimental to the interests of the bidder. CSI will aggressively pursue damages if this proposal is used to bid shop or advance the interests of parties other than the bidder. This proposal and all enclosures are returnable to the bidder upon request. BID SUBMITTAL PACKAGE FOR: The City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ORIGINAL COPY ITB NO.: ITB2015-045PFA DUE DATE: JULY 17, 2015 PREPARED FOR: The City of Palm Beach Gardens Attention: Km! Ra Purchasing & Contracts Director 10500 N Military Trail Palm Beach Gardens, FL 33410 561-799-4134 kmra@pbgfl.com PREPARED BY: Conservation Solutions, Inc. 8905 Ballard Lane Clinton, MD 20735 Mark Rabinowitz Executive Vice President mark@conservationsolutionsinc.com conservationsolutionsinc.com Page ii July 15, 2015 The City of Palm Beach Gardens Attention: Km! Ra Purchasing & Contracts Director 10500 N Military Trail Palm Beach Gardens, FL 33410 Conservation Solutions, Inc. (CSI) is pleased to submit this proposal in response to The City of Palm Beach Gardens invitation to bid for Public Art – Repair, Maintenance, and Conservation. CSI is a woman-owned, small business, which, since its establishment in 1999, has grown into a leading, international historic preservation firm focusing on art, artifacts and architecture. CSI has wide-ranging experience providing services to public art collections of comparable size and scope as demonstrated within Attachment 1. This experience coupled with CSI’s intimate knowledge of this public art collection, having previously provided services to The City of Palm Beach Gardens, gives CSI a unique first-hand understanding of the requirements therefore fully qualifying us to perform the work. CSI is dedicated to providing our clients with the highest and most current standards of the field. We achieve these goals through our total commitment to quality solutions to the client’s conservation requirements. Our success is demonstrated with numerous awards and recommendations, as shown in Attachment 2. As such, CSI exceeds the required insurance coverage with our grade “A” rated firms. CSI will provide all labor, materials, equipment, supplies, etc. to perform the services as instructed within the Statement of Work. Each Conservator working on the contract will hold a minimum of a Master’s degree in addition to certifications and recognitions from: • American Institute for Conservation (AIC) • Canadian Association of Professional Conservators (CAPC) • American Academy in Rome (AAR) • Canadian Association of Heritage Professionals (CAHP) • International Council on Museums and Sites (ICOMOS), and • International Council of Museums (ICOM) Our skilled team of conservators offer a combined 90+ years of experience in the field of conservation and is committed to working in accordance with the Code of Ethics of the American Institute for Conservation of Historic and Artistic Works, as well as the Secretary of the Interior’s Standards, and industry best practices. With our vast experience which includes pieces within The City of Palm Beach Public Art collection and our expert staff, we feel confident that we can provide outstanding service performing the work as stated within the Statement of Work. Sincerely, Mark Rabinowitz, FAIC, FAAR ‘011 Executive Vice President conservationsolutionsinc.com Page iii TABLE OF CONTENTS I. BID SUBMITTAL .........................................................................................................................1 II. SECTION 4: PRICING SCHEDULE ...........................................................................................2 III. SECTION 5 : ACKNOWLEDGEMENT OF ADDENDA ..............................................................3 IV. SECTION 6: BID SUBMITTAL SIGNATURE PAGE ....................................................................4 V. CONFLICT OF INTEREST DISCLOSURE FORM .......................................................................5 VI. NOTIFICATION OF PUBLIC ENTITY CRIMES LAW .................................................................6 VII. DRUG-FREE WORKPLACE ......................................................................................................7 VIII. NON-COLLUSION AFFIDAVIT ...............................................................................................8 Attachment 1: Company Qualifications .................................................................................9 Attachment 2: Reference Letters .......................................................................................... 12 conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 1 of 14 I. BID SUBMITTAL This Page and all following pages comprise your Bid Submittal package. Please also attach any additional information or documentation requested in this Invitation to Bid. There is no need to include the preceding Sections 1, 2, and 3 in your Bid Submittal. INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or USB thumb drive, in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepa ncy between the original Bid and the electronic copy, the original Bid shall be the governing document. Bids must contain all information required to be included in the Bid, as described in the Solicitation. Invitation to Bid No.: ITB2015-045PF Title: Public Art – Repair, Maintenance, and Conservation Due Date and Time: July 17, 2015 @ 3:00PM (Local Time) Conservation Solutions, Inc. NAME OF BIDDER City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 conservationsolutionsinc.com Page 2 of 14 II. SECTION 4: PRICING SCHEDULE 4.1 PRICES AND RATES The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the services described below. ITEM ARTWORK REPAIR COST MAINTENANCE FEE FREQUENCY TOTAL MAINTENANCE TOTAL 1. Triptych $0 $ 2,989.38 Quarterly (x4) $11,957.50 $11,957.50 2. Contiguous Currents $0 $4,042.92 Bi-Monthly (x6) $24,257.50 $24,257.50 2a. Contiguous Currents Full Conservation $19,670.00 3. Double Rainbow $0 $3,979.58 Bi-Monthly (x6) $23,877.50 $23,877.50 3a. Double Rainbow Full Conservation $6,340.00 4. Astralis $0 $5,056.25 Bi-Monthly (x6) $30,337.50 $30,337.50 5. Be Right Back… $0 $1,974.38 Quarterly (x4) $7,897.50 $7,897.50 6. Sandhill Crane $ 1,200.00 $3,618.75 Semi-Annual (x2) $7,237.50 $8,437.50 7. 9/11 Memorial $0 $8,042.92 Bi-Monthly (x6) $48,257.50 $48,257.50 7a. 9/11 Memorial Full Conservation $15,250.00 8. John D. MacArthur $0 $2,112.92 Bi-Monthly (x6) $12,677.50 $12,677.50 9. Artistic Bus Shelters Not Applicable $2,931.88 Quarterly (x4) $11,727.50 $11,727.50 GRAND TOTAL $220,687.50 conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 3 of 14 Page 3 of 15 III. SECTION 5 : ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated _________July 7, 2015 _________ Addendum #2, Dated _________July 8, 2015 _________ Addendum #3, Dated ____________________________ Addendum #4, Dated ____________________________ Addendum #5, Dated ____________________________ Addendum #6, Dated ____________________________ Addendum #7, Dated ____________________________ Addendum #8, Dated ____________________________ Addendum #9, Dated ____________________________ Addendum #10, Dated ___________________________ PART II:  NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION Conservation Solutions, Inc. _______________________________________________ Firm Name ________________________________________________________________________________ Signature Mark Rabinowitz, Executive Vice President ________________________________ Name and Title (Print or Type) July 15, 2015 ______________________________________________________________ Date conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 4 of 14 Page 4 of 15 IV. SECTION 6: BID SUBMITTAL SIGNATURE PAGE By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Firm Name: Conservation Solutions, Inc. ____________________________________________ Street Address: 8905 Ballard Lane, Clinton, MD 20735 __ Mailing Address (if different than Street Address): __________________________________________________________________________ Telephone Number(s): 866-895-2079 Fax Number(s): 866-843-1774 Email Address: mark@conservationsolutionsinc.com Federal Employer Identification Number: 54-1949683 Prompt Payment Terms: _100_% 15 days’ net 30 days Signature: _________________________________________________________________ (Signature of authorized agent) Print Name: Mark Rabinowitz Title: Executive Vice President By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract/Agreement. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 5 of 14 Page 5 of 15 V. CONFLICT OF INTEREST DISCLOSURE FORM The award of this Contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the Bidder’s firm or any of its branches. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for evaluation team members and other key personnel involved in the award of this Contract. The term “conflict of interest” refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: __________ To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other Cities, Counties, Contracts, or property interest for this Bid. _________ The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other Cities, Counties, Contracts, or property interest for this Bid. Acknowledged by: Conservation Solutions, Inc. Firm Name __________________________________________________________________________ Signature Mark Rabinowitz, Executive Vice President Name and Title (Print or Type) July 15, 2015 Date conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 6 of 14 Page 6 of 15 VI. NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has been placed on the convicted Contractors list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases or real property to a public entity, may not be awarded or perform work as a Contractor, supplier, sub-vendor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed on the convicted Contractors list. Acknowledged by: Conservation Solutions, Inc. Firm Name _________________________________________________________________________ Signature Mark Rabinowitz, Executive Vice President Name and Title (Print or Type) July 15, 2015 Date conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 7 of 14 Page 7 of 15 VII. DRUG-FREE WORKPLACE Conservation Solutions, Inc. is a drug-free workplace and has (Company Name) a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes. Acknowledged by: Conservation Solutions, Inc. ________________________________________ Firm Name __________________________________________________________________________ Signature Mark Rabinowitz, Executive Vice President __________________________ Name and Title (Print or Type) July 15, 2015 _______________________________________________________ Date conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 9 of 14 Page 9 of 15 Attachment 1: Company Qualifications For fifteen (15) years Conservation Solutions, Inc. (CSI) has delivered trusted solutions with a distinctively skilled team of Conservators. We have contributed to a number of highly visible and prestigious projects in North America and abroad. With the combination of our Conservators broad expertise in conservation treatment and unique set of experiences in the on-going care of public art collections, we feel confident that we can offer outstanding service in performing the work within this scope. SIMILAR SERVICES The projects listed below provide verifiable information that CSI provides similar repair, conservation, or maintenance work on artwork and sculptures. Project: WTC Trident for 9-11 Memorial Terrorist Screening Center Vienna, VA Client POC: Jeff Johnson 571-350-4170 jeffrey.johnson@tsc.gov Period of Performance July 2015 Scope of Work: CSI was contracted to perform conservation treatment of The World Trade Center Trident from the North Tower of the New York City World Trade Center on display outside of the Terrorist Screening Center. In addition to the cleaning and treatment, a comprehensive treatment report with maintenance recommendations and schedules for the client’s planning purposes was provided. Project: Columbia University Outdoor Sculpture Collection Columbia University, New York, NY Client POC: Jolyon Handler (212) 854 6800 weiner@columbia.edu Period of Performance 1994 - Present Scope of Work: Columbia University’s Morningside Heights campus is recognized as one of the great urban public spaces in America. In addition to its buildings, the beautiful McKim, Mead and White campus has been the proud home to numbers of significant sculptural works. As a result of the inevitable corrosion factors that come with placement in an urban setting, especially one in the Northeast prone to unfavorable weather conditions, many of these pieces have suffered varying degrees of deterioration, some faring better owing to their construction or to earlier conservation treatments. CSI was contracted to do a complete condition survey and treatment report for a group of twenty individual pieces on the Columbia campus. The sculptures ranged in age from constructions dating back as far as 1884 (the bronze and granite figure, Le Marteleur) and as recently as 1998 (the bronze sculpture, Life Force). They were constructed of a wide range of materials, including bronze, limestone, marble, granite, steel and concrete. As well as the condition reports, each piece was given a priority ranking based on the investigation’s findings. Several of the works have been treated by CSI conservators during the University’s on-going commitment to its collection’s care. conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 10 of 14 Page 10 of 15 Project: Viscaya Outdoor Sculptures Viscaya Museum and Gardens Miami, FL Client POC: Remko Jansonius remko.jansonius@vizcayamuse um.org (305) 860-8433 Period of Performance 2005 - Present Scope of Work: CSI was awarded a renewable, multi-year contract to assess, document and treat all of the outdoor sculptures on the museum grounds under grants from Save America’s Treasures and the Tiffany Foundation. Vizcaya, a National Historic Landmark, has an extraordinary collection of outdoor sculptures, fountains, and artifacts from the 2nd century AD to the early 20th century. Integrated with architectural, water displays and plantings, the collection is one of the finest and most unique in North America. Work is underway on the initial group of more than thirty objects and sculptures and includes: documentation, laboratory and field testing, cleaning, relocation, reconstruction, and conservation. We have performed treatments on numerous other objects in the collection under different contracts since 2005. Project: CHARLES O. PERRY SCULPTURE CONSERVATION Scott Rakow Youth Center Miami Beach, FL Client POC: Dennis Leyva 305-604-2477 DennisLeyva@miamibeachfl.gov Period of Performance 2009-2011 Scope of Work: CSI conservators performed a condition assessment of the “Untitled” sculpture by Charles O. Perry. While structural concerns had been assessed by an engineer, CSI provided a materials-focused assessment that emphasized conservation treatment goals, and provided additional recommendations regarding specific materials and methods for the restoration. These included recommendations for: coating removal and cleaning; repairs to damaged elements; surface treatments on exterior steel (painting); surface treatments on interior steel; and storage. Conservators sampled existing coatings, established paint chromochronologies, and matched the original colors to a modern commercial paint system, which was approved by the artist. Finally, CSI provided conservation oversight of the treatment which was implemented by local craftsmen based on the recommendations. Project: Astralis Sculpture Conservation Assessment City of Palm Beach, FL Client POC: Angela Wong (561) 804-7010 Awong@pbgfl.com Period of Performance 2007 Scope of Work: CSI was contracted by the City of Palm Beach Gardens to perform a conservation assessment for the Astralis piece. CSI reviewed the artist’s proposal, engineering and metallurgical reports. Then documented the conditions of the sculpture and recommendations. conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 11 of 14 Page 11 of 15 Table 1. CSI Staff Project: Double Rainbow Conservation Assessment & Treatment Recommendations City of Palm Beach, FL Client POC: Angela Wong (561) 804-7010 Awong@pbgfl.com Period of Performance 2007 Scope of Work: At the request of Angela Wong, Operations Manager, City of Palm Beach Gardens, an on-site investigation took place on June 11, 2007. The goal was to assess the conditions of the sculpture, determine causes of the observed conditions, and recommend treatments for any observed deterioration. The sculpture was observed from the ground and by means of a step ladder. The work was documented photographically. The materials of construction and accepted means of treatment were researched. The results of the investigation and research are integrated into a detailed report. CERTIFICATIONS/EDUCATION CSI Conservators offer more than a century of combined years of experience in the field of conservation. All CSI Conservators hold the minimum of a Master’s degree, nine (9) hold a Masters in Conservation and one holds a related Ph.D. All of our Conservators are active members of the American Institute for Conservation (AIC), two of which are Fellows and the remainder are Professional Associates. The CSI team maintains comprehensive knowledge of traditional and innovative conservation techniques for an extraordinarily broad range of materials; from masonry, metals and wood in sculptures, buildings, monuments and works of art, mosaics, frescos, undersea and space artifacts, to industrial heritage. Our conservators remain up-to-date on innovations in the conservation field by continuously contributing to the free exchange of information through our own publications to presentations at academic forums and professional conferences to peer reviews. Mark Robinowitz Joe Sembrat Caitlin Smith Edie Dunn Category Senior Conservator Senior Conservator Conservator Conservator AIC Membership Fellow Fellow PA PA Education Rhode Island School of Design, B.F.A. Sculpture (1975) Columbia School of Architecture, M.S. Historic Preservation (1993) University of Pennsylvania, M.S. Historic Preservation (2009) University of Minnesota, Ph.D. Interdisciplinary Archaeological Studies Program (2002) Experience 25 years 20 years 9 years 20 years conservationsolutionsinc.com City of Palm Beach Gardens Public Art – Repair, Maintenance, and Conservation ITB No.: ITB2015-045PF July 17, 2015 Page 12 of 14 Page 12 of 15 Attachment 2: Reference Letters The following are the three (3) required client letters of reference. PCL CONSTRUCTORS CANADA INC. WEST BLOCK PROJECT 111 Wellington Street, Ottawa, Ontario K1A 0A6 • Telephone: (613) 232-1222 • Fax: (613) 238-8710 February 18, 2014 CSI Conservation Solutions ULC 8 Hartington Place Ottawa, Ontario K2P 1J1 Attention: Mr. Joseph Sembrat S e n i o r E x e c u t i v e V i c e P r e s i d e n t & S e n i o r C o n s e r v a t o r Re: West Block Rehabilitation Project P r o j e c t N o . # 1 0 0 0 1 9 2 O u r F i l e N o . : 0 2 - 0 4 5 2 0 0 Dear Joe We are pleased to provide this letter of reference for CSI. The West Block Rehabilitation project is one of the largest historic restoration projects in North America and the masonry restoration portion (valued at approximately $70M) is the largest scope element of the project. As one of Canada’s Parliament buildings, this building is Canada’s second most valued heritage structure and the level of owner oversight regarding quality and conservation practice is daunting. Our team has been challenged with a four year schedule for this work and we are now two years in and are nearing the Exterior Masonry Phase 1 completion date in several months – still on schedule. With over 150 stone masons on site and eight of the sixteen “walls” simultaneously underway, the program is simply massive. The CSI conservator group has been a cornerstone to the exterior masonry team. From your arrival in August 2012, your team has delivered the highest level of professionalism, timeliness, and diligence in working with the Masonry Consultants, Masonry Contractors, Construction Manager and the numerous heritage authorities having jurisdiction. At the same time CSI has brought a solutions based approach to the project that has kept the many stakeholders focused and the work moving forward expeditiously though many unexpected conditions. Many thanks Joe for your team’s great efforts and we look forward to moving through the second half of the project with you and the CSI team. Best regards, David R. Jenkins Construction Manager PCL CONSTRUCTORS CANADA INC. 07 -17-1 5 P0 2 :57 RCVD THE FINE ARTS CONSERVANCY S ·T ·0 ·N ·E ·L ·E ·D ·G ·E, LLC 5840 Corporate Way Suite # ll 0 West Palm Beach. Florida 33407 Bidder: The Fine Arts Conservancy/Stoneledge LLC Invitation to Bid No.: ITB201S..Q4SPF Due Date: Friday, July 17, 2015 before 3:00pm Title: Public Art-Repair, Maintenance, and Conservation Tailoring Solutions To Meet Your Needs FORTY-FIVE YEARS –A TRUSTED NAME IN CONSERVATION AND RESTORATION OF ART AND ANTIQUES 5840 Corporate Way Suite #110 West Palm Beach, Florida 33407 561.684.6133 (tel) 561.684.8508 (fax) www.art -conservation.org DOUGLASS KWART ADJUNCT CONSERVATOR OF SCULPTURE EDUCATION B.A., Metalworking/Chemistry/Biology University of Indiana M.F.A. (CAND), Conservation Sciences Institute of Fine Arts New York University PROFESSIONAL STUDIES Stone Conservation Getty Conservation Institute; University of Delaware and University of London co -sponsored Metals Conservation NACE; Johns Hopkins University REPRESENTATIVE PROJECTS Clement Meadmore Frederic Remington George Rickey David Smith Barbara Hepworth Henry Moore Constantin Brancus Frederick Mac Monnies Aristide Maillol Alberto Giacometti Alexander Calder Juan Arp Augustus Saint Gaudens Charles Marion Russell George Segal Anna Hyatt Huntington Joseph Beuys Sorel Etrog Barry Flanagan Arnaldo Pomodoro Beverly Pepper Gaston LaChaise Pablo Picasso MUSEUM COLLECTIONS Museum of Modern Art Yale University Art Gallery Thomas Gilcrease Museum Toledo Museum of Art Columbus Museum of Art Storm King Art Center Amon Carter Museum Neuberger Museum Whitney Museum of American Art University of Rochester United States Military Academy Museum, West Point CORPORATE COLLECTIONS Readers’ Digest Equitable Life Insurance CIBA/GEIGY Johnson & Johnson PepsiCo. Rolling Stone Magazine Libby Owens Ford CitiBank Art Advisory Service GOVERNMENTAL COLLECTIONS City of Charleston City of Allentown Central Park Conservancy City of White Plains State of New Jersey City of Milwaukee United States Government City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 38 SECTION 7 AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT 7.1 AFFIDAVITS The forms listed below must be completed by an official having legal authorization to contractually bind the company or firm. Each signature represents a binding commitment upon the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to be the lowest responsive and responsible Bidder. a. Conflict of Interest Disclosure Form b. Notification of Public Entity Crimes Law c. Drug-Free Work Place d. Non-Collusion Affidavit e. Sample Performance Bond Format (if required, will be requested from Bidder recommended for award) f. Sample Payment Bond Format (if required, will be requested from Bidder recommended for award) g. Sample Letter of Credit Format (if required, will be requested from Bidder recommended for award) (The remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 43 SAMPLE PERFORMANCE BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the City. Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having performed City’s obligations thereunder, the Surety may promptly remedy the default or shall promptly: a. Complete the Contract in accordance with its terms and conditions; or b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible Bidder, or if the City elects, upon determination by the City and the Surety jointly of the most responsible Bidder, arrange for a Contract between such Bidder and the City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 44 “balance of the Contract price”, as used in this paragraph, shall mean the total amount payable by the City to Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to the Contractor. Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 45 SAMPLE PAYMENT BOND FORMAT KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________ ______________________________________________________________________________, (Insert full name and address or legal title of successful Bidder) as Principal, hereinafter called Contractor, and ___________________________________________, (Name of Insurer) as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm Beach County, Florida. As Obligee, hereinafter called the City, in the amount of ___________________________________, ($________________________), for the payment whereof, Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents. WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into Contract No._____________________________ with the City in accordance with the Solicitation specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter referred as the Contract, for the performance of the following Work: ___________________________________________________________________ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Contract and of such subcontractors shall promptly make payments to all persons supplying him or them with labor, products, services, or supplies for or in the prosecution of the work provided for in such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of reasonable attorney's fees, incurred by the claimants in suits on this bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this bond is subject to the following conditions and limitations: a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the work provided for in said Contract shall have a direct right of action against the Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in the county in which the work provided for in said Contract is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. b) The Principal and Surety hereby designate and appoint _____________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 46 ________________________________________________________as the agent of each of them to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject to any suit, action or proceeding thereon that is instituted later than one year after the final settlement of said Contract. d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all the provisions of the law referring to this character of bond as set forth in any sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. Signed and sealed this _________ day of _______________________, 2014. ___________________________________ (Principal) (Seal) (Witness) (Title) (Name of Insurer) Surety (Seal) By: (Witness) (Attorney-in-Fact) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 47 SAMPLE LETTER OF CREDIT FORMAT LETTER OF CREDIT NO.: _________________ ISSUANCE DATE: _________________ APPLICANT: {Name of Corporation}___________________________ {Address}______________________________________ {City, State, Zip}________________________________ BENEFICIARY: CITY OF PALM BEACH GARDENS 10500 N. MILITARY TRAIL PALM BEACH GARDENS, FLORIDA 33410 FOR U.S.D. $_________ DATE OF EXPIRATION: ________________ WE HEREBY ESTABLISH OUR IRREVOCABLE LETTER OF CREDIT NO. _________ IN FAVOR OF THE BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER “PBG”) FOR THE ACCOUNT OF THE ABOVE-REFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank) PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOT TO EXCEED A TOTAL OF (Insert the amount of money), THE AMOUNT REFERENCED ABOVE. DEMANDS OF THE LETTER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LETTER OF CREDIT IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project} ______________________________________ (THE ‘PROJECT’). IT IS A CONDITION OF THIS LETTER OF CREDIT THAT IT WILL BE AUTOMATICALLY EXTENDED FOR PERIODS OF ONE YEAR FROM EXPIRY DATE HEREOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS LETTER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD. WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY HONORED UPON PRESENTATION TO {Name of Bank}______________________________ (THE ‘BANK’), WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LETTER OF CREDIT, IS PRESENTED PRIOR TO THE EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LETTER OF CREDIT AND UPON City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 48 PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL. DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO: {Name of Bank Branch}_______________________________ {Address}__________________________________________ {City, State, Zip}_____________________________________ ATTN: {Department} _________________________________ ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF SAME WITH THE AMOUNT OF EACH DRAWING BY US. PARTIAL DRAWINGS ARE PERMITTED. THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED “DRAWN UNDER {Name of Bank} ____________________________ LETTER OF CREDIT NUMBER _____________ DATED ____________________, 20__.” THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, (2007 REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LETTER OF CREDIT SHALL BE PALM BEACH COUNTY, FLORIDA. {Name of Bank}_________________________ BY: ______________________________ {Name}_____________________ {Title}______________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 49 SECTION 8 SAMPLE AGREEMENT FORMAT Below is the standard agreement format for this Invitation to Bid. This is a sample agreement only and is subject to revisions. PLEASE DO NOT COMPLETE. AGREEMENT THIS AGREEMENT is hereby made and entered into this ____ day of ____________, 20__, (the “effective date”) by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”), whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and _____________, a corporation (hereafter referred to as “Contractor”), whose address is ______________. WHEREAS, the City desires to retain the services of the Contractor to provide the goods and services in accordance with the City’s Invitation to Bid No. , and the Contractor’s response thereto, all of which are incorporated herein by reference. NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth, the Contractor and the City agree as follows: ARTICLE 1. INCORPORATION OF INVITATION TO BID The terms and conditions of this Agreement shall include and incorporate the terms, conditions, and specifications set forth in the City’s Invitation to Bid No. ________, and the Contractor’s response to the Invitation to Bid, including all documentation required thereunder. ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES The Contractor shall provide the goods and/or perform those services identified in the specifications accompanying the City’s Invitation to Bid, which are incorporated herein by reference. ARTICLE 3. COMPENSATION The City shall pay to the Contractor, in compliance with the Pricing Schedule attached hereto and incorporated herein, according to the terms and specifications of the referenced Invitation to Bid. ARTICLE 4. MISCELLANEOUS PROVISIONS a. Notice Format. All notices or other written communications required, contemplated, or permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or mailed by registered or certified mail (postage prepaid), return receipt requested, to the following addresses: City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 50 i. As to the City: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Manager Email: ii. with a copy to: City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, Florida 33410 Attn: City Attorney Email: iii. As to the Contractor: Attn.: Email: b. Headings. The headings contained in this Agreement are for convenience of reference only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement. c. Effective Date. The effective date of this Agreement shall be as of the date it has been executed by both the parties hereto. ARTICLE 5. CONTRACT TERM This term of this Agreement shall be from the effective date through ___________, 20__, unless terminated earlier in accordance with terms set forth in the ITB. (Remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 51 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written. CITY OF PALM BEACH GARDENS, FLORIDA [SEAL] By: ______________________________________ Ronald M. Ferris, City Manager ATTEST: By: ____________________________ Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: ____________________________ R. Max Lohman, City Attorney , By: ______________________________________ Print Name: ________________________________ Title: _____________________________________ WITNESS: By: ___________________________________ Print Name: ____________________________ City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 52 SECTION 9 EXHIBITS 9.1 ATTACHMENTS 1. WTC Artifacts Program ART OF RESTORATIO N The Fine Arts Conservancy in Florida has the expertise and resources to restore everyth ingfro m a cherished family heirloom to a Rembrandt with levels qf care and skill that are second to none 561.684.6133 (tel) 561.684.8508 (fax) www .art-conservation.org THE FINE ARTS CONSERVANCY S ·T ·0 ·N ·E ·L ·E ·D ·G ·E, U.C Reprinted from the ROLLS-ROYCE OWNERS CLUB YEARBOOK G ordon Lewis became a conservator by accident, literally. "I owned a pre-Columbian figurine that dated back to the 12th oentury, which I accidentally dropped and Slllll5hed," he say.. "I'd always been fascinated with art, and as it was ..urth about $15,000, I wanted to restore it." The project was so successful that Gordon left his job in corporate insurance to qualifY as a full~time art conservator. Initially, Gordon worked as an independent conservator, specializing in three-dimensional objects. He quickly built an imp=sive dientele. "I found that theft' was a high d~mand for all types of highly skilled consetvators who work on priceless art, yet no single central consonium for clients to access," he explains. "So I decided to create one." Industry leader Established in 1977, The Fme Arts Consetvancy is now one of the leading co~rvation centers in the USA It has a 5000 sq ft laboratory in Palm Beach, Florida with separate arras for objects and sculpture, and painting and paper conservation, as ~u as diagnostic and technical examination. Its highly skilled consetvators deliver a combination of quality worlunanship and experience to conduct scientific analysis, condition repons, insurance appraisals, and, of course, the restoration of valuable works of art. As well as private colkcton, the consetvancy works with mo~ than 40 m~ums, including the National Gallery of An in Washington and The Metropolitan Museum oi An in New York. "Many oi our clients ...., high-net-worth peopl< "WE RESTORED A PORTRAIT OF GEORGE WAS H INGTON. HISTORIA"<S CONSIDER IT MORE \\>\LUABLE TO AMERICA THAN THE UBERlY BElL" who have moved from New York, Chicago, or Cincinnati down to Florida," Gordon explains. "Moving companies often aren't very caJefui, so pieces come to us with water damage, scratches, or missing parts." The conservancy has seen some of the an world's great treasures pass through its doors, from paintings by Dutch Master Rembrandt to the German anist Anselm Kiefr-r. "We've dealt with som• truly priceless works oi art," Gordon says. "We worVd on a Rubens of incalculable value, and restored an 18th-century standing portrait oi Georse Washington, painted by Gilbert Stuart in 1789. He painted six, one of which sits in the \Vhite House. Historians consider it to be mo~ valuable to America than the Liberty Bell." Other memorable objects include an exquisite dress spun from sotid gold thread that belonged to an Indian rnaharlYa, a Dutch painting riddled with holes made by artillery shells during the American Civil Wa.; and a mural by legendary New Torker cartoonistjarnes Thurber. Conservation ezpertise Of coune, not all ..urb ...., deemed to be of national importance or worth many millions, but no matter what the piece, The Fine Art Conservancy's attention to detail is always of the highest level. "Consetvation is very much a science," says Gordon. "Today's conservator has at least a master's degree, and often a PhD in chemistry or one of the physical sciences we don't want to do anything that might compromise the piece itself. We also make sure that whatever we do is as revenible as poss~ble, in case that might be called for in the futul'e." What can happen if untrained restorers do not sbow such knowledge and skill is illustrated by an infamous instance when Gordon received an 18th-century Italian painting of a goatherd and his tlock. "It was a lovely piece," be says. ''There was only one problem: the original painting bad 12 goats, but when it came back to the owner from the restorer, there were only three." Thankfully, The Fme Arts Consetvancy managed to bring th• missing animals back to their former glol")' Proof, if proof were needed, that an experienced conservator is priceless when it comes to preserving valuable art. Wll!U1atl~., THE FINE ARTS CONSERVANCY S ·T ·0 ·N ·E ·L ·E ·D ·G ·E, LLC 561.684.6133 (tel) 561.684.8508 (fax) www.art-conservation.org PAINTINGS SCUl:PfURE AND DECORATIVE ARTS Museums, dealers, and collectors consider us the experts in contemporary, antique, archeological, and ethnographic sculpture and decorative arts from Europe, America, Asia and tribal regions. We clean, conserve, and restore metals, such as bronze, aluminum, silver, iron, and Corten steel. We also deal with unpainted and polychrome wood, ceramics, enamel, ivory, lacquer, and other materials. We conserve and restore outdoor sculpture, apply protective coating, and maintain them. Our skilled conservators expertly clean, conserve, and restore both contemporary and traditional paintings: Old Master, Impressionist, 19th century, Modern, and Contemporary. We undertake oil, tempera, and acrylic paintings on canvas, panel, metal, board, and paper. MASTER FRAMING AND PERIOD FRAMES We take preservation framing to the highest conservation standards using our extraordinary selection of custom made traditional and contemporary frames. PAPER AND BOOKS We perform treatments for conservation, stabilization, and restoration of works on paper in all media -including collage, drawings, paintings, and prints. Our work also encompasses architectural drawings, books, document, maps, and parchment artifacts. Additionally, we can retrofit your frame to conservation standards. Our staff has developed many important innovations in conservation framing, which are now standard in museums and major collections. ''A Conservator should 11. approach the work of art with humility, never losing sight that it is the conservators' job to interpret the artist. No more serious responsibility can befall anyone. '' -Gordon A. Lewis, Jr. Director anu Senior Vice-president ~ FURNITURE AND GILTWOOD Our experts in European, American, and Oriental furniture treat structural problems, perform conservation and preservation of original wood and lacquer surface finishes, painting, original gilding, restoration of missing elements, and treatment of painted and gilded furniture within museum conservation ethical guidelines. ART OF RESTORATION "The Fine Arts Conservancy in Florida has the expertise and resources to restore everything from a cherished family heirloom to a Rembrandt with levels of care and skill that are second to none." Rolls-Royce Owners Club Yearbook Four Decades A trusted name in the conservation and restoration of art and antiques West Palm Beach 561.684.6133 • Miami 305.444.6282 lab@art -conservation.org www.art-conservation.org )-4 u z ~ ~ ~ Cf) j z 0 ~ u (.!) Q Cf) Ill E--4 ...1 ~ Ill < z 0 ~ f-o z til ~ ~ ~ ::r: ~ en "" "" "" cv; co '<T c:::i c:> cq >< u.J ""C Q) u... 0 {!) c:::i c:> co .-' E 0 (.) ~ "'C Q) - fecEx ~NEW .. dE> Tttcting Number 8083 6519 9603 2 3 Express From Date '} fJ tel 20-f sandarv· ~ Nama Vl~ ~ To Racipiant's /1 • L. c I II Name ~ 1 ry -,e}/',__.. <.~-----··· Uae this lint for tM HOlD locltion tddreu or for continuation of your ahipping tddr .. a. ZIP '00'4 \{) L IIIII ~ 11111111111 8083 6519 9603 07 -17- Fomt IONo. 0200 ·~ 4 Express Package Service ·t·--NOre Somc;e ..... hoi cllaotod. P1ooM uloct corefully. Next Business Day D H!dEx Standard Overnight NtJCibuslnessaft8rro:n• -0--,NOT-. bck~uptD1SOibs. ,.,~r;:,:;.-:,"%; 2 or 3 Business Days CD' 5 Packaging ·-~ 0 H!dEx Envelope• .x,:edEx Pak• O fed~ Box D H!dEx Tuba i 0 Other n 0 3 6 Special Handling and Delivery Signature Options SATURDAY Delivery NCJf.,......llt Fed& ~~FedEx2D1yA.M~ orF.c!Ex &pr.u Slv. . Indirect SianatlJre D "nooneis!Mlabltltrecipilnts lddftss,IOn'IIOMitl~ ....... ...., ............... ... ..-..-. ........ ....... D ~X,c:uN!MS •---ko 0 Cargo Aircraft Only 7 Payment Bill to: r---fod&Acci.No.w CtooliltnNo.-.---, ~~ent ThirdParty CreditCard To!BI P\kages Total Weight -t k Rw. Oatel/ll• Part 1117002 •C2012: Fedb:•PRINTED IN U.S.A. SRF I U59£flt ~ "' ~ 07 -1 0-15P02 :45 RCVD o{fi tt , l-IM crt/ cl v/L { 0 c;O 1> N«tVt w u ~ 1r"-i I r~l~ ~c.J.t ~~( FL-)>'fto t 1£3 No . ~ I~ tJ)lS-OlfS PF-/t flt.-: • P.J.It,.-f/-rf-fU.j'--''rr ;t1a.'Y1flY1Mt CR-t tM'I J U nst~v4ib Y!" DrAt Ja.k ~ :JJ7 lo 1 ?PI S ) ~oor' ~ rt ~s---rtpl~ FJ ~ J>Adup..-~ c ~ Uv.t-Lw ~ r~ R.~ 'F ---                 Proposal  for  Conservation  Treatment  of     Nine  Public  Artworks   Located  in  the     City  of  Palm  Beach  Gardens,  Florida   ITB2015-­‐045PF     Prepared  for:  The  City  of  Palm  Beach  Gardens   Florida     Prepared  by:  Claudia  Chemello     Co-­‐founder  and  Senior  Conservator     734  358-­‐4854     July  8,  2015                   2   Km!  Ra,  Purchasing  and  Contracts  Director   City  of  Palm  Beach  Gardens   10500  North  Military  Trail     Palm  Beach  Gardens,  FL  33410   561.799.4134     July  9,  2015     To  the  City  of  Palm  Beach  Gardens,     Terra  Mare  Conservation,  LLC  (TMC)  is  pleased  to  provide  this  offer  for  services  in   response  to  Invitation  to  Bid  #  2015-­‐045PF  for  professional  conservation  services  of   nine  (9)  public  sculptures  and  artworks  by  various  artists  located  in  the  City  of  Palm   Beach  Gardens.     TMC  have  broad  experience  in  the  examination,  conservation  and  preservation  of   cultural  heritage  with  specific  strengths  in  the  preservation  of  sculpture  and  historic   objects.  Treatment  of  metal  artifacts,  particularly  sculpture,  is  one  of  our  specialties   (early  16th  to  20th  century).       Although  a  young  conservation  firm,  formed  in  2012,  Terra  Mare  Conservation  has   extensive  experience  in  the  conservation  of  cultural  heritage.  The  two  founding   principals  of  TMC,  Claudia  Chemello  and  Paul  Mardikian,  each  have  over  25  years  of   conservation  experience  and  are  prominent  in  the  conservation  field.  They  have   worked  for  numerous  national  and  international  cultural  heritage  institutions  on  a   wide  range  of  historic,  archaeological  and  industrial  objects,  and  excel  at  complex   conservation  projects  requiring  custom  solutions.     TMC  will  partner  with  a  Miami-­‐based  professional  conservation  practice,  Caryatid   Conservation  Services,  Inc.  (CCS),  to  ensure  that  the  treatment  and  maintenance  of  the   sculptures  meets  the  required  scope  of  work  and  specified  maintenance  schedule.  CCS                   3   has  wide-­‐ranging  experience  in  the  conservation  and  maintenance  of  cultural  heritage,   particularly  sculpture.     Thank  you  for  the  opportunity  to  submit  a  cost  estimate  for  this  wonderful  project.     Please  do  not  hesitate  to  contact  me  if  you  require  further  information.           This  proposal  was  submitted  as  hard  copy  and  digital  copy  (on  a  thumb  drive)  to  the   City  of  Palm  Beach  Gardens.        Yours  sincerely         Claudia  Chemello   Co-­‐founder|Senior  Conservator   734.358.4854                       4   Table  of  Contents   Inclusions  in  this  package  .........................................................................................................  5   Company  Information  .................................................................................................................  6   Staff  and  Qualifications  ........................................................................................................................  6   Annotated  Statement  of  Work  and  Schedule  of  Completion  ..........................................  9   1.  Triptych  by  Tim  Prentice  .............................................................................................................  9   2.  Contiguous  Currents  by  Costas  Varotsos  ..............................................................................  10   3.  Double  Rainbow  by  Lila  Katzen  ..............................................................................................  11   4.  Astralis  by  Wendy  Ross  ..............................................................................................................  12   5.  Be  Right  Back  by  Mark  Fuller  ...................................................................................................  13   6.  Sandhill  Crane  by  Geoffrey  C.  Smith  .......................................................................................  14   7.  9/11  Memorial,  WTC  Artifacts  Program  ...............................................................................  14   8.  John  D.  MacArthur  by  Zenos  Frudakis  ..................................................................................  15   9.  Artistic  Bus  Shelters  by  Mark  Fuller  .....................................................................................  16   Exclusions/Caveats  ...................................................................................................................  18   Appendices  ..................................................................................................................................  19   Appendix  A:  Certificate  of  Insurance  .............................................................................................  19   Appendix  B:  Forms  to  return  with  proposal  (from  ITB)  .........................................................  19   Appendix  C:  Letter  of  Commitment  from  Caryatid  Conservation  Services,  Inc.  .............  19   Appendix  D:  Three  (3)  letters  of  reference  from  previous  or  current  clients  familiar   with  our  work  ........................................................................................................................................  19   Appendix  E:    Curriculum  Vitae  for  Claudia  Chemello,  Paul  Mardikian  and  Stephanie   Hornbeck  ................................................................................................................................................  19                   5   Inclusions  in  this  package     The  following  documents,  as  specified  in  the  ITB,  are  included  in  this  package     • Bid  Submittal  Form  -­‐  p.33  of  the  ITB   • Pricing  Schedule  -­‐  Section  4,  p.34  of  the  ITB   • Acknowledgement  of  Addenda  -­‐  Section  5,  p.35  of  the  ITB   • Bid  Submittal  Signature  Page  -­‐  Section  6,  p.37  of  the  ITB   • Conflict  of  Interest  Form  -­‐  Section  7,  p.  39  of  the  ITB   • Notification  of  Public  Entity  Crimes  -­‐  Section  7,  p.40  of  the  ITB   • Drug-­‐Free  Workplace  -­‐  Section  7,  p.41  of  the  ITB   • Non-­‐Collusion  Affidavit  -­‐  Section  7,  p.42  of  the  ITB       The  following  documents  are  also  included  in  support  of  this  application:     • Narrative,  including  company  profile     • CV’s  for  Chemello,  Mardikian  and  Hornbeck   • Letter  of  Commitment  from  Caryatid  Conservation  Services,  Inc.   • Three  (3)  letters  of  recommendation  from  professionals  familiar  with  our  work   • Insurance  certificate  as  specified                       6   Company  Information   Terra  Mare  Conservation,  LLC  (TMC)  is  a  private  conservation  practice  specializing  in   the  conservation  of  archaeological,  architectural,  fine  art,  and  industrial  cultural   heritage.  We  are  a  Charleston  South  Carolina  based  small  business  with  pending   HUBZone  status.  TMC  has  extensive  expertise  in  the  examination,  conservation  and   preservation  of  cultural  heritage.  Treatments  of  metal  and  composite  artifacts  are  one   of  our  specialties,  including  sculpture,  weaponry,  industrial  and  large-­‐scale  artifacts.   We  also  conserve  a  broad  range  of  other  materials  including  stone,  ceramic,  wood,   glass  and  modern  materials,  in  addition  to  artifacts  recovered  from  a  wet  environment.       TMC  partner  and  collaborate  with  numerous  cultural  heritage,  museum,  and  historic   preservation  colleagues  in  the  United  States  and  internationally.  We  embrace  a   comprehensive  preservation  philosophy  and  are  committed  to  conservation  that   supports  integrated  planning,  collaboration  and  the  development  of  custom  strategies   for  cultural  property.  Our  solution-­‐based  approach  is  consultative  and  adaptive,  not   prescriptive.  We  apply  deep,  cross-­‐industry  knowledge  and  expertise  along  with  best   practices  and  lessons  learned  from  implementing  and  managing  conservation  projects   around  the  globe.   Staff  and  Qualifications   Claudia  Chemello  and  Paul  Mardikian,  co-­‐founders  and  senior  conservators,  are   professionally  trained  and  have  graduate-­‐level  degrees  in  the  conservation  of  cultural   material.  Both  Mardikian  and  Chemello  have  over  25  years  of  practical  experience  in   the  conservation  of  cultural  heritage.  Both  have  provided  services  for  previous  clients   on  numerous  sculpture  conservation  projects.       In  addition,  we  hold  Fellow  (Chemello)  and  Professional  Associate  (Mardikian)   membership  (peer-­‐reviewed)  of  the  American  Institute  for  the  Conservation  of   Historic  and  Artistic  Works  (AIC),  and  are  members  of  other  international  professional                   7   conservation  organizations.  Chemello  is  the  Coordinator  of  the  Metal  Working  Group  of   the  International  Council  of  Museums  Committee  for  Conservation,  a  leading   international  specialty  group  concerned  with  the  conservation  and  study  of  metallic   cultural  heritage,  including  sculpture.  Our  specialized  training  also  includes  OSHA   3115  Fall  Protection,  Radiation  Safety  and  Crane  Operation.       We  consistently  meet  and  exceed  the  Code  of  Ethics  and  Guidelines  for  Practice  as  set   forth  by  our  professional  body,  AIC.  This  is  recognized  by  our  professional  body  and   our  peers  in  conferring  peer  reviewed  status.  Mardikian  and  Chemello  have  both   published  widely  in  the  conservation  field  and  are  frequent  contributors  to  our   community  through  conference  organization  and  participation,  invited  lectures  and   professional  service.  All  work  on  archaeological  and  historic  material  shall  be   accomplished  in  accordance  with  the  Curation  of  Federally  Owned-­‐  and  Administered   Archaeological  Collections  (36  CFR  79)  guidelines,  and  the  Secretary  of  the  Interior’s   Standards  and  Guidelines  for  Archaeology  and  Historic  Preservation  (48  FR  44716).         Our  past  and  current  performance  includes  treatment  of  cultural  material  for  the   Department  of  Defense,  The  United  States  Marine  Corps,  the  Airborne  Special   Operations  Museum  Foundation,  the  United  States  Navy  Naval  History  and  Heritage   Command,  The  Kansas  Cosmosphere  &  Space  Center,  The  National  Parks  Service  and   the  Montana  Preservation  Alliance,  among  many  others.  The  majority  of  these  projects   have  included  treatment  of  diverse  metal  artifacts  and  sculpture,  at  which  we  excel.     TMC  will  perform  all  initial  repairs,  treatments,  documentation,  and  research,  and  are   responsible  for  establishing  and  maintaining  conservation  standards  throughout  the   project.  Individually  and  collectively  they  review  and  approve  all  work  to  ensure  that  it   complies  with  the  above  standards  and  industry  best  practices.  For  this  project,  we  will   partner  with  Caryatid  Conservation  Services,  Inc.  (CCS),  a  leading  conservation  firm  in   South  Florida  with  extensive  experience  in  documentation,  treatment  and  maintenance   of  outdoor  sculpture  and  artifacts.  CCS  will  provide  treatment  and  maintenance  for  the                   8   sculpture  named  in  this  ITB.  CV’s  for  Chemello,  Mardikian  and  Hornbeck  are  included   in  this  package.                     9   Annotated  Statement  of  Work  and  Schedule  of  Completion       The  following  statement  of  work  is  derived  from  that  provided  in  the  ITB  document.   TMC  noted  numerous  discrepancies  in  the  ITB  document.  These  have  been  detailed   below.  Additional  information,  where  appropriate  to  the  treatment  has  also  been   added  below.     The  cost  estimate  below  is  also  included  in  Section  4,  Pricing  Schedule,  attached  to  this   proposal.  Please  note  that  all  figures  provided  on  the  Pricing  Schedule  are  inclusive  of   labor,  travel  and  travel-­‐related  costs,  and  materials.     1. Triptych  by  Tim  Prentice     Description:  Triptych  is  a  large  scale  kinetic  sculpture  installed  in  the  City  Hall  lobby   suspended  from  the  ceiling.     Treatment:  The  treatment  will  follow  the  recommendations  provided  by  RLA,  p.20  of   the  ITB.  The  initial  treatment  would  be  carried  out  by  TMC.  The  quarterly  maintenance   (x  4/year)  would  be  carried  out  by  CCS.     TMC  recommends  use  of  an  environmentally  friendly  corrosion  inhibitor,  appropriate   for  the  aluminum  and  stainless  steel  elements.  The  inhibitor  can  be  added  to  the   cleaning  protocol,  to  combine  both  steps.  This  option  has  not  been  priced.       Schedule  of  Completion:     Repair:  28  hrs  (~3.5  days)  is  estimated  for  sculpture  repair.   Maintenance:  11  hours  (~1.5  days)  is  estimated  per  quarter  for  sculpture   maintenance.                     10   The  initial  treatment  would  be  carried  out  by  TMC.  The  quarterly  maintenance  (x   4/year)  would  be  carried  out  by  CCS.   2. Contiguous  Currents  by  Costas  Varotsos     Description:  Contiguous  Currents  is  a  monumental  outdoor  installation,  made  from   painted  and  curved  steel  I-­‐beams,  and  stacks  of  plate  glass  placed  in  the  lower  portion   of  the  curved  I-­‐beams.     Treatment:  As  per  the  recommendations  provided  by  RLA,  p.22-­‐23  and  29-­‐30  of  the   ITB.  RLA  recommended  that  the  sculpture  be  maintained  twice  a  year,  not  every  two   months.  However,  the  Pricing  Schedule  indicates  a  bi-­‐monthly  maintenance  schedule   and  the  cost  estimate  reflects  that.         Note:  TMC  recommends  that  for  full  conservation,  application  of  a  new  coating  system   over  the  existing  coating  only  be  considered  if  the  old  coating  system  is  in  acceptable   condition.  If  the  existing  coating  is  acceptable,  rather  than  just  scarifying  the  current   paint  system  for  adhesion  of  the  new  system,  all  old  loose  paint  should  be  thoroughly   removed  prior  to  application  of  the  new  system.     If  the  old  coating  system  is  not  acceptable,  then  full  removal  should  be  undertaken   prior  to  application  of  the  new  system.  The  artist  should  be  consulted  about  the  paint   system,  if  possible.  The  location  of  the  sculpture  in  an  aggressive  environment  must  be   taken  into  account  when  deciding  on  the  final  system  implemented.     If  a  new  coating  system  is  used,  TMC  recommends  that  it  is  not  waxed.  This  would  not   be  necessary  if  the  correct  system  is  used,  and  demands  more  resources  for   maintenance.     Whether  partial  or  full  conservation,  TMC  recommends  use  of  an  environmentally   friendly  corrosion  inhibitor,  appropriate  for  the  ferrous  substrate.  The  inhibitor  could                   11   be  added  to  the  washing  protocol,  to  combine  both  steps.  This  option  has  not  been   priced.       Schedule  of  Completion:     Repair:  62  hours  (~8  days)  is  estimated  for  partial  sculpture  conservation.  This  could   be  carried  out  twice  a  year,  as  recommended  by  RLA.     Full  Conservation:  88  hours  (~11  days)  is  estimated  for  full  conservation  of  this   sculpture,  including  repainting.     Partial  Conservation:  this  is  represented  by  the  cost  above  for  ‘repair’.   Maintenance:  13  hours  (~1.5  days)  is  estimated  every  two  months  (bi-­‐monthly)  for   sculpture  maintenance.     The  initial  treatment  would  be  carried  out  by  TMC.  The  bi-­‐monthly  maintenance  (x   6/year)  would  be  carried  out  by  CCS.     3. Double  Rainbow  by  Lila  Katzen     Description:  Double  Rainbow  is  a  large  sculpture  made  from  Corten  steel  and  stainless   steel  plates  that  intersect  near  the  top  of  the  sculpture.     Treatment:  As  per  the  recommendations  provided  by  RLA,  p.23-­‐24  of  the  ITB.  RLA   recommended  that  the  sculpture  be  maintained  twice  a  year,  not  bi-­‐monthly.  However,   the  Pricing  Schedule  indicates  a  bi-­‐monthly  maintenance  schedule  and  the  cost   estimate  reflects  that.       Note:  For  all  treatment  and  maintenance  of  this  sculpture,  TMC  recommends  use  of  an   environmentally  friendly  corrosion  inhibitor,  appropriate  for  the  ferrous  and  stainless   steel  elements.  The  inhibitor  could  be  added  to  the  washing  protocol,  to  combine  both   steps.  This  option  has  not  been  priced.                       12   Schedule  of  Completion:   Repair:  8  hours  (1  day)  is  estimated  for  sculpture  repair.   Full  Conservation:  16  hours  (2  days)  is  estimated  for  full  conservation.   Maintenance:  6.5  hours  (~3/4  day)  is  estimated  every  two  months  (bi-­‐monthly)  for   maintenance.     TMC  would  undertake  the  repair  or  the  full  treatment.  CCS  would  undertake  the  bi-­‐ monthly  maintenance  (x  6/year).     4. Astralis  by  Wendy  Ross     Description:  Astralis  is  a  four-­‐part  installation  set  around  the  PGA  flyover  bridge.  Each   installation  consists  of  aluminum  mesh  petals  and  a  large  spherical  flower  head  made   from  welded  steel  and  steel  springs.     Treatment:  As  per  the  recommendations  provided  by  RLA,  p.23-­‐24  of  the  ITB.     Note:  The  controversy  surrounding  this  sculpture  is  noted.  For  treatment  and   maintenance  of  this  sculpture,  TMC  recommends  use  of  an  environmentally  friendly   corrosion  inhibitor,  appropriate  for  the  aluminum,  stainless  steel,  and  potentially  other   metal  elements.  The  inhibitor  could  be  added  to  the  washing  protocol,  to  combine  both   steps,  and  would  potentially  assist  with  the  spotting  on  the  metal  surfaces  caused  by   water  pooling  as  it  dries.  This  option  has  not  been  priced.       If  the  specified    “commercial  stainless  steel  cleaner  and  sealer”  is  necessary,  TMC   recommends  that  this  is  tested  prior  to  use  to  determine  its  appropriateness  for  the   metal  substrate.     Schedule  of  Completion:   Repair:  34  hours  (~4  and  1/4  days)  is  estimated  for  sculpture  repair.                   13   Maintenance:  18  hours  (~  2  days)  is  estimated  every  two  months  (bi-­‐monthly)  for   maintenance.     TMC  would  undertake  the  repair  or  the  full  treatment.  CCS  would  undertake  the  bi-­‐ monthly  maintenance  (x  6/year).     5. Be  Right  Back  by  Mark  Fuller     Description:  The  sculpture  is  a  cast  aluminum  briefcase  with  a  cast  cup,  donut,  and   keys  sitting  on  top  of  the  case.  The  whole  piece  is  bolted  to  a  park  bench  and  appears   to  have  been  left  there  as  if  the  owner  walked  away.     Treatment:  As  per  the  recommendations  provided  by  RLA,  p.26  of  the  ITB  document.   In  the  treatment  protocol  outlined  by  RLA,  it  states,  “The  corroded  area  should  be   cleaned  thoroughly  of  old  rust,  properly  primed,  and  painted.”  It  is  unclear  why   priming  and  painting  is  recommended  since  the  sculpture  is  not  currently  painted.  For   treatment  and  maintenance  of  this  sculpture,  TMC  recommends  use  of  an   environmentally  friendly  corrosion  inhibitor,  appropriate  for  the  aluminum  and   ferrous  elements.  The  inhibitor  could  be  added  to  the  washing  protocol,  to  combine   both  steps.  This  option  has  not  been  priced.     Schedule  of  Completion:   Repair:  4  hours  is  estimated  for  sculpture  repair.   Maintenance:  3  hours  is  estimated  every  three  months  (quarterly)  for  maintenance.     TMC  would  undertake  the  repair  or  the  full  treatment.  CCS  would  undertake  the   quarterly  maintenance  (x  4/year).                     14   6. Sandhill  Crane  by  Geoffrey  C.  Smith     Description:  Sandhill  Crane  is  a  life-­‐size  sculpture  of  a  crane  alighting  with  its  wings   outstretched.  The  sculpture  is  made  from  cast  bronze.     Treatment:  As  per  the  recommendations  provided  by  RLA,  p.26  of  the  ITB  document.   For  treatment  and  maintenance  of  this  sculpture,  TMC  recommends  use  of  an   environmentally  friendly  corrosion  inhibitor,  appropriate  for  the  bronze  substrate.  The   inhibitor  could  be  added  to  the  washing  protocol,  to  combine  both  steps.  This  option   has  not  been  priced.     TMC  recommends  that  the  previously  applied  wax  coating  be  removed  at  least  once   every  two  years,  prior  to  reapplication  of  a  new  wax  coating.  This  prevents  wax  build   up  in  recesses  of  the  sculpture  that  can  obscure  surface  detail.     Schedule  of  Completion:   Repair:    8  hours  (~1  day)  is  estimated  for  sculpture  repair.   Maintenance:    5.5  hours  is  estimated  twice  a  year  (semi-­‐annual)  for  maintenance.     TMC  would  undertake  the  repair  or  the  full  treatment.  CCS  would  undertake  the  semi-­‐ annual  maintenance  (x  2/year).     7. 9/11  Memorial,  WTC  Artifacts  Program     Description:  The  installation  is  a  memorial  to  the  terrorist  attack  on  New  York  in   September  2001.  The  memorial  is  centered  on  a  three  story  steel  column  from  the   World  Trade  Center,  specifically,  a  perimeter  column  spandrel  assembly,  that  is   surrounded  by  10  glass  panels  that  record  the  names  of  the  individuals  who  lost  their   lives  in  the  terrorist  attack.  There  are  also  six  text  panels  that  describe  the  installation   and  the  timeline  of  the  September  11,  2001  attacks.                   15     Treatment:  As  per  the  recommendations  provided  by  RLA,  p.28  of  the  ITB  document.   Additionally,  the  Pricing  Schedule  calls  for  an  estimate  for  full  conservation  of  the   memorial,  however,  no  special  conservation  requirements  or  details  are  provided  by   RLA  beyond  the  repair  and  maintenance  described  on  p.28.    Therefore  the  cost  for   ‘repair’  and  ‘full  conservation’  were  the  same  in  our  estimate.     Note:  The  steel  is  described  as  Corten  in  the  ITB  document,  and  possible  as  304.  This   steel  is  not  Corten  (weathering  steel)  or  304  stainless  steel.  It  is  A-­‐36,  a  common   structural  steel.       For  treatment  and  particularly  for  maintenance  of  this  memorial,  TMC  highly   recommends  use  of  an  environmentally  friendly  corrosion  inhibitor,  appropriate  for   the  A-­‐36  steel  of  the  memorial,  as  well  as  the  stainless  steel  used  on  the  glass  panels   and  in  support  of  the  steel  column.  The  inhibitor  could  be  added  to  the  washing   protocol,  to  combine  both  steps.    This  would  potentially  also  assist  with  the  streaking   noted  on  the  stainless  steel.  This  option  has  not  been  priced.     Schedule  of  Completion:   Repair:  14  hours  (~1  and  3/4  days)  is  estimated  for  sculpture  repair.   Full  Conservation:  14  hours  (~1  and  3/4  days)  is  estimated  for  sculpture  repair.   Maintenance:      9  hours  (~  1  day)  is  estimated  every  two  months  (bi-­‐monthly)  for   maintenance.     TMC  would  undertake  the  repair  or  the  full  treatment.  CCS  would  undertake  the  bi-­‐ monthly  maintenance  (x  6/year).     8. John  D.  MacArthur  by  Zenos  Frudakis                     16   Description:  The  sculpture  is  a  larger  than  life  size  cast  bronze  of  John.  D.  MacArthur.   The  sculpture  sits  on  a  plinth  of  bronze,  atop  a  granite  pedestal.     Treatment:  The  treatment  will  follow  the  recommendations  provided  by  RLA  on  p.29   of  the  ITB  document.  For  treatment  and  maintenance  of  this  sculpture,  TMC   recommends  use  of  an  environmentally  friendly  corrosion  inhibitor,  appropriate  for   the  bronze  substrate.  The  inhibitor  could  be  added  to  the  washing  protocol,  to  combine   both  steps.  This  option  has  not  been  priced.     Note:  RLA  recommends  that  the  sculpture  be  maintained  twice  a  year,  not  bi-­‐monthly.   However,  the  Pricing  Schedule  indicates  a  bi-­‐monthly  maintenance  schedule  and  the   cost  estimate  reflects  that.  TMC  agree  that  a  twice-­‐yearly  maintenance  schedule  is   appropriate  for  this  sculpture.     TMC  recommends  that  the  previously  applied  wax  coating  be  removed  at  least  once   every  two  years,  prior  to  reapplication  of  a  new  wax  coating.  This  prevents  wax  build   up  in  recesses  of  the  sculpture  that  can  obscure  surface  detail.     Schedule  of  Completion:   Repair:  7  hours  (~1  day)  is  estimated  for  sculpture  repair.   Maintenance:      4  hours  is  estimated  every  two  months  (bi-­‐monthly)  for  maintenance.     TMC  would  undertake  the  repair  or  the  full  treatment.  CCS  would  undertake  the  bi-­‐ monthly  maintenance  (x  6/year).     9. Artistic  Bus  Shelters  by  Mark  Fuller     Description:  The  bus  shelters  feature  green  flora  and  fauna  panels.                     17   Treatment:  The  treatment  will  follow  the  recommendations  provided  on  p.  31-­‐32  of   the  ITB  document.       Note:  The  number  of  bus  shelters  was  not  specified.  The  price  quoted  and  the  time   estimate  is  for  one  shelter.     Schedule  of  Completion:   Repair:  7  hours  (~1  day)  is  estimated  for  repair.   Maintenance:    3.5  hours  is  estimated  every  four  months  (quarterly)  for  maintenance.     TMC  would  undertake  the  repair  or  full  treatment.  CCS  would  undertake  the  quarterly   maintenance  (x  4/year).                                           18   Exclusions/Caveats   • This  proposal  is  for  conservation  treatment  of  the  nine  (9)  artworks  named  in   this  proposal  and  does  not  include  treatment  of  any  additional  artwork  at  this   stage.  TMC  note  that  the  ITB  specifically  notes  that  additional  artworks  may  be   added  to  the  term  contract,  but  this  would  be  firstly  discussed  and  addressed  in   writing.  Any  additional  work  will  be  priced  separately  and  agreed  on  by  both   parties  prior  to  continuation.     • This  is  an  estimate  and  not  a  contract.  No  conservation  work  will  commence   until  a  contract  has  been  signed.     • This  proposal  is  subject  to  the  acceptance  of  the  terms  and  conditions  of  the   contract/agreement.     • TMC  are  not  responsible  for  any  delays  or  damages  beyond  our  control.   • This  estimate  is  good  for  60  days.   • This  price  does  not  include  any  special  insurance,  permits,  licenses  or  bonds.         Confidentiality  Obligations:  This  cost  estimate  and  all  proprietary  information   provided  by  Terra  Mare  Conservation,  LLC  is  confidential.                                     19   Appendices     Appendix  A:  Certificate  of  Insurance   Appendix  B:  Forms  to  return  with  proposal  (from  ITB)   Appendix  C:  Letter  of  Commitment  from  Caryatid  Conservation  Services,  Inc.   Appendix  D:  Three  (3)  letters  of  reference  from  previous  or  current  clients   familiar  with  our  work   Appendix  E:    Curriculum  Vitae  for  Claudia  Chemello,  Paul  Mardikian  and   Stephanie  Hornbeck                                     UNITED STATES MARINE CORPS REGIONAL CONTRACTING OFFICE PARRIS ISLAND PO BOX 5069 PARRIS ISLAND, SOUTH CAROLINA 29905-5069 From: Contracting Officer, Regional Contracting Office IN REPLY REFER TO 4200 RCO/cwd 10 Jul 2015 To: Attn: Purchasing Department, The City of Palm Beach Gardens, Palm Beach Gardens, FL 33410 SUBJ: Terra Mare Conservation, LLC Letter of Reference 1. In 2014, Marine Corps Recruit Depot-Parris Island, SC (MCRDPI) had two (2) contracts with Terra Mare Conservation, LLC (Terra Mare) involving outdoor monuments. The MCRDPI team has nothing but wonderful things to say about the professionalism and responsiveness from Terra Mare in the execution of these contracts. 2. MCRDPI's first contract with Terra Mare involved a conditional assessment of the MCRDPI Iwo Jima Monument. As the prime contractor for this project, Terra Mare successfully completed several tasks that included but were not limited to Computerized Radiographic Inspection of the armature, creating a digital 3-D image of the monument, and providing a final report regarding the assessment to MCRDPI. Terra Mare's final report was extremely detailed and thorough. This report was of high quality and a testament to the skills of Terra Mare. The most recent contract was for the treatment of the monument for preservation purposes Drill Instructors (DI) Monument/Memorial located at MCRDPI The DI Memorial required restorative treatment to clean, remove polish residue, and apply a new, protective coating to the cast bronze statues. 3. In consideration of Terra Mare's past performance at MCRDPI, I would highly recommend Terra Mare for similar conservation/preservation projects. 4. If you have any questions or require additional information please contact me at 843.228.2151 or chad.dando@usmc.mil. DANDO.CHAD.WIL ~~":::..-==:"..::.-..::"'...::..C. LIAM.l 060477724 ~~':"""' CHAD W. DANDO City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 33 BID SUBMITTAL This Page and all following pages comprise your Bid Submittal package. Please also attach any additional information or documentation requested in this Invitation to Bid. There is no need to include the preceding Sections 1, 2, and 3 in your Bid Submittal. INSTRUCTIONS Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each Bid submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall be one (1) original and one (1) electronic version on CD or USB thumb drive, in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be identical to the original. In the event of any discrepancy between the original Bid and the electronic copy, the original Bid shall be the governing document. Bids must contain all information required to be included in the Bid, as described in the Solicitation. Invitation to Bid No.: ITB2015-045PF Title: Public Art – Repair, Maintenance, and Conservation Due Date and Time: __________________@ 3:00PM (Local Time) NAME OF BIDDER July 10, 2015 Terra Mare Conservation, LLC City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 34 SECTION 4 PRICING SCHEDULE 4.1 PRICES AND RATES The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the services described below. ITEM ARTWORK REPAIR COST MAINTENANCE FEE FREQUENCY TOTAL MAINTENANCE TOTAL 1. Triptych $ $ Quarterly (x4) $ $ 2. Contiguous Currents $ $ Bi-Monthly (x6) $ $ 2a. Contiguous Currents Full Conservation $ 3. Double Rainbow $ $ Bi-Monthly (x6) $ $ 3a. Double Rainbow Full Conservation $ 4. Astralis $ $ Bi-Monthly (x6) $ $ 5. Be Right Back… $ $ Quarterly (x4) $ $ 6. Sandhill Crane $ $ Semi-Annual (x2) $ $ 7. 9/11 Memorial $ $ Bi-Monthly (x6) $ $ 7a. 9/11 Memorial Full Conservation $ 8. John D. MacArthur $ $ Bi-Monthly (x6) $ $ 9. Artistic Bus Shelters Not Applicable $ Quarterly (x4) $ $ GRAND TOTAL $ 7578.00 1711.92 14,425.586847.58 15957.92 2397.45 14,384.70 30,342.62 33,060.28 1409.74 1028.87 6173.25 7582.99 3050.96 8646.20 3832.68 22,996.11 31,642.31 849.74 534.90 2139.61 2989.35 1619.74 928.49 1856.98 3476.72 3879.48 2617.21 15,703.29 19,582.77 1939.74 755.23 4531.41 6471.15 691.23 2764.94 2764.94 159,269.15 3879.48 City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 35 4.2 LEGEND/KEY The words in the Statement of Work and Pricing Schedule shall have the following meanings: a. Quarterly: every 3 months b. Bi-Monthly: every 2 months c. Semi-Annual: every 6 months d. The “Repair Cost” shall be the one-time charge by the awarded Bidder to perform the repairs identified by RLA and described in the Extract in the Statement of Work. e. The “Maintenance Fee” shall be the charge by the awarded Bidder for each time the maintenance services are provided at the established “Frequency”. f. The “Total Maintenance” shall be the “Maintenance Fee” multiplied by the “Frequency” to perform the work each year. Therefore, Quarterly: multiplied by 4 (3 x 4 = 12 months) Bi-Monthly: multiplied by 6 (2 x 6 = 12 months) Semi-Annual: multiplied by 2 (6 x 2 = 12 months) g. “Full Conservation” shall be the one-time charge to perform the full conservation work, as recommended by RLA. h. “Total” shall be the sum total of the “Repair Cost” plus the “Total Maintenance” 4.3 REQUIRED SUBMITTALS To be considered for evaluation and award, the Bidder must provide the following information to show it meets the minimum qualifications established in Section 2.4. a. The Bidder must currently be providing similar services to those required in this Solicitation. The Bidder must submit verifiable information to show that it performs repair, conservation, or maintenance work on artwork and sculptures. b. The Bidder must provide at least three (3) letters of references from current or recent clients, who may attest to the Bidder’s ability and quality of service. Summary information listing the Bidder’s clients that are not accompanied by the required l etter are not acceptable. City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 36 SECTION 5 ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: List below the dates of issue for each addendum received in connection with this Solicitation: Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated Addendum #10, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________ Date July 7, 2015 Terra Mare Conservation, LLC Claudia Chemello, Co-founder and Senior Conservator July 9, 2015 City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 37 SECTION 6 BID SUBMITTAL SIGNATURE PAGE By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business with the City, including all Conflict of Interest and Code of Ethics provisions. Firm Name: ______________________________________________________________________________ Street Address: ______________________________________________________________________________ Mailing Address (if different than Street Address): ______________________________________________________________________________ Telephone Number(s): _________________________________________ Fax Number(s): _______________________________________________ Email Address: ________________________________________________ Federal Employer Identification Number: _____________________________________________ Prompt Payment Terms: _____% _____ days’ net _____days Signature: _____________________________________________________________________ (Signature of authorized agent) Print Name: ___________________________________________ Title: _________________________________________________ By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract/Agreement. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Terra Mare Conservation, LLC 14 Marbel Lane, Charleston SC 29403 734.358.4854 claudia@terramareconservation.com 46-1743940 15 Claudia Chemello Co-founder and Senior Conservator City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 38 SECTION 7 AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT 7.1 AFFIDAVITS The forms listed below must be completed by an official having legal authorization to contractually bind the company or firm. Each signature represents a binding commitment upon the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to be the lowest responsive and responsible Bidder. a. Conflict of Interest Disclosure Form b. Notification of Public Entity Crimes Law c. Drug-Free Work Place d. Non-Collusion Affidavit e. Sample Performance Bond Format (if required, will be requested from Bidder recommended for award) f. Sample Payment Bond Format (if required, will be requested from Bidder recommended for award) g. Sample Letter of Credit Format (if required, will be requested from Bidder recommended for award) (The remainder of this page is intentionally left blank.) City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 39 CONFLICT OF INTEREST DISCLOSURE FORM The award of this Contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City of Palm Beach Gardens. Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the Bidder’s firm or any of its branches. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for evaluation team members and other key personnel involved in the award of this Contract. The term “conflict of interest” refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: _________ To the best of our knowledge, the undersigned firm has no potential conflict of interest due to any other Cities, Counties, Contracts, or property interest for this Bid. _________ The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest due to other Cities, Counties, Contracts, or property interest for this Bid. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date Terra Mare Conservation, LLC Claudia Chemello, Co-founder and Senior Conservator July 9, 2015 City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 40 NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has been placed on the convicted Contractors list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases or real property to a public entity, may not be awarded or perform work as a Contractor, supplier, sub-vendor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed on the convicted Contractors list. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date Terra Mare Conservation, LLC Claudia Chemello, Co-founder and Senior Conservator July 9, 2015 City of Palm Beach Gardens ITB2015-045PF, Public Art – Repair, Maintenance, and Conservation Page | 41 DRUG-FREE WORKPLACE ________________________________________________________is a drug-free workplace and has (Company Name) a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes. Acknowledged by: ____________________________________________________________________________ Firm Name ____________________________________________________________________________ Signature ____________________________________________________________________________ Name and Title (Print or Type) ____________________________________________________________________________ Date Terra Mare Conservation, LLC Terra Mare Conservation, LLC Claudia Chemello, Co-founder and Senior Conservator July 9, 2015     1   Claudia  G.  Chemello   14  Marbel  Lane     Charleston  SC,  29403  USA   734  358-­‐4854   claudia@terramareconservation.com     EDUCATION     M.A.  App.  Sc.  (Materials  Conservation)  2002  University  of  Western  Sydney,  Australia   Thesis:  “A  Conservation  and  Metallurgical  Study  of  Roman  Metal  Objects  from  Diospolis   Parva  (Hu),  Egypt,  Housed  in  the  Nicholson  Museum,  University  of  Sydney.”  Supervisor:   Dr.  R.G.  Thomas     B.A.  1993  Macquarie  University,  Sydney,  Australia.  History  (Egyptology)  and   Archaeology     CURRENT  POSITION     Co-­‐founder  and  Senior  Conservator,  Terra  Mare  Conservation,  LLC,  (private   conservation  practice)  Charleston,  SC.     Current  projects  include  the  conservation  of  the  Apollo-­‐era  F-­‐1  rocket  engines,  in   collaboration  with  the  Kansas  Cosmosphere  and  Space  Center;  conservation  of   maritime  archaeological  objects  for  the  Underwater  Archaeology  Branch,  Naval   History  and  Heritage  Command,  U.S.  Navy,  DC,  and  various  sculpture  projects.     Heritage  Conservation  Praxis:  Conservation  of  metalwork  at  Western  Clay   Manufacturing  Company  historic  site  in  Helena,  Montana,  and  teaching  for   Architectural  Conservation  Laboratory,  University  of  Pennsylvania  Graduate  Program   in  Historic  Preservation.       PROFESSIONAL  EXPERIENCE     May  2006  –  November  22  2013:  Senior  Conservator,  Kelsey  Museum  of  Archaeology,   University  of  Michigan.         2   Responsible  for  conservation  of  hundreds  of  objects  for  major  installation  in  new   exhibit  wing  of  the  Museum,  and  collections  move,  2006-­‐2009;  conservation  for   numerous  temporary  exhibitions  and  loans;  conservation  fieldwork  for  the  Kelsey   Museum  excavations  in  Israel  and  Egypt;  graduate  student  mentoring.       December  2004-­‐  May  2006:  Conservator,  The  American  School  of  Classical  Studies  at   Athens,  Agora  Excavations,  Athens,  Greece.     Responsible  for  conservation  treatment  and  storage  of  freshly  excavated   archaeological  objects  in  addition  to  treatment  and  preventive  conservation  of  a  very   large  collection  of  objects  including  metals,  ceramic,  stone,  glass  and  human  remains.     April  2002-­‐August  2003:  Sydney  Artefacts  Conservation,  (private  practice),  Sydney,   Australia.  Major  projects  included  conservation  of  numerous  large  outdoor  bronze  and   steel  sculptures  (painted  and  unpainted),  including  Alexander  Calder.           June  2000-­‐October  2001:  The  Nicholson  Museum,  University  of  Sydney,  Australia     CONSERVATOR  –  PAPER     2000-­‐2003:  Conservator,  State  Library  of  New  South  Wales,  Sydney,  Australia       1996-­‐2000:  Assistant  Conservator,  State  Library  of  New  South  Wales,  Sydney,   Australia     1994-­‐1996:  Assistant  Conservator,  Museum  of  Applied  Arts  and  Sciences  (Powerhouse   Museum),  Sydney,  Australia.     FELLOWSHIPS  AND  INTERNSHIPS     2003-­‐2004:  Smithsonian  Center  for  Materials  Research  and  Education  (SCMRE),   Washington  DC,  USA.  Nov.  2003  –  Dec.  2004.  Post-­‐Graduate  Fellow,  Archaeological   Conservation  Program.     2003:  Archaeological  site  of  Kaman-­‐Kalehöyϋk,  Turkey.  Conservation  Intern.  Aug.   through  Sept.  2003.       3     ARCHAEOLOGICAL  CONSERVATION  FIELDWORK     SITE  CONSERVATOR     2013,  2011,  2009:  Abydos  Middle  Cemetery  Project,  Abydos,  Egypt.  University  of   Michigan.  Directed  by  Dr.  Janet  Richards.  Also  assisted  with  conservation  activities  as   needed  for  the  Abydos  North  Cemetery  Project  (IFA-­‐NYU),  directed  by  Dr.  Matthew   Adams.   • Key  achievements  include  undertaking  an  ARCE-­‐sponsored  research  project  on   the  conservation  of  severely  deteriorated  wood  excavated  at  the  site  with  an   international  team  of  conservators  and  scientists;  initiating  an  ongoing  survey   of  all  finds  in  storage  for  future  re-­‐housing;  excavation,  lifting  and  ongoing   conservation  of  an  undisturbed  serdab  deposit  (wooden  figurines,  statues  and   other  materials).     2012,  2010,  2008:  Tel  Kedesh,  Israel.  University  of  Michigan/University  of  Minnesota.   Directed  by  Dr.  Sharon  Herbert  and  Dr.  Andrea  Berlin.   • Key  achievements  include  conservation  of  in  situ,  rare,  Hellenistic  wall  plaster.     2005,  2006:  The  American  School  of  Classical  Studies  at  Athens,  Agora  Excavations.   Directed  by  Prof.  John  McKesson  Camp  II.   • Key  achievements  include  conservation  of  a  hoard  of  400  silver  coins;   treatment  of  a  large  collection  of  previously  excavated  archaeological  objects;   hosting  and  training  several  graduate  student  interns  each  summer.     2004:  Conservation  project  work  for  the  Gilund  Archaeological  Project,  Pune,  India.   Sept.  through  Oct.  As  part  of  SCMRE  fellowship.       2004:  San  Bartolo  Archaeological  Project,  Petén  region,  Guatemala,  (excavation)  and   Antigua,  Guatemala  (lab  phase).  Directed  by  Dr.  William  A.  Saturno.  May  (excavation),   then  June  through  Aug.  (lab).     2003:  Kaman-­‐Kalehöyük,  Turkey,  Japanese  Institute  of  Anatolian  Archaeology.   Directed  by  Dr.  Sachihiro  Omura.  Aug.  through  Sept.         4   2001,  2002:  Excavations  at  the  Roman  theatre,  Paphos,  Cyprus.    University  of  Sydney.   Directed  by  Dr.  Richard  Green.  2001:  March  through  May;  2002:  Aug.  through  Oct.       OTHER  ARCHAEOLOGICAL  FIELDWORK   1999:  (March)  Da  Nang,  Vietnam.  Fieldwork  for  M.A.  (Applied  Science).  Conservation   advice/survey  for  staff  at  The  Museum  of  Cham  Sculpture  in  Da  Nang.     1992-­‐1993:  Macquarie  Theban  Tombs  Project,  Dra  abu  el-­‐Nagaa,  Egypt.  Macquarie   University,  Sydney  Australia.  Archaeology  team  member.  Directed  by  Dr.  Boyo  Ockinga   and  Dr.  Naguib  Kanawati.  Nov.  through  Jan.         1992-­‐1993:  Student  member  of  excavations  at  the  following  sites:  Dickson’s  Mill,   Darling  Harbor;  Observer  Hotel,  The  Rocks;  Cumberland  Street,  The  Rocks.     PUBLICATIONS     Journals/Bulletins   2014  Davis,  Suzanne,  and  Chemello  Claudia,  ‘CSI  Abydos:  Conservation  &  Scientific   Investigation  of  Wood  Funerary  Artifacts  at  the  Abydos  Middle  Cemetery’,  American   Research  Center  in  Egypt  Bulletin,  No.  204,  Summer  2014,  13-­‐20.     2005  Chemello,  C.G,  et  al,  ‘Characterization  of  metal  corrosion  products  from  Kaman-­‐   Kalehöyük  Turkey  by  Energy  Dispersive  X-­‐ray  spectroscopy  (EDS)  and  X-­‐ray   Diffraction  (XRD):  Part  1.  Five  copper  alloy  fibulae’,  Anatolian  Archaeological  Studies,   Vol.  XIV,  211-­‐222.     2004  Chemello,  C.  G.,  ‘Conservation  of  excavated  iron  objects  from  the  archaeological   site  of  Kaman-­‐Kalehöyük  Turkey:  a  closer  look’,  Anatolian  Archaeological  Studies,  Vol.   XIII,  179-­‐192.     Conference  Proceedings:  Editor   Contributing  editor:     2014  Ewan  Hyslop,  Vanesa  Gonzalez,  Lore  Troalen,  Lyn  Wilson,  eds.  Metal  2013,   Proceedings  of  the  Interim  Meeting  of  the  International  Council  of  Museums  Committee   for  Conservation  Metal  Working  Group,  Edinburgh,  Scotland,  September  16-­‐20,  2013,   Historic  Scotland,  2014,  305-­‐310.       5     2011  Mardikian,  P.,  C.  Chemello,  C.  Watters,  P.  Hull,  eds.  Metal  2010,  Proceedings  of  the   Interim  Meeting  of  the  International  Council  of  Museums  Committee  for  Conservation   Metal  Working  Group,  Charleston  South  Carolina,  USA  October  11-­‐15,  2010.  Clemson   University,  2011.     Conference  Proceedings:  Papers   2015  ‘One  Small  Step  for  Man  One  Giant  Leap  for  Conservation’  paper  to  be  presented   at  the  AIC  43rd  annual  meeting  Practical  Philosophy  or  Making  Conservation  Work,   Miami,  FL,  May  13-­‐16,  2015.     2014  Chemello,  C.,  and  Mardikian,  P.,  ‘Show  me  the  money:  the  conservation  of  ancient   coins  from  terrestrial  and  marine  sites’,  Ewan  Hyslop,  Vanesa  Gonzalez,  Lore  Troalen,   Lyn  Wilson,  eds.  Metal  2013,  Proceedings  of  the  Interim  Meeting  of  the  International   Council  of  Museums  Committee  for  Conservation  Metal  Working  Group,  Edinburgh,   Scotland,  September  16-­‐20,  2013,  Historic  Scotland,  2014.     2012  Davis,  S.,  and  Chemello  C.,  ‘So  far  away:  conservation  and  archaeology’,  paper   presented  at  the  AIC  40th  annual  meeting,  Connecting  to  Conservation:  Outreach  and   Advocacy,  Albuquerque,  NM  May  8-­‐11,  2012.  Publication  forthcoming  in  the  Objects   Specialty  Group  (OSG)  Postprints.     2011  Davis,  S.,  and  Chemello  C.,  ‘Get  your  fieldwork  for  nothin’  and  your  sherds  for   free:  compensation  for  archaeological  field  conservators’,  paper  presented  at  the  AIC   39th  annual  meeting,  Ethos,  Logos,  Pathos:  Ethical  Principles  and  Critical  Thinking  in   Conservation,  Philadelphia,  PA,  May  31  -­‐  June  1,  2011.  Publication  forthcoming  in  the   Objects  Specialty  Group  (OSG)  Postprints.     2010  Jamison,  J.,  Davis,  S.,  Chemello,  C.,  and  Partridge,  W.,  ‘A  Dionysian  Dilemma:  The   Conservation  and  Display  of  Oversized  Pompeian  Watercolors  at  the  Kelsey  Museum  of   Archaeology’,  paper  presented  at  the  AIC  38th  annual  meeting,  Conservation   Continuum—examining  the  past,  envisioning  the  future,  Milwaukee,  WI,  May  11-­‐14,   2010.  Published  in  the  Book  and  Paper  Group  Annual,  51-­‐58.     Papers  Delivered,  Authored  or  Co-­‐authored       6   2013  ‘Challenges  in  preserving  objects  with  a  Secondary  Context:  Approaches  from  the   Archaeological  Discussion  Group  of  the  American  Institute  for  Conservation’,  The   American  Schools  of  Oriental  Research  annual  meeting,  Baltimore,  Nov  20-­‐23,  2013.   Co-­‐author.     2010  ‘Beyond  the  Artifact:  Re-­‐defining  Archeological  Field  Conservation',  Part  2,   Abydos  Middle  Cemetery,  Midwest  Regional  Conservation  Guild  Annual  Meeting,   Detroit  Institute  of  Arts,  Michigan,  March  20.     Book  Chapters/Entries   2014  Chemello,  C.,  ‘Examination  and  Conservation  Treatment  of  a  Roman  Leather   Cuirass  in  the  Collection  of  the  Kelsey  Museum  of  Archaeology’,  in  Wilfong  T.,  ed.   Karanis  Revealed  Discovering  the  Past  and  Present  of  a  Michigan  Excavation  in  Egypt,   Kelsey  Museum  Publication  7,  Ann  Arbor,  Michigan,  129-­‐140.     2014  Mardikian,  P.,  and  Chemello,  C.,  Conservation  Laboratory  Design,  Smith,  C.,  ed.   Encyclopedia  of  Global  Archaeology,  Springer,  1659-­‐1666.     2014  Chemello,  C.,  and  Davis  S.,  ‘Preservation  and  Conservation  in  Dry/Desert   Conditions,  online  Encyclopedia  of  Global  Archaeology,  Springer,  2194-­‐2199.     2014  Davis,  S.  and  Chemello,  C.  Preservation  and  Conservation  of  Glass,  online   Encyclopedia  of  Global  Archaeology,  Springer,  3047-­‐3050     2014  Wentworth,  E.,  Chemello,  C.,  Grieve,  S.,  ‘American  Institute  for  Conservation  of   Historic  and  Artistic  Works’,  online  Encyclopedia  of  Global  Archaeology,  Springer,  184-­‐ 186.       Short  Articles     ‘Conserving  Antiquity  offers  insider’s  view’,  Kelsey  Museum  Newsletter,  Fall  2012     ‘Conserving  Maria  Barosso’s  Watercolors’,  Kelsey  Museum  Newsletter,  Spring  2009.     ‘Field  Conservation  101  for  Archaeologists’,  Kelsey  Museum  Newsletter,  Spring  2008.       7     ‘Tel  Kedesh  2008:  Conservation  Update’,  Kelsey  Museum  Newsletter,  Fall  2008;  co-­‐ author.     ‘Conservators  Prepare  for  Moving  (but  not  Shaking)’,  Kelsey  Museum  Newsletter,   Spring  2008.     ‘The  Travelling  Conservator:  Tales  from  Turin’,  Kelsey  Museum  newsletter,  Spring   2007.     ‘Conservation  a  Year  Round  Pursuit  at  the  Agora’,  ákoue,  Newsletter  of  the  American   School  of  Classical  Studies  at  Athens,  Winter/Spring  2006,  No.55.     ‘Object  Handling’,  paper  prepared  for  staff  and  researchers  at  the  Agora.       ‘Conserving  a  Room  with  a  View’,  Spotlight  on  Science  at  the  Smithsonian,  Vol  2,  No.  12,   18  June  2004.  Co-­‐author.     CONFERENCE,  WORKSHOP  AND  PANEL  ORGANIZATION   Conference  Organizer:   Aluminum:  History,  Technology,  Conservation,  April  7-­‐10  2014,  Smithsonian  American   Art  Museum  in  conjunction  with  National  Air  and  Space  Museum  and  the  ICOM-­‐CC   Metal  Working  Group.  Co-­‐organizer  and  Chair.     METAL  2016,  Interim  Meeting  of  the  ICOM-­‐CC  Metal  Working  Group,  New  Delhi,  India,  ,   September  26-­‐30,  2016.  Coordinator  of  parent  group,  co-­‐organizer,  session  chair,   member  of  program  committee.     METAL  2013,  Interim  Meeting  of  the  ICOM-­‐CC  Metal  Working  Group,  Edinburgh,   Scotland,  September  16-­‐20,  2013.  Co-­‐organizer,  session  chair,  member  of  program   committee.     METAL  2010,  Interim  Meeting  of  the  ICOM-­‐CC  Metal  Working  Group,  Charleston,  Oct  11-­‐ 15,  2010.  Co-­‐organizer.     Workshop  and  panel  organizer,  chair:       8   Archaeological  Institute  of  America  annual  meeting  ‘Interdisciplinary  studies:   Archaeology  and  Conservation’  Workshop,  January  4  2014,  Chicago,  IL.  Co-­‐organizer   and  co-­‐moderator.     Archaeological  Institute  of  America  annual  meeting  ‘Integrating  Conservation  and   Archaeology:  Exploration  of  Best  Practices’  Workshop,  January  6  2013,  Seattle  WA.  Co-­‐ organizer  and  co-­‐moderator.     ICOM-­‐CC  Metal  Working  Group  Session,  Thursday  September  18,  ICOM-­‐CC  17th   Triennial  Conference,  Melbourne,  15-­‐19  September,  2014.  Session  chair.     ICOM-­‐CC  Metal  Working  Group  Session,  Thursday  September  22,  ICOM-­‐CC  16th   Triennial  Conference,  Lisbon,  19-­‐23  September,  2011.  Session  chair.     AIC  Objects  Specialty  Group/Archaeological  Discussion  Group  lunch,  with  a  panel   discussion  on  ‘Ethics  issues  in  archaeological  field  conservation’,  June  1  2011.  Co-­‐ organizer  and  co-­‐chair  of  session.     2006  ‘Conservation  for  Field  Archaeologists’:  weekly  seminar  for  students  of  the  IPCAA   program,  University  of  Michigan,  winter  semester.  Co-­‐presenter.     INVITED  LECTURES     2012  ‘Conservation  in  the  museum  and  in  the  field’,  for  University  of  Michigan   History  of  Art  194  Meaning  in  Making:  Visual  Technologies,  February  15.     2011    ‘Archaeological  Field  Conservation’  Art  Conservation  Department,  Buffalo   State  College,  February  2011.     2009    ‘Archaeological  Field  Conservation:  Challenges  and  Realistic  Thinking’,   Clemson  Conservation  Center,  Charleston,  SC,  December  9.     2009    ‘Archaeological  Field  Conservation:  Challenges  and  Realistic  Thinking’,  Art   Conservation  Department,  Buffalo  State  College,  November  20.         9   2007  ‘Conservation  for  the  Field  Archaeologist  -­‐  What  You  Should  Know’,   University  of  Michigan,  Classics  Department,  November  27.     2009  ‘Conservation  Challenges  for  the  new  wing  of  the  Kelsey  Museum’,  co-­‐ presented,  New  Wing  Lecture  Series,  May  14.     2006  ‘Archaeological  Fieldwork:  A  Conservator’s  Perspective’,  University  of   Michigan,  IPCAA  FAST  lecture  series,  November  16.     2005  Conservation-­‐focused  presentations  delivered  to  student  excavators  and   trench  supervisors  at  the  Athenian  Agora  for  the  2005  excavation  season,  and  to   Regular  Members  of  the  American  School  of  Classical  Studies  at  Athens.     2004  ‘Sydney  to  the  Smithsonian:  A  Fellowship  Year  in  Review’,  SCMRE,   November  22.     PUBLIC  LECTURES     “Conservation  in  the  Museum  and  in  the  Field,”  co-­‐presenter,  for  An  Evening  of  Magic:   experts  speak  on  the  conservation  and  preservation  of  art  and  artifacts,  University  of   Michigan  Museum  of  Art,  March  2011.      “Conservation  Challenges  in  the  Field:  Abydos,”  as  part  of  the  lecture  series  FAST:  Field   Archaeology  Series  on  Thursday,  sponsored  by  the  Kelsey  Museum  of  Archaeology  and   the  University  of  Michigan’s  Interdepartmental  Program  in  Classical  Art  and   Archaeology,  Kelsey  Museum  of  Archaeology,  March  2010.     “Kelsey  Museum  Conservation:  Ann  Arbor,  Israel,  Egypt,”  co-­‐presenter,  University   Commons,  Ann  Arbor,  MI,  January  2010.     “Conservation  Challenges  in  the  New  Kelsey,”  co-­‐presenter,  as  part  of  the  lecture  series   Presenting  the  Past:  Upcoming  Exhibitions  in  the  New  Kelsey  Museum,  Kelsey  Museum  of   Archaeology,  May  2009.     “Conservation  and  Abydos,”  for  the  Jewish  Community  Center  of  Ann  Arbor,  January   2009.       10     PROFESSIONAL  SERVICE     2014-­‐2017.  Coordinator,  International  Council  of  Museums  Committee  for   Conservation  (ICOM-­‐CC)  Metal  Working  Group  (MWG).       2011-­‐2014:  ICOM-­‐CC  MWG  Assistant  Coordinator.       2011  –  current.  Archaeological  Institute  of  America:  Conservation  and  Site   Preservation  Committee  and  Subcommittee  for  Site  Preservation  Grants.     2009  –  2014.  American  Institute  for  Conservation:  Co-­‐chair  of  the  Archaeological   Discussion  Group).       Program  Committee  for  Metal  2013,  the  interim  meeting  of  the  ICOM-­‐CC  MWG.     2008-­‐2012:  Institute  for  Museum  and  Library  Services:  Field  Reviewer  and  Panel   Reviewer  for  Conservation  Support  Grants.     Current:  Ad  hoc  reviewer  for  Journal  of  the  American  Institute  for  Conservation  and   Studies  in  Conservation.     GRANTS  AND  AWARDS     2012  American  Research  Center  in  Egypt,  ‘Conservation  and  Technical  Study  of   Deteriorated  Wood  from  the  Abydos  Middle  Cemetery,  Egypt’,  Co-­‐investigator.  Award   amount:  $US45,000     2011  Samuel  H.  Kress  Conservation  Fellowship  Program  awarded  to  the   Conservation  Department,  Kelsey  Museum  of  Archaeology  to  host  a  Kress   Conservation  Fellow.  Co-­‐author.  Amount  awarded:  US$45,000.     2008  Institute  for  Museum  and  Library  Studies,  Conservation  Support  Grant,   ‘Conservation  of  the  Barosso  Watercolors’,  Co-­‐investigator.  Award  amount:  $US150,   000.         11   2002  James  Beard  Foundation  Award  to  support  attendance  at  West  Dean   College  U.K.  for  Conservation  of  Archaeological  Ceramics.  Award  amount:  £500.     PROFESSIONAL  MEMBERSHIPS     The  American  Institute  for  Conservation  (AIC):  Professional  Associate  member  (peer-­‐ reviewed)     International  Council  on  Monuments  and  Sites  (ICOMOS)  and  International  Committee   on  Archaeological  Heritage  Management  (ICAHM)  (peer-­‐reviewed  member)   International  Council  of  Museums  (ICOM),  International  Committee  for  Conservation   (ICOM-­‐CC);  Metal  Working  Group,  Glass  and  Ceramic  Working  Group   The  Australian  Institute  for  the  Conservation  of  Cultural  Material  (AICCM)   The  Archaeological  Institute  of  America  (AIA)   The  American  Research  Center  in  Egypt  (ARCE)   The  Australian  Archaeological  Institute  at  Athens  (AAIA)     ADDITIONAL  PROFESSIONAL  DEVELOPMENT     • May  11-­‐12  2015:  Laser  Cleaning  of  Surface,  Artifacts  and  Architecture,  Miami,   FL   • May  12-­‐14  2014:  OSHA  3115  Fall  Protection  (3  day),  University  of  Alabama   OSHA  Training  Institute  Education  Center,  Tuscaloosa   • April  10-­‐11  2014:  An  introduction  to  the  identification  of  aluminum  alloys  and   finishes,  Smithsonian  National  Air  and  Space  Museum  Steven  F.  Udvar-­‐Hazy   Center,  Chantilly,  VA   • October  11-­‐12  2013:  Metal  Finishes  Workshop,  Columbia  University,  New  York,   The  Association  for  Preservation  Technology  International   • March  22-­‐26  2004:  Conservation  of  Glass,  Orlando,  Florida,  International   Academic  Projects  and  The  South  Florida  Conservation  Center   • November  2003:  Laboratory  Safety  for  Conservators  and  Scientists,  SCMRE,   XRF  training  for  conservators   • January  2002:  The  Conservation  of  Archaeological  Ceramics,  West  Dean  College,   Chichester,  UK   • Professional  SCUBA  diving  license  (NAUI),  advanced  level  (Open  Water  I  and  II)     PAUL  MARDIKIAN     (843)  670-­‐3920  (Cell)   pmardik@clemson.edu   paul@terramareconservation.com       EDUCATION     1991  -­‐  University  of  Paris  1  Panthéon-­‐Sorbonne,  France,  M.S.  in  Conservation  Science   and  Techniques,  (Maîtrise  de  Sciences  et  Techniques  en  Conservation-­‐ Restauration  du  Patrimoine  Culturel),  with  a  specialization  in  the  conservation   of  terrestrial  and  marine  archaeological  objects  and  industrial  cultural  heritage.       1989  -­‐  School  of  the  Louvre,  Paris,  France,  M.A.  in  Conservation  and  Museology,  (Diplôme   Etudes  Supérieures  de  L’Ecole  du  Louvre).     1987  -­‐  School  of  the  Louvre,  Paris,  France,  B.A.  in  Archaeology  and  Art  History,   (Diplôme  d’Ancien  Elève).         PROFESSIONAL  EXPERIENCE     2012  –  Current:  Co-­‐founder  and  Senior  Conservator,  Terra  Mare  Conservation,   LLC,  (private  conservation  practice)  Charleston,  South  Carolina,  U.S.A.     • Current  projects  include:  the  conservation  of  the  Apollo-­‐era  F-­‐1  rocket  engines   recently  recovered  from  the  ocean  by  Bezos  Expeditions  in  collaboration  with   the  Kansas  Cosmosphere  and  Space  Center.   • Heritage  Conservation  Praxis:  Metalwork.  Teaching  for  Architectural   Conservation  Laboratory,  University  of  Pennsylvania  Graduate  Program  in   Historic  Preservation.     • Radiographic  inspection,  3-­‐D  scanning  and  conservation  recommendations  for   the  Iwo  Jima  Monument,  for  the  Marine  Corps  Recruit  Depot,  Parris  Island   South  Carolina.   2007  –  Current:  Senior  Conservator  H.L.  Hunley  Project.  Warren  Lasch   Conservation  Center,  Clemson  University  Restoration  Institute,  North   Charleston,  South  Carolina,  U.S.A.     • Responsible  for  the  conservation  and  long-­‐term  preservation  of  the  American   Civil  War  submarine  H.L.  Hunley  (1863-­‐1864),  and  all  associated  artifacts.     • Supervision  of  an  international  team  of  conservators  and  interns.     • Collaboration  and  joint  research  with  scientific  and  archaeological  colleagues   worldwide,  including  major  collaborations  with  U.S.  and  Canadian  Parks   Services  and  the  Naval  History  and  Heritage  Command  (NHHC)  in  Washington   D.C.     1999  –  2007:  Senior  Conservator  for  the  H.L.  Hunley  Project.  Warren  Lasch   Conservation  Center,  Friends  of  the  Hunley  Inc.,  North  Charleston,  South   Carolina,  USA.     • Responsible  for  assisting  with  the  recovery  of  the  H.L.  Hunley  submarine,   designing  and  equipping  the  4000  m2  conservation  laboratory  for  receiving  the   submarine  immediately  after  recovery,  and  subsequent  conservation  leadership   during  excavation  and  treatment  of  the  associated  artifacts.       • Co-­‐authored  a  peer-­‐reviewed  Conservation  Plan  for  the  H.L.  Hunley  and   associated  artifacts  for  the  U.S.  Navy.  The  Plan  was  approved  by  the  Navy  and   implemented  in  2006.     1992  –  1999:  Head  Conservator,  Archéolyse  International,  Electricité  de  France,   Underwater  Archaeological  Conservation  Laboratory,  France.         • Collaboration  with  Naval  History  and  Heritage  Command  in  Washington  D.C.  for   the  conservation  of  artifacts  recovered  from  the  CSS  Alabama  (1864).       • Conservation  included  composite  objects  as  well  as  the  7-­‐inch  Blakely  rifle   containing  an  explosive  shell,  and  the  gun’s  composite  pivot  carriage.     • Development  and  implementation  of  preventive  conservation  training  for   maritime  archaeologists,  and  training  and  supervision  of  national  and   international  interns.     • Collaboration  with  curators  from  French  cultural  institutions,  including  the  Louvre,   for  the  conservation  of  the  Punic  stones  and  marble  sculptures  from  the  Magenta   (1872).   • Selected  achievements  include  the  reconstitution  of  stone-­‐working  tools  recovered   from  the  Roman  shipwreck  Porto-­‐Novo  (1st  Century  A.D),  and  the  conservation  of   glass  vessels  from  the  Ouest-­‐Embiez  1  shipwreck  (2nd  Century  A.D).       1988  –  1990:  Associate  Conservator  and  research  assistant,  Valectra  Research   Laboratory,  Electricité  de  France,  Direction  des  Etudes  et  Recherches,  Saint-­‐ Denis,  France.       • Selected  achievements  include  RMS  Titanic  (1912)  and  CSS  Alabama  (1863)   Projects.  Development  and  implementation  of  stabilization  techniques  for  the   conservation  of  complex  artifacts  such  as  composite  navigational  equipment.       1984  (April  –  June):  Assistant  conservator,  Louvre  Pyramid  on-­‐site  conservation   laboratory,  Paris,  France.     INTERNSHIPS  AND  FELLOWSHIPS     1991  –  1992:  Honorary  Research  Fellow,  Western  Australian  Maritime  Museum   Conservation  Laboratory,  Fremantle,  Australia.       • Research  focused  on  observations  on  the  extraction  of  iron  and  chloride  ions   from  composite  materials.  Research  sponsored  by  a  grant  from  the  Fondation   Electricité  de  France.     1990  –  1991:  Conservation  Intern,  Conservation  Branch  of  the  Canadian  Park  Service,   Wet  Organic  Material  Section,  Ottawa,  Canada.       • Research  focused  on  the  conservation  of  archaeological  waterlogged  composite   artifacts.  Research  sponsored  by  a  grant  from  the  Fondation  Marcel  Bleustein-­‐ Blanchet  Fondation  pour  la  Vocation  and  the  Fondation  de  France.       1984  –1986:  Musée  National  de  Céramique  de  Sèvres.  Part  time  internship.       • Responsible  for  inventory  and  reorganization  of  Vivant  Denon’s  ceramic   collection  from  the  ancient  Near  East  and  Mediterranean.         PROFESSIONAL  ACTIVITIES     Conference  Development   Organizing  Committee  for  conference  and  workshop  Aluminum:  History,  Technology   and  Conservation,  Smithsonian  American  Art  Museum,  Washington  DC  April  7–11,   2014.     Conference  Program  Chair,  Organizing  Committee  and  co-­‐Editor  of  Metal  2010,  the   Interim  Meeting  of  the  International  Council  of  Museums  Committee  for  Conservation   (ICOM-­‐CC)  Metal  Working  Group  Charleston,  South  Carolina,  USA,  1-­‐15  October  2010.   Secured  two  private  grants  totaling  $15,000  to  assist  authors  of  accepted  papers,   students  and  underfunded  conservators  to  attend  the  conference.       PROFESSIONAL  SERVICE     2008-­‐Current:  Assistant  Coordinator,  ICOM-­‐CC  Metal  Working  Group.     2006-­‐2012:  U.S.  contact  for  the  ICOM-­‐CC  Metal  Working  Group.     2002-­‐2007:  U.S.  correspondent  for  the  Bulletin  of  the  Research  On  Metal  Conservation   (BROMEC)  of  the  ICOM-­‐CC  Metal  Working  Group.     Ad  hoc  reviewer  and  referee  for  the  Journal  of  the  American  Institute  for  Conservation,   Studies  in  Conservation  and  Corrosion  Engineering  Science  and  Technology.       Grant  Reviewer     2007:  field  reviewer  for  the  Institute  of  Museum  and  Library  Services  (IMLS)  Conservation   Project  Support  Grants.   2007:  field  reviewer  for  Save  America's  Treasures  Grants  on  behalf  of  the  National  Park   Service  and  the  National  Trust  for  Historic  Preservation.     Committees     2002-­‐current:  Underwater  Archaeology  Advisory  Committee  for  the  Ironclad  USS   Monitor  (Mariners'  Museum,  Newport  News,  Virginia,  USA).       2010-­‐2013:    Advisory  Board  of  the  Halsey  Institute  of  Contemporary  Art  (College  of   Charleston,  School  of  the  Arts,  Charleston  SC).       Teaching  Experience     2013-­‐  Heritage  Conservation  Praxis:  Metalwork.  Teaching  for  Architectural   Conservation  Laboratory,  University  of  Pennsylvania  Graduate  Program  in  Historic   Preservation.     2007-­‐current:  Guest  Lecturer  for  the  Clemson  University/College  of  Charleston   undergraduate  and  graduate  programs  in  Historic  Preservation.     2007-­‐current:  Guest  lecturer  for  the  University  of  Delaware/Winterthur  Museum   Program  in  Art  Conservation.     2007-­‐current:  Guest  lecturer  for  the  Art  Conservation  Program  at  Buffalo  State  College,   Buffalo,  NY.     FUNDRAISING  AND  DEVELOPMENT     Broad  experience  with  media  and  public  relations  relating  to  the  field  of  cultural   heritage.       Managed  fund  raising  efforts  for  the  H.L  Hunley  Project  relevant  to  the  conservation   program,  including  through  written  fund-­‐raising  proposals.    Obtained  in  excess  of  one   million  dollars’  worth  of  extra  budgetary  resources  for  the  Hunley  Project  including   equipment  and  in-­‐kind  donations.       Sponsored  Research  (Awarded  grants)     Cannon  Stabilization  and  Architectural  Coatings  Treatment  at  Fort  Moultrie,  sponsored  by   USDI  (U.S.  Department  of  the  Interior).  9/1/2008  to  12/31/2010.  Co-­‐investigator.  Amount   awarded  to  Clemson  University:  $269,500.00.     Improved  Storage:  The  Drayton  Hall  Archaeological  collection,  sponsored  by  the  National   Trust  for  Historic  Preservation  (5/1/2009  to  4/30/2010).  Co-­‐investigator.  Amount   awarded  to  Clemson  University:  $11,453.00.     CONSULTING  EXPERIENCE  (Selected)   2009:  Conservation  assessment  report  of  the  Colorado  River  Survey  Boats  Marble  and   Boulder.  Santa  Cruz  County,  California.  Paul  Mardikian  and  Joseph  Sembrat,   Conservation  Solutions  Inc.     2007-­‐2008:  RMS  Titanic/RMS  Carpathia  conservation  Projects,  Conservation  Solutions   Inc.       2003-­‐2012:  USS  Monitor  Conservation  Project  (Mariner’s  Museum),  Newport  News   V.A.     2006:  Conservation  analysis  for  the  recovery  and  research  of  the  remains  of  the  Ferry   Ellis  Island  and  submarine  Explorer  for  the  National  Parks  Service.  United  States   Department  of  the  Interior,  National  Park  Service,  Submerged  Resources  Center.       1988-­‐2012:  Provided  expertise  and/or  treatment  of  artifacts  belonging  to  the  U.S.   Navy,  including  large  composite  artifacts  from  the  CSS  Alabama  (1863)  for  the   Underwater  Archaeology  Branch,  Naval  History  and  Heritage  Command,  Washington   D.C.     2005:  Conservation  strategy  for  a  wrought  iron  anchor  from  a  16th  century  shipwreck   site  in  Red  Bay,  Labrador.  Canadian  Parks  Service,  Ottawa.       2004:  Provided  corrosion  expertise  for  cast  iron  guns  and  carriages.  Examination  and   sampling  of  active  corrosion  areas  and  preliminary  recommendations  for  the   maintenance  and  resource  management  personnel.  National  Park  Service,  Fort  Sumter   National  Monument,  Charleston.       1991-­‐1999:  Provided  expertise  for  numerous  shipwrecks  and  artifacts  in  the   territorial  waters  of  France  including  French  Polynesia  and  French  West  Indies  for  the   French  Ministry  of  Culture.       1991-­‐1992:  Provided  expertise  for  various  shipwrecks  in  Australian  waters  including   in  situ  corrosion  surveys  and  materials  analysis  for  the  Western  Australian  Maritime   Museum.   PUBLICATIONS  Refereed  (selected)     Mardikian,  P.,  (2004)  “Conservation  and  Management  Strategies  Applied  to  Post-­‐ Recovery  Analysis  of  the  American  Civil  War  Submarine  H.L.  Hunley  (1864)”  The   International  Journal  of  Nautical  Archaeology  (2004)  33  (1)  pp.  137-­‐148.     González,  N.,  de  Viviés,  P.,  Drews,  M.  J.,  and  Mardikian,  P.,  (2004)  “Hunting  Free  and   Bound  Chloride  in  the  Wrought  Iron  Rivets  from  the  American  Civil  War  Submarine  H.   L.  Hunley”  Journal  of  the  American  Institute  for  Conservation  (43)  pp.  161-­‐174.     Mardikian,  P.,  (1997)  “The  Conservation  of  Two  Composite  Objects  from  the   Confederate  Raider  Alabama  (1864)”  Proceedings  of  the  Conference  on  Historical  and   Underwater  Archaeology.  Corpus  Christi.  Texas,  USA,  8-­‐12  January  (1997),  pp.  128-­‐134.     Mardikian,  P.,  and  David,  R.,  (1996)  “Conservation  of  a  French  Pistol  from  the  Wreck  of   Le  Cygne  (1808)”  Studies  in  Conservation  (41)  pp.  161-­‐169.     Mardikian,  P.,  and  Lacoudre,  N.,  (1990)  “Le  Titanic  une  histoire  de  corrosion”  Neptunia   (178)  pp.  2-­‐7.     Book  Chapter/Entry     N.  González,  P.  Mardikian,  L.  Näsänen  and  M.  Drews,  ‘The  use  of  subcritical  fluids  for   the  stabilisation  of  archaeological  iron:  an  overview’  in  Dillmann,  Philippe,  (ed),   Corrosion  of  Metallic  Heritage  Artefacts :   Investigation,  Conservation  and  Prediction  of   Long  Term  Behaviour ,  Woodhead  Publishing,  UK,  2013.     Mardikian,  P.,  and  Chemello,  C.,  Conservation  Laboratory  Design,  Smith,  C.,  ed.   Encyclopedia  of  Global  Archaeology,  Springer,  1659-­‐1666,  2014.       Conference  Proceedings  Peer  Reviewed  (Selected)     Chemello,  C.,  and  Mardikian,  P.,  ‘Show  me  the  money:  the  conservation  of  ancient  coins   from  terrestrial  and  marine  sites’,  Metal  2013,  Proceedings  of  the  Interim  Meeting  of  the   International  Council  of  Museums  Committee  for  Conservation  Metal  Working  Group,   Edinburgh,  Scotland,  September  16-­‐20,  2013,  Historic  Scotland,  p.  305-­‐310.       Blouin,  V.Y.,  P.  Mardikian,  C.  Watters,  ‘’Finite  Element  Analysis  of  the  H.L.  Hunley   Submarine:  A  Turning  Point  in  the  Project’s  History”  Metal  2010,  Proceedings  of  the   Interim  Meeting  of  the  ICOM-­‐CC  Metal  Working  Group,  Charleston,  South  Carolina,  USA,   11-­‐15  October  2010.  Ed.  P.  Mardikian,  C.  Chemello,  C.  Watters,  P.  Hull,  Clemson   University  (2011),  pp.  393-­‐399.       Mardikian,  P.,  Girard,  P.,  “18  Tons  of  Roman  Glass  under  the  Sea:  A  Complex   Conservation  Puzzle”  Proceedings  of  the  Interim  Meeting  of  the  ICOM-­‐CC  Glass  &   Ceramics  Working  Group,  Corning  New  York,  USA  3-­‐6  October  2010.  Ed.  H.  Roemich   (2010),  pp.  110-­‐118.       Cretté,  S.,  González,  N.G.,  Rennison,  B.,  Scafuri,  M.,  Mardikian,  P.,  Drews,  M.J.,  Carrier,  M.,   “Conserving  Waterlogged  Archaeological  Corks  Using  Supercritical  CO2  and  Monitoring   Their  Shrinkage  Using  Structured-­‐Light  3D  Scanning”  Proceedings  of  the  Interim   Meeting  of  the  ICOM-­‐CC  Wet  Organic  Archaeological  Materials  Working  Group,   Greenville,  North  Carolina,  USA,  24-­‐28  May  2010.  Ed.  K.  Straetkvern  and  E.  Williams   (2012),  pp.  257  to  275.     de  Viviés,  P.,  Cook,  D.,  Drews,  M.J.,  Gonzalez,  N.,  Mardikian,  P.,  Memet,  J.B.,  (2007)   “Transformation  of  Akaganeite  in  Archaeological  Iron  Artifacts  using  Subcritical   Treatment”  Metal  2007,  Proceedings  of  the  Interim  Meeting  of  the  ICOM-­‐CC  Metal   Working  Group,  Amsterdam,  17-­‐21  September  2007.  Ed.  C.  Degrigny,  R.  van  Langh,  I,   Joosten,  B,  Ankersmit  (2007)  Vol.  5,  pp.  26  -­‐30.     Mardikian,  P.,  Drews,  M.  J.,  González,  N.,  de  Viviés,  P.,  Hunter  J.W.,  (2006)  “Searching  for   a  Diamond  in  the  Rust:  A  Review  of  Large-­‐Scale  Archaeological  Iron  Conservation   Projects,  1980-­‐2006”  In:  Iron,  Steel  &  Steam,  Fremantle,  Australia,  June  26-­‐27  2006.   Special  publication,  Australian  National  Centre  of  Excellence  for  Maritime  Archaeology   No.  13.  Ed  M.  McCarthy  (2009)  pp.  82-­‐88.       Mardikian,  P.,  González,  N.,  Drews,  M.  J.,  de  Viviés,  P.,  “New  Perspectives  Regarding  the   Stabilization  of  Terrestrial  and  Marine  Archaeological  Iron”  In:  Iron,  Steel  &  Steam,   Fremantle,  Australia,  June  26-­‐27  2006.  Special  publication,  Australian  National  Centre   of  Excellence  for  Maritime  Archaeology  No.  13.  Ed  M.  McCarthy  (2009)  pp.  113-­‐118.     Mardikian,  P.,  Baatz,  P.E.,  de  Viviés,  P.,  Drews,  M.J.,  Grieve,  S.,  Nicot,  F.,  An  Initial   Investigation  into  the  Effects  of  Ammonium  Citrate  on  Waterlogged  Leather  from  the   H.L  Hunley  Submarine  (1864)”.  Proceedings  of  the  Interim  Meeting  of  the  ICOM-­‐CC  Wet   Organic  Archaeological  Materials  Working  Group,  Copenhagen  6-­‐11  June  2004  (2005)   pp.  513-­‐529.     Meier,  C.K.,  and  Mardikian,  P.,  “When  Corrosion  Science  Meets  an  Icon  of  Maritime   History”  National  Association  of  Corrosion  Engineers  2004  Conference,  March  28-­‐  April   1,  New  Orleans  (2004)  Paper  04317.     MacLeod,  I.D.,  Mardikian,  P.,  &  Richards,  V.L.,  “Observations  of  the  extraction  of  iron   and  chloride  ions  from  composite  materials”  Proceedings  of  the  Interim  Meeting  of  the   ICOM-­‐CC  Wet  Organic  Archaeological  Materials  Working  Group,  Portland,  Maine  16-­‐20   1993  (1993)  pp.  199-­‐211.       Presentations  and  lectures  (Selected)     2015  ‘One  Small  Step  for  Man  One  Giant  Leap  for  Conservation’  paper  to  be  presented   at  the  AIC  43rd  annual  meeting  Practical  Philosophy  or  Making  Conservation  Work,   Miami,  FL,  May  13-­‐16,  2015.     “Factors  Affecting  the  Preservation  or  Alteration  of  Human  Remains,  Clothing  or   Metals  on  the  RMS  Titanic  and  H.L  Hunley”  Presented  at  the  NOAA  Brown  Bag  Science   Seminars,  Silver  Spring,  Maryland  and  at  the  American  Academy  of  Forensic  Sciences,   Washington  DC  on  February  19,  2013  (invited  speaker).     “Integrating  Conservation  and  Archaeology:  Exploration  of  Best  Practices”  Workshop   and  Panel  Discussion,  Archaeological  Institute  of  America  Annual  Meeting,  Seattle,  WA,   January  3-­‐6,  2013  (panelist).     “Connecting  Archaeological  Conservation  and  Historic  Preservation:  My  Amphibious   Journey”  Conservation  Conversations  3.01,  Graduate  Program  in  Historic   Preservation/School  of  Design,  University  of  Pennsylvania.  November  30,  2012   (invited  speaker).     “Principles  of  corrosion  mitigation”  Association  for  Preservation  Technology   International  (APT),  workshop  organized  at  the  Warren  Lasch  Conservation  Center,   North  Charleston  USA.  October  2,  2012  (lecturer).     “The  challenges  of  conserving  archaeological  and  historic  cast  iron  from  marine  and   coastal  sites”  Galveston  Historical  Foundation  Cast  Iron  Symposium.  April  12-­‐13,  2012   (invited  speaker).     “The  use  of  subcritical  alkaline  solutions  for  the  stabilization  of  archaeological  iron   artifacts”  Archaeological  Iron  Conservation  Colloquium.  State  Academy  of  Art  &  Design   Stuttgart,  Germany,  24-­‐26  June  2010.  Abstract  book  p.59-­‐62  (ed.)  Gerhard  Eggert  and   Britta  Schmutzler  (invited  speaker).     “Resurrecting  a  Set  of  Composite  Tools  from  the  1st  Century  A.D.  Roman  Wreck  of   Porto-­‐Novo,  Corsica,  France”  American  Institute  for  Conservation,  38th  Annual   Meeting.  “Examining  the  past  &  envisioning  the  future”,  Milwaukee,  WI,  May  2010.     Abstract  book  p.  28.     "Impact  of  soluble  salts  on  historical  artifacts”  NACE-­‐Sponsored  Educational  Forums   and  Tutorials:  Making  Sure  the  Paint  Sticks  -­‐  How  Much  Soluble  Salt  Forum.  National   Association  of  Corrosion  Engineers,  Atlanta,  Georgia,  March  2009.         “Logistics  and  lab  preparation  prior  to  the  recovery  of  the  H.L.  Hunley  submarine.”  This   lecture  was  delivered  to  a  panel  of  international  archaeological  and  conservation   specialists  that  convened  to  discuss  strategies  and  the  possibility  of  recovering  the   wreck  of  the  Vrouw  Maria,  an  18th  century  merchant  vessel.  Finnish  National  Board  of   Antiquities,  Helsinki,  November  2009  (invited  speaker).     “Le  dernier  voyage  du  sous-­‐marin  H.L.  Hunley  (1864)”  Colloque:  Archéologie  sous-­‐ marine  &  patrimoine.  Des  pratiques  aux  enjeux  de  médiation.    Lorient,  France,  3-­‐6  juin   2009  (invited  speaker).     “Connecting  Materials  Science  and  Engineering  with  Archaeological  Conservation”   American  Institute  for  Conservation  37th  Annual  Meeting,  “Conservation  2.0  New   Directions”  Denver,  CO,  May  19-­‐22,  2009.       “The  Use  of  Computed  Radiography  on  the  Hunley  Project:  A  versatile  Technology  for   Complex  Applications”  Plenary  address  at  the  American  Society  for  Non-­‐destructive   Testing  Conference.  Charleston,  SC,  USA  10-­‐14  November  2008  (invited  speaker).     “The  Titanic  Then  and  Now:  a  Legendary  Collection  Revisited”  Third  Symposium  on   Corrosion  &  Preservation  of  Historic  Artifacts,  Friday,  October  17,  2008.  Smithsonian   Institution,  Washington  DC.    In  collaboration  with  Conservation  Solutions,  Inc.     “The  Civil  War  Submarine  H.L.  Hunley:    A  Quick  Submersion  into  Materials  Issues  –   Past,  Present,  and  Future”  Invited  speaker  at  the  ASM  Award  Ceremony  and  ASM   Fellows  Breakfast  in  Detroit,  Sept  19,  2007  (invited  speaker).     "A  Comparison  of  Subcritical  Fluid  Extraction  to  Electrochemical  Methods  for  the   Stabilization  of  Archaeological  Iron,"  Eastern  Analytical  Symposium,  New  York   Conservation  Foundation,  November  13,  2006  (invited  speaker).     “The  Challenges  of  Excavating  and  Conserving  the  Organic  Materials  recovered  from   the  H.L  Hunley  Submarine  (1864)”  Proceedings  of  the  Interim  Meeting  of  the  ICOM-­‐CC   Wet  Organic  Archaeological  Materials  Working  Group,  Copenhagen.  June  6-­‐11  2004.   Copenhagen,  Denmark.     “The  Principles  of  Marine  Archaeological  Conservation”  The  Convention  on  the   Protection  of  the  Underwater  Cultural  Heritage  in  the  Caribbean,  Latin  and  North   American  Regions,  UNESCO  Kingston,  Jamaica  17-­‐20  June  2002  (invited  speaker).     Mardikian,  P.,  “Hunley  Conservation  Challenges”  Smithsonian  Institution,  March  2002,   Washington  DC.  (Invited  speaker).     Mardikian,  P.,  “Large  Marine  Iron  Stabilization  Issues”  Mariners'  Museum,  Newport   News,  February  2002  (invited  speaker).       PROFESSIONAL  MEMBERSHIPS     The  American  Institute  for  Conservation  of  Historic  &  Artistic  works  (AIC)   (Professional  Associate).   International  Council  of  Museums  Committee  for  Conservation  (ICOM-­‐CC)  Metal   Working  Group  (MWG).  Wet  Organic  and  Archaeological  Materials  Working  Group   (WOAM).     OTHER  PROFESSIONAL  TRAINING       May  11-­‐12  2015:  Laser  Cleaning  of  Surface,  Artifacts  and  Architecture,  Miami,  FL.     OSHA  3115  Fall  Protection  (3  day),  University  of  Alabama  OSHA  Training  Institute   Education  Center,  Tuscaloosa,  May  2014     An  introduction  to  the  identification  of  aluminum  alloys  and  finishes,  Smithsonian   National  Air  and  Space  Museum  Steven  F.  Udvar-­‐Hazy  Center,  Chantilly,  VA,     April  10-­‐11  2014.     Radiation  Safety  training  by  Newco.  Radiation  Safety  Officer  for  the  Warren  Lasch   Conservation  Center  1999  to  current.     Surface  supplied  Diving  Certificate,  Charleston,  SC,  2000.     Professional  scuba  divers  license,  Marseille,  France  1994.     STEPHANIE E. HORNBECK Caryatid Conservation Services, Inc. ● 500 NE 29th Street, Miami, FL 33137 ● 305.401.6527 ● email: shornbeck@caryatid-conservation.com Website: http://caryatid-conservation.com Facebook business page: Facebook EDUCATION Conservation Center of the Institute of Fine Arts, New York University, 1994-1998 New York, NY Diploma in Fine Art Conservation,1999. Objects major with emphasis on archaeological and ethnographic materials. Archaeological field Conservation, Harvard University Exploration of Sardis, TURKEY, 1995-1997. M.A. in Art History, 1999. Qualifying Papers in Art History: “Vodou and the Haitian Renaissance: the Art of George Liautaud and Hector Hyppolite” and “Analysis of a Problematic Benin Bronze in the Metropolitan Museum of Art’s Collection.” Conservation Analytical Laboratory (now MCI), Smithsonian Institution, 1997-1998 Washington, DC Archaeological Conservation Intern, Supervisor: Harriet (Rae) Beaubien Harappa, PAKISTAN, Guatemala City, GUATEMALA Fourth year graduate conservation internship. Archaeological conservation field work included on-site treatment of excavated finds of the Indus River Civilization, Harappa Archaeological Research Project, Harappa, PAKISTAN. Establishment of conservation l aboratory and treatment of late Classic Maya excavated finds, for the Proyecto Arqueologico Aguateca, Guatemala City, GUATEMALA. Wellesley College, 1986-1990 Wellesley, MA B.A. cum laude, 1990. Art history Major. Department of Art Honors for thesis, “Odilon Redon’s Third Lithographic series of Gustave Flaubert’s La Tentation de Saint Antoine.” Awarded Stecher Art History Scholarship for Study Abroad in Paris, FRANCE, 1988-89. PROFESSIONAL AWARD Smithsonian Institution Secretary's Gold Medal for Exceptional Service, 2011 “For serving as Chief Conservator of Smithsonian Institution Haiti Cultural Recovery Project, leading American, international, and Haitian experts and trainees to preserve Haitian material culture, directing efforts to professionally stabilize more than 30,000 works in Haiti,” awarded the Secretary's Gold Medal for Exceptional Service by Secretary G. Wayne Clough at a Smithsonian Institution ceremony in Washington, DC, on December 12, 2011. First conservator in the fifty-year history of the award to receive the gold medal. Ceremony covered via webcast and photographs, http://haiti.si.edu/convocation_webcast.html. PROFESSIONAL EXPERIENCE Caryatid Conservation Services, Inc., February 2010-present Miami, FL Founder and Director of Conservation ● Founded private practice for the professional care of three-dimensional art. Serve public and private clients. Currently serve 15 museums. ● Provide comprehensive services including consultation, condition assessment, treatment, installation, survey, grant review, courier services, consultations for mounting and packing. ● Oversee all aspects of the practice including staff supervision, management of client relations and development of scope of work for each project. ● Supervise staff of five; nine additional contractors incorporated as needed. ● Teach monthly lectures for Caryatid Conservation Discussion Group; curriculum introduces conservation theories, practices, and ethics of current conservation methodology via readings and discussion of case studies. ● Areas of special interest include: ethnographic objects, archaeological objects, composite media, contemporary art, three-dimensional textiles. ● Website caryatid-conservation.com presents an overview of services and project. Facebook presents chronology of highlighted projects. Smithsonian Institution Haiti Cultural Recovery Project, June 2010-December 2011 Port-au-Prince, HAITI Chief Conservator, Supervisor: Richard Kurin  Developed and implemented global conservation strategy for project to aid 20 public and private cultural institutions.  Directed conservation activities to stabilize and treat more than 30,000 works of art, documents, books, and monuments.  Supervised contract conservators, volunteer professional conservators, and conservation assistants; 60 people total (on limited engagements). ● Developed, organized and led international training program following various models: courses, workshops, lectures, demonstrations, and practical exercises. Over 100 people received training at our Center, including museum and culture heritage professionals, curators, collection managers, and conservation technicians. Nine courses offered on various subjects, described in S. Hornbeck essay, "Training as Legacy" (p. 168) in R. Kurin, Saving Haiti's Heritage: Cultural Recovery After the Earthquake. Washington, DC: Smithsonian Institution, 2011. S.E. Hornbeck, page 2 ● Established operational conservation studios for objects, painting and paper treatments. Recommended supply and equipment purchases. ● Developed procedures and protocols for conservation activities.  Met regularly with conservation staff, allied Cultural Recovery Center staff, and cultural heritage colleagues at partnering cultural institutions.  Made recommendations for future facility needs and for future training and conservation initiatives. Described in blog post, “Art and Cultural Heritage Conservation in Haiti: Considerations for its Formal Development,” Metropolis Books, forthcoming June 2014. Smithsonian Institution, National Museum of African Art, 1998-2009 Washington, DC Conservator (2006-2009), Associate Conservator (2001-2006), Assistant Conservator (1998-2001), Supervisor: Stephen Mellor ● Supervised and trained department interns, fellows, and contractors. Served as conservation liaison with visiting artists. ● Served as Exhibition Conservator to oversee installations, handle fragile artifacts, and prepare case micro-environments (25+ exhibits) ● Assessed condition and produced documentation (written and photographic) for collection objects and objects under acquisition consideration. ● Treated objects for exhibitions, for loan requests, and for periodic object rotations in the permanent collection. ● Performed analytical research (microscopy, micro-chemical tests and consultation with conservation scientists) for technical study of objects. ● Oversaw monitoring of environment in all collection areas and coordinated adjustments with building engineers. ● Served as liaison with monthly Integrated Pest Management (IPM) monitoring and implements pest eradication procedures , as needed. ● Researched and tested new materials for use in exhibition cases. ● Guided museum staff in handling and packing of objects. ● Assisted with development of “Exhibition Guidelines for Borrowing Institutions,” describing exhibition materials and environmental parameters. SERVICE TO THE SMITHSONIAN Smithsonian Forum on Material Culture (MCF), 2004-2009 Washington, DC Chair, Steering Committee, 2006-2009; Member, Steering Committee, 2004-2006 ● Led MCF Steering Committee comprising interdisciplinary experts across the Smithsonian interested in diverse aspects of material culture. ● Led quarterly Steering Committee meetings to conceptualize, plan and develop quarterly MCF programs and publications. ● Initiated and developed new annual on-line publication for best graduate student papers of Smithsonian’s two affiliated history of decorative arts graduate programs (Parsons School of Design and Corcoran College of Art and Design), ● Inaugurated webcasts of special programs, archived at http://www.si.edu/research/webcasts/ ● Managed $24,000 annual budget. Coordinated logistics and events-planning for MCF programs. Smithsonian Connections, 2008-2009 Washington, DC ● By invitation of Under Secretary for History, Art, and Culture, served as member of pan-Smithsonian committee of interdisciplinary experts. ● Committee studied and developed new institutional concept of linking Smithsonian museums by theme, drawing on in-house scholars, and guided by national academic guidelines. ● Pilot project: Bicentennial of Abraham Lincoln’s Birth, http://www.gosmithsonian.com/siconnections “X-Radiography for Textiles,” NATCC Workshop, November 6-7, 2007 Washington, DC Course Coordinator ● Negotiated sponsorship and undertook coordination over a two-year period of two-day workshop, hosted by NMAfA at the biennial North American Textile Conservation Conference (NATCC). ● Worked extensively with course instructors Sonia O’Connor (conservation scientist) and Mary Brooks (textile conservator) and NATCC Board members on course logistics and planning. ● Development of course content involved extensive X-radiography of sample materials to determine optimal exposures using film and digital capture (computed radiography, CR). ● Course attendance was comprised of textile conservators and was international in scope. PROFESSIONAL SERVICE Museum of Islamic Art, August 4-8, 2014 Cairo, EGYPT Consulting assessor of damaged objects and conservation capacities, at invitation of Corine Wegener, Cultural Heritage Preservation Officer, OUSHAC, Smithsonian Institution. Museum suffered collateral damage from bomb explosion in January 2014. Assessed damage and made recommendations for treatment of objects and training of staff for potential collaboration between Smithsonian Institution and Egyptian Ministry of Antiquities. S.E. Hornbeck, page 3 Commonwealth Association of Museums, September 20-24, 2013 Nassau, BAHAMAS Guest speaker and seminar instructor (by invitation) “Disaster Response and Recovery for Cultural Organizations,” eight lectures for cultural heritage professionals from 11 Caribbean nations and Bahamian first responders. Conservation Assessment Program (Heritage Preservation), 2010 – present Florida CAP Assessor. Perform site assessments of facilities, collections, policies, and protocols for CAP-granted museums and historic houses. Generate detailed report analyzing environmental conditions, collections care, collections storage, exhibitions, and collections polic ies and recommended improvements. Education & Training Committee, American Institute for Conservation (AIC), 2001- 2007 Washington, DC Chair, 2004-2006; Member, 2001-2007  Organized and moderated annual meeting of national, cross-disciplinary committee focused on professional development for conservators.  Initiated and moderated discussion of Committee responsibilities with Committee members, AIC Board Director for Professional Education, and AIC Officer of Professional Development.  Reviewed and contributed to AIC five-year strategic plan for professional development.  Assessed 15-20 grant applications semi-annually for individual professional development awards and for workshop development awards. Save America’s Treasures (Heritage Preservation Services, National Park Service), 2007 Washington, DC National Panelist By invitation served on panel of five experts. Reviewed and ranked 100+ grant applications from institutions around the country, each requesting SAT grants for up to $700,000.00 for conservation/ preservation of nationally significant historic structures, monuments, and collections. Institute of Museum and Library Services (IMLS), 2003-2006 Washington, DC Field Reviewer, Conservation Support Program Annually reviewed and assessed five to seven grant applications from institutions around the country, each requesting IMLS grants for up to $150,000.00 for collection surveys, movement of collections, and storage improvements. EARLY PROFESSIONAL EXPERIENCE Conservation Analytical Laboratory (now MCI), Smithsonian Institution, 1997-1998 Washington, DC Harappa, PAKISTAN, Guatemala City, GUATEMALA Archaeological Conservation Intern. Fourth year graduate conservation internship. Research projects included analysis and identification of Maya pigments from Copán (1997 season) and analysis of a complex encrustation from an African (Bamana Peoples) sculpture in the collection of the Brooklyn Museum of Art. Archaeological conservation field work included on-site participation in treatment of inorganic excavated finds of the Indus River Civilization and training Pakistani archaeology students and museum professionals, Harappa Archaeological Research Project, Harappa, PAKISTAN. Establishment of conservation laboratory, treatment of Post-Classic Maya ceramic, bone, and shell artifacts, training of archaeology students in basic artifact handling, treatment, and housing for the Proyecto Arqueologico Aguateca, Guatemala City, GUATEMALA. Harvard University Exploration of Sardis, summers 1995-1997 Sardis, TURKEY Archaeological Field Conservator. Treated excavated finds including Early Bronze Age, Lydian, Hellenistic, and Roman ceramics, iron artifacts, copper alloy artifacts, mosaics, wall paintings, stone inscriptions, and organic artifacts. Special projects included compensating losses on ceramic s; in situ facing and lifting mosaic floor fragments; surface-cleaning and consolidation of wall paintings. The Brooklyn Museum, 1995-1996 Brooklyn, NY Research Assistant, Objects Conservation Department. Conducted technical analyses of Museum’s collection of 17th century Peruvian inlaid resin wood q’eros. Tasks included examining objects, sampling pigments, mounting and analyzing cross-sections, and organizing correspondence with involved conservators and research scientists. Research project was part of collaborative research effort with the American Museum of Natural History, the Metropolitan Museum of Art, and the National Museum of the American Indian. S.E. Hornbeck, page 4 SELECT LECTURES & PUBLICATIONS “Art and Cultural Heritage Conservation in Haiti: Considerations for its Formal Development ,” for Metropolis Books, Reports from Haiti blog series, http://metropolisbooks.com/ , June 2014. On-line publication. “Building a Foundation for Preservation: The Smithsonian Institution’s Art Conservation Efforts in Haiti after the 2010 Earthquake,” for Metropolis Books, Reports from Haiti blog series, http://metropolisbooks.com/building-a-foundation/ posted February 6, 2014. On-line publication. “Conservation Treatment of the Sarcophagus of Seshep-Amun-Tayet-Herit,” Topics in Antiquities Lecture Series, Tampa Museum of Art, December 10, 2013. Lecture. “The Nevelson Conservation Project,” nine-part blog series describing Caryatid Conservation’s four-month treatment of two sculptures by Louise Nevelson, Dream House XLIII (1973) and Untitled (c. early 1980s), in the collection of the Pérez Art Museum Miami. Weekly blog posts featured guest bloggers from Caryatid Conservation, the Pérez Art Museum Miami (PAMM), The M Network and ARTEX Fine Art Services. Summer 2013. http://caryatidconservation.wordpress.com/2013/06/11/blog-1-overview-of-the-nevelson-conservation-project/ On-line publications. “Priorities and Hazards in Response Situations for Museums,” Heritage Preservation’s Alliance for Response Miami Forum, Wolfsonian Museum, June 12, 2013. Lecture. “Intersecting Conservation Approaches to Ethnographic and Contemporary Art: Ephemeral Art at the National Museum of African Art ”, Objects Specialty Group, American Institute for Conservation (AIC) Annual Meeting, Indianapolis, May 31, 2013. Lecture and publication (in press). “Emergency Salvage & Recovery: Objects and Textiles.” Florida Association of Museums, Connecting to Collections (FAM C2C) Webinar, August 7, 2012. http://vimeo.com/64256379 Lecture. “Communicating the Smithsonian Haiti Cultural Recovery Project: Outreach and Reportage,” moderated panel. Annual Meeting, American Institute for Conservation (AIC) Annual Meeting, Philadelphia, May 11, 2012. http://www.conservators-converse.org/2012/05/2012-annual-meeting-outreach-session-may-11- communicating-the-smithsonian-haiti-cultural-recovery-project-outreach-and-reportage-by-stephanie-hornbeck-eric-pourchot-viviana-dominguez-junior/ Lecture and on-line publication. “The Journey to Recovery: A Tale of Earthquake Damage and Repair in Haiti,” by Hornbeck, S. and Dominguez, V. The Bigger Picture Blog, Smithsonian Institution Archives, February 23, 2012. http://siarchives.si.edu/blog/journey-recovery-tale-earthquake-damage-and-repair-haiti On-line publication. “The Art of Recovery,” cover story for Wellesley magazine, volume 96, issue 1. Fall 2011, 20-29. Publication. In Kurin, R., Saving Haiti's Heritage: Cultural Recovery After the Earthquake. Washington, DC: Smithsonian Institution, 2011. http://haiti.si.edu/book.html. S. Hornbeck, six essays: "Developing the Center's Professional Culture" (pp. 90-91) "The Center's Conservation Program" (pp. 128-131) "Preserving the Centre d'Art Collection" (pp. 137-139) "Saving the Murals" (pp.152-153) "Training as Legacy" (p. 168) "Conservation: From the Tragic to the Uplifting" (pp. 184-186) “Cultural Recovery in Haiti: Conservation Efforts to Recover Patrimony Damaged by the January 12, 2010 Earthquake.” Latin American and Caribbean Center, Florida International University, July 22, 2011. Commissioned Report, Latin American and Caribbean Center, Florida International University, September 2011. http://lacc.fiu.edu/academics/haitian-summer-institute/ Lecture and on-line publication. “The January 12, 2010 Earthquake in Haiti: Building a Conservation Foundation from the Ground Up” in Obj ects Specialty Group Session, American Institute for Conservation (AIC) Annual Meeting, Philadelphia, June 2, 2011. Lecture. “The Smithsonian Institution Haiti Cultural Recovery Project’s Conservation Efforts,” in panel session “Aftershocks: The January 12, 2010 Earthquake in Haiti and Lessons for U.S. Museums,” American Alliance of Museums (AAM) Annual Meeting, Houston, May 24, 2011. Lecture. “Ivory: Identification, and Regulation of a Precious Material,” article for Smithsonian National Museum of African Art website, ivory identification and regulation.pdf or http://africa.si.edu/pdf/Ivory.pdf published January 2010. Publication. “Ivory: Identification and Regulation of a Precious Material,” for Smithsonian Institution training for United States Immigration and Customs Enforcement (ICE) Agents, November 2009. Lecture. S.E. Hornbeck, page 5 “A Conservation Conundrum: Ephemeral Art at the National Museum of African Art,” African Arts 3(42), Autumn 2009, 52-61. Publication. “How Conservators Use X-radiography in the Examination of Works of Art,” guest lecture for African Art course, Johns Hopkins University, November 2008. Lecture. “Preliminary Research: The Unusual Use of Green Pigment on Yoruba Polychrome Sculpture at the National Museum of African Art,” Illuminating Smithsonian Research Program, sponsored by Smithsonian Congress of Scholars, July 6, 2006. Poster. “The Treatment and Preparation for Exhibition of a Composite Material Ceremonial Warrior’s Costume from the Loma People in Liberia,” in conference postprints, compiled by E. Cortes and S. Thomassen-Krauss, Recovering the Past: The Conservation of Archaeological and Ethnographic Textiles, North American Textile Conservation Conference, 5th Biennial Meeting, Mexico City, Mexico, 9-11 November 2005. Lecture and publication. Moffett, D. and S. Hornbeck, “Common Problems in Archaeological and Ethnographic Conservation Intersect with the Contemporary: Case Studies of Two African Objects,” ICOM Committee for Conservation Preprints, 13th Triennial Meeting, Rio de Janiero. Paris: ICOM, fall 2002. Lecture and publication. Severson , K., S. Koob, J. Wolfe, P. Choe, S. Hornbeck, S. McGregor Howarth, A. Sigel, “Recovery of Unbacked Mosaics from a Storage Depot Fire at the Sardis Excavations,Turkey,” Journal of the American Institute for Conservation, volume 39, number 1, spring 2000. Publication. ”Stabilization and Compensation of an Egyptian Cartonnage Mummy Mask,” American Institute for Conservation (AIC) Annual Meeting, San Diego, June1997. Poster. “An Analytical Survey of Materials and Methods Used for Lacquer Decoration of 17 th Century Peruvian Keros,” Twenty-Second Annual Association of Graduate Programs in the Conservation of Cultural Property Student Conference, Straus Center for Conse rvation, Harvard University Art Museums, Cambridge, MA, April 18-20, 1996. Lecture and publication. PROFESSIONAL DEVELOPMENT ● Emergency Preparedness (focus on wet salvage), lecturers Mary Jo Davis and Barbara Moore, AIC-sponsored workshop at Ah-Tah-Thi-Ki Museum, Hollywood, FL, February 25-26, 2010 ● Preservation of Audio/Visual Collections (film, audio, video), workshop sponsored by Smithsonian Institution Archives, Washington, DC, September 10-11, 2009 ● Risk Management Planning: Storms and Flooding, seminar sponsored by Smithsonian National Collections Program, Freer Museum/Arthur M. Sackler Gallery of Art, Washington, DC, September 2008 ● Long-term Collections Planning, workshop sponsored by Smithsonian National Collections Program and American Association of Museums, Ripley Center, Washington, DC, March 2006 ● Cultural Heritage X-radiography, lecturer Sonia O’Connor, AIC-sponsored workshop at Maryland Archaeological Conservation Laboratory, St. Leonard, MD, March 22-24, 2005 ● Topics in Preservation: Analysis of Leather, lecturer Dr. Jan Wouters, workshop at Library of Congress, Washington, DC, March 31- April 2, 2004 ● 3-D Photography for the Professional Conservator, lecturer Dwight Primiano, AIC pre-session workshop, AIC annual meeting, Washington, DC, June 9, 2003 ● Packing and Transporting Works of Art, lecturer Mervin Richard, AIC-sponsored workshop, Richmond, VA, August 9, 2002 ● Conservation Assessment Program, AIC pre-session workshop, AIC annual meeting, Miami, June 6, 2002 ● History and Archaeology of Ancient Mesopotamia, Smithsonian Associates, Washington DC, Fall 2001 ● Art and Architecture of Spain, Smithsonian Associates, Washington, DC, Spring 2001 PROFESSIONAL AFFILIATIONS  American Institute for Conservation of Historic and Artistic Works (AIC), Professional Associate, member since 1994  Smithsonian Forum on Material Culture Steering Committee, Chair (2006-2009), member( 2004-2006)  American Alliance of Museums (AAM), member since 2006  AIC Education and Training Committee, Chair (2004-2006), member (2001-2007) ADDITIONAL SKILLS Experience with computed radiography (CR) ● French language (fluent) ● Advanced proficiency with Microsoft Word, Adobe Photoshop, The Museum System (TMS), PowerPoint, Excel. HUNTINGTON T BLOCK INS AGENCY/PHS PO BOX 29611 CHARLOTTE NC 28229 The City of Palm Beach Gardens Attn: PURCHASING DEPARTMENT 10500 N MILITARY TRL PALM BEACH GARDENS FL 33410 ACORD 25 (2014/01) CERTIFICATE.OF.LIABILITY.INSURANCE MSO DATE (MM/DD/YYYY) R045 7/8/2015 THIS CERTIFICATEIS 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 be endorsed.If SUBROGATIONIS 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 NAME: HUNTINGTON T BLOCK INS AGENCY/PHS PHONE (A/C, No, Ext):(866) 467-8730 FAX (A/C, No):(888) 443-6112 620137 P:(866) 467-8730 F:(888) 443-6112 E-MAIL ADDRESS: PO BOX 29611 INSURER(S) AFFORDING COVERAGE NAIC# CHARLOTTE NC 28229 INSURER A :Sentinel Ins Co LTD INSURED INSURER B :Hartford Fire Ins Co INSURER C : TERRA MARE CONSERVATION, LLC INSURER D : 14 MARBEL LN INSURER E : CHARLESTON SC 29403 INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$1,000,000 A X General Liab 42 SBM PI2747 06/15/2015 06/15/2016 MED EXP (Any one person)$10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT X LOC PRODUCTS - COMP/OP AGG $2,000,000 OTHER:$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident)$1,000,000 ANY AUTO BODILY INJURY (Per person)$ A ALL OWNED AUTOS SCHEDULED AUTOS 42 SBM PI2747 06/15/2015 06/15/2016 BODILY INJURY (Per accident)$ X HIRED AUTOS X NON-OWNED AUTOS PROPERTY DAMAGE (Per accident)$ $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $1,000,000 A EXCESS LIAB CLAIMS-MADE 42 SBM PI2747 06/15/2015 06/15/2016 AGGREGATE $1,000,000 DED X RETENTION $10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N/ A X PER STATUTE OTH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) Y/N E.L. EACH ACCIDENT $100,000 B 42 WEC CS3339 01/19/2015 01/19/2016 E.L. DISEASE- EA EMPLOYEE $100,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. RE: Certificate Holder is an Additional Insured per the Business Liability Coverage Form SS0008 attached to this policy. CERTIFICATE HOLDER CANCELLATION The City of Palm Beach Gardens SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Attn: PURCHASING DEPARTMENT 10500 N MILITARY TRL PALM BEACH GARDENS, FL 33410 AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01)The ACORD name and logo are registered marks of ACORD HUNTINGTON T BLOCK INS AGENCY/PHS PO BOX 29611 CHARLOTTE NC 28229 TERRA MARE CONSERVATION, LLC 14 MARBEL LN CHARLESTON SC 29403 ACORD 25 (2014/01) CERTIFICATE.OF.LIABILITY.INSURANCE MSO DATE (MM/DD/YYYY) R045 7/8/2015 THIS CERTIFICATEIS 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 be endorsed.If SUBROGATIONIS 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 NAME: HUNTINGTON T BLOCK INS AGENCY/PHS PHONE (A/C, No, Ext):(866) 467-8730 FAX (A/C, No):(888) 443-6112 620137 P:(866) 467-8730 F:(888) 443-6112 E-MAIL ADDRESS: PO BOX 29611 INSURER(S) AFFORDING COVERAGE NAIC# CHARLOTTE NC 28229 INSURER A :Sentinel Ins Co LTD INSURED INSURER B :Hartford Fire Ins Co INSURER C : TERRA MARE CONSERVATION, LLC INSURER D : 14 MARBEL LN INSURER E : CHARLESTON SC 29403 INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$1,000,000 A X General Liab 42 SBM PI2747 06/15/2015 06/15/2016 MED EXP (Any one person)$10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT X LOC PRODUCTS - COMP/OP AGG $2,000,000 OTHER:$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident)$1,000,000 ANY AUTO BODILY INJURY (Per person)$ A ALL OWNED AUTOS SCHEDULED AUTOS 42 SBM PI2747 06/15/2015 06/15/2016 BODILY INJURY (Per accident)$ X HIRED AUTOS X NON-OWNED AUTOS PROPERTY DAMAGE (Per accident)$ $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $1,000,000 A EXCESS LIAB CLAIMS-MADE 42 SBM PI2747 06/15/2015 06/15/2016 AGGREGATE $1,000,000 DED X RETENTION $10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N/ A X PER STATUTE OTH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) Y/N E.L. EACH ACCIDENT $100,000 B 42 WEC CS3339 01/19/2015 01/19/2016 E.L. DISEASE- EA EMPLOYEE $100,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. RE: Certificate Holder is an Additional Insured per the Business Liability Coverage Form SS0008 attached to this policy. CERTIFICATE HOLDER CANCELLATION The City of Palm Beach Gardens SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Attn: PURCHASING DEPARTMENT 10500 N MILITARY TRL PALM BEACH GARDENS, FL 33410 AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01)The ACORD name and logo are registered marks of ACORD Cosmosphere     1100  North  Plum   Hutchinson,  KS  67501   cosmo.org;  jimr@cosmo.org       July  8,  2015     The  City  of  Palm  Beach  Gardens     10500  North  Military  Trail     Palm  Beach  Gardens,  FL  33410     PURCHASING  DEPARTMENT     Attn:  Km!  Ra,  Purchasing  and  Contracts  Director     I  am  writing  in  support  of  Terra  Mare  Conservation’s  bid  package  for  the  conservation  and  maintenance  of  8   sculptures.     The  Cosmosphere  is  one  of  the  world’s  leading  museums  dedicated  to  man’s  exploration  of  space.    With  one  of  the   most  significant  international  collections  of  space  exploration  hardware,  the  Cosmosphere  tells  the  definitive  story   of  the  Race  to  Space  between  the  U.S  and  former  Soviet  Union.    Recognized  as  a  leader  in  artifact  preservation,  the   Cosmosphere  has  conducted  numerous  restoration  and  conservation  projects.     Terra  Mare  was  recently  contracted  by  the  Cosmosphere  to  lead  a  very  historic  and  complex  conservation  project   of  the  original  F-­‐1  rocket  engines.    Operational  in  the  late  1960s  and  early  1970s,  The  F-­‐1  engines  provided  the   thrust  necessary  to  lift  the  Apollo  Saturn  V  rocket  on  its  trajectory  towards  the  Moon.    After  a  burn  that  lasted  a   little  over  two  minutes,  the  engines  fell  back  to  Earth  impacting  on  the  surface  of  the  Atlantic  Ocean.    The  engines   resided  at  the  bottom  of  the  Atlantic  until  they  were  recently  recovered  in  2013.         18  major  engine  components  weighing  in  excess  of  25,000  pounds  were  recovered.    Terra  Mare  was  charged  with   developing  and  implementing  the  conservation  treatment  plan.    The  collection  of  artifacts,  comprised  of  some  of   the  most  exotic  alloys  known,  represented  a  very  large  and  complex  project.    The  diversity  of  materials,  coupled   with  the  relative  newness  of  treating  these  alloys  created  many  significant  challenges.     Terra  Mare  developed  a  multi  phased  treatment  plan  that  included  stabilization,  active  cleaning,  corrosion  removal   and  inhibition,  surface  finishing,  coating  and  maintenance.    The  project  lasted  two  years  and  was  completed  on   time  and  on  budget.     Throughout  the  duration  of  the  project,  Terra  Mare  proved  themselves  to  be  experts  in  the  conservation  field.     Given  the  relative  unknown  composition  of  the  alloys  and  the  fact  that  dissimilar  alloys  coexisted,  Terra  Mare   conducted  hours  of  research  to  determine  composition  in  an  effort  to  develop  treatment  procedures  that  would   not  harm  the  artifacts.    In  many  cases,  Terra  Mare  wrote  treatment  procedures  for  materials  that  had  never  been   previously  conserved.     Without  the  leadership  of  Terra  Mare  during  the  conservation  of  the  F-­‐1  engines  the  success  of  the  project  would   have  been  very  difficult,  if  not  impossible.    Terra  Mare  was  a  delight  to  work  with,  incredibly  professional  and   experienced.    I  strongly  recommend  Terra  Mare  for  you  project.     Sincerely,   Jim  Remar   President/COO   July  9,  2015     The  City  of  Palm  Beach  Gardens     10500  North  Military  Trail     Palm  Beach  Gardens,  FL  33410     PURCHASING  DEPARTMENT     Attn:  Km!  Ra,  Purchasing  and  Contracts  Director     To  whom  it  may  concern:     I  am  writing  to  offer  my  strongest  recommendation  for  Terra  Mare  Conservation   as  conservation  consultants,  and  to  attest  to  the  outstanding  abilities  and   exceptional  expertise  of  both  Paul  Mardikian  and  Claudia  Chemello.    Over  the   past  three  years,  we  have  found  them  to  be  dedicated,  knowledgeable,  talented   and  extremely  professional  in  all  they  do  and  in  their  relations  with  clients.     In  2013,  Terra  Mare  joined  Montana  Preservation  Alliance  and  the  University  of   Pennsylvania  Architectural  Conservation  Program  in  daunting  multi-­‐year  project   to  preserve  five  rare  brick  beehive  kilns  at  Archie  Bray  Foundation  Center  for  the   Ceramic  Arts  here  in  Helena,  Montana.    In  2013  and  2014  they  worked  on  site  with   our  staff,  architectural  students,  interns  and  volunteers,  teaching  and  guiding  the   full  conservation  of  metals  on  our  first  kiln,  and  providing  a  template  for  further   work  on  the  four  others.  The  scope  of  services  included  written  and  photographic   documentation,  corrosion  removal,  application  of  inhibitors  and  repair  and   stabilization  of  industrial  metal  structural  components.       From  that  time  forward,  they  have  guided  our  metals  conservation  efforts  at  this   internationally-­‐known  art  center,  diagnosing  conservation  issues  and  outlining   long-­‐term  treatments,  repairs  and  preservation  protocols  for  conserving  these   industrial-­‐scale  kilns.     We  were  fortunate  to  retain  the  services  of  Terra  Mare;  their  portfolio  is   impressive  reflecting  projects  all  over  the  world,  at  the  highest  levels  of  metals   conservation  from  structures  of  great  antiquity  to  the  most  significant  icons  of   the  space  age.    We  fully  intend  to  have  them  return  to  Montana,  to  further  our   work  in  the  Archie  Bray  brickyard  and  to  assist  us  with  other  challenging  metals   conservation  projects  in  the  future.       I  appreciate  the  opportunity  to  provide  my  highest  endorsement  of  Terra  Mare   Conservation,  and  am  happy  to  answer  any  questions  you  may  have.         Sincerely,      Chere  Jiusto   Executive  Director   City of Palm Beach Gardens ITB 2015-047PF J)-)·-J D , . 1 . /. . I ) I' I ) Landscape Maintenance Proposal For City of Palm Beach Gardens ITB NO.:ITB2015-047F 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com TABLE OF CONTENT I.INTRODUCTION II.BID SUBMITAL III.PRICING SCHEDULE IV.COMPANY BACKGROUND V.LICENSES AND INSURANCE VI.REFRENCES VII.EQUIPMENT VIII.QUALITY Landscape Installation | Landscape Maintenance | Facility Maintenance 701 Codisco Way ∙ Sanford, FL 32771 | PO Box 1119 ∙ Sanford, FL 32772 Tel (866) 643-1817 | Fax (866) 849-0355 | info@girardonline.com City of Palm Beach Gardens 10500 North Military Trail Palm Beach Gardens, FL 33410 Re: ITB.: ITB2015-047PF Km, Girard Environmental Services, Inc. would like to thank you for the opportunity to proposal landscape maintenance services for the City of Palm Beach Gardens. To complete the enclosed ITB forms, Girard has carefully measured and has conducted a detailed examination of all existing conditions throughout the community. Girard has taken into consideration the best horticultural standards and practices while closely following the specification provided. Thank you and we look forward to working with the City of Palm Beach gardens. Please contact me directly if you have any questions or concerns, my contact information is below Sincerely, Joshua Eibeschitz Business Manager Southeast Cell: (954)610-9129 Email: jeibeschitz@girardonline.com 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com BID SUBMITAL August 6, 2015 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com PRICING SCHEDULE City of Palm Beach Gardens ITB No. ITB2015-047PF Mowing and Landscaping Services Page | 28 SECTION 4 PRICING SCHEDULE 4.1 PRICES AND RATES . The Bidder shall complete the form in its Excel format, and shall not change any of the information or formatting provided by the City. The Pricing Schedule must be submitted in Excel format with your Bid Submittal. If the Pricing Schedule is submitted in any other format, your Bid may be rejected. Girard Enviromental Services Site No.Site/ Location Vegetated Square Footage Concrete Area Square Footage C:Common P:Park M:Medians L:Longline Turf Mowing Yearly Cost (Based on 41 cuts per year) Mulch Cost (Yearly) Fertilization Yearly Cost - Sod, Trees and Shrubs (Based on 3 times per year) Fertilization Yearly Cost - Palms (Based on 3 times per year)Total Yearly Costs Alternate Turf Mowing Yearly Cost (Based on 32 cuts per year) Alternate Fertilization Yearly Cost -Sod, Trees and Shrubs (Based on 2 times per year) Fertilization Yearly Cost - Palms (Based on 2 times per year) Alternate Bid Total Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/ 4404 Burns Rd 414,185 C $43,976.00 $3,562.00 $6,606.00 $1,260.00 $55,404.00 $37,352.00 $4,404.00 $840.00 $42,596.00 2 City Hall Complex/Fire Station #1/Police/ 10500 N Military 291,778 C $35,351.00 $4,982.00 $8,681.00 $4,050.00 $53,064.00 $34,776.00 $5,787.00 $2,700.00 $43,263.00 3 Riverside Youth Enrichment Center/ 10170 Riverside Dr 19,286 C $5,272.75 $412.00 $537.00 $60.00 $6,281.75 $4,600.00 $358.00 $40.00 $4,998.00 4 Tennis Center/ 5110 117th Court North 706,814 C $29,095.00 $3,124.00 $5,979.00 $180.00 $38,378.00 $27,600.00 $3,986.00 $120.00 $31,706.00 5 Fire Station #2/ 11025 Campus Drive 54,933 C $8,498.50 $1,000.94 $828.00 $45.00 $10,372.44 $7,360.00 $552.00 $30.00 $7,942.00 6 Fire Station #3/ 5162 Northlake Blvd 240,449 C $17,543.00 $1,120.00 $1,932.00 $810.00 $21,405.00 $15,456.00 $1,288.00 $540.00 $17,284.00 7 Fire Station #4/ 11264 Jog Road 44,892 C $8,889.50 $581.00 $816.00 $315.00 $10,601.50 $7,912.00 $544.00 $210.00 $8,666.00 8 Fire Station #5/ 3913 Hood Road 39,258 C $8,889.50 $498.00 $753.00 $90.00 $10,230.50 $7,912.00 $502.00 $60.00 $8,474.00 9 Mirasol Park/ 12385 Jog Road 171,141 P $25,093.00 $2,170.00 $2,037.00 $360.00 $29,660.00 $21,160.00 $1,358.00 $240.00 $22,758.00 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 P $41,722.00 $3,215.00 $9,084.00 $990.00 $55,011.00 $35,420.00 $6,056.00 $660.00 $42,136.00 11 Oaks Park/ 10666 Gardens East Drive 353,245 P $24,449.00 $1,802.00 $5,235.00 $135.00 $31,621.00 $19,688.00 $3,490.00 $90.00 $23,268.00 12 Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 P $16,640.00 $2,015.00 $2,958.00 $270.00 $21,883.00 $14,260.00 $1,972.00 $180.00 $16,412.00 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 P $14,904.00 $1,535.00 $3,183.00 $360.00 $19,982.00 $12,420.00 $2,122.00 $240.00 $14,782.00 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 P $10,775.00 $654.00 $1,395.56 $2,160.00 $14,984.56 $9,384.00 $930.37 $1,440.00 $11,754.37 15 Gardens Park/ 4301 Burns Rd 436,201 P $23,207.00 $2,184.00 $5,625.00 $315.00 $31,331.00 $19,688.00 $3,750.00 $210.00 $23,648.00 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43,038 P $5,428.00 $310.00 $549.00 $90.00 $6,377.00 $4,600.00 $366.00 $60.00 $5,026.00 17 Twins Parks/ 648 Holly Drive 30,001 P $3,105.00 $72.00 $510.00 $90.00 $3,777.00 $2,484.00 $334.00 $60.00 $2,878.00 18 Lilac Park Commons & Dog Run/ 4175 Lilac Street 489,489 P $31,234.00 $3,028.00 $5,880.00 $270.00 $40,412.00 $26,680.00 $3,920.00 $180.00 $30,780.00 19 Riverside Drive Linear Park/ Riverside Dr 44,596 P $8,855.00 $798.00 $813.00 $675.00 $11,141.00 $7,820.00 $542.00 $450.00 $8,812.00 20 South Ilex Circle Neighborhood Park/ Ilex Cir S 25,195 P $1,926.25 $37.50 $366.00 $0.00 $2,329.75 $1,532.00 $244.00 $0.00 $1,776.00 21 City Park/ 5070 117th Court North 78,977 P $10,304.00 $541.00 $1,290.00 $270.00 $12,405.00 $8,648.00 $860.00 $180.00 $9,688.00 GROUP B MEDIANS 22 Allamanda Dr ROW 96,897 M $9,326.50 $721.00 $2,034.00 $225.00 $12,306.50 $8,188.00 $1,356.00 $150.00 $9,694.00 CITY OF PALM BEACH GARDENS ITB2015-047PF, Mowing and Landscaping Services Revised Exhibit "C" 23 Allamanda Dr / Rainwood Dr Retention Area 30,445 M $1,545.75 $73.69 $440.00 $90.00 $2,149.44 $1,196.00 $296.00 $60.00 $1,552.00 24 Alt A1A (West Side - Burns to RCA Blvd)60,202 M $8,740.00 $1,256.00 $1,287.00 $270.00 $11,553.00 $7,912.00 $858.00 $180.00 $8,950.00 25 Banyan Street Parcel - North 11,310 M $707.25 $9.00 $174.00 $0.00 $890.25 $552.00 $116.00 $0.00 $668.00 26 Banyan Street Parcel - South 20,314 M $943.00 $9.00 $294.00 $0.00 $1,246.00 $736.00 $196.00 $0.00 $932.00 27 Burns Rd & I-95 Overpass 2,251 M $471.50 $0.00 $138.00 $0.00 $609.50 $368.00 $92.00 $0.00 $460.00 28 Burns Rd Medians - Military Trl to Prosperity Farms Rd 59,594 M $13,547.00 $2,104.00 $4,563.00 $1,440.00 $21,654.00 $12,512.00 $3,042.00 $960.00 $16,514.00 29 Burns Rd ROW - South Side Rainwood Dr to Allamanda Dr 18,193 M $3,697.25 $249.50 $246.00 $180.00 $4,372.75 $3,128.00 $164.00 $120.00 $3,412.00 30 Camberwell on Avenue of PGA 11,788 M $2,869.25 $66.38 $207.00 $90.00 $3,232.63 $2,300.00 $138.00 $60.00 $2,498.00 31 City Sign - PGA Blvd & Fairway Dr 519 M $276.00 $37.00 $153.00 $180.00 $646.00 $220.00 $102.00 $120.00 $442.00 32 Cottonwood Circle Median 1,360 M $983.25 $25.19 $150.00 $0.00 $1,158.44 $776.25 $100.00 $0.00 $876.25 33 Garden Woods Entrance Median - Elm Ave 2,438 M $1,219.00 $17.13 $147.00 $270.00 $1,653.13 $736.00 $98.00 $180.00 $1,014.00 34 Gardens Glenn - Entrance and Medians 8,532 M $2,006.75 $205.69 $228.00 $540.00 $2,980.44 $1,748.00 $152.00 $360.00 $2,260.00 35 Holly Dr Medians - Riverside Dr to Military Trl 52,242 M $5,784.50 $623.81 $837.00 $720.00 $7,965.31 $5,060.00 $558.00 $480.00 $6,098.00 36 Holly Dr ROW - Lighthouse Dr to Ironwood Rd 16,368 M $2,357.50 $0.00 $220.00 $0.00 $2,577.50 $1,840.00 $147.20 $0.00 $1,987.20 37 Holly Drive & I-95 Overpass 4,384 M $471.50 $0.00 $138.00 $0.00 $609.50 $368.00 $92.00 $0.00 $460.00 38 Holly Drive Cul-de-Sac 1,498 M $707.25 $0.00 $138.00 $0.00 $845.25 $552.00 $92.00 $0.00 $644.00 39 Hood Road Medians - Military Trl to Alt A1A 28,064 3,037 M $5,980.00 $523.00 $459.00 $810.00 $7,772.00 $5,152.00 $306.00 $540.00 $5,998.00 40 Iris Circle Median 1,936 M $471.50 $17.00 $138.00 $0.00 $626.50 $368.00 $92.00 $0.00 $460.00 41 MacArthur Blvd Medians, Crosswalks, and ROWs 37,762 M $7,982.00 $1,021.00 $828.00 $1,170.00 $11,001.00 $6,440.00 $522.00 $780.00 $7,742.00 42 Military Trail Medians - Hood Rd to Donald Ross Rd 50,390 20,041 M $9,936.00 $1,232.00 $1,038.00 $1,620.00 $13,826.00 $8,556.00 $692.00 $1,080.00 $10,328.00 43 Military Trail Medians - Lillian Ave to EPB-3 Canal 103,776 34,842 M $8,027.00 $1,026.00 $1,734.00 $1,830.00 $12,617.00 $6,992.00 $1,156.00 $1,220.00 $9,368.00 44 Northlake Blvd & I-95 Intersection 394,624 1,628 M $32,625.50 $3,975.00 $7,146.00 $600.00 $44,346.50 $28,796.00 $4,764.00 $400.00 $33,960.00 45 Northlake Blvd Medians - Military Trl to East Side of Turnpike 59,060 23,317 M $9,522.00 $878.00 $1,023.00 $540.00 $11,963.00 $7,728.00 $682.00 $360.00 $8,770.00 46 Plam Beach Gardens Elementary ROW 49,180 $2,050.00 $0.00 $528.00 $0.00 $2,578.00 $1,600.00 $352.00 $0.00 $1,952.00 47 PGA Blvd & I-95 Intersection 360,473 3,740 M $23,828.00 $1,821.00 $5,547.00 $1,170.00 $32,366.00 $19,688.00 $3,698.00 $780.00 $24,166.00 48 PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 5,292 1,134 M $3,266.00 $330.00 $440.00 $600.00 $4,636.00 $2,852.00 $296.00 $400.00 $3,548.00 49 PGA Blvd Medians - Military Trl to East Side of Turnpike 81,531 20,873 M $12,995.00 $1,226.00 $1,551.00 $540.00 $16,312.00 $11,613.00 $1,034.00 $360.00 $13,007.00 50 Prosperity Farms Rd & Prosperity Oaks Ct 6,699 M $2,242.50 $201.00 $222.00 $0.00 $2,665.50 $1,932.00 $148.00 $0.00 $2,080.00 51 Public Works and Ironwood Rd 8,201 M $3,266.00 $336.00 $282.00 $0.00 $3,884.00 $2,852.00 $188.00 $0.00 $3,040.00 52 Sandtree Drive 7,849 M $943.00 $17.00 $138.00 $0.00 $1,098.00 $736.00 $92.00 $0.00 $828.00 53 Seagrape Way Median 7,590 M $943.00 $17.00 $138.00 $0.00 $1,098.00 $736.00 $92.00 $0.00 $828.00 54 US Hwy 1 Medians - Golden Bear to Towers Office Building 3,528 1,096 M $1,178.75 $17.00 $138.00 $15.00 $1,348.75 $920.00 $92.00 $10.00 $1,022.00$0.00 GROUP C CANAL LONG LINE MOWING AREAS Based on 18 cuts per year Based on 12 cuts per year 55 Hunt Club Dr 93,822 L $1,088.00 N/A N/A N/A $725.00 N/A N/A 56 Bellwood/ Applecrest to Earman River 108,834 L $1,262.00 N/A N/A N/A $840.00 N/A N/A 57 Earman River/ Military Trail to I-95 143,257 L $1,660.00 N/A N/A N/A $1,106.00 N/A N/A 58 Earman River/ I-95 to A1A (north side)252,104 L $2,920.00 N/A N/A N/A $1,948.00 N/A N/A 59 Honey Suckle/ Honey Suckle to Gardenia 79,978 L $926.00 N/A N/A N/A $618.00 N/A N/A 60 Thompson River/ Earman River to I-95 250,505 L $2,598.00 N/A N/A N/A $1,732.00 N/A N/A 61 Seagrape / Military Trail to End City Row 224,180 L $2,598.00 N/A N/A N/A $1,732.00 N/A N/A 62 Hickory Canal/ Larch Ave (north and south) End of City Row307,694 L $3,565.00 N/A N/A N/A $2,378.00 N/A N/A 63 Plat 4/ Banyan St east to A1A (north side)58,968 L $684.00 N/A N/A N/A $456.00 N/A N/A 64 Ironwood/ Burns Rd to C-17 Canal 108,908 L $1,262.00 N/A N/A N/A $842.00 N/A N/A 65 Meridian 164,299 L $1,904.00 N/A N/A N/A $1,270.00 N/A N/A 66 Allamanda/ Burns Rd to Prosperity 53,986 L $625.00 N/A N/A N/A $417.00 N/A N/A 67 C-17/ Northlake to A1A (east) Northlake to MacArthur (west)671,509 L $7,780.00 N/A N/A N/A $5,186.00 N/A N/A 68 Mirasol Field 498,552 L $5,776.00 N/A N/A N/A $3,850.00 N/A N/A GROUP D PGA FLYOVER BRIDGE 69 PGA Flyover 1,282,152 16,263 C $68,768.00 GROUP E ITEM UNIT COST 70 Turf Mowing Yearly Cost (Based on 41 cuts per year)Sq./FT $ 648,944.00 Per year 71 Mulch cost Cubic Yards 51,675.83$ Per application 72 Fertilization Yearly Cost - Sod, trees and shrubs (Based on 3 times per year)Sq./Ft 32,600.52$ Per application 73 Fertilization Yearly Cost -Palms (Based on 3 times per year)Per tree 8,565.00$ Per application 74 Alternate turf mowing cost (Based on 32 cuts per year)Sq./Ft $ 556,583.00 Per year 75 Alternate Fertilization Yearly Cost -Sod, trees and shrubs (Based on 2 times per year)Sq./Ft 65,201.04$ Per year 76 Fertilization Yearly Cost - Palms (Based on 2 times per year)Per tree 12.00$ Per tree 77 Pesticides Turf Sq./Ft.0.02$ Per year 78 Fire Ant Control Sq./Ft.36,000.00$ 80 79 Labor Cost ( Supervisor)Hourly 32.00$ Per hour 80 Labor Cost ( Laborer)Hourly 24.00$ Per hour GROUP F EQUIPMENT 81 Chainsaw (Stihl model 026 or equivalent)Hourly 32.00$ Per hour ALTERNATE ITEMS 82 Chipper Hourly 125.00$ Per hour 83 Dump Body Truck Hourly 75.00$ Per hour 84 Pick-up Truck Hourly 55.00$ Per hour 85 Bucket Truck Hourly 150.00$ Per hour 86 Bobcat Hourly 175.00$ Per hour 87 Front end Loader Hourly 225.00$ Per hour 88 Traffic Control Signs Hourly 35.00$ Per hour 89 Traffic Cones Hourly 24.00$ Per hour 90 Hauling (includes Driver, Fees and Vehicle)Hourly 125.00$ Per hour 91 Attach a separate sheet of additional equipment not listed, if desired.N/A N/A 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com COMPANY BACKGROUND 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com ESTABLISHED:October 1998 OWNERSHIP:Rick & Randy Girard HEADQUARTERS:Sanford, Florida REVENUE:$31.0M (2014), $24.6M (2013), $20.8M (2012) EMPLOYMENT:410 Employees (320 full-time, plus 90 seasonal) BRANCH LOCATIONS: Fort Lauderdale, Fort Myers, Orlando, Sanford, St. Lucie, Tampa & West Palm SATELLITE LOCATIONS:Daytona Beach, Jacksonville, Melbourne & Sarasota SERVICES OFFERED: Landscape Development: Pre-Construction, Design/Build & Installation Services Landscape Maintenance: Grounds Maintenance, Horticultural Services, Irrigation Services, Landscape Enhancements & Tree Care Facility Maintenance: Asphalt & Concrete Repair, Building Repair, Bulk Trash Removal, Carpentry, Electrical & Plumbing, Equipment Maintenance, Fencing & Gate Repair, HVAC, Lighting & Signage, Parking Stops & Bollards, Painting, Power Washing, Roofing Repair, Sealcoating & Stripping, Storm Water Management, Tenant Cleanouts, Window Cleaning & much more ACCOLADES:Business of the Year, Seminole County Chamber Fastest Growing Private Company, Inc. Magazine Forty Under 40, Orlando Business Journal Largest Family-Owned Business, Orlando Business Journal Largest Privately-Held Business, Orlando Business Journal Top 100 Landscaping Company, Lawn & Landscape Top 150 Landscaping Company, Landscape Management COMPANY INFORMATION 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com MISSION STATEMENT OUR COMPANY To become the largest and most respected privately-held landscape company in the State of Florida. OUR PRODUCTS To be an industry leader in balancing quality workmanship, outstanding customer service and long-term client value. OUR CUSTOMERS To provide a practical, best of class alternative to our local, regional and national competitors. OUR EMPLOYEES To create an environment that attracts and retains the most talented employees in the industry. OUR SHAREHOLDERS To provide consistent, above-average returns along with increased year-over-year value without ever putting the company’s brand or reputation in jeopardy. Rick & Randy Girard, 2004 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com 1998 Rick & Randy Girard co-founded the company in Sanford, Florida. 2004 Sold residential client base to TruGreen, allowing for 100% focus on growing the commercial business. 2006 Opened new 6,000 square foot corporate headquarters. Established 5 year growth plan to expand the business beyond Central Florida. 2007 Opened branch locations in Orlando & Tampa. 2008 Opened branch location in Fort Myers. 2009 Opened branch location in Fort Lauderdale. 2011 Northcreek Mezzanine provides growth capital financing. Established a new 5-year growth plan to significantly increase density and create self-sustainable branches throughout Florida. Started Facility Maintenance Division. 2012 Acquired Gulf Coast operations of Greenbriar Landscaping. 2013 Acquired South Florida operations of ProScape. COMPANY TIMELINE 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com WE DELIVER THE MOST VALUE ... There's so much more that goes into a relationship than just what's discussed on bid day. We might not always have the lowest price, but no other company is more committed to delivering the most value to its customers. WE KNOW HOW TO SPEND YOUR MONEY ... It’s easy to spend money, but spending it wisely is the key. We have years of experience in helping our clients get the most out of what they have to spend. WE HAVE OWNERS WHO CARE ... GES is a pretty intense place to work, and that's because Rick & Randy Girard set the expectation for success. They expect everyone to work as hard as they do in reaching company goals. These owners are very involved and always available. WE HAVE THE RIGHT ATTITUDE ... We promote a professional, positive, can do spirit. A little attitude is okay, as long as it’s a good attitude. WE SHOW INITIATIVE ... We strongly believe that being proactive can avoid problems and create opportunities. There’s no room for complacency within our organization. WE HAVE THE RESOURCES ... It takes a lot of resources to operate an efficient operation –you’ve got to have what you need, when you need it. We’d love to share with you some stories about how the right people, equipment and relationships have benefited our clients over the years. WE HAVE PEOPLE WHO CARE ... At the end of the day, it’s really about the people and not the company. That's why we work so hard to attract and retain the best talent in the industry. We have some of the most dedicated, professional and knowledgeable employees in the industry. WE HAVE A SENSE OF URGENCY... When something needs to be taken care of quickly, it gets done. Our customers should never have to ask for something twice. WE HIT PROBLEMS HEAD ON … While we do our best to avoid problems, we all know they’re going to happen. The pivotal moment is how you deal with those problems and what you do to make sure they don’t continue to happen. WE DO WHATEVER IT TAKES … This cliché is a little overused, but our customers know firsthand that we really mean it. Instead of focusing on why something can’t be done, we spend a lot more time on figuring out how it can be done. We hate excuses as much as you do. WHY CHOOSE GIRARD? 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com FEATURED ARTICLES 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com SUBCONTRACTOR TruGreen Commercial will be preforming our Horticultural program we have partnered with TruGreen for 5 years now and we take a collaborative approach to all horticultural needs. TruGreen has been in the lawn care business for more than 40 years. Over that time, we have gained the depth of experience necessary to offer specialized services to a range of business types, becoming a proactive partner for businesses of all kinds. We are uniquely equipped to care for your lawn and to help your business make a healthy first impression. Our TruGreen® professionals work to protect your tree and shrub investments by constantly searching for more effective ways to control the many diseases and pests that can attack your trees and shrubs. The TruGreen Tree & Shrub program benefits your business by ensuring that your important landscape investments continue to grow. From fertilization to insect and disease control, we work through the seasons to enhance and safeguard your trees and shrubs, and to help ensure that you reap the best return on your investment. Exceptional service starts with exceptional staff. At TruGreen, we require our associates to complete extensive training on how to ensure your property gets the most out of our innovative products and state-of-the-art equipment. We also perform a Commercial Property Evaluation to measure the progress of your lawn and ensure your property meets our high standards and your expectations. It's a part of our proactive quality process that ensures consistency, detects problems and provides solutions. In turn, our procedures help lower the potential costs of rework due to disease and pest management, while increasing curb appeal and the value of your landscape. 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com GROUNDS MAINTENANCE INTRODUCTION The most visible service that our company offers is the weekly grounds maintenance of our properties. We typically provide this service on a weekly or bi-weekly schedule, depending on the time of year. Upon request, we can also provide a variety of other maintenance related services, such as: porter services, pressure washing, and event cleanup. MOWING OPERATIONS Having a nicely mowed lawn can go a long ways towards improving the curb appeal of any property. For the most part, our crews are scheduled to complete their work in four days, leaving Friday available to make up for equipment breakdowns, bad weather, accidents or any other problems that might put them behind for the week. We also maintain a large inventory of spare equipment to ensure that our crews always have the equipment they need to operate as efficiently as possible and with very little downtime. DETAILING OPERATIONS What makes one property stand out from the others? It’s “curb appeal” and usually it’s that last 10-20% that makes all the difference in the world. Whether your property requires daily, weekly, or monthly attention, our detailing crews consistently deliver outstanding results. SCHEDULE OF SERVICES Our summer schedule typically starts in the middle of March and lasts until the middle of October. Our winter schedule typically starts in the middle of October and lasts until the middle of March. There are many variations to the scheduling of our services, especially during the transition months. Let our business development team help you determine what the best approach is for your particular property and budget. SPECIAL PROJECTS We are often asked to perform a variety of special projects for our clients. There’s probably nothing that you could ask us to help out with that we have not already done for somebody else, so don’t be shy! Having GES on the job will give you the peace of mind in knowing that you have a service partner that you can depend on! 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com COMMUNICATION Girard values the customer’s time with prompt and reliable service. Keeping the customer informed during the service process helps set Girard apart from our competition. The communication process may include emails, test messages, phone calls, property inspection reports, work orders, site meetings and photo documentation. Girard’s efficient customer service provides industry-leading service: •From order entry and billing to the branch and account managers our staff is available to process all service requests. •For current and future reference all service records are stored electronically. This allows for accurate tracking and documentation of all service requests. •Providing the customer with the most up-to-date information about the status of the property is paramount. 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com REFRENCES 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com 1 Vitalia at Traditions Port Saint Lucie, FL Tyler Heel –Property Manager 321-332-1878 theel@evergreen-lm.com Celebration CDD Orlando , FL Brian Smith –Property Manager 407-566-2018 bsmith@severntreatms.com Seminole County Public Schools Orlando, FL Mark Mannor –Operations Foreman 407-320-7410 Mark_mannor@scps.k12.fl.us 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com CUSTOMER TESTIMONIALS “The Girard Team is personable, trustworthy, knowledgeable and ready to help at every turn.” Bob Bensinger, Sr. Regional Facility Manager CVS Pharmacy / Caremark “I was the sole vote against your company because I was skeptical at that time, but I’m not skeptical any longer. I have been very impressed and I think you guys are doing great.” Tom Sunnarborg, Chairman of the Board Celebration CDD “Girard Environmental Services is a partner that we can rely on.” Richard Forrest II, Director of Property Management DDR Corporation (Developers Diversified Realty) “Your crews are unfailingly polite, helpful, and our neighborhood looks better than it ever has since moving here.” Homeowner Georgetown HOA “In this day and age, when customer service is so lacking, Steve is so awesome to work with.” Margaret Pas, Property Manager Tailwinds Development “Their services and creativity are top notch, and we have been very pleased with the work they have done for us.” Tony Moonen, Vice President of Real Estate Management IDI Services Group “We have had a long business relationship with Girard.They have done great work for years, and we were pleased that the Board of Directors agreed to use them.A quality building should have quality vendors.” Tina Morbitzer, President The Morbitzer Communities “Neil and his team have been a true asset…Neil has a professional presence and his team does not need to be followed up on”. Ashley Schleusner, District Facilities Manager Target Corporation, District 330 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com EQUIPMENT 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com INTRODUCTION Having the right equipment to do the job often goes a long ways towards having happy employees, who in turn, create happy customers. Most companies have great intentions but fail to perform or meet customer’s expectations. Simply ask to take a tour of their facilities. You’ll quickly learn whether or not a company is able to back up what they’re selling. By taking an inside look at their operation, you’ll know if they’re capable of provide quality service on a consistent basis. Many employees coming to work for our company often comment on how well organized and efficient our company operates. This couldn’t happen without the military precision of our fleet service department, who works tirelessly to ensure that each of our crews have the right equipment to do the job, with as little down time as possible. With more than $8,000,000 in vehicles and equipment, we are ready, willing and able to become your “go to” company when it comes to landscaping related services in the State of Florida. SAFETY MATTERS! We are serious about safety! As a matter of fact, we’ve developed an entire program that’s dedicated to creating a safe work environment. FLEET & SAFTEY This means a safe environment for our employees and all of those around us. Our Safety Committee consists of all senior management and meets monthly to discuss a variety of training and safety related matters. We perform full background checks on all employees prior to employment. Our field employees receive weekly structured training classes each year on a wide variety of safety related subjects. We have a formal certification process to identify those employees who are qualified to operate dangerous machinery. We randomly select 8-10% of our staff each quarter for random drug & alcohol screening. Our Back-To-Work Program ensures that employees are properly treated before returning to normal duty. As you can see by these few examples, we invest the time and necessary resources to promote a safe work environment. At GES, safety really does matter! 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com ADDITIONAL INFORMATION 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com IRRIGATION SERVICES INTRODUCTION We hate dry spots! Nothing is more irritating than to have a beautifully maintained property with huge dry spots in the lawn. In Florida, it’s a constant battle. We either face conditions that are too dry or too wet and that can change within a matter of days. It takes constant monitoring to ensure that a property is being properly hydrated. SCHEDULED INSPECTIONS We usually inspect our irrigation systems no less than once per month. However, we are always on the look out for obvious concerns and will respond accordingly. Each month an inspection report is prepared by the technician servicing your property and those reports are always available upon request. Many of our larger properties have a full-time irrigation technician assigned to the property. This creates an ideal situation for monitoring the property and controlling costs. TIME & MATERIAL REPAIRS This is the most common way of handling repairs. Each of our service vehicles are fully stocked with the parts and tools needed to perform the most common repairs. Depending on our arrangement with the client, any necessary repairs can be performed immediately or only after approval. . FLAT RATE REPAIRS On occasion, we work with clients to develop a flat-rate billing method for repairs. This eliminates the fluctuation in labor costs and provides our clients with more piece of mind and a streamlined way of handling approvals. Let our business development team help you determine what the best approach is for your particular property and budget. ALL-INCLUSIVE REPAIRS Some clients prefer to have the majority of common repairs included for one fixed monthly fee. We have developed this program to help our client’s budget for irrigation repairs, while also allowing us to monitor and maintain the system without having to obtain approvals. This program is best described as sort of an “insurance policy” for your irrigation system. Let our business development team help you determine what the best approach is for your particular property and budget. 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com DESIGNER RED DESIGNER BROWN SHREDDED CYPRESS DESIGNER GOLD PINE BARK NUGGETSSHREDDED EUCALYPTUS PINE STRAW ENHANCEMENT SERVICES Mulch Installation INSTALLATION SERVICES Nothing makes a property look more complete and finished than fresh mulch. In addition to adding color and definition, mulching plant beds can conserve moisture and help control weed growth. SEASONAL TOUCH UP The regular once-per-year mulch applications may not be enough to keep your property looking its best at all times. We can quickly provide seasonal touch-ups with a simple phone call before the holidays, a special event or an important site visit. 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com ENHANCEMENT SERVICES Flower Installation PLANT SELECTION Selecting the proper plants is the first step in providing long lasting color that stands out from the rest. By working closely with your account management team, we can help you select from a wide variety of plantings. INSTALLATION SCHEDULE Most in-ground annual plantings occur at the beginning of each quarter, while potted plantings may sometimes occur more often depending on the types of plants selected and their particular location. For many of our customers, we also provide special plantings and decorations during the holiday season. MELAMPODIUM PETUNIA MERIGOLD BLUE SALVIA PENTAS VINCA BEGONIA MELAMPODIUM COLEUS GERANIUM ZINNIA GAZANIA MAINTENANCE & WARRANTY All of our installations are maintained during the regular detail rotations provided by our grounds maintenance crews. Any plants that decline because of disease, insect damage or improper installation will be replaced at no charge. 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com ENHANCEMENT SERVICES Professional Design & Installation INTRODUCTION From simple repairs to complete renovations, we have the resources to help! Having the money to spend and knowing how to spend it wisely are two different things. We’ve gained a lot of experience in helping our clients get the most out of their money. Besides just maintaining your property, our account management team is trained to be proactive in looking for ways to improve the appearance of your property. Some suggestions may be given to correct problem areas, while others may be given to improve certain areas. You should be getting these types of ideas without having to ask for them. We expect our account management team to be proactive in helping to improve your property. If necessary our account management team can easily make a digital image come to life, showing exactly how the finished project will look. INSTALLATION We make every effort to ensure that our projects are carefully organized, well planned and seamlessly executed. WARRANTY Another peace of mind is knowing that everything that we do is warrantied for as long as we maintain the property. So, with us you spend the money once! BEFORE AFTER 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com ARBOR CARE SERVICES INTRODUCTION Our arbor care department looks after all of your larger canopy trees and palm trees. For the most part, our customers choose to have their palm trees trimmed twice per year as part of their contracted services. However, the trimming of the larger canopy trees is typically handled as an out-of-contract service and occurs about every three years. Some of the other services that we perform on a regular basis are tree removals and stump grinding. Properly maintaining your trees can not only have a dramatic effect on the curb appeal of your property, but also help to reduce liability concerns. CANOPY TREE TRIMMING The proper lifting and thinning of tree canopies can help protect them during storms and possibly prevent serious damage or personal injury. Proper trimming techniques can also allow the sunlight to penetrate the tree canopies and greatly benefit the landscaping beneath them. PALM TREE TRIMMING Keeping your palm trees trimmed on a regular basis not only makes them look better, but it can also help prevent injuries from falling fronds. Most palm trees only need to be trimmed twice per year, however some of the palms located in South Florida require trimming four times per year. SPECIAL TREATMENTS In some cases, your account management team may suggest specialized pruning or treatment of valuable specimen trees and palms. GES can offer a wide variety of specialty fertilizer, insecticide and fungicide applications to keep all of your trees and palms looking their best. EMERGENCY SERVICES In the case of a natural disaster, our arbor care crews are trained to serve as first responders. These storms are unpredictable and may cause catastrophic damage. Our approach during these situations is simple: Phase 1 –Make our properties accessible to emergency vehicles and get businesses open. Phase 2 –Begin the clean-up process by removing debris from the site. Phase 3 –Meet with clients to determine how to begin repairing the damage. 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com •In the case of storm, the personnel and equipment of Girard Environmental Services, Inc. will be available to property or facility manager for facilitating the landscape debris clean up and access clearance process at the site. •Mobilization of Girard personnel shall be contingent upon conditions being favorable and lawful for safe transport of crew and equipment. Additional resources will be deployed from unaffected company locations as required. •The order of priority of this clean up and clearance process to be determined by site contact and communicated to Girard prior to storm event or as soon as possible depending on severity of impact. •Girard’s Emergency Communication Chain shall be furnished by the local designated contact or Site Representative. •Girard’s first response shall be to clear entry/exit routes. •Girard shall when necessary “cut and stack” storm debris out of the way of vehicular and pedestrian traffic. •Girard may elect to leave stacked debris on site to be picked up at a later date depending on the severity of the damage and location of stack debris. HURRICANE & STORM ACTION PLAN 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com HOW TO COMPARE PROPOSALS Price Square Feet Quantity Man Hours GROUNDS MAINTENANCE How many times will the property be mowed & detailed throughout the year? Ask for details! How many man hours are included each service, per month and per year? What does “as needed” mean? Is canopy lifting and leaf removal included? Are your Crape Myrtles included? HORTICULTURAL SERVICES How many square feet of turf & shrub have been included? Do you have written program? Ask for a detailed copy and compare it! IRRIGATION SERVICES How many controllers & irrigation zones have been included? Do you have a pump station and/or suction line? Have those been included? How much time have you allowed for each individual zone? Do you have any battery-operated valves? Have those been included? What is the approval process for repairs? What is the cost for repairs? MULCH INSTALLATION How many cubic yards are included? Are seasonal touch-ups included? FLOWER INSTALLATION How many plants are included? How many times per year will these be changed out and during which months? What type of soil amendments are included with each change out? What type of warranty is provided? PALM TREE TRIMMING How many palms are included? How many times per year will they be trimmed and during which months? 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com LICENSES AND INSURANCE 701 Codisco Way Sanford, FL 32771 | PO Box 1119 Sanford, FL 32772 Office 866-643-1817 | Fax 866-849-0355 | www.girardonline.com “The secret to success is to do the common things uncommonly well.”~ John D. Rockefeller “If you think it’s expensive to hire a professional to do the job, wait until you hire an amateur.”~ Red Adair “A brand for a company is like a reputation for a person. You earn reputation by doing the hard things well.”~ Jeff Bezos “You can’t build your reputation on what you are going to do.”~ Henry Ford www.girardonline.com CERTIFICATE HOLDER ©1988-2010 ACORD CORPORATION.All rights reserved.ACORD 25 (2010/05) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS WC STATU- TORY LIMITS OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) 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 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). The ACORD name and logo are registered marks of ACORD COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201005).01 6/29/2015 HUB International Florida 1560 Orange Ave Ste 750 Winter Park FL 32789 Dawn Knight, CIC, CRM (407)894-5431 (407)629-6378 Dawn.Knight@hubinternational.com Girard Environmental Services Inc. P O Box 1119 Sanford FL 32772 Westfield Insurance Co 24112 Zenith Insurance Co 13269 Rockhill Insurance Co 28053 15-16 Master A X X X CMM0485211 7/1/2015 7/1/2016 1,000,000 500,000 15,000 1,000,000 2,000,000 2,000,000 A X CMM0485211 7/1/2015 7/1/2016 1,000,000 Medical payments 5,000 A X X X 0 CMM0485211 7/1/2015 7/1/2016 5,000,000 5,000,000 B N Z071845005 7/1/2015 7/1/2016 X 1,000,000 1,000,000 1,000,000 C Pollution Liability/Each Occurrence $1,000,000 Transportation Pollution ENVP010039-01 7/1/2015 7/1/2016 Aggregate $2,000,000 Jeff Junod/MHB Evidence Only Girard Enviromental Services Site No.Site/ Location Vegetated Square Footage Concrete Area Square Footage C:Common P:Park M:Medians L:Longline Turf Mowing Yearly Cost (Based on 41 cuts per year) Mulch Cost (Yearly) Fertilization Yearly Cost - Sod, Trees and Shrubs (Based on 3 times per year) Fertilization Yearly Cost -Palms (Based on 3 times per year)Total Yearly Costs Alternate Turf Mowing Yearly Cost (Based on 32 cuts per year) Alternate Fertilization Yearly Cost -Sod, Trees and Shrubs (Based on 2 times per year) Fertilization Yearly Cost - Palms (Based on 2 times per year) Alternate Bid Total Yearly Costs GROUP A COMMON AREAS AND PARKS 1 Burns Rd Community Center/ 4404 Burns Rd 414,185 C $43,976.00 $3,562.00 $6,606.00 $1,260.00 $55,404.00 $37,352.00 $4,404.00 $840.00 $42,596.00 2 City Hall Complex/Fire Station #1/Police/ 10500 N Military 291,778 C $35,351.00 $4,982.00 $8,681.00 $4,050.00 $53,064.00 $34,776.00 $5,787.00 $2,700.00 $43,263.00 3 Riverside Youth Enrichment Center/ 10170 Riverside Dr 19,286 C $5,272.75 $412.00 $537.00 $60.00 $6,281.75 $4,600.00 $358.00 $40.00 $4,998.00 4 Tennis Center/ 5110 117th Court North 706,814 C $29,095.00 $3,124.00 $5,979.00 $180.00 $38,378.00 $27,600.00 $3,986.00 $120.00 $31,706.00 5 Fire Station #2/ 11025 Campus Drive 54,933 C $8,498.50 $1,000.94 $828.00 $45.00 $10,372.44 $7,360.00 $552.00 $30.00 $7,942.00 6 Fire Station #3/ 5162 Northlake Blvd 240,449 C $17,543.00 $1,120.00 $1,932.00 $810.00 $21,405.00 $15,456.00 $1,288.00 $540.00 $17,284.00 7 Fire Station #4/ 11264 Jog Road 44,892 C $8,889.50 $581.00 $816.00 $315.00 $10,601.50 $7,912.00 $544.00 $210.00 $8,666.00 8 Fire Station #5/ 3913 Hood Road 39,258 C $8,889.50 $498.00 $753.00 $90.00 $10,230.50 $7,912.00 $502.00 $60.00 $8,474.00 9 Mirasol Park/ 12385 Jog Road 171,141 P $25,093.00 $2,170.00 $2,037.00 $360.00 $29,660.00 $21,160.00 $1,358.00 $240.00 $22,758.00 10 PGA Park/ 1 Ryder Cup Boulevard 658,633 P $41,722.00 $3,215.00 $9,084.00 $990.00 $55,011.00 $35,420.00 $6,056.00 $660.00 $42,136.00 11 Oaks Park/ 10666 Gardens East Drive 353,245 P $24,449.00 $1,802.00 $5,235.00 $135.00 $31,621.00 $19,688.00 $3,490.00 $90.00 $23,268.00 12 Lake Catherine Sports Complex/ 9481 MacArthur Boulevard 191,194 P $16,640.00 $2,015.00 $2,958.00 $270.00 $21,883.00 $14,260.00 $1,972.00 $180.00 $16,412.00 13 Lakeside Lake Catherine/ MacArthur Blvd 192,319 P $14,904.00 $1,535.00 $3,183.00 $360.00 $19,982.00 $12,420.00 $2,122.00 $240.00 $14,782.00 14 Plant Drive & Skate Park/ 10113 Plant Drive 123,207 P $10,775.00 $654.00 $1,395.56 $2,160.00 $14,984.56 $9,384.00 $930.37 $1,440.00 $11,754.37 15 Gardens Park/ 4301 Burns Rd 436,201 P $23,207.00 $2,184.00 $5,625.00 $315.00 $31,331.00 $19,688.00 $3,750.00 $210.00 $23,648.00 16 Sand Hill Crane Park/ 8175 PGA Boulevard 43,038 P $5,428.00 $310.00 $549.00 $90.00 $6,377.00 $4,600.00 $366.00 $60.00 $5,026.00 17 Twins Parks/ 648 Holly Drive 30,001 P $3,105.00 $72.00 $510.00 $90.00 $3,777.00 $2,484.00 $334.00 $60.00 $2,878.00 18 Lilac Park Commons & Dog Run/ 4175 Lilac Street 489,489 P $31,234.00 $3,028.00 $5,880.00 $270.00 $40,412.00 $26,680.00 $3,920.00 $180.00 $30,780.00 19 Riverside Drive Linear Park/ Riverside Dr 44,596 P $8,855.00 $798.00 $813.00 $675.00 $11,141.00 $7,820.00 $542.00 $450.00 $8,812.00 20 South Ilex Circle Neighborhood Park/ Ilex Cir S 25,195 P $1,926.25 $37.50 $366.00 $0.00 $2,329.75 $1,532.00 $244.00 $0.00 $1,776.00 21 City Park/ 5070 117th Court North 78,977 P $10,304.00 $541.00 $1,290.00 $270.00 $12,405.00 $8,648.00 $860.00 $180.00 $9,688.00 GROUP B MEDIANS 22 Allamanda Dr ROW 96,897 M $9,326.50 $721.00 $2,034.00 $225.00 $12,306.50 $8,188.00 $1,356.00 $150.00 $9,694.00 23 Allamanda Dr / Rainwood Dr Retention Area 30,445 M $1,545.75 $73.69 $440.00 $90.00 $2,149.44 $1,196.00 $296.00 $60.00 $1,552.00 24 Alt A1A (West Side - Burns to RCA Blvd)60,202 M $8,740.00 $1,256.00 $1,287.00 $270.00 $11,553.00 $7,912.00 $858.00 $180.00 $8,950.00 25 Banyan Street Parcel - North 11,310 M $707.25 $9.00 $174.00 $0.00 $890.25 $552.00 $116.00 $0.00 $668.00 26 Banyan Street Parcel - South 20,314 M $943.00 $9.00 $294.00 $0.00 $1,246.00 $736.00 $196.00 $0.00 $932.00 27 Burns Rd & I-95 Overpass 2,251 M $471.50 $0.00 $138.00 $0.00 $609.50 $368.00 $92.00 $0.00 $460.00 28 Burns Rd Medians - Military Trl to Prosperity Farms Rd 59,594 M $13,547.00 $2,104.00 $4,563.00 $1,440.00 $21,654.00 $12,512.00 $3,042.00 $960.00 $16,514.00 29 Burns Rd ROW - South Side Rainwood Dr to Allamanda Dr 18,193 M $3,697.25 $249.50 $246.00 $180.00 $4,372.75 $3,128.00 $164.00 $120.00 $3,412.00 30 Camberwell on Avenue of PGA 11,788 M $2,869.25 $66.38 $207.00 $90.00 $3,232.63 $2,300.00 $138.00 $60.00 $2,498.00 31 City Sign - PGA Blvd & Fairway Dr 519 M $276.00 $37.00 $153.00 $180.00 $646.00 $220.00 $102.00 $120.00 $442.00 32 Cottonwood Circle Median 1,360 M $983.25 $25.19 $150.00 $0.00 $1,158.44 $776.25 $100.00 $0.00 $876.25 33 Garden Woods Entrance Median - Elm Ave 2,438 M $1,219.00 $17.13 $147.00 $270.00 $1,653.13 $736.00 $98.00 $180.00 $1,014.00 34 Gardens Glenn - Entrance and Medians 8,532 M $2,006.75 $205.69 $228.00 $540.00 $2,980.44 $1,748.00 $152.00 $360.00 $2,260.00 35 Holly Dr Medians - Riverside Dr to Military Trl 52,242 M $5,784.50 $623.81 $837.00 $720.00 $7,965.31 $5,060.00 $558.00 $480.00 $6,098.00 36 Holly Dr ROW - Lighthouse Dr to Ironwood Rd 16,368 M $2,357.50 $0.00 $220.00 $0.00 $2,577.50 $1,840.00 $147.20 $0.00 $1,987.20 37 Holly Drive & I-95 Overpass 4,384 M $471.50 $0.00 $138.00 $0.00 $609.50 $368.00 $92.00 $0.00 $460.00 38 Holly Drive Cul-de-Sac 1,498 M $707.25 $0.00 $138.00 $0.00 $845.25 $552.00 $92.00 $0.00 $644.00 CITY OF PALM BEACH GARDENS ITB2015-047PF, Mowing and Landscaping Services Revised Exhibit "C" 39 Hood Road Medians - Military Trl to Alt A1A 28,064 3,037 M $5,980.00 $523.00 $459.00 $810.00 $7,772.00 $5,152.00 $306.00 $540.00 $5,998.00 40 Iris Circle Median 1,936 M $471.50 $17.00 $138.00 $0.00 $626.50 $368.00 $92.00 $0.00 $460.00 41 MacArthur Blvd Medians, Crosswalks, and ROWs 37,762 M $7,982.00 $1,021.00 $828.00 $1,170.00 $11,001.00 $6,440.00 $522.00 $780.00 $7,742.00 42 Military Trail Medians - Hood Rd to Donald Ross Rd 50,390 20,041 M $9,936.00 $1,232.00 $1,038.00 $1,620.00 $13,826.00 $8,556.00 $692.00 $1,080.00 $10,328.00 43 Military Trail Medians - Lillian Ave to EPB-3 Canal 103,776 34,842 M $8,027.00 $1,026.00 $1,734.00 $1,830.00 $12,617.00 $6,992.00 $1,156.00 $1,220.00 $9,368.00 44 Northlake Blvd & I-95 Intersection 394,624 1,628 M $32,625.50 $3,975.00 $7,146.00 $600.00 $44,346.50 $28,796.00 $4,764.00 $400.00 $33,960.00 45 Northlake Blvd Medians - Military Trl to East Side of Turnpike 59,060 23,317 M $9,522.00 $878.00 $1,023.00 $540.00 $11,963.00 $7,728.00 $682.00 $360.00 $8,770.00 46 Plam Beach Gardens Elementary ROW 49,180 $2,050.00 $0.00 $528.00 $0.00 $2,578.00 $1,600.00 $352.00 $0.00 $1,952.00 47 PGA Blvd & I-95 Intersection 360,473 3,740 M $23,828.00 $1,821.00 $5,547.00 $1,170.00 $32,366.00 $19,688.00 $3,698.00 $780.00 $24,166.00 48 PGA Blvd Medians - from Prosperity Farms Rd to US Hwy 1 5,292 1,134 M $3,266.00 $330.00 $440.00 $600.00 $4,636.00 $2,852.00 $296.00 $400.00 $3,548.00 49 PGA Blvd Medians - Military Trl to East Side of Turnpike 81,531 20,873 M $12,995.00 $1,226.00 $1,551.00 $540.00 $16,312.00 $11,613.00 $1,034.00 $360.00 $13,007.00 50 Prosperity Farms Rd & Prosperity Oaks Ct 6,699 M $2,242.50 $201.00 $222.00 $0.00 $2,665.50 $1,932.00 $148.00 $0.00 $2,080.00 51 Public Works and Ironwood Rd 8,201 M $3,266.00 $336.00 $282.00 $0.00 $3,884.00 $2,852.00 $188.00 $0.00 $3,040.00 52 Sandtree Drive 7,849 M $943.00 $17.00 $138.00 $0.00 $1,098.00 $736.00 $92.00 $0.00 $828.00 53 Seagrape Way Median 7,590 M $943.00 $17.00 $138.00 $0.00 $1,098.00 $736.00 $92.00 $0.00 $828.00 54 US Hwy 1 Medians - Golden Bear to Towers Office Building 3,528 1,096 M $1,178.75 $17.00 $138.00 $15.00 $1,348.75 $920.00 $92.00 $10.00 $1,022.00$0.00 GROUP C CANAL LONG LINE MOWING AREAS Based on 18 cuts per year Based on 12 cuts per year 55 Hunt Club Dr 93,822 L $1,088.00 N/A N/A N/A $725.00 N/A N/A 56 Bellwood/ Applecrest to Earman River 108,834 L $1,262.00 N/A N/A N/A $840.00 N/A N/A 57 Earman River/ Military Trail to I-95 143,257 L $1,660.00 N/A N/A N/A $1,106.00 N/A N/A 58 Earman River/ I-95 to A1A (north side)252,104 L $2,920.00 N/A N/A N/A $1,948.00 N/A N/A 59 Honey Suckle/ Honey Suckle to Gardenia 79,978 L $926.00 N/A N/A N/A $618.00 N/A N/A 60 Thompson River/ Earman River to I-95 250,505 L $2,598.00 N/A N/A N/A $1,732.00 N/A N/A 61 Seagrape / Military Trail to End City Row 224,180 L $2,598.00 N/A N/A N/A $1,732.00 N/A N/A 62 Hickory Canal/ Larch Ave (north and south) End of City Row 307,694 L $3,565.00 N/A N/A N/A $2,378.00 N/A N/A 63 Plat 4/ Banyan St east to A1A (north side)58,968 L $684.00 N/A N/A N/A $456.00 N/A N/A 64 Ironwood/ Burns Rd to C-17 Canal 108,908 L $1,262.00 N/A N/A N/A $842.00 N/A N/A 65 Meridian 164,299 L $1,904.00 N/A N/A N/A $1,270.00 N/A N/A 66 Allamanda/ Burns Rd to Prosperity 53,986 L $625.00 N/A N/A N/A $417.00 N/A N/A 67 C-17/ Northlake to A1A (east) Northlake to MacArthur (west)671,509 L $7,780.00 N/A N/A N/A $5,186.00 N/A N/A 68 Mirasol Field 498,552 L $5,776.00 N/A N/A N/A $3,850.00 N/A N/A GROUP D PGA FLYOVER BRIDGE 69 PGA Flyover 1,282,152 16,263 C $92,927.00 GROUP E ITEM UNIT COST 70 Turf Mowing Yearly Cost (Based on 41 cuts per year)Sq./FT 648,994.00$ Per year 71 Mulch cost Cubic Yards 51,675.83$ Per application 72 Fertilization Yearly Cost - Sod, trees and shrubs (Based on 3 times per year)Sq./Ft 32,600.52$ Per application 73 Fertilization Yearly Cost -Palms (Based on 3 times per year)Per tree 8,565.00$ Per application 74 Alternate turf mowing cost (Based on 32 cuts per year)Sq./Ft 556,583.00$ Per year 75 Alternate Fertilization Yearly Cost -Sod, trees and shrubs (Based on 2 times per year)Sq./Ft 65,201.04$ Per year 76 Fertilization Yearly Cost - Palms (Based on 2 times per year)Per tree 12.00$ Per tree 77 Pesticides Turf Sq./Ft.0.02$ Per year 78 Fire Ant Control Sq./Ft.36,000.00$ 80 79 Labor Cost ( Supervisor)Hourly 32.00$ Per hour 80 Labor Cost ( Laborer)Hourly 24.00$ Per hour GROUP F EQUIPMENT ALTERNATE ITEMS 81 Chainsaw (Stihl model 026 or equivalent)Hourly 32.00$ Per hour 82 Chipper Hourly 125.00$ Per hour 83 Dump Body Truck Hourly 75.00$ Per hour 84 Pick-up Truck Hourly 55.00$ Per hour 85 Bucket Truck Hourly 150.00$ Per hour 86 Bobcat Hourly 175.00$ Per hour 87 Front end Loader Hourly 225.00$ Per hour 88 Traffic Control Signs Hourly 35.00$ Per hour 89 Traffic Cones Hourly 24.00$ Per hour 90 Hauling (includes Driver, Fees and Vehicle)Hourly 125.00$ Per hour 91 Attach a separate sheet of additional equipment not listed, if desired.N/A N/A -----d : 1 E:>20 J s--DY7 f'Fi 1i ~ k: (Y1ow ~~ 01\d (t¥Y3 StrtJ;u) a(/(\ -t ~ t bu4-CJ'""':\ M , (.(., '- -v~\) • l.o . ... -I ... -I 0 -1 _, ~ • -------------------------------, CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: September 10, 2015 Ordinance 12, 2015 Subject/Agenda Item: Public Hearing for First Reading of Ordinance 12, 2015 - Adopting the Fiscal Year 2015/2016 Budget. [X] Recommendation to APPROVE Recommendation to DENY Reviewed by: Originating Dept.: Finance d) Allan Owens Finance Administrator Advertised: NA inistrator Date: Paper: [ x ] Not Required Submitted by: Affected parties ~------~ Approved by: [ ] Notified [ X ] Not required Costs: $. ______ _ (Total) $ C:-u-rr-en~t-=F::-::Y-- Funding Source: ] Operating ] Other Budget Acct.#: Contract/ Agreement: Effective Date: NA Expiration Date: NA Council Action: ] Approved ] Approved w/ Conditions ] Denied ] Continued to: Attachments: • Ordinance 12, 2015 Meeting Date: September 10 2015 Ordinance 12, 2015 Page 2 of2 BACKGROUND: This is the first of two (2) required public hearings to set the millage and adopt the budget for Fiscal Year 2015/2016. On July 1, 2015, Council approved Resolution 27 , 2015, setting the maximum tentative operating millage rate for FY 2015/2016 at 5.67 mills, and the debt service millage rate at .1375 mills. At this meeting, Council expressed a desire to lower the millage rate. Based upon Council's direction, staff is proposing an operating millage rate for FY 2015/2016 at 5 .55 mills and a debt service millage rate at .1371 mills. The proposed operating millage of 5 .55 is 4 .02% above the roll-back rate of 5.3354. When combined, the total operating and debt service millage rate proposed for Fiscal Year 2015/2016 is 5.6871 mills, which is less than the current year combined rate of 5.8315 mills. Total sources for all funds is $137,068,059, consisting of total estimated balances carried forward of $39,728,985 and projected total revenues of $97,339,074. Total sources of funds are balanced with projected total expenditures of $101,438 ,617 and ending reserves of $35,629,442, for a total use offunds of $137,068 ,059. The second and final public hearing on the budget is scheduled for September 17 , 2015. STAFF RECOMMENDATION: o Staff recommends a motion to adopt a proposed operating millage rate of 5 .55 and a debt millage rate of .1371 for a total tentative millage rate of 5.6871 mills for Fiscal Year 2015/2016. o Staff recommends an announcement be made declaring that the proposed operating millage rate represents an increase over the roll-back rate by 4.02%. o Staff recommends a motion to approve Ordinance 12 , 2015 as presented on first reading, adopting a tentative budget for Fiscal Year 2015/2016, and setting the second and final reading for September 17, 2015, at 7:00 p.m. in the Council Chambers. (Please note: The proposed Fiscal Year 2015/2016 budget has been distributed to Mayor, Council , and staff under separate cover.) 1 2 ORDINANCE 12,2015 3 4 5 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM 6 BEACH GARDENS, FLORIDA ADOPTING THE BUDGET FOR THE 7 CITY OF PALM BEACH GARDENS FOR THE FISCAL YEAR 8 COMMENCING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 9 2016; PROVIDING A CONFLICTS CLAUSE AND A SEVERABILITY 10 CLAUSE; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER 11 PURPOSES. 12 13 14 WHEREAS, at a duly advertised public hearing held on September 10, 2015, the 15 City Council tentatively adopted a budget for Fiscal Year 2015/2016; and 16 17 WHEREAS, at a duly advertised public hearing held on September 17, 2015, the 18 City Council determined that the tentative budget, as finalized by the City Council, will 19 meet the needs and requirements of the City of Palm Beach Gardens and its residents for 20 Fiscal Year 2015/2016; and 21 22 WHEREAS, the City Council deems approval of this Ordinance to be in the best 23 interest of the health, safety , and welfare of the residents and citizens of the City of Palm 24 Beach Gardens and the public at large. 25 26 27 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY 28 OF PALM BEACH GARDENS, FLORIDA that: 29 30 SECTION 1. The foregoing recitals are hereby affirmed and ratified. 31 32 SECTION 2. The proposed budget is hereby approved and adopted by the City 33 Council as and for the budget of the City of Palm Beach Gardens for the fiscal year 34 commencing October 1, 2015, and ending September 30,2016. 35 36 SECTION 3. All ordinances or parts of ordinances in conflict be and the same are 37 hereby repealed. 38 39 SECTION 4. Should any section or provision of this Ordinance or any portion 40 thereof, any paragraph, sentence, or word be declared by a court of competent jurisdiction 41 to be invalid, such decision shall not affect the validity of the remainder of this Ordinance. 42 43 SECTION 5. This Ordinance shall become effective immediately upon adoption. 44 45 46 Page 1 of2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Ordinance 12, 2015 PASSED this __ day of ______ , 2015, upon first reading. PASSED AND ADOPTED this second and final reading. CITY OF PALM BEACH GARDENS BY: ---------------Eric Jablin , Mayor David Levy, Vice Mayor Joseph R. Russo, Councilmember Robert G. Premuroso, Councilmember Marcie Tinsley, Councilmember ATTEST: BY: ---------------Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: --------~------R. Max Lohman, City Attorney day of ______ ,, 2015, upon AGAINST ABSENT \~bgsnas\Attomey\attomey_share\ORDINANCES\2015\0rdinance 12 2015-budget adoption 2015-2016 .docx Page 2 of2 r~~ s--tJ CITY OF PALM BEACH GARDENS COUNCIL AGENDA September 10,2015 7:00P.M. Mayor Jablin Vice Mayor Levy Council Member Russo Council Member Premuroso Council Member Tinsley I. PLEDGE OF ALLEGIANCE II. ROLL CALL III. ADDITIONS, DELETIONS, MODIFICATIONS: IV ANNOUNCEMENTS I PRESENTATIONS: a. 9-11 REMEMBRANCE ESSAY RECIPIENTS. b. SENATOR JOSEPH ABRUZZO-LEGISLATIVE UPDATE. V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS: VI. CITY MANAGER REPORT: VII. COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit request form to the City Clerk prior to this Item) VIII. CONSENT AGENDA: a. APPROVE MINUTES FROM AUGUST 6, 2015 CITY COUNCIL MEETING. b. RESOLUTION 39, 2015 -COLLECTIVE BARGAINING AGREEMENT. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AND RATIFYING ARTICLE 28, SALARY PLAN OF THE COLLECTIVE BARGAINING AGREEMENT WITH THE SERVICE EMPLOYEES INTERNATIONAL UNION (SEIU)/FLORIDA PUBLIC SERVICES UNION FOR THE FISCAL YEAR 2015-2016; AUTHORIZING THE MAYOR AND CITY MANAGER TO EXECUTE SAID AGREEMENT; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. c. RESOLUTION 40, 2015 -PLAT FIRE STATION #2. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING THE CITY OF PALM BEACH GARDENS FIRE STATION NUMBER 2 PLAT; PROVIDING AN EFFECTIVE DATE ; AND FOR OTHER PURPOSES. d. PURCHASE AWARD -INDEPENDENT CONTRACT AGREEMENT WITH TENNIS PROFESSIONAL HUY NGUYEN . e. PURCHASE AWARD -MOWING AND LANDSCAPING SERVICES. • PROPOSAL: • SUBMITTALS: f . PURCHASE AWARD -MEDICAL DIRECTOR SERVICES (EMS). g. PURCHASE AWARD -PUBLIC ART REPAIR, MAINTENANCE, AND CONSERVATION . • PROPOSAL: • SUBMITTALS IX. PUBLIC HEARINGS: <* Designates Quasi-Judicial Hearing) a. ORDINANCE 12, 2015 .:_(1ST READ ING) ADOPTING FISCAL YEAR 2015/2016 BUDGET. AN ORDINANCE OF THE CITY COUNClLOF TRE CflYOF PALM BEACH GARDENS; FlORfDA ADOPTING TftE BUDGET FOR THE CITY OF PALM BEACH GARDENS FOR "THE FISCAl: YEAR COMMENClNG"OCTOBER , 20 , AND ENDING SEPTEMBER , 20't6; PROVIDING A CONFLICTS tJSE AMY A:SEVERABILITY CLAUSE;YROVIDING M EFFECTIVE DATE~ AND FOR OTHER PURPOSES. X. RESOLUTIONS: XI. ITEMS FOR COUNCIL ACTION/DISCUSSION: XII. CITY ATTORNEY REPORT: XIII. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal any decision made by the City Council with respect to any matter considered at this public hearing, such interested persons will need a record of the proceedings and may need to ensure that a verbatim record is made, including the testimony and evidence upon which the appeal is to be based. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodations in order to participate in this proceeding are entitled to the provision of certain assistance at no cost Please call the City Clerk's OffiCe at 561-799-4122 no later than 5 days prior to the hearing if this assistance is required. For hearing impaired assistance, please call the Florida Relay Service Numbers: 800-955-8771 (TDD) or 800-955-8770 (VOICE). NOTE: AU presentation materials must be received by the City Clerk prior to the presentation to the Council. CITY OF PALM BEACH GARDENS COUNCIL AGENDA September 10, 2015 7:00P.M. Mayor Jablin Vice Mayor Levy Council Member Russo Council Member Premuroso Council Member Tinsley I. V PLEDGE OF ALLEGIANCE II. ~OLL CALL III. V ADDITIONS, DELETIONS, MODIFICATIONS: IV V""" ANNOUNCEMENTS I PRESENTATIONS: a. 9-11 REMEMBRANCE ESSAY RECIPIENTS. b. SENATOR JOSEPH ABRUZZO-LEGISLATIVE UPDATE. V. /ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS: VI. /ciTY MANAGER REPORT: VII. VcOMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit request form to the City Clerk prior to this Item) S .... Q VIII. CONSENT AGENDA: a. APPROVE MINUTES FROM AUGUST 6, 2015 CITY COUNCIL MEETING. b. RESOLUTION 39, 2015 -COLLECTIVE BARGAINING AGREEMENT. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AND RATIFYING ARTICLE 28, SALARY PLAN OF THE COLLECTIVE BARGAINING AGREEMENT WITH THE SERVICE EMPLOYEES INTERNATIONAL UNION (SEIU)/FLORIDA PUBLIC SERVICES UNION FOR THE FISCAL YEAR 2015-2016; AUTHORIZING THE MAYOR AND CITY MANAGER TO EXECUTE SAID AGREEMENT; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. c. RESOLUTION 40, 2015-PLAT FIRE STATION #2. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS , FLORIDA APPROVING THE CITY OF PALM BEACH GARDENS FIRE STATION NUMBER 2 PLAT; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. I d. PURCHASE AWARD -INDEPENDENT CONTRACT AGREEMENT WITH TENNIS PROFESSIONAL HUY NGUYEN. e. PURCHASE AWARD-MOWING AND LANDSCAPING SERVICES. • PROPOSAL: • SUBMITTALS: f. PURCHASE AWARD-MEDICAL DIRECTOR SERVICES (EMS). g. PURCHASE AWARD -PUBLIC ART REPAIR, MAINTENANCE, AND CONSERVATION. • PROPOSAL: • SUBMITTALS IX . ./PUBLIC HEARINGS:<* Designates Quasi-Judicial Hearing) !{-0 a. ORDINANCE 12, 2015-(1ST READING) ADOPTING FISCAL YEAR 2015/2016 BUDGET. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA ADOPTING THE BUDGET FOR THE CITY OF PALM BEACH GARDENS FOR THE FISCAL YEAR COMMENCING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016; PROVIDING A CONFLICTS CLAUSE AND A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. X. RESOLUTIONS: XI. ITEMS FOR COUNCIL ACTION/DISCUSSION: XII. CITY ATTORNEY REPORT: XIII. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal any decision made by the City Council with respect to any matter considered at this public hearing, such interested persons will need a record of the proceedings and may need to ensure that a verbatim record is made, including the testimony and evidence upon which the appeal is to be based. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodations in order to participate in this proceeding are entitled to the provision of certain assistance at no cost. Please call the City Clerk's Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is required. For hearing impaired assistance, please call the Florida Relay Service Numbers: 800-955-8771 (TDD) or 800-955-8770 (VOICE). NOTE: All presentation materials must be received by the City Clerk prior to the presentation to the Council. Please Print • COMMENTS FROM THE PUBLIC Request to Address City Council Name: _..-G~(~)C_--:...-\(Q_;:::;..:\:.....;....\ \.....;.....;·\'Y\~---------- Address:_ City: __ _ J ~u Subject: O A A Jt ·. Members of the public may addres.s the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limitep to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council Please Print , c) _ \.Q Name: Cf\\ ,1 ·~ I Address:_ City: __ _ Subject: _(::..._<~o.....~'f~R------..;(lo.....l.e__g~CI~A=-----'E'g-u~~~~~J&.A-------------- Members of the public may addre$, the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limitep to three (3) minutes. Please Print COMMENTS FROM THE PUBLIC Request to Address City Council Name: __ ~~~Sb~\b~~~:Je~n~fi~~~~~------------------------------------- Address:_ City:- Subject: fite e,S(Ly 6 vtd ~ .. Members of the public may addre~ the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limitep to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council • Please Print Name: ---L-11A:'--b---i~J--.....16oo!~~O\.~o~..:-...:\:elo.o....l.-1 ___ _;__ ___ _ Address:_ I City: __ Subject: ~<"e..-~~\.A .\.e { S Members of the public may address the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. Please Print COMMENTS FROM THE PUBLIC Request to Address City Council • Narne: __ ~~-g~i~\ __ 1S=-~~~~v-------------~--~--------------- Address:_ City:- subject: 5c )rroc-\-\ (\.s Members of the public may address the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. -----.... ------------ PleaseP~ Name: . ~~ Address:_ City:_ COMMENTS FROM THE PUBLIC Request to Address City Council • Members of the public may address the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3} minutes. COMMENTS FROM THE PUBLIC Request to Address City Council • Members of the public may address the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. ----~~==···~-=··-------------------~=~~---===~ ------------- Please Print COMMENTS FROM THE PUBLIC Request to Address City Council Name: gU2_4(21)e /(}c a CAA~ihV-. Address: 100 PfZ/ace woacf Utrle city: 'id;tfq; J?bicb (d,OVtdeo.!; EL 3 -3 'f![;Y Subject: 7611~ e./--: Members of the public may address the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes . ... ----·· ------ Please Print COMMENTS FROM THE PUBLIC Request to Address City Council Name: ____ ~L>~~~\~~--'IA~~~~~S~----------------------------~-------- Address: ____ e~4_g_='~~M~A~~~a~~vY~A~e~ed?~--------------~------------------ c~=----?~&6=r/~r~~~-3_3 ~~~~~--------------------------------- Subject: I Members of the public may addres.$ the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limitep to three (3) minutes. Please Print COMMENTS FROM THE PUBLIC Request to Address City Council Name: ____ Cf~u-~~m~~~~E7~A ~O ~~L)~~~~------------------~·-~---- Address: LJS?:,l H60~~ Ci(lbt£ City: <"PJt-L-Vt l>61C4+-@tt+-o CNS subject: ~t\b~ E¥Tf>J SJ7>,J fOf= rJ€t.0 ~ H um puwo~e;- 1 M4--. :nhs ftcv::Ns~.J Is -,..;~M+/ -fr:&=~'c_ Fi.o!il Mt) 7b <:p fLD-J loe f;~ <SffV /tr:; p&ool'lNt/L :n-k: Af2)l/l-J1 )1) 1-{trv fE __ Hw.aip lh ~s (J m'N LS -:p 7f,'j f k i v 'rj ~ l:>w G - S~7.QNt;, . Members of the public may addres.s the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limite,:! to three (3) minutes. COMMENTS FROM THE PUBLIC Request to Address City Council • Members of the public may address the City Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. ·-·--------------- COMMENTS FROM THE PUBLIC Request to Address City Council ~ • Please Print n ~ Name: __ \_ \t{V\_~-+--'--l ((~(I"_~_---___;,___ ___ _ Address: -"'?"~:~O;__u_~_-=-W_l_· t_(_1v_(l_4_:_V\____!__ _____________ _ C~=--~~~~~~~------------------------~---- Su~ect: ________ ~~------~~-------------------------------------------Sl<t& Z<>tLJ Members of the public may address the C~ Council during the "Comments by the Public" portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the C~ Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. Petition 2015 A school zone free route to Palm Beach Gardens Tennis Center or 7n#"K.'fl¥/ additional lanes added to existing route.p-n/lr7n1 ~~;At~ ~ss ~-If~ mttli/e: ,.6/le-~LA.k oZ~ Name SigriaturPe aJ-~.s P one # / 1. Hut] tv~~ ~ 2. C _an 'fD ... ,.i,o c:;;; ... l M c.o..1..w "$<\-"l.-~~~~"J 561-71.5 -691/ 3.\o-£o:-s=te?":?~ ..----r"\~-~ 5t»\-"2'""\<0 -(~ ' \ 4. S,Jn L\c~ es.b c . 5. \-\..gj:&J..,s <dM:c.AA . 6. c~~,AA ~ 7. [l A •ne. ffi A-~o\lcs I. /rJIM.</h/4-{!ft I sk /YI 9. lit&RARfl: 1//LL 10. 5MG ~c.oLofF 11.N~ ~ 12. o ·, s.q\..s.-\\<O.L±oo 13. ~ (v tflt'th 14. ~ Pktkk6 ~~i----..J.cru-C-7~ ~~~~t./'Vh~-"S"1 ~. J 1 '1 () b=to· (oZ(pt 'f4 · n~';t!l~ &:lz! ,_sog ~2.,1o'j ~au~ srf{,tf/.5 ~~~ ~~b09?6 I b ~3-1 S""90 33 c:;-7a0J -,I~. ~L{OL( ~Jkt/ttin '7J~ -obs-? .l.,;£4JJ WoroJ/< (fo'2K?!:~w2420 1sCY~~ za ~ ,.,tie«?s/?K , ~!-6c;;;J..5-?;5s-:5 16. ~ ~~ ~r ~ ~AM---1C ~l-7f7-ra37 17. gtlJL~ ((J._~~tJ t8. Ac GY(/&c:z.a 19. L~''' ff?mra~ 20. da b. .f/c,·b"h,'-;:7 21. ~ &tt 22. fi\ D.'<\ ~ A )'e '5 23. /Y}/t/£/{.J/11 ~tr ,·q< ) 24. C e:{ J r.~s w fk 25. £s~ tJ\\-t-t\RZIO 26. t1 ~r \e. :ttl e.l r1\4f> 27. I dIn I(V a r(e.,f+' 28. ; 29. --r~~ 30. L_,so--&~ 31. CMO L Gi ~ 32. ~54.~ }3 CMF~ s (_ --0 33. ~Gv:~ 35....._~_...;,_~,.;;..._--- 36. s,A)T;J, A,rfer ,0~ 7').. t:j 'l- ~\/.P ---+-1--~4---? 44 ~ ~ 01 5 ~( , .!)o).-11?'1 Gl:> I· b 7o-g 6c;)J- ~/-3J7-¥,?7tJ 39.'/-+J.~~~.,a.t.L::.~;e::,.u:- 40. r 0... g n ~~ 41. Me) ~&a LA)j-(e__ 42.~~~ §:~~ e See!--Yttf.J-33.) _...3 __ ~~~t.-~bl.~\.~ ~~~ 8.p} 9Lip-~7 :{:f s;--sf;~ 43. f'~ f1,tfr 44. ;J <V h n lY\ \,_, Pf 45. Ahets+Cl§fa Myev «S. IMA5 ~ 47. ~Jk; )J.AJ~~ &atr-;Pf~ I( l( ---~~-@9'~tJ7 ./ ~¥== f;¥ t) (,;;-;J-;;;-3"17. A:=) 1 ~:=:\ ~ ') so 7-1 so~ ,~ - /o~B" ~q tO ~~~~~, 3wl-{pBo-72/& ~~~--5\>\--j-'l\-(}512>\ ~ot\ s:t~ (6id) /~~....,.;;;;;;;::,____ ~b\-'bl :j--fcJ f.J , --=-~~""'----~ 3t2 (agsf ~~===::::...;~;..... c9 ~-;b'\1-<-(_ l\ 0 81.\&--'-I:JJ.SI LJ5A v 6 Ll~e._ r Q)£J ;3 ;)9:{)0 -n am ·~ -/1/n,e_ .:;;(-$'r77-t:>77~ An"\ \'f\~~{r_(gD ~LnJS f:JHl~ ~arck ::1£ 1; ~7i .11 it> ~~ ......... ~ 52!1 Jsl &?liV tt7-9f1~t591:z. L:-~=-,-----~'-J--$0 0 3 ,, 7 ~~~-- ~J5J3t489 ~~=:t..t:::U~r a I Z k Z 8'1 s-1 'Vn. 'CiJ ~ ;Ci7~ -l{e.Jivrck_ ~C! (JND ~( ~Zfo-'7~'/?Z.. Y...~ C{. llf,;, 1:) s-fJt-1'16 -f7tr ~ ~ ft/-6.J J-llff'7 10. ___,...c~..;;..;;...;...___;,_~~~ )--;!A,.vF7 4fo y{.Es f? I -f1/-om ~::Yew C(b\.~,~ 72. -~:::.._~======-- 73 ............. ~...;,_.,;::;..~~-- 74. _..;.....---+-----_,;;..J-~