Loading...
1133-Lewis Tree ServiceCOO) -- k 1 33 CITY OF SANFORD CITYWIDE TREE TRIMMING AND REMOVAL AND EMERGENCY RESPONSE SERVICES AGREEMENT WITH LEWIS TREE SERVICE, INC. City of Sanford, Florida 300 North Park Avenue Sanford, Florida 32771 into the 28th day of a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "City," and: Lewis Tree Service, Inc. 300 Luscious Gordon Drive West Henrietta, New York 14586 a corporation, authorized to do business in the State of Florida, hereinafter referred to as the "Contractor". The City and the Contractor are collectively referred to herein as the "parties ". WI TNESSETH: WHEREAS, the City desires to retain the Contractor for the work identified in the City's Invitation For Bids (Number IFB 05/06 -28) and the documents relating thereto as set forth in Exhibit A; and WHEREAS, the City desires to employ the Contractor for the performance to support the activities, programs, and projects of the City upon the terms and conditions hereinafter set forth, and the Contractor is desirous of performing and providing such services upon said terms and conditions; and WHEREAS, the Contractor hereby warrants and represents to the City that it is competent and otherwise able to provide professional and high quality services to the City; and WHEREAS, all submissions submitted by the Contractor in the proposals /RFQ's submitted to the City are hereby incorporated to the extent not inconsistent with the terms and conditions as set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained and other good and valuable consideration, the receipt and THIS AGREEMENT made and entered Novenb , 2006, by and between the: �r 1 sufficiency of which is hereby acknowledged, it is agreed by and between the parties hereto as follows: Table Of Contents: Page: SECTION 1: DEFINITIONS ................................................ ............................... 3 SECTION2: CAPTIONS ................................................... ..............................4 SECTION 3: EXTENT OF AGREEMENT / INTEGRATION / AMENDMENT ................ 4 SECTION 4: NO GENERAL CITY OBLIGATION ........................... ............................... 5 SECTION 5: CONTRACTOR UNDERSTANDING OF SERVICES REQUIRED ........... 5 SECTION 6: GENERAL PROVISIONS ...................................... ............................... 6 SECTION 7: CODES AND DESIGN STANDARDS ........................ ............................... 7 SECTION 8: SUBCONTRACTORS ............................................ ............................... 7 SECTION 9: ASSIGNABILITY .................................................. ............................... 7 SECTION 10: COMMENCEMENT / IMPLEMENTATION SCHEDULE OF AGREEMENT.......................................................................... ............................... 8 SECTION 11: LENGTH OF GREEMENT ....................................... ............................... 8 SECTION 12: DESCRIPTION OF SERVICES ............................... ............................... 8 SECTION 13: CONTRACTOR RESPONSIBILITIES ..................... ............................... 9 SECTION 14: CITY RIGHTS AND RESPONSIBILITIES ............... .............................10 SECTION15: WAIVER ................................................................. ............................... 11 SECTION 16: FORCE MAJEURE ................................................ ............................... 11 SECTION 17: STANDARDS OF CONDUCT ................................ ............................... 12 SECTION18: NOTICES ............................................................... ............................... 14 SECTION 19: DESIGNATED REPRESENTATIVES ...................... .............................15 SECTION20: WORK ORDERS ................................................... ............................... 16 SECTION 21: CHANGE ORDERS ............................................... ............................... 17 SECTION 22: COMPENSATION .................................................. ............................... 18 SECTION 23: INVOICE PROCESS ................................................ .............................18 SECTION 24: TERMINATION OF AGREEMENT ......................... .............................19 SECTION 25: TERMINATION BY CONTRACTOR FOR CAUSE ............................... 20 SECTION 26: TERMINATION BY THE CITY WITHOUT CAUSE ............................... 20 SECTION 27: PAYMENT IN THE EVENT OF TERMINATION .... ............................... 21 SECTION 28: ACTION FOLLOWING TERMINATION ................ ............................... 21 SECTION29: SUSPENSION ....................................................... ............................... 21 SECTION 30: ALTERNATIVE DISPUTE RESOLUTION (ADR) .. ............................... 21 SECTION 31: SEVERABILITY ..................................................... ............................... 22 SECTION 32: CONTROLLING LAWS / VENUE / INTERPRETATION ....................... 22 SECTION33: INDEMNITY ........................................................... ............................... 22 SECTION 34: INSURANCE .......................................................... ............................... 23 SECTION 35: EQUAL OPPORTUNITY EMPLOYMENT/ NON - DISCRIMINATION... 26 SECTION 36: ACCESS TO RECORDS / AUDIT / PUBLIC RECORDS ..................... 26 SECTION 37: COUNTERPARTS ................................................. ............................... 27 SECTION 38: SUBMITTALS ........................................................ ............................... 27 SECTION39: EXHIBITS .............................................................. ............................... 28 F, SECTION 1: DEFINITIONS. Ad valorem - In proportion to the estimated value of the goods taxed. Agreement — This document and all subsequent work orders or related contractual documents between the City and Contractor. Each Exhibit, as identified below, even if not physically attached, shall be treated as if they were part of this Agreement. The effective date of this Agreement is the date City Coucil approves a resolution approving the selection of the Contractor. Billing Period — The period of time between project commencement to the close of the current period, (inclusive); or from the close of the previous billing period, (exclusive), to the close of the current period, usually concurrent with the month. In no case shall this period be less than one calendar month except for the final Billing Period. Bona Fide - Made or carried out in good faith; sincere. City — The City of Sanford, a municipal corporation of the State of Florida holding tax exempt status. Contractor - To include all principals of the Contractor including, but not limited to, full and part time employees, professional or otherwise, and all other agents employed by or for Contractor to perform its obligations hereunder. Description of Services - Shall be written in paragraph form resonably describing those services the City can expect the Contractor to provide. The description shall be written in such a manner that the type of service is clearly provided, but broad enough that all services reasonably expected of the Contractor, including services provided by partners, SubContractors, and other supporting professionals, can be provided to the City. Designated Representative — A person who administers, reviews, and coordinates the provision of services. This definition applies equally to the City and to the Contractor. Exhibit A — The bid documents and the pricing schedule submitted by the Contractor. Exhibit B — Project Status Report Form. Exhibit C — Certificate of Liability Insurance. Force Maieure - Force Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Agreement is beyond the control and without the fault or negligence of the party seeking relief under this Agreement. t Law - Said phrase shall include statutes, codes, rules, and regulations of whatsoever type or nature enacted or adopted by a governmental entity of competent jurisdiction. Pari Materia — of the same matter; on the same subject. Laws pari materia must be construed with reference to each other /together when related to the same matter or subject. The provisions of a contract/agreement are to be construed together with no isolated construction of a particular provision such that it would defeat the overall intent of the contract/agreement. Submittals — Any item required by this agreement that the Contractor must provide the City either for inclusion as part of this agreement or not. Type of Service — Tree trimming and removal and emergency response and related services. Work Order - A detailed description of quantities, services, and a completion schedule provided on Contractor letterhead describing all work associated with the service to be provided by the Contractor to the City for an agreed price referencing this agreement by title and date. SECTION 2: CAPTIONS. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. SECTION 3: EXTENT OF AGREEMENT / INTEGRATION / AMENDMENT. (a) This Agreement, together with the Exhibits, if any, constitutes the entire integrated Agreement between the City and the Contractor and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the Exhibits attached, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence, and statements, whether written or oral. (b) This Agreement may only be amended, supplemented, or modified by a formal written amendment. (c) Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. (d) The Exhibits made part of this Agreement are as follows: ll Exhibit A - Description of Services Exhibit B - Project Status Report Exhibit C - Certificate of Liability Insurance SECTION 4: NO GENERAL CITY OBLIGATION. (a) In no event shall any obligation of the City under this Agreement be or constitute a general obligation or indebtedness of the City, a pledge of the ad valorem taxing power of the City or a general obligation or indebtedness of the City within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. (b) The Contractor shall not have the right to compel the exercise of the ad valorem taxing power of the City. SECTION 5: CONTRACTOR UNDERSTANDING OF SERVICES REQUIRED. (a) Execution of this Agreement by the Contractor is a representation that the Contractor is familiar with local conditions and with the services to be performed. The Contractor shall make no claim for additional time or money based upon its failure to comply with this Agreement. The Contractor has informed the City, and hereby represents to the City, that it has extensive experience in performing and providing the services and /or goods described in this Agreement and to be identified in the Work Orders, and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinances, rules, regulations, or orders of any public authority or licensing entity having jurisdiction over City projects. Execution of a Work Order shall be an affirmative and irrefutable representation by the Contractor to the City that the Contractor is fully familiar with any and all requisite work conditions of the provisions of the services. (b) The recitals herein are true and correct and form and constitute a material part of this Agreement upon which the parties have relied. (c) It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the Contractor (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the City for any purpose, or in any manner, whatsoever. The Contractor is to be and shall remain forever an independent Contractor with respect to all services performed under this Agreement. (d) Persons employed by the Contractor in the provision and performance of the 61 services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the City's officers and employees either by operation of law or by the City. SECTION 6: GENERAL PROVISIONS. (a) Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement, and to undertake all obligations imposed on it. The person(s) executing this Agreement for the Contractor certifies /certify that he /she /they is /are authorized to bind the Contractor fully to the terms of this Agreement. (b) This Agreement is for services pertaining to tree trimming and removal and emergency response services needed for the City's operations as set forth herein and as otherwise directed by the City to include all labor and materials that may be required. (c) The Contractor acknowledges that the City may retain other Contractors to provide the same types of services for City projects. The City reserves the right to select which Contractor shall provide services for City projects. (d) The Contractor acknowledges that the City has retained other Contractors and the coordination between said Contractors and the Contractor may be necessary from time to time for the successful completion of each Work Order. The Contractor agrees to provide such coordination as necessary within the Scope of Services as contained in the referenced City bid documents set forth in Exhibit A. (e) The Contractor agrees to provide and ensure coordination between goods/ services providers. (f) Time is of the essence of the lawful performance of the duties and obligations contained in this Agreement to include, but not be limited to, each Work Order. The parties covenant and agree that they shall diligently and expeditiously pursue their respective obligations set forth in this Agreement and each Work Order. (g) Contractor will maintain an adequate and competent staff or professionally qualified persons throughout the performance of this Agreement to ensure acceptable and timely completion of each Work Order. (h) Requirements for signing and sealing plans, reports, and documents prepared by the Contractor shall be governed by the laws and regulations of Seminole County and State Regulatory agencies. Con (i) The Contractor hereby guarantees the City that all material, supplies, services, and equipment as listed on a Purchase Order meet the requirements, specifications, and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. (j) No claim for services furnished by the Contractor not specifically provided for herein shall be honored by the City. SECTION 7: CODES AND DESIGN STANDARDS. (a) All the services to be provided or performed by the Contractor shall in the minimum be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State, or local regulatory agencies. (b) The Contractor shall be responsible for keeping apprised of any changing laws applicable to the services to be performed under this Agreement. SECTION 8: SUBCONTRACTORS. (a) Any Contractor proposed subcontractors shall be submitted to the City for written approval prior to the Contractor entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. (b) The Contractor shall coordinate the provision of services and work product of any City approved subcontractor and remain fully responsible for such services and work under the terms of this Agreement. (c) Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractors to assume performance of the Contractor duties commensurately with the Contractor's duties to the City under this Agreement, it being understood that nothing herein shall in any way relieve the Contractor from any of its duties under this Agreement. The Contractor shall provide the City with executed copies of all subcontracts. SECTION 9: ASSIGNABILITY. The Contractor shall not sublet, assign, or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written City approval. When approved by the City, written notice of such assignment or transfer shall be furnished promptly to the City. 7 SECTION 10: COMMENCEMENT / IMPLEMENTATION SCHEDULE OF AGREEMENT. (a) The Contractor shall commence the provision of services as described in this Agreement immediately upon execution of this Agreement and execution of a Work Order. The City may seek other firms to provide the same services. (b) The Contractor and the City agree to make every effort to adhere to the schedules established for the various Work Orders as described in each Work Order. However, if the Contractor is delayed at any time in the provision of services by any act or omission of the City, or of any employee of the City, or by any other Contractor employed by the City, or by changes ordered by the City, or by strikes, lock outs, fire, unusual delay in transportation, unavoidable casualties, or any other causes of force majeure not resulting from the inactions or actions of the Contractor and beyond the Contractor's control which would not reasonably be expected to occur in connection with or during performance or provision of the services, or by delay authorized by the City pending a decision, or by any cause which the City shall decide to justify the delay, the time of completion shall be extended for such reasonable time as the City may decide in its sole and absolute discretion. It is further expressly understood and agreed that the Contractor shall not be entitled to any damages or compensation, or be reimbursed for any losses on account of any delay or delays resulting from any of the aforesaid causes or any other cause whatsoever. SECTION 11: LENGTH OF AGREEMENT. (a) The initial term of this Agreement shall be for a period of one (1) year. (b) After initial term, this Agreement shall automatically renew for additional terms of one (1) year each. (c) Should the City wish to not have this Agreement automatically renewed, the City shall provide written notice to the Contractor ninety (90) days prior to the automatic renewal subject; however, to the completion of all pending Work Orders. (d) Should the Contractor wish to not have the contract automatically renewed, the Contractor shall provide written notice to the City ninety (90) days prior to the automatic renewal subject; however, to the completion of all pending Work Orders. SECTION 12: DESCRIPTION OF SERVICES. (a) The Contractor agrees to perform tree trimming and removal and emergency response services for the City as well as related services. Services include a wide array of activities that cannot be precisely detailed, but are described in Exhibit A. The Description of Services is defined further hereto as Exhibit A. (b) The Contractor shall diligently and in a professional and timely manner perform and provide the services contemplated by this Agreement. Unless modified in writing by the parties hereto, the duties of the Contractor shall not be construed to exceed the provision of the services pertaining to this Agreement. SECTION 13: CONTRACTOR RESPONSIBILITIES. (a) The Contractor shall be responsible for the professional quality, accepted standards, technical accuracy and the coordination of all services furnished by the Contractor under this Agreement as well as the conduct of its staff, personnel, employees, and agents. The Contractor shall work closely with the City on all aspects of the provision of the services. With respect to services, the Contractor shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy, and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the Contractor under this Agreement. The Contractor shall, without additional compensation, correct or revise any errors or deficiencies in his plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. (b) The Contractor shall furnish a Contractor Designated Representative to administer, review, and coordinate the provision of services under each Work Order. (c) Neither City review, approval, or acceptance of, nor payment for, any of the services required under this Agreement shall be construed to operate as a waiver of any rights or of any cause of action arising out of the performance of this Agreement. The Contractor shall be and shall remain liable to the City in accordance with applicable law for all damages to the City caused by the Contractor's negligent or improper performance or failure to perform any of the services furnished under this Agreement. (d) The rights and remedies of the Contractor provided for under this Agreement, are in addition to any other rights and remedies provided by law. (e) In the event the Contractor fails to comply with the terms and conditions of this Agreement, the City shall notify the Contractor's Designated Representative in writing so that the Contractor may take remedial action. (f) Time is of the essence in the performance of all services provided by the Contractor under the terms of this Agreement and each and every Work M Order. SECTION 14: CITY RIGHTS AND RESPONSIBILITIES. (a) The City shall reasonably cooperate with the Contractor in a timely fashion at no cost to the Contractor as set forth in this Section. (b) The City shall furnish a City Designated Representative to administer, review, and coordinate the provision of services under each Work Order. (c) The City shall make City personnel available where, in the City's opinion, they are required and necessary to assist the Contractor. The availability and necessity of said personnel to assist the Contractor shall be determined solely at the discretion of the City. (d) The City shall furnish the Contractor with exisitng data, records, maps, plans, specifications, reports, fiscal data, and other engineering information that is available in the City's files that is necessary or useful to the Contractor for the prformance of the Work. All such documents conveyed by the City shall be, and remain the property of, the City and shall be returned to the City upon completion of the Work to be performed by the Contractor. (e) The City shall examine all Contractor reports, sketches, drawing, estimates, proposals, and other documents presented to the City and indicate the City's approval or disapproval within a reasonable time so as not to materially delay the provisions of the services of the Contractor. (f) The City shall provide access to and make provisions for the Contractor to enter upon public and private lands as required for the Contractor within a reasonable time to perform work as necessary to complete the Work Order. (g) The City shall transmit instructions, relevant information, and provide interpretation and definition of City policies and decisions with respect to any and all materials and other matters pertinent to the services covered by this Agreement. (h) The City shall give written notice to the Contractor whenever the City designated representative knows of a development that affects the services provided and performed under this Agreement, timing of the Contractor's provision of services, or a defect or change necessary in the services of the Contractor. (i) The rights and remedies of the City provided for under this Agreement are in addition to any other rights and remedies provided by law; the City may assert its right of recovery by any appropriate means including, but not limited to, set -off, suit, withholding, recoupment, or counterclaim, either 10 during or after performance of this Agreement. (j) The City shall be entitled to recover any and all legal costs including, but not limited to, attorney fees and other legal costs that it may incur in any legal actions it may pursue in the enforcement of the terms and conditions of this Agreement or the responsibilities of the Contractor in carrying out the duties and responsibilities deriving from this Agreement. (k) The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. (1) Neither the City's review, approval or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement nor or any cause of action arising out of the performance of this Agreement and the Contractor shall be and always remain liable to the City in accordance with applicable law for any and all damages to the City caused by the Contractor's negligent or wrongful provision or performance of any of the services furnished under this Agreement. (m) All deliverable analysis, reference data, survey data, plans and reports, or any other form of written instrument or document that may result from the Consutant's services or have been created during the course of the Contractor's performance under this Agreement shall become the property of the City after final payment is made to the Contractor. (n) In the event the City fails to comply with the terms and conditions of this Agreement, the Contractor shall notify the City's Designated Representative in writing so that the City may take remedial action. SECTION 15: WAIVER. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder, shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. SECTION 16: FORCE MAJEURE. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by force majeure. 11 SECTION 17: STANDARDS OF CONDUCT. (a) The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement and that the Contractor has not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. (b) If the City determines that any employee or representative of the Contractor is not satisfactorily performing his or her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the City shall so notify the Contractor, in writing. The Contractor shall immediately remove such employee or representative of the Contractor from such assignment. (c) The Contractor hereby certifies (in writing) that no undisclosed conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the Contractor, or any interest in property that the Contractor may have. The Contractor further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the City. Violation of this Section shall be considered as justification for immediate termination of this Agreement. (d) The Contractor shall not engage in any action that would create a conflict of interest for any City employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. (e) The City will not intentionally award publicly- funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA)]. The City shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City. (f) The Contractor shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. 12 (g) The Contractor shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection, or discrimination. (h) If the Contractor or an affiliate is placed on a discriminatory vendor list, such action may result in termination by the City. The Contractor shall certify, upon request by the City that it is qualified to submit a bid under Section 287.134 (2) (c), Florida Statutes, relating to public entity crimes. (i) If the Contractor or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the City. The Contractor shall certify, upon request by the City, that is qualified to submit a bid under Section 287.133(2)(a), Florida Statutes, relating to public entity crimes. (j) The Contractor shall certify, upon request by the City, that the Contractor maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. (k) The Contractor agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the services provided to the City. The Contractor agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. (1) If applicable, in accordance with Section 216.347, Florida Statutes, the Contractor shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the Judicial Branch, or State Agency. (m) The Contractor shall not publish any documents or release information regarding this Agreement to the media without prior approval of the City. (n) The Contractor shall ensure that all services are provided to the City after the Contractor has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. (o) The Contractor shall ensure that all taxes due from the Contractor are paid in a timely and complete manner including, but not limited to, occupational license tax. 13 SECTION 18: NOTICES. (a) Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. (b) For the present, the parties designate the following as the representative places for giving of notice, to -wit: (1) For the City: Sherman Yehl City Manager 300 North Park Avenue Sanford, Florida 32771 Telephone Number: 407 - 330 -5602 E -mail address: yehlsCa7ci.sanford.fl.us With a copy to: Bill Smith Purchasing Agent 300 North Park Avenue Sanford, Florida 32771 Telephone Number: 407 - 330 -5617 E -mail address: smithwCD-ci.sanford.fl.us (2) For the Contractor Richard Alt Lewis Tree Service, Inc. 300 Luscious Gordon Drive West Henrietta, New York 14586 Telephone Number: ((Phone (585)436 -3208 E -mail Address: «email» raltKewistree.ccin (c) Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The Contractor agrees not to claim any waiver by City of such notice requirements based upon City having actual knowledge, implied, verbal or constructive notice, lack of prejudice, or any other grounds as a substitute for the failure of the Contractor to comply with the express written notice requirements herein. Computer notification (e -mails and 14 message boards) shall not constitute proper written notice under the terms of the Agreement. SECTION 19: DESIGNATED REPRESENTATIVES. (a) The City Manager or the Designated Representative represents the City in all matters pertaining to and arising from the work and the performance of this Agreement. (b) The City Manager or the Designated Representative shall have the following responsibilities: (1) Examination of all work and rendering, in writing, decisions indicating the City's approval or disapproval within a reasonable time so as not to materially delay the work of the Contractor; (2) Transmission of instructions, receipt of information, and interpretation and definition of City's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; (3) Giving prompt written notice to the Contractor whenever the City knows of a defect or change necessary in the project; and (c) Until further written notice, the City's Designated Representative for this Agreement is: Tom George Public Works Director City of Sanford Sanford, Florida 32771 Telephone Number: 407 - 330 -5681 E -mail Address: georget @ci.sanford.fl.us (d) Prior to start of any work under this Agreement, the Contractor shall submit to the City detailed resumes of key professional personnel that will be involved in performing services described in the work. The City hereby acknowledges its acceptance of such personnel to perform services under this Agreement. At any time hereafter that the Contractor desires to change key professional personnel in an active assignment, it shall submit the qualifications of the new professional personnel to the City for prior approval. Key professional personnel shall include the principal -in- charge, project managers, and others interfacing with City personnel. 15 (e) Until further written notice, the Contractor's Designated Representative for this Agreement is: Telephone Number: (727)224 -8453 E -mail address: rbragan @lewistree.can SECTION 20: WORK ORDERS. (a) The provision of services to be performed under this Agreement may commence immediately upon the execution of this Agreement. Services to be provided by the Contractor to the City shall be negotiated between the Contractor and the City. Each Work Order shall reference this agreement by title and date, include a detailed description of quantities, services, and a completion schedule, and will be provided on Contractor letterhead. Services described in said Work Order will commence upon the issuance of a City Notice -To- Proceed. (b) If the services required to be performed by a Work Order is clearly defined, the Work Order shall be issued on a "Fixed Fee" basis. The Contractor shall perform all services required by the Work Order but in no event shall the Contractor be paid more than the negotiated Fixed Fee amount stated therein. (c) The Contractor and the City agree to make every effort to adhere to the schedule established for the various Work Orders described in the Work Order. (d) If the services are not clearly defined, the Work Order may be issued on a "Time Basis Method" and contain a Not -to- Exceed amount. If a Not -to- Exceed amount is provided, the Contractor shall perform all work required by the Work Order; but in no event shall the Contractor be paid more than the Not -to- Exceed amount specified in the applicable Work Order. (e) For Work Orders issued on a "Fixed Fee Basis," the Contractor may invoice the amount due based on the percentage of total Work Order services actually performed and completed; but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (f) For Work Orders issued on a "Time Basis Method" with a Not -to- Exceed 16 amount, the Contractor may invoice the amount due for actual work hours performed; but in no event shall the invoice amount exceed a percentage of the Not -to- Exceed amount equal to a percentage of the total services actually completed. (g) Each Work Order issued on a "Fixed Fee Basis" or "Time Basis Method" with a Not -to- Exceed amount shall be treated separately for retainage purposes. If the City determines that work is substantially complete and the amount retained, if any, is considered to be in excess, the City may, at its sole and absolute discretion, release the retainage or any portion thereof. (h) For Work Orders issued on a "Time Basis Method" with a Limitation of Funds amount, the Contractor may invoice the amount due for services actually performed and completed. The City shall pay the Contractor one hundred percent (100°/x) of the approved amount on Work Orders issued on a "Time Basis Method" with a Limitation of Funds amount. SECTION 21: CHANGE ORDERS. (a) The City may revise the Description of Services set forth in any particular Work Order. (b) Revisions to any Work Order shall be authorized in writing by the City as a Change Order. Each Change Order shall include a schedule of completion for the services authorized. Change Orders shall identify this Agreement and the appropriate Work Order number. The Change Orders may contain additional instructions or provisions specific upon certain aspects of this Agreement pertinent to the services to be provided. Such supplemental instructions or provisions shall not be construed as a modification of this Agreement. An Agreement between the parties on and execution of any Change Order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the change and to the impact of the change on unchanged goods and /or work, including all direct and indirect costs of whatever nature, and all adjustments to the Contractor schedule. (c) If instructed by the City, the Contractor shall change or revise work that has been performed, and if such work is not required as a result of error, omission or negligence of the Contractor, the Contractor may be entitled to additional compensation. The Contractor must submit for City approval a revised proposal with a revised fee quotation. Additional compensation, if any, shall be agreed upon before commencement of any such additional work and shall be incorporated into the work by Change Order to the Work Order. 17 SECTION 22: COMPENSATION. (a) Compensation to the Contractor for the services performed on each Work Order shall be as set forth the Work Order /Change Order or as set forth in Exhibit A which enumerates rates and other charges of the Contractor. (b) The City shall not pay for reimbursable items such as gas, tolls, mileage, meals, etc. and other items not directly attritbutable to items produced for each Work Order. (c) All Work Orders are to include a 0.5% line item for reimbursables, an amount to be billed against for unanticipated costs ordered by the City, such as additional copies, postage, etc. This line item is for use by the City and shall only be billed against the City with prior approval of the Designated Representative for good cause shown. (d) Work performed by the Contractor without written approval by the City's Designated Representative shall not be compensated. Any work performed by the Contractor without approval by the City is performed at the Contractor's own election. (e) In the event the City fails to provide compensation under the terms and conditions of this Agreement, the Contractor shall notify the City's Designated Representative in order that the City may take remedial action. SECTION 23: INVOICE PROCESS. (a) Payments shall be made by the City to the Contractor when requested as work progresses for services furnished, but not more than once monthly. Each Work Order shall be invoiced separately. The Contractor shall render to the City, at the close of each calendar month, an itemized invoice properly dated, describing all services rendered as Exhibit B, the Project Status Report Form, the cost of the services, the name and address of the Contractor, Work Order Number, Contract Number and all other information required by this Agreement. (b) Invoices which are in an acceptable form to the City and without disputable items will be processed for payment within thirty days of receipt by the City. (c) The Contractor will be notified of any disputable items contained in invoices submitted by the Contractor within fifteen days of receipt by the City with an explanation of the deficiencies. (d) The City and the Contractor will make every effort to resolve all disputable items contained in the Contractor's invoices. 18 (e) Each invoice shall referent and Change Order if applit Status Report for the perio attached as Exhibit B. (f) The Florida Prompt (g) Invoices are to be forward this Agreement, the appropriate Work Order ble, the billing period, and include the Project being billed. A Project Status Report form is Act shall apply when applicable. directly to: Jim Poulalion Finance Director City Of Sanford 300 North Park Avenue Sanford, Florida 327'65 SECTION 24: TERMINATION OF AGREIEMENT. (a) The City may terminate this Agreement or any Work Order for convenience at any time for one or more f the reasons as follows: (1) If, in the City's opinio , adequate progress under a Work Order is not being made by the C ntractor; or (2) If, in the City's opinion, the quality of the services provided by the Contractor is /are not in conformance with commonly accepted professional standards, standards of the City, the requirements of Federal or State regulatory agencies, and the Contractor has not corrected such deficiencies in a timely manner as reasonably determined by the City; or (3) The Contractor or an employee or agent of the Contractor is indicted or has a direct chargE issued against him for any crime arising out of or in conjunction witi any work that has been performed by the Contractor; or (4) The Contractor becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or (5) The Contractor violates the Standards of Conduct provisions herein or any provision of State or local law or any provision of the City Code of Conduct. 19 I (b) In the event of any of the causes described in this Section, the City's Designated Representative may send a certified letter requesting that the Contractor show cause why the Agreement or any Work Order should not be terminated. If assurance satisfactory to the City of corrective measures to be made within a reasonable time is not given to the City within fourteen calendar days of the rece pt of the letter, the City may consider the Contractor to be in default, a d may immediately terminate this Agreement or any Work Order in progress under this Agreement. (c) In the event that this Agreem it is later determined that the the Work Order shall be deer the City shall have the righ recourse by the Contractor. SECTION 25: TERMINATION BY CO nt or a Work Order is terminated for cause and cause does not exist, then this Agreement or ed terminated for convenience by the City and to so terminate this Agreement without any OR FOR CAUSE. (a) The Contractor may termina e this Agreement if: (1). The City materially fails to meet its obligations and responsibilities as contained in Section 4; City Rights and Responsibilities; or (2). The City fails to pay (b) In the event of either of t Contractor shall send a certi why the Agreement should r not given to the Contractor said show cause notice, th default, and may immediate) SECTION 26: TERMINATION BY THE (a) Notwithstanding any other p the right at any time to termin or terminate any specific Wi deemed by the City to be in 1 days prior written notice is terminate. Contractor in accordance with this Agreement. e causes described in Subsection (a), the ed letter requesting that the City show cause )t be terminated. If adequate assurances are ithin fourteen calendar days of the receipt of Contractor may consider the City to be in terminate this Agreement. WITHOUT CAUSE. - ovision of this Agreement, the City shall have ate this Agreement in its entirely without cause, )rk Order without cause, if such termination is he public interest, provided that thirty calendar Given to the Contractor of the City's intent to (b) In the event that this Agree ent is terminated, the City shall identify any specific Work Order(s ) being terminated and the specific Work Order(s) to be continued to completion pursuant to the provisions of this Agreement. 20 (c) This Agreement will remain �n full force and effect as to all authorized Work Order(s) that is /are to be continued to completion. SECTION 27: PAYMENT IN THE EVENT OF TERMINATION. In the event this Agreement or any Work Order is terminated or canceled prior to final completion payment for the unpaid portion of the services provided by the Contractor to the date of termination and any additional services shall be paid to the Contractor. SECTION 28: ACTION FOLLOWING TERMINATION. Upon receipt of notice of termination, gi promptly discontinue the provision of all by either party, the terminated party shall ;es, unless the notice provides otherwise. SECTION 29: SUSPENSION. (a) The performance or provision of the Contractor services under any Work Order under this Agreement may be suspended by the City at any time. (b) In the event the City suspends the performance or provision of the contractor's services hereunder, the City shall so notify the Contractor in writing. Such suspension becoming effective upon the date stated in the notice. The City shall pay to the Contractor within thirty days all compensation which has be ome due to and payable to the Contractor to the effective date of such suspension. The City shall thereafter have no further obligation for payment tote Contractor for the suspended provision of services unless and until the City's designated representative notifies the Contractor in writing that the provision of the services of the Contractor called for hereunder are to be resumed by the Contractor. (c) Upon receipt of written notice from the City that the Contractor's provision of services hereunder are to be resumed, the Contractor shall continue to provide the services to the City. SECTION 30: ALTERNATIVE DISPUTEI RESOLUTION (ADR). (a) In the event of a dispute rel ted to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the City prior to filing suit or otherwise pursuing legal remedies. (b) The Contractor agrees that it will file no suit or otherwise pursue legal remedies based on facts or videntiary materials that were not presented for consideration to the City in alternative dispute resolution procedures or which 21 the Contractor had procedures. (c) In the event that City procE remedies are otherwise pu resolve disputes through vi procedures to be employ acceptable to the parties. equally among the parties I and failed to present during the City lures are exhausted and a suit is filed or legal sued, the parties shall exercise best efforts to luntary mediation. Mediator selection and the �d in voluntary mediation shall be mutually Costs of voluntary mediation shall be shared 3rticipating in the mediation. SECTION 31: SEVERABILITY. (a) If any term, provision or cor extent, be held invalid or urn the application of such circumstances other than unenforceable, shall not be condition of this Agreemer extent permitted by law whf lition contained in this Agreement shall, to any iforceable, the remainder of this Agreement, or ;rm, provision or condition to persons or those in respect of which it is invalid or ffected thereby, and each term, provision, and shall be valid and enforceable to the fullest i consistent with equity and the public interest. (b) All provisions of this Agr( with all other provisions h .nt shall be read and applied in Pari Materia f. (c) Violation of this Agreement b y the Contractor is recognized by the parties to constitute irreparable harm to the City. SECTION 32: CONTROLLING LAWS / VENUE / INTERPRETATION. (a) This Agreement is to be governed by the laws of the State of Florida. (b) Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. (c) This Agreement is the resin the City and the Contractor materially to the preparatio shall not be construed or int against any other party. of bona fide arms length negotiations between nd all parties have contributed substantially and of the Contract. Accordingly, this Agreement rpreted more strictly against any one party than SECTION 33: INDEMNITY. (a) To the fullest extent permitt harmless, and defend the ( employees, or any of them, ed by law, the Contractor shall indemnify, hold ;ity, its agents, servants, officers, officials, and from and against any and all claims, damages, 22 losses, and expenses includ legal costs such as those services, and the actual cos out of or resulting from the under this Agreement, provii error, omission, negligent conduct, or misconduct of officials, employees, or Sub ing, but not limited to, attorneys fees and other or paralegal, investigative, and legal support s incurred for expert witness testimony arising performance or provision of services required led that same is caused in whole or part by the ct, failure to act, malfeasance, misfeasance, the Contractor, its agents, servants, officers, ,ontractors. (b) In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the Contractor for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. (c) Nothing herein shall be immunities of the City as ;erred to affect the rights, privileges, and forth in Section 768.28, Florida Statutes. (d) In claims against any perso employee of the Contractor or indirectly employed by the the indemnification obligati limitation on amount or type by or for the Contractor or Compensation acts, disabili or entity indemnified under this Section by an it its agents or SubContractors, anyone directly m or anyone for whose acts they may be liable, n under this Section shall not be limited by a >f damages, compensation, or benefits payable its agents or SubContractors, under Workers ✓ benefits acts, or other employee benefit acts. (e) The execution of this Agreement by the Contractor shall obligate the Contractor to comply with & e indemnification provision in this Agreement; however, the Contractor must also comply with the provisions of this Agreement relating to insure nce coverages. SECTION 34: INSURANCE. (a) The Contractor shall obtain or possess and continuously maintain the following insurance coverage, from a company or companies, with a Best Rating of A- or better, author zed to do business in the State of Florida and in a form acceptable to the City and with only such terms and conditions as may be acceptable to the City: (1) Workers Compens� provide Worker Corr in the work under thi State of Florida. Em the following: $100,000 Each Accid $100,000 Disease Ee on /Employer Liability: The Contractor shall ensation insurance for all employees engaged Agreement in accordance with the laws of the oyers' Liability Insurance at limits not less than ch Employee 23 $500,000 Disease Ac (2) Comprehensive Gei coverage for all oper independent Contra personal injury with Ii $1,000,000 Bodily Inj $1,000,000 Personal $2,000,000 General $2,000,000 Products, $5,000 Medical Payn $100,000 Fire Damac Iregate :ral Liability: The Contractor shall provide Jons including, but not limited to, contractual, or, products and complete operations and sits not less than the following: iry & Property Damage - each occurrence & Advertising Injury - each occurrence aggregate Completed Operations Aggregates limit ents e Legal Liability (3) Comprehensive Business Automobile Liability: The Contractor shall provide complete coverage with a combined single limit of not less than $1,000,000 Bodily Injury and Property Damage in accordance with the laws of the State of Florida, as to the ownership, maintenance, and u e of all owned, non - owned, leased or hired vehicles. (4) Professional Liability: The Contractor shall provide professional liability insurance as well as errors and omission insurance in a minimum amount of $1,000,000 CSL or its equivalent, with a combined single limit of not less than $1,000,000, protecting the Contractor against cl ims of the City for negligence, errors, mistakes, or omissions in the performance of services to be performed and furnished by the Con ractor. (5) Other Required Insurance Coverage: Where unusual operations are necessary to complete the work, such as Longshoremen and Harbor Workers` Exposures, use of aircraft or watercraft, use of explosives, and any high risk circumstances. No aircraft, watercraft or explosives shall be used without he express advance written approval of the City which may, thereupo, , required additional insurance coverages. (b) All insurance other than Workers Compensation and Professional Liability that must be maintained by the Contractor shall specifically include the City as an additional insured. All insurance minimum coverages extend to any subcontractor, and the Contractor shall be responsible for all Subcontractors. (c) The Contractor shall provide Certificates of Insurance to the City evidencing that all such insurance is ir effect prior to the issuance of the first Work Order under this Agreement These Certificates of Insurance shall become part of this Agreement. Neither approval by the City nor failure to disapprove the insurance furnished by a Contractor shall relieve the Contractor of the 24 Contractor's full responsibilit for performance of any obligation including the Contractor's indemnification of the City under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreeme t an insurance company shall: (1) lose its Certificate of Authority, (2) 1 Statutes, or (3) fail to maintai Category, the Contractor shy any such circumstance, imm the insurance coverage prop insurance company meeting time as the Contractor ha: insurance rating acceptable in default of this Agreement. o longer comply with Section 440.57, Florida i the requisite Best's Rating and Financial Size Il, as soon as the Contractor has knowledge of Aiately notify the City and immediately replace ded by the insurance company with a different :he requirements of this Agreement. Until such replaced the unacceptable insurer with an D the City, the Contractor shall be deemed to be (d) The insurance coverage sh II contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty days prior notice will be given to the City by submission of a new Certificate of Insurance. (e) The Contractor shall provide Certificate of Insurance directly to the City's Designated Representative. The certificates shall clearly indicate that the Contractor has obtained insurance of the type, amount, and classification required by this Agreement. (f) Nothing in this Agreement o any action relating to this Agreement shall be construed as the City waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. (g) The City shall not be obligatE any party other than the Con this Agreement that have an the owners of vehicles tow( beneficiaries in considerati( to be towed and are declare this Agreement where the understood that such owner reasonable costs, expenses I or liable under the terms of this Agreement to actor. There are no third party beneficiaries to right against the City; provided, however, that I hereunder are considered to be third -party i of their forbearance in allowing their vehicles to have standing to enforce the provisions of provisions inure to their benefit. It is further hall, upon prevailing, be entitled to recovery of and attorney's fees. (h) The Contractor is an in representative, or employe( except as specifically provid (i) All insurance shall be prima self- insurance maintained b ependent Contractor and not an agent, of the City. The City shall have no liability d in this Agreement. to, and not contribute with, any insurance or the City. 25 SECTION 35: EQUAL OPPORTUNITY EMPLOYMENT / NON - DISCRIMINATION. The Contractor agrees that it will not disc iminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin, or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff ortermination; rates of payortheirforms orcompensation; and selection for training, including apprenticeship. The Contractor, moreover, shall comply with all the requirements as imposed by the Amer' ns with Disability Act, the regulations of the Federal government issued thereunder, a d any and all requirements of Federal or State law related thereto. SECTION 36: ACCESS TO RECORDS /AUDIT /PUBLIC RECORDS. (a) The Contractor shall maintain books, records, documents, time and costs accounts, and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. (b) The Contractor shall maintai and allow access to the records required under this Section for a minimum eriod of five years after the completion of the provision or performances rvices under this Agreement and date of final payment for said services, or date of termination of this Agreement. (c) The City reserves the right to unilaterally terminate this Agreement if the Contractor refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the Contractor in conjunction, in any way, with this (d) The City may perform, or ca the Contractor before or aft any Work Order issued hers mutually agreeable to the Cc the final fiscal period in wh compensation to the Contra as provided for in this Sect shall be used to calculate fi audit shall not delay final pE ent. se to have performed, an audit of the records of r final payment to support final payment under under. This audit shall be performed at a time ntractor and the City subsequent to the close of -h services are provided or performed. Total :tor may be determined subsequent to an audit >n, and the total compensation so determined al payment to the Contractor. Conduct of this Iment as required by this Section. (e) In addition to the above, if Federal, State, County, or other entity funds are used for any services under this Agreement, the Comptroller General of the 26 United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representative, shall have access to any books, documents, papers, and records of the Contractor which are directly pertinent to services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. (f) In the event of any audit or i spection conducted reveals any overpayment by the City under the terms of the Agreement, the Contractor shall refund such overpayment to the Ci y within thirty days of notice by the City of the request for the refund. (g) The Contractor agrees to fully comply with all State laws relating to public records. (h) The Contractor agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. SECTION 37: COUNTERPARTS. This Agreement may be executed in any umber of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. SECTION 38: SUBMITTALS. The following are items the Contractor must submit to the City as stated in this Agreement: (a) Description of Services — Port of Exhibit A. (b) Worker compensation insurance for all employees; Section 34, Paragraph (a) (1) (c) Certificates of insurance; Section 34, Paragraph (c) (d) Conflict of Interest Statement; Section 17, Paragraph (c) This Agreement describes each item listed above in detail. All documents provided to the City must be accurate and updated certifying the Contractor is proceeding correctly. 27 SECTION 39: EXHIBITS. Each Exhibit referred to and attached to this Agreement is an essential part of this Agreement. The Exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature: the City through its City Commission taking action on the 28th day of Nove nber , 2006, and the Contractor signing by and through its duly authorized corporate officer having the full and complete authority to execute same. ATTEST: eph Redman, Treasurer /Director Authorized Corporate Officer Date: ATTEST. Cd4t Janet Dougherty, CiVy Clerk Date: x '/ m& - 7 CONTRACTOR By hard Alt, President Director Authorized Corporate Officer CITY OF SANFORD Linda Kuh Mayor Approved as to form and legal sufficiency. William L. Colbert, Esquire City Attorney Date :' EXHIBIT A The contractor shall initiate "Emergency Work" within 24 hours from notification by City of Sanford. 2.4 Contractor shall prune trees for safety clearance to a minimum of 17 feet above the highest point of the roadway and 9 feet above highest point of sidewalks and bicycle paths. All debris shall be properly disposed of at the expense of the Contractor. 2.5 Contractor shall prune trees that obstruct street light illumination at various locations citywide to achieve results exemplified in "Exhibit A" 2.6 The project area shall be left in a clean and neat condition. Cleaning /Sweeping of area shall be done to provide a well - groomed atmosphere. 2.7 Work shall be performed in accordance to the American National Standards Institute (ANSI) Tree Pruning Guidelines A300 -1995. 2.8 Contractor shall utilize "City approved" door hangers for entire work site proximity a minimum of 7 working days in advance of all regular or scheduled work orders. 2.9 Contractor shall grind stump and all roots, which may affect the final outcome of the project, as directed by the Contract Manager. Contractor shall remove all materials from project, which have been disturbed and/or are not pre- approved for remaining on project after completion by Contractor. 2.10 Contractor shall remove underbrush (up to four inches in diameter, measured 12" above grade), cut flat and close to grade level, back to the City right -of -way, unless otherwise indicated. All debris shall be properly disposed of and all stumps shall be immediately treated with the pesticide approved by the City. ALL ITEMS FROM THIS POINT MUST BE INCLUDED WITH BID SUBMISSION: In accordance with the foregoing terms, conditions and specifications, the undersigned bidder hereby submits the following firm, fixed prices for supplying City of Sanford with tree trimming, tree removal, stump grinding and emergency response as follows: PART 1 GENERAL BID FORM This Bid, for the (1) Tree and Stump Removal and Emergency Response, Number IFB 05/06- 28, is hereby made to The City of Sanford, Florida. This Bid is submitted by (2) Lewis Tree Service, Inc. 300 Lucius Gordon Drive W. Henrietta. NY 14586 (585)436 -3208 (1) Title and Solicitation number of Bid/Proposal Name of Project as shown in the Invitation (2) Name, address, and telephone number of Bidder 1.02 The Undersigned: A. Acknowledges receipt of: Addenda: Number Dated Number Dated IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 16 OCT-14-2006 10:43AM FROM-LEWIS TREE SERVICE +565 -235 -5864 T -027 P.D02/002 F -227 B. Has examined the site and all Bidding Documents (including but not limited to the attached contract form) and understands that in submitting his Bid, he/she waives all right to plead any misunderstanding regarding the some and further agrees. 1. To hold this Bid open for 60 calendar days after the bid opening date. 2. By signing this document the BIDDER/OFFE:ROR hereby agrees to be bound by the specifications, terms, conditions, scheduling pricing and representations as stated and submitted with this bid form. However, it is understood that the City reserves the right to declare any bid or parts) thereof nonresponsive if exceptions to specifications, terms, conditions, etc. of the solicitation are not acceptable In the opinion of the City to meet the requirements of said solicitation. 2. To enter Into and execute a contract with the Owner, tf awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond, if required In accordance with the Instructions to Bidders. 3. To accomplish the work In accordance with the Contract Documents and/or purchase order. Bidder r-ornpaMiNsmg. IjeWiS nC. F. E. I. N. orgy dumber. 16- 1004851 MallIng Aderonr. 300 Lucius Gordon Dr SV"tAddraea: same as nailing address Stale, Zip: W. Henr- iett:a, NY 14586 city stem L : Typo or rrpOr (CIRk onC1 50 I berrby cerwy u,er diV bti s nude WUAOW prior vnderaaatM$r, agreement Co"redon Ps"Mrshlp Proprt&torshlp or camec&n W n any carport Arts, er person submiNng s bid for the same fs ftdab. SUPANss or and is M at/ napsers h!r enp Wig Ut >12" to 24" diameter Joint Yontura W/w oion orrraua Isolve a cerft tbsf I tvn aufborfred to aJpn I0r . $ 350.00 - $35 000.00 X - >24" to 36" diameter 30 Author1mO81gnetury nual) $ w`r, nn 1#?cofMr2thd In U,& State &r: New York v ;, r. 1973 Tres honsNumbbr. 585 436 -3208 7 dorPrinted Nome: Rlrt]ard Alt: Toll Frog Yolophaft Number. *033-1593 Tide: President Fos Humber. 585 235 -5864 Der In dep. ARO Payment Terns: —Yo _ days. Net 30 F.Mb.: DESTINATION Old 86curi is &*ached hon r%qk A rj pd, In the *mount o% i GROUP A. TREE REMOVAL : Measured according to N.A.A. standards. All debris must removed and the work site left in a safe condition. A 4 onl ITIUC I ef%1J 1Man1 a rLrn Item -No. Description Estimated 0 Units . Unit Price Total Price 001 4" to 12& diameter 50 EA $ 50-'00 $ 2,500.00 002 >12" to 24" diameter 100 EA $ 350.00 - $35 000.00 003 >24" to 36" diameter 30 EA $ w`r, nn $mac nn W&05M 3-28 Ime trimming, rer mi, stump gfWleg, etc. 17 004 1 >36" diameter 1 15 1 EA 1 $ 1,500.00 1 $ 22, 500.00 A.2 EMERGENCY 24 HR- RESPONSE TOTAL A.1 $ 85, 350.00 Item No. Description Estimated Qty. Units Unit Price Total Price Total Price 001 4" to 12" diameter 25 EA $ 50.00 $ 1,250.00 002 >12" to 24" diameter 75 EA $ 350.00 $ 26,250.00 003 >24" to 36" diameter 30 EA $ 845.00 $ 25,350.00 004 >36" diameter 10 EA $ 1,500.00 $ 1 $ 15, 000.00 A.3 UNDER BRUSHING TOTAL A.2 $ 67, 850.00 Item No. Description Estimated Qt . Units I Unit Price Total Price 001 0" to 4" diameter 250,000 LF 1 $ 1.47 $ 368,750.00 TOTAL A.3 $ 368,750.00 GROUP B. STUMP GRINDING : Measured according to N.A.A. standards. All debris should be removed and the work site left in a safe condition. This should include grinding and removal of all roots in the area, which would affect the overall outcome of the project. Q 7 Or%l M1A1C / 0f I=M Item No. Description Estimated Qty. Units I Unit Price 001 Total Price 001 4" to 12" diameter 50 EA $ 85.00 $ 4,250.00 002 >12" to 24" diameter 125 EA $ 145.00 $ 18 125.00 003 >24" to 36" diameter 50 EA $ 260.00 $ 13 000.00 004 >36" diameter 15 1 EA $ 375.00 $ 5,625.00 B.2 EMERGENCY 24 HR- RESPONSE TOTAL B.1 $ 41, 0 Item No. Description Estimated Qty. Units Unit Price Total Price 001 4" to 12" diameter 25 EA $ $ 85.00 2,125.00 002 >12" to 24" diameter 25 EA $ $ 145.00 3,625.00 003 >24" to 36" diameter 100 EA $ $ 280.00 28,000.00 004 >36" diameter 30 EA $ $ 375.00 11, 250.00 TOTAL B.2 $ 45,000.00 IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 1 Lewis Tree Service, Inc. C. TREE TRIMMING These prices shall be inclusive of trimming in a systematic method to include all clearance issues as well as any items such as streetlights, signals and street signs. C.1 ROUTINE / SCHEDULED Item No. Description Estimated Qty. Units Unit Price Total Price 001 Clearance Trimming 250,000 LF $ .475 $ 118,750.00 002 Street Lights 600 EA $ 12.00 $ 7,200.00 TOTAL CA $ - 125, 950. G.2 EMERGENCY RESPONSE BY THE Item No. Description Estimated Q . Units — F Unit Price Total Price 001 Clearance Trimming 50,000 LF $ .475 $ 23, 750.00 TOTAL C.2 $ 23,75 $ 757,650.00 A CREW /EQUIPMENT RESPONSE PARTNER This is to include a Bucket Truck with a minimum 50 -foot boom mounted on a truck chassis and a brush chipper with a minimum of 75 hp.Prices for these crews should be total cost per hour. The county will pay a minimum of 3 hours to mobilize and demobilize. Crews must be available for service 24 hours from initial call. ROUTINE / SCHEDULED F.MF.RC -F.NCV 9d ua RFCanticG IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 1 Lewis Tree Service, Inc. BY THE BY THE BY THE BY THE BY THE CREWS HOUR WEEK MONTH CREWS HOUR WEEK 1 Bucket Truck 1 Bucket Truck I Chipper 1 Chipper 2 Men $ 73 /hr $ __§5 /hr $ 58 /hr 2 Men $ 95 /h $ 95 /h 1 Bucket Truck 1 Bucket Truck 1 Chipper 1 Chipper $ 1 20 /hr $ 120 /hr 3 Men $ —§8 /hr $ 85 /hr $ 78 /hr 3 Men 1 Bucket Truck 1 Bucket Truck 1 Chipper Truck 1 Chipper Truck 1 Chipper $ 98 /hr 1 Chipper $ 130 /hr $ _130 /h 3 Men $ 95 /hr $ 88 /hr 3 Men 1 Bucket Truck 1 Bucket Truck 1 Chipper Truck 1 Chipper Truck 1 Chipper $ j 3- /hr $ 110 /hr 1 Chipper 4 Men $ 99 /hr 4 Men $ 155 / h $ _155 /h IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 1 Lewis Tree Service, Inc. ROUTINE / SCHEDULED EMERGENCY 24 HR RESPONSE Per extra Chipper $ 5 /hr $ 4 /hr $ 3 /hr Per extra Chipper $ 5 /hr. $ 5 /hr Per extra Bucket Truck $ 15 /hr $ 14 /h $13 p er hr. Per extra Bucket Truck $ 15per hr. $ 15 per hr. Per extra Ground Person $ 25 p er hr. $ 25 p er hr. $ per hr. Per extra Ground Person $ 1 5per hr. $ 15 per hr. BIDDER INFORMATION Bidder shall complete either the "Corporate Authority," "Proprietorship," "Partnership Information" or, "Joint Venture Information" portion of the Bidder Information Sheet, whichever part applies, and include with their bid submittal. CONTRACTING TITLE OFFICER'S,FULL LEGAL NAME OFFICER - .'.._ I I President l Richard C. Alt N I I Vice - President I Thomas R. Rogers I fiW�:i Treasurer Joseph L. Redman w . PROPRtE3RSt =1lP Proprietor: Indicate with an asterisk (') in the first column, which officer will sign the resulting contract. If other than the President, include a copy of the corporate resolution which gives express authority for execution of the specific bid and contract documents. Each bidder must assure that the officer information provided is in accord with the bidder's corporate registration sunnlied to the Secretary of State_ PAR"TNERSKO JNFf3RMATION Partner: Full Limited Partner: Full Limited Partner: Full Limited If your firm is a partnership, indicate Tor each partner whether nelsne is a Twi or nmitea partner oy Utccunu either -- tuir or "limited ". Manaoina partners with authoritv to bind the partnership should be identified. IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 20 Lewis Tree Service, Inc. Firm #1 Firm #2 Firm Name: Firm Name: Address: Address: — City/State/Zip: City /State /Zip: _ Telephone: Telephone: Fax Number: Number: ---------- President: President: Other Corporate Other Corporate Authority Authority (signatory)____ (signatory) Firm #3 Firm #4 Firm Name: Firm Name: Address: _ _ Address: — City /State /Zip City /State /Zip: —_ Telephone: Telephone: — _ Fax Number: Fax Number:___ President: President: Other Corporate Other Corporate Authority Authority (signatory)---- (signatory) -- Project Name: Tree T-rimnim, Tree Removal Stump Gr' & Bner en Owner: Seminole County GoverTmnt Reference Name: Reference Address: 1101 East First Street Phone Number: 407 665 -7116 Fax Number: Fees Earned: Project Total Cost: $389,736.17 Project Completion Date: Se ember 30 2006 Actual Completion Date: Septenber 30 200 Over / Under Budget in $ and %: Summary of Work: Tree TrintniM, tree removal, and stump grindin Comments: Project Name: Tree Removal & TriHndmg Owner: City of Jacksonville IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 21 Reference Name: SC- 0265 -02 Reference Address: 117 West Duvall St. Phone Number: 904 630 -1170 Fax Number: Fees Earned: Project Total Cost: $785,712.61 Project Completion Date: September 30, 2006 Actual Completion Date: September 30 2006 Over / Under Budget in $ and %: 0 Summary of Work: Tree tr" and removal Comments: This Form Must Be Completed and Returned with your Submittal References ( 352 )735 -7151 City of Mt. Dora Freddy Abston 352 516 -1588 ( 352 )728 -9815 City of Leesburg Bruce Kir by 352 516 -8063 ( 941 )861 -0844 Sarasota County I Tim Eiseler 941 50 -0738 IFB- 05/06 -28 tree trimming, removal, stump grinding, etc. 22 References who are located in foreign countries are not acceptable. Does Bidder have any similar work in progress at time of Bid Opening? LIJ Yes No If' Yes ", explain: See Attached 93M FIVEESERVICE, INC. 300 Lucius - Gordon Drive West Henrietta, NY 14586 (585) 436 -3208 • Fax: (585) 235 -5864 City of Sanford — IFB 05/06 -28 City of Jacksonville — Tree Trimming, Tree Removal, Stump Grinding Seminole County Government — Tree Trimming, Tree Removal, Stump Grinding Sarasota County — Tree Trimming, Tree Removal, Stump Grinding "A Half Century of Service — A Lifetime of Commitment." Disputes Disclosure Form 435 -1 Answer the following questions by answering "YES" or "NO ". If you answer "YES ", please explain in the space provided, please add a page(s) if additional space is needed. 1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? _No 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? NO _ 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? _ No _ If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. FORM NO. DSPT 12.204 REFERENCE IFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID Thcmas R. Rog(ars Senior Vice President Printed or Typed Name and Title Drug -Free Work Place 435 -2 The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. FORM NO. DFWP 14.204 REFERENCE IFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID Printed or Typed Name and Title Florida Statutes On Public Entity Crimes 435 -3 THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to The City of Sanford b Thomas R. Rogers on behalf of Lewis Tree Service, Inc_ whose business address is: 300 Lucius Gordon Drive W. Henrietta, NY 14586 and (if applicable) its Federal Employer Identification Number (FEIN) is _16= (If the entity has no FEIN, include the Social Security Number of the individual signing this statement: 061 (46 1 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand the "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilt or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) __X__ Neither the entity submitting this sworn statement, nor any of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. REFERENCE IFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID _ The entity submitting this sworn statement, or one of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity was charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC EN PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOL M NT P VID IN CTION 287.017, IDA LOR STATUTES FOR CATEGORY TWO OF ANY CHANGE T IN OR TI CO AINED IN THI ORM. --- October 16, 20 - - - - - -- (date) - State of t=lerida t J l old►' County of — _— m6nC9� ------- - --- On this 1(0 day of - - - _ _, 20A, before me, the undersigned Notary Public of the State of Florida, personally appeared n 2 -------- 'Cl!lo ______ and -------------------------- (Name( ) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. /L- NOTA PUBLI ATE OF 1 _ jqiw NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned.) Personally known to me, or Produced identification: DOMENICK J. PARIS Notary Public, State of New York (Type of Identification Produced) Ontario County, #01 PA6110191 __ DID take an oath, or Commission Expires � Z`�_ p$ DID NOT take an oath. FORM NO. PEC 15.204 00435 -4 REFERENCE IFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID Certification of Non - Segregated Facilities 435 -5 By affixing his signature to this form, the Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis of race, color, religious disability or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Official Address: Lewi Tree Service, Inc. 300 Luc Gordon Drive FORM NO. SFAC 16.204 REFERENCE iFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID Print Name Title Conflict of Interest Statement 435 -6 1. Thomas R. Roge - -___ of Lewis Tree Serg Inc deposes and states that Name of Affiant Name of Company 2. The above named entity is submitting an Expression of Interest for the City of Sanford project identified below. 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. 1 certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 9. 1 certify that no member of the entity's ownership or management is presently applying for an e ployee posi ' r a seeking an elected position with City of Sanford. �0. e event at a co ct of i erest is identified in the provision of services, I, on behalf of the above a ed entit , will III e ately n tify the City of Sanfoo writing. Of October 16, 2006 Date T homa s R. R ogers, Smior _Vic Preside Typed or Printed Name of Affiant Title State of Fla, County of —_ axro-f,- - _ — ___ On this —La _day of _ber 20D6 before me, the undersigned Notary Public of the State of Florida, persona appeared n p and �o (Name(s) of dividuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. --- - - - - -- — -- - - - -- - - - -- NOTAR B IC T E OF F69RIBA fVe�,Jy NOTARY PUBLIC SEAL OF OFFICE: I �n i-e Y � A.Y'1� (Name of Notary Public: Print, Stamp, or Type as Commissioned.) DOMENICKJ. PARIS _ Personally known to me, or Notary Public, State of Ncw York Produced identification: Ontario County, #01 PA � 61101 --------------- Commission Expires (Type of Identification Produced) DID take an oath, or DID NOT take an oath. FORM NO. CFI 18.204 REFERENCE IFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID 00618 INSURANCE AND BONDING REQUIREMENTS WHICH MUST BE MET 1. The CONTRACTOR bidder shall be required to provide, to the Purchasing Agent, prior to signing a contract for or commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Compliance of said certificate must be acknowledged by the Purchasing Agent prior to start of work. Any work initiated without completion of this requirement shall be unauthorized and the City of Sanford will not be responsible. 2. The City of Sanford reserves the right to require coverage and limits as considered to be in its best interests. Insurance requirements shall be on a case by case basis determined by the project, conditions and exposure. 3. Except for Professional Liability Policies and workers compensation policies, when required, all policies are to be endorsed to include the City of Sanford as Additional Insured. In the cancellation clause the number "30" shall be inserted into the blank space provided prior to the words "days prior notice... ". All contractor policies are to be considered primary to City coverage and shall not contain co- insurance provisions. 4. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. 5. Subcontractors retained by the Prime Contractor are the responsibility of said Prime Contractor in all respects 6. Insurance requirements: COVERAGE REQUIRED MINIMUM POLICY LIMITS Workers' Compensation Statutory Commercial General Liability including Contractual Liability, Products and Completed Operations, XCU and. Owners and Contractors Protective $ 1,000,000 PER OCCURANCE $2,000,000 AGGREGATE Comprehensive Auto Liability, CSL, shall include "any auto' $ 1,000,000 CSL (NOTE: All limits are per occurrence and must include Bodily Injury and Property Damage. All policies must be written on occurrence form and not on claims made form.) (All deductibles and self insured retentions must be approved by the City of Sanford.) (All insurers must have an A.M. Best rating of at least A -VII.) 7. Bonding Required: None 8. It is noted that failure to provide of an certificate of insurance in compliance with the above within FOUR (4) days of notification of award and to continue the coverage without a break. At the discretion of the City of Sanford a bidder /contractor may be placed in default status if required insurance coverage or bonding is not maintained without a break in coverage. 9. By signing the Bid Form associated with the solicitation identified below, I hereby certify that if the contractor on whose behalf this information is submitted is awarded a contract for any portion of the work contemplated, the insurance and bonding requirements outlined above shall be met as required. REFERENCE IFB 05/06 -28 Tree Trimming, Tree Removal, Stump Grinding and Emergency Response THIS FORM MUST BE SUBMITTED WITH BID CITY OF SANFORD Exhibit B Project Status Report Project Name: Project Manager: Status Report Period; From: To: Phase: Planning ❑ Design ❑ Bidding ❑ Construction ❑ 1. In paragraph form, list the current status of the project and work completed this Billing Period. 2. In paragraph form, list all milestones reached this Billing Period. 3. In paragraph form, list any pending issues or items of note. Project Manager Signature: Date: