Loading...
2211 PBA 19/20-61 Tree Trimming,Removal,Stump GrCITY OF k XKFO FINANCE DEPARTMENT PURCHASING E TRANsmirrAL MEMORANDUM 1. To: City Clerk/Mayor RF: PBA 19/20-61 Tree Trimming, Removal and Stump Grinding The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies EJ Special Instructions: Li,vwfye y 6o7a zi jeAr From SharePoint Finance Purchasin Forms - 2018.doc 3/25/2020 Date A Budget Tree Service, Inc. Piggyback Contract (PBA 19/20-61) jTree Trimming, Removal And Stump Grinding Services) The City of Sanford ("City") enters this "Piggyback" Contract with A Budget Tree Service, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose address Is 710 East State Road 434, Winter Springs, Florida 32708, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Seminole County, Florida, said contract being identified as "Term Contract For Tree Trimming, Removal And Stump Grinding (IFB-602138-14/THL)", as may have been amended, in order for the Vendor to provide an array of services relating to tree trimming, removal and stump grinding and related goods and services to the City as the City may deem desirable (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. All pricing shall be F.O.B., City Hall, City of Sanford with most favored nation pricing. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. Notwithstanding any provisions, however, this Contract shall not be operative for a period of time exceeding 5 years. (b). Insurance Requirements of this Contract: See attached exhibit relating to City insurance requirements. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is: Ms. Marisol Ordofiez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 E-mail address: Marisol.Ordonez@Sanfordfl.gov (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between 2 the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the goods and services to be provided or performed shall 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 agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS _ AT (407) 688-5092, TRACT HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. 3 (11). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. 4 (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this ]Vk\day AM%, 2020. Attest: Timothy Meagher Director/Secretary Attest: Traci Houchin, City Clerk, CMC, FCRM Approved as to form and legal sufficiency. ATA A Budget Tree Service, Inc., a Florida corporation-, By: Dale E. Meagher President[Tearurer Date: �Iq 24)n City Of Sanford Exhibit "A" [Attach original government contract] r FINANCE DEPARTMENT March 5, 2020 Contract/Agreement Name: Approval: PBA 19/20-61 Tree Trimming, Removal and Stump Grinding APUu ng Manage Date Finance Direct -or ': &s I Date Date FIRST AMENDMENT TO TERM CONTRACT FOR TREE TRIMMING, REMOVAL, AND STUMP GRINDING (IFB-602138-14/TLR) THIS FIRST AMENDMENT is made and entered into this � 9 day, of 20Zq and is to that certain Agreement made and entered into on the 21 st day of January, 2015, between A BUDGET TREE SERVICE, INC., whose address is 710 East State Road 434, Winter Springs, Florida 32708, in this Amendment referred to as "CONTRACTOR," and SEMINOLE COUNTY, a charter county and political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East lst Street, Sanford, Florida 32771, in this Amendment referred to as "COUNTY." WITNESSETH: WHEREAS, CONTRACTOR and COUNTY entered into the above referenced Agreement on January 21, 2015, to provide tree trimming, removal, and stump grinding services to COUNTY; and WHEREAS, the parties desire to amend the Agreement in order to add a new Section, and to enable both parties to continue to enjoy the mutual benefits the Agreement provides; and WHEREAS, Section 21 of the Agreement provides that any amendments will be valid only when expressed in writing and duly signed by the parties, NOW, THEREFORE, in consideration of the mutual understandings and agreements contained in this Amendment, the parties agree to amend the Agreement as follows: 1. The following Section 30 is hereby added to the Agreement: Section 30. Addendum. COUNTY and CONTRACTOR shall comply with the terms of Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts, which is attached to and incorporated in this Agreement. Addendum First Amendment to Term Contract for Tree Trimming, Removal, and Stump Grinding CERTIFIED COPY- GRANT MALOY A Budget Tree Service, Inc. CLERK OF THE CIRCUIT COURT AND Ci)MPTROLLER a1S ' Page l of3/! `t SEMI L OU A FLOR{ A . DEPUTY CI.E RK A controls over any contrary provision elsewhere in this Agreement, but only applies to work performed or services provided by CONTRACTOR as a result of a disaster. 2. Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts, as attached to this First Amendment, is hereby attached to and incorporated into the Agreement. 3. Except as modified by this First Amendment, all terms and conditions of the original Agreement, as previously amended, remain in full force and effect for the term of the Agreement. IN WITNESS WHEREOF, the parties have executed this First Amendment for the purposes stated above. ATTEST A BUDGET T ERVICE, INC. By. TIMOTHY ME GHER, Secretary DAL AGHER, President (CORPORATE SEAL) Date: t 012 t j 11 (Signature page continues on Page 3.1 First Amendment to Term Contract for Tree Trimming, Removal, and Stump Grinding A Budget Tree Service, Inc. Page 2 of 3 � 14.11 �t ✓, ��,���;� Print Name Witness t /� ?"4-rk K lo4 Print Name For the use and reliance of Seminole County only. Approved as to form and legal sufficiency. C'ou'nty Attorney DGS/dre SEMINOLE COUNTY, FLORIDA 3 r / By:6 . BETSY COHEN, Acting Purchasing and Contracts Manager Dater TCTQY,Ct/ , .ao Within the authority delegated by the County Manager pursuant to Section 3.554, Seminole County Administrative Code. 10/16/19 Attachment Addendum A - Addendum A Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts T:\Users\Legal Secretary CSB\Purchasing 2019\IFB-602138 Budget Tree I st Amendment for FEMA Addendum.docx First Amendment to Term Contract for Tree Trimming, Removal, and Stump Grinding A Budget Tree Service, Inc. Page 3 of 3 ADDENDUM A FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) ADDITIONAL TERMS FOR SEMINOLE COUNTY CONTRACTS These FEMA Contract Terms are made a part of the Agreement between Seminole County and the Contractor or Consultant named in the Contract or Agreement to which this Addendum is attached and incorporated by reference. Definitions The term "Contractor", as used throughout this Addendum, means the Contractor, Provider, Consultant, or similar such term, as named in the Contract or Agreement. The term "Contract", as used throughout this Addendum, means the underlying Agreement or Contract to which this Addendum is attached and incorporated by reference. General Provisions A. Contractor provides services that the County may require in the event of a hurricane or other disaster. Contractor acknowledges and agrees that, in such event, the County may apply to the State of Florida or the federal government for funds that will be used to pay Contractor or reimburse the County for payments made to Contractor. FEMA will only consider reimbursing contracts that contain the requisite FEMA provisions. Contractor desires to be eligible to be awarded disaster work and be compensated through federal funds. The County and Contractor agree that with respect to any services or work performed or provided by Contractor or its subcontractors under the Contract arising or related to a disaster event, the provisions set forth in this Addendum and the most recent version of the United States Department of Transportation Federal Highway Administration's Form FHWA-1273, which is incorporated into this Addendum by reference, (collectively, the "FEMA Requirements") apply. The FEMA Requirements will only modify the Contract upon the provision by Contractor of work or services required as a result of a disaster. The terms and conditions of the Contract and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the FEMA Requirements listed in this Addendum and other provisions of the Contract, the FEMA Requirements will govern and prevail. Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 1 of 11 B Contracts that receive funding derived from federal grants must comply with federal guidelines. The federal funds appropriated by the Federal Emergency Management Agency (FEMA) will be administered through the State of Florida. C. Payment. Payment will be based on the unit rates/prices pursuant to the Contract Fee Schedule. Contractor shall submit invoices covering no more than a 30 day period. 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 1. Remedies. In the event of a breach or violation of the Contract by Contractor, in addition to any other remedies provided for in the Contract or to which the County may be entitled at law or in equity, Contractor will be subject to debarment or suspension from consideration for the award of additional contracts from the County, including, but not limited to, contracts related to disaster relief or recovery, pursuant to the terms and procedures set forth in all applicable County codes. 2. Termination for Convenience. The County may terminate this Contract at its convenience with or without cause upon written notice of termination to Contractor. In the event of such a termination by the County, the County will be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders that cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances will the County be liable to Contractor for lost profits or overhead for work, materials, or services not performed by Contractor or delivered by Contractor to the County. 3. Equal Employment Opportunity (Applicable to All FEMA Construction Contracts and required by 41 C.F.R. Part 60-61-1.4(b)) During the performance of this Contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 2 of 11 considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 4. Davis Bacon Act and Copeland Anti -Kickback Act (Applicable to Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program construction contracts in excess of $2,000.00. Not applicable to other FEMA grant and cooperative agreement programs, Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 3 of 11 including the Public Assistance Program; Davis Bacon Act -40 USC s. 3141-3144 and 3146-3148, 2 CFR Part 200, Appendix II; Copeland Anti -Kickback Act -40 USC s. 3145) In situations where the Davis Bacon Act does not apply, neither does the Copeland Anti - Kickback Act. Compliance with Davis Bacon Act (1) The Contractor agrees to comply with the requirements of the Secretary of Labor in accordance with the Davis Bacon Act as amended, and all other applicable Federal, state and local laws and regulations pertaining to labor standards insofar as those acts apply to the performance of this Contract. The Contractor shall maintain documentation that demonstrates compliance with hour and wage requirements of this part. Such documentation must be made available to the County for review upon request. Current applicable wage rates will be attached to the Contract if applicable. (2) The Contractor agrees that all contractors engaged under contracts in excess of $2,000.00 for construction, renovation or repair work financed in whole or in part with assistance provided under this Contract, shall comply with Federal requirements adopted by the County pertaining to such contracts and with the applicable requirements of the regulations of the Department of Labor, under 29 CFR Parts 1, 3, 5 and 7 governing the payment of wages and ratio of apprentices and trainees to journey workers; provided that, if wage rates higher than those required under the regulations are imposed by state or local law, nothing under this Addendum is intended to relieve the Contractor of its obligation, if any, to require payment of the higher wage. The Contractor shall cause or require to be inserted in full, in all such contracts subject to such regulations, provisions meeting the requirements of this paragraph. Compliance with Copeland Anti -Kickback Act (1) Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. Addendum A - Federal Emergency Management Agency (FEMA.) Additional Terms for Seminole County Contracts Page 4 of 11 5. Contract Work Hours and Safety Standards Act (Applicable to all FEMA contracts in excess of $100,000 that involve the employment of mechanics or laborers; 29 CFR Part 5; 2 CFR Part 22, Appendix II, E) (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." 6. Rights to Inventions Made Under a Contract or Agreement (Applicable if FEMA award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the non - Federal entity wishes to enter into a contract with a small business firm or nonprofit Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 5 of 11 organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement". Does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program. 37 CFR Part 401; 2 CFR Part 200, Appendix II, F). The Contractor acknowledges that it must comply with the requirements of 37 CFR Part 401 and any implementing regulations issued by FEMA. 7. Clean Air Act and the Federal Water Pollution Control Act (Applicable to Contracts in Excess of $150,000) Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. 8. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (Applicable to All FEMA Contracts and Subcontracts; Executive Order 12549, Executive Order 12689, 2 CFR Part 180; 2 CFR Part 3000) (1) Addendum A - Federal Emergency Management Agency (FEMA) Additional Terns for Seminole County Contracts Page 6 of 11 a. By signing this Addendum, the Contractor is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The Contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the Contractor to furnish a certification or an explanation will disqualify such a person from participation in this transaction. C. The Contractor shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State, and the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of the Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." 9. Certification Regarding Use of Contract Funds for Lobbying (Byrd Anti -Lobbying (31 USC s. 1352) Applicable to contracts in excess of $100,000.2 CFR Part 200, Appendix II) (1) (1) The Contractor certifies, by signing this Addendum, to the best of Contractor's knowledge and belief, that: Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 7 of 11 a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (2) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification will be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (3) The Contractor also agrees that Contractor shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 10. Procurement of Recovered Materials (Applicable to all FEMA contracts, 42 USC s. 6962; 2 CFR Part 200, Appendix II, K; 2 CFR s. 200.322) (1) In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired: (a) Competitively within a timeframe providing for compliance with the contract performance schedule; (b) Meeting contract performance requirements; or (c) At a reasonable price. Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 8 of 11 (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA designate items is available at http://www.epa.gov/cpglproducts.htm. 11. Additional FEMA Requirements a. Access to Records (Applicable to all FEMA contracts; DHS Standard Terms and Conditions, v. 3.0 XXV) (1) The Contractor agrees to provide the County, State, FEMA, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the contract for the purposes of making audits, examinations, excerpts and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) The Contractor agrees to maintain all books, records, accounts and reports required under the Contract for a period of not less than three (3) years after the date of termination or expiration of the Contract, except in the event of litigation or settlement of claims arising from the performance of the Contract, in which case Contractor agrees to maintain same until the County, the State, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 12. DHS Seal, Logo and Flags (Applicable to all FEMA contracts; DHS Standard Terms and Conditions, v. 3.0 XXV) The Contractor shall not use the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials without specific FEMA approval. 13. Compliance with State and Federal Reporting Requirements Contractor and its subcontractors shall comply with and the Contract is subject to the requirements and regulations of the Federal Emergency Management Agency and the State of Florida Division of Emergency Management pertaining to reporting. 14. No Obligation by the Federal Government - Applicable to all FEMA contracts) (1) Absent the express written consent by the Federal Government, the Federal Government or FEMA is not a party to the Contract and shall not be subject to any Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 9of11 obligations or liabilities to the County, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 15. Fraud and False or Fraudulent or Related Acts - (Applicable to all FEMA contracts) The Contractor acknowledges that 31 USC Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this Contract. Additional FEMA Provisions 16. Civil Rights (Applicable to All FEMA Contracts) - The following requirements will apply to the Contract and any subcontracts: (1) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (2) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations, transportation, telecommunications and government services. 17. Compliance with Federal Law, Regulations, and Executive Orders - (Applicable to all FEMA contracts) This is an acknowledgement that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives as applicable, including but not limited to: The Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, 42 USC Sec. 5121, et. seq. 2 Resource Conservation and Recovery Act National Historic Preservation Act Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 10 of 11 4 Mandatory Standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act 18. Immigration and Naturalization Act. - (Applicable to all FEMA contracts) Contractor shall not knowingly employ unauthorized alien workers in violation of 8 USC §1324a (e) [§74A (e) of the Immigration and Nationality Act] and such employment of unauthorized aliens shall be grounds for unilateral termination of the Contract/Agreement. 19. Indemnity of Funding Entities. - (Applicable to all FEMA contracts) Contractor hereby agrees to indemnify and hold harmless the State of Florida, the Government of the United States of America (including but not limited to the Federal Emergency Management Agency and the Federal Highway Administration) and the County and their officers, agents, employees and elected officials from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions and cost of actions, including attorneys' fees for trial and appeal, and for the preparation of same arising out of Contractor's, its officers, agents, employees and subcontractors' acts or omissions associated with this Contract. 20. Performance and Payment Bonds. (Applicable to all FEMA contracts) If not already required under the Contract, and if requested by the County, the Contractor shall, prior to the commencement of operations, furnish a Performance and Payment Bond, executed by a surety company authorized to do business in the State of Florida, in the amount of the estimated contract value, which bond must be conditioned upon the successful completion of all work, labor, services and materials to be provided and furnished under the contract and the payment of all subcontractors, materials and laborers. Such bonds must be subject to the approval by the County. 21. Materials and Supplies. (Applicable to all FEMA contracts) All manufactured and unmanufactured articles, materials and supplies which are acquired for public use under this Contract have been produced in the United States as required by 41 USC § 1 Oa, unless it would not be in the public interest or unreasonable in cost. 22. Subcontracts. (Applicable to all FEMA contracts) To the extent applicable, the Contractor shall cause the inclusion of the provisions of this Addendum in all subcontracts. DGS/dre 8/29/19 T:\Users\Legal Secretary CS13Torms-PurchasingWEMA Addendum.docx Addendum A - Federal Emergency Management Agency (FEMA) Additional Terms for Seminole County Contracts Page 11 of 11 PURCHASING AND CONTRACTS DIVISION December 10, 2019 A Budget Tree Service, Inc. 710 East State Road 434 Winter Springs, FL 32708 GA37D3 (FLORMA�SOLE COUNTY NATURAL CHOICE Re: Renewal #1 — IFB-602138-14/TLR (Term Contract for Tree Trimming, Removal, and Stump Grinding) To Whom It May Concern: In accordance with the terms and conditions of subject Agreement, the Agreement is extended for an additional one (1) year period. The County has evaluated your performance during the past year and determined to extend the agreement for an additional year effective: January 21, 2020 through January 20, 2021. Authorization for performance of services by the Contractor under this agreement shall be in the form of written Release Orders issued and executed by the County on an as -needed basis based on the terms and conditions of the agreement. Appropriate County Departments and Divisions will be notified of this contract renewal. If you have any questions or need further assistance, please contact our office. Sincerely, Michael Guild Procurement Technician cc: William Pandos, Greenways Program Manager County Comptroller's Office County Attorney's Office File 1301 East Second Street Sanford FL 32771 Telephone (407) 665-7116 Fax (407) 665-7956 www.seminolecountyff govlpurchasing Guild, Michael From: Pandos, William Sent: Friday, November 22, 2019 3:04 PM To: Guild, Michael Subject: Re: IFB-602138-14/TLR - Renewal #1 - Approval Needed Follow Up Flag: Follow up Flag Status: Flagged Yes please renew Sent from my iPhone On Nov 22, 2019, at 2:36 PM, Guild, Michael <rn uild)seminolec:ountVfl.gov> wrote: Good Afternoon Jeff, • Contract number: IFS-602138-14/TLR • Contract title: Term Contract for Tree Trimming, Removal, and Stump Grinding • Vendor/Business: A Budget Tree Service, Inc. The current contract will expire by its own terms on January 20, 2020. It may be extended for one (1) additional year. If you are in agreement with renewing this contract, please let me know and we will complete the renewal process. If you have any questions or need further assistance, please contact my office. Please let me know if you need any further information. V/R, Michael Guild Michael Guild, Procurement Technician Resource Management, Purchasing and Contracts Division 1301 E. Second St, Sanford, FL 32771 PH: 407-665-7116 FX: 407-665-7956 Email: mguild@seminolecountyfl.gov Website: www.seminolecountyfl.govjpurchasing 1 Guild, Michael From: Carolyn Nelson <Carolyn@abudgettreeservice.com> Sent: Wednesday, October 02, 2019 12:39 PM To: Purch Subject: RE: Contract Renewal Option - 1st Notification Follow Up Flag: Follow up Flag Status: Flagged NOTICE: This email was sent from someone outside of the Seminole County BCC Organization. Always use caution when opening attachments or clicking links from unknown senders or when receiving unexpected emails. If you believe this message to be suspect, please contact support at 311 and forward message to CSDSupport@seminolecountyfl.gov Good afternoon, Please see below - we would like to renew the agreement with the same pricing structure, specifications, terms and conditions as the current order. Please let me know if you need anything else. Thank you, Carolyn Nelson 407-327-2520 x102 -----Original Message ----- From: purch@seminolecountyfl.gov <purch@seminolecountyfl.gov> Sent: Tuesday, October 1, 2019 8:01 AM To: carolyn@abudgettreeservice.com Subject: Contract Renewal Option - 1st Notification The current contract IFB-602138-14/TLR Term Contract for Tree Trimming, Removal and Stump Grinding between your firm, A Budget Tree Service Inc, and Seminole County is about to expire on 1/20/2020. The contract may be extended for additional terms. The County appreciates your business and at this time, we would like to determine whether your firm is interested in renewing the agreement. Therefore, in order to evaluate your contract for renewal, please complete the information on the bottom of this letter and indicate any changes, including price reductions, new or additional discounts, etc., you would like to propose. �X_ The agreement can be renewed with the same pricing structure, specifications, terms and conditions as the current order. Modifications or changes that you like the County to review (please provide backup information for these proposed changes). I do not wish to renew the agreement. ACC>R LIP CERTIFICATE OF LIABILITY INSURANCE DATE A E(MMI2o11 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME. CT Linda Nelson Brown & Brown of Florida, Inc. PHONE (407) 660-8282 (FAX,,,): (407) 660-2012 AfC 2290 Lucien Way E-MAIL ADDRESS: inelson@bborlando.com Suite 400 INSURERS AFFORDING COVERAGE MAIC N Maitland FL 32751 INSURERA: Hartford Casualty Ins. Co. 29424 INSURED INSURERS: Bndgefield Employers Ins. CO. 10701 A Budget Tree Service, Inc. INSURER C: Southern Owners Ins. Co. 10190 710 ESR 434 INSURER D INSURER E Winter Springs FL 3270$ [INSURERF: COVERAGES CERTIFICATE NUMBER: CL1962620108 REVISIr1N N"AARFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSO WVD POLICY NUMBER POLICY EFF (MMIDDIYYM POLICY EXP IMMIDDNYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ® OCCUR EACH OCCURRENCE g 1,000,000 PREMISES Ea ooCurrenw 5 300,000 MED EXP (Anyone pwsonl 5 10,000 PERSONAL SADV INJURY 5 1,000,000 A 21 UENOK7877 03/14/2019 03/14/2020 GEN'LAGGREGATE LIMIT APPLIES PER: ARO- Policy ® JECT FLOC GENERALAGGREGATE 5 2,000,00 0 PRODUCTS-COMPtOPAGG 5 Included Arborist Endorsement 5 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT g 1,000,000 Ea accident x ANYAUTO BODILY INJURY (Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS 21 UENOK7877 0311412019 03/14/2020 BODILY INJURY(Peracadont; 5 HIRED NON-OWNEDPROPERTY AUTOS ONLY AUTOS ONLY DAbtAGE $ ., accident PIP 10,000 Medical payments s 2,000 UMBRELLA UAB Id OCCUR EACH OCCURRENCE S AGGREGATE 5 EXCESS LIAR CLAIMS -MADE OED I I RETENTION S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y I N ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICERIMEtABEREXCLUDED? � (Mandatory In NH) 11 yes, describe under DESCRIPTION OF OPERATIONS below NtA $30-54624 07/01/2019 07/01/2020 X1 PER ;E ORTH- E.L_EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 11000,000 E.L. DISEASE - POLICY LIMIT $ 1.000,000 Inland Marine Rented & Leased Equip $150,000 C i 156082-72295372-19 03115/2019 03/1512020 Ded $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLE$ (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: IFB- 602138-14,rrLR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Seminole County, Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1101 E First Street AUTHORIZED REPRESENTATIVE Sanford FL 32771 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD EXHIBIT 8 is Part Price Submittal (FB-602138-14/TLR~Term Contract for Tree Trimming, Removal and Stump Grinding Name VfBidder: � \/0 \vl / . _' �__ ..-_ Mailing Address,. Street Address: � Phone Number: Number E -Mail Address: Pursuant to and in compliance with the Invitation for Bid, Instructions to Bidders, and the other documents relating theneto, the undersigned Bidder, having familiarized himself with the terms of the Contract Documents, local conditions affecting the delivery, hereby proposes and agrees toprovide services in a workmanlike manner and in strict conformity with Contract Documents, including Addenda Nos. _thmough_____,onfile etthe Purchasing and Cuntny�mDivision for the announthereinafter set forth. Th�undersigned, emBidder, declares that the only persons or partiesinterested inthis bid aa principals are those named herein; that this bid is made without collusion with any peromn, firm or corporation; and heproposes and agrees, |fthe bid is accepted, that he/she will execute enAgreement with the COUNTY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates. TOTAL AMOUNT OF BID: $ T (Include Groups A, B and C) |B|ODER has day of (Name of BIODER) (Signature of p6rsbft-signing FORM) \Y\[ (Printed name of per6on signing FORM) Pitle�Jol person signing FORM) 1F"uuno/vfTLR'Tree Trimming/Stump Grinding Pat i d, V- ,a SellQ71(itilo 17 GROUP A - TREE FkFIVIOVAL: MOCISLIred according to N.A.A. standards. All tree diameters will be measured at breast height, A-1 ROUTINE 'r,p Item No. 001 — Descriptiorl 4" to 12" diarneter ESthilated �—, Wits Unit Price Total Prico 001 4" to 12" diameter 75 EA C) $ $ >12" to 24" diam6ter0 1 �O2 -ff-A- �02__ >12" to 24" diameter 250 EA 3Fj7— or EA 003to-36" diai�-G;Fer-- — 36 EA $ $ �O4 $ 004 >36" diatT�)eter26 -6-0-5 00 Palm Tree 10 EA 7 $-.--7) 8U13TOTA). A-1 A-2 f-MERG_ENCY,,,,LHOUR._Rl::Spoagr Item No. ESthilated �—, unit"s Unit Price Total Price 001 4" to 12" diameter 25 EA $ >12" to 24" diam6ter0 1 �O2 -ff-A- --65-3— --�;2�fo- 3Fj7— or EA �O4 $ 21,11 ATOTAL X-2 A-3 gNDER q.R JIN USL G - Item No. Descriptlokl_9!L . Es 1�� Units Unit Price Total Price 001 0" to 4" diameter 761000 LF $ f V SUBTOTAL A-3 $ �A Company Name: IF B-602138-14fTLR - Tree Trim mingfStump Grinding GROUP B - STUMP GRINDING, Measured according to N.A.A. standards. 18 B-1 ROUTINE / SCHEDULED Item No. Descript]on _ Estimated Qty , __. Units P_ EA Unit Price Total Price 001 4" to 12" diameter 75 $ $3q00, ()D 002 >12-1 to 24" diameter 260 EA $ 105X0 100 003 >24" to 36" diameter ---2-6 36$ is Igo 06 ;()o -0D 06-4-1 >36" diameter 004 EA i $ D $ �q 9,5. o(D SUBTOTAL B-1 5 .O 0 B-2 EMERGENCY 24 HR. RESPONSE Item No. Description Estimated Qty. Units I Unit Price Total Price 001 4" to 12" diameter 6 EA '52-0() , zoo, o 002 >12" to 24" diameter 10 EA $ .0o 1, )0,50.00 003 >24" to 36" diameter is EA $ 00 00 0 C) 004 >36" diameter !: !: $ 0 I SUBTOTAL B-2 Company Name:KL(- -- - T IFS-602138-14fTLR - Tree Trimming/Stump Grinding 19 GROUP C :LEE TRIMi'i 11 These prices sli, n a system atic metho(Fia7�Jrj(ftlde all clearance iSSU6,13 0s we as any it(Nws such as stre,effights, signals and street signs, C-1 &QuTkNF - :-L%'!jEgUj Item No, Ds;:7ca� R --th C! -9Estimated Q, unit's 'aft price 001 L Clearance Trimming 16,000 LF L SUBTOTAL C-� )-00 Gornpany Name: (9 IFB-602138.14rrLR - Tree Trimming/Stump Grinding lee Total Price 001 Clearance TriMITdrig 500,000 Lf" L 0, 002 Street Lights 200 EA 003 Palm Tree (ine u Fes- --- removal of boots) 100 EA $- � �.� $ ,3UBTOTAI. G-2 Item No, Ds;:7ca� R --th C! -9Estimated Q, unit's 'aft price 001 L Clearance Trimming 16,000 LF L SUBTOTAL C-� )-00 Gornpany Name: (9 IFB-602138.14rrLR - Tree Trimming/Stump Grinding 20 GROUP D. CREW /EQUIPMENT RESPONSE PARTNER This istoinclude aBucket Truck with ominimum 50400 boom mounted onntruck chassis and abrush chipper with aminimum of7Shp. Fee Schedule for these crews must include all direct and indirect cost ammoo|abad with the work. The county will pay m minimum of 3 hours to mobilize and demobilize. Crews must be available for service 24 hours from initial call. ROUTINE / SCHEDULED CREWS BYTHEHOUR BY THE WEEK BY THE MONTH I Bucket Truck 1 Chipper Hour s i n o n r") Al, Week Month 2 Men I Bucket Truck 3 Men I Bucket Truck 1 Chipper Truck / Hour Week I Chipper Month 3 Men 1 Bucket Truck I Chipper Truck 1 Chipper /Hour �.2nf)-'M 41-4 Week W DU kq-t Month 4 Men Per extra Chipper 00 Hour $ Week $ /Month Per extra $ Bucket Truck Per extra $ Hour $ �-)T) -1 Week Month Ground Person $ } Company Name1-u1/c- /n IFa-6o1xo-14nLR'Tree Trimming/Stump Grinding Cont. GROUP D. CRE 9 This Is to include a BUCkOffl-LiCk with a minimum 50 -foot boom mounted on a truck chassis and a brush chipper with a rninirnUm of 75 lip. Fee Schedule for these CrOWS 1111,18t Include all (incluele dult), powflem, lodging and ndleage) dire-ct and indirect cost associated with the work. The Crews county will pay a mininnum of 3 I,joiirs to mobilize and demobilize. -ew, [ Y11git be availablo for service 24 hours from initial call. 0 R E W.3 I Bucket Truck 'I Chipper 2 Men 'I Bucket ''ruck 'I Chipper 3 Men I Bucket Truck I Chipper *rrucl( 1 Chipper. 3 Men 1 Bucket Truck 1 Chipper Truck 1 Chipper 4 Men Per extra Chipper Per extra Bucket Truck Per extra Ground Person EIVIERG, N- INICY .-- P4 HOUR tit' PONS bN 1111". FKAN11 $ l 7 l Hour 1-10 Ur $LL_'�I �() 11 �/ I Hour . . . .. ..... LlY THE WE'EK nh � �LL,l Week Hour Hour Wool( I HOUr I -lour Week Company Name:0, _LL,i L -L �;AJ V IFB-602130-14fTLR - Tree Trimming/Stump Grinding '4 [a'® CERTIFICATE OF LIABILITY INSURANCE DATE 0 / 03/02/20202020 Y) o2o THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brandy Robbins Brown &Brown of Florida, Inc. PHONE (407) 660-8282 FAX (407) 660-2012 A!C No Ext): AIC No): EMAILbrobbins@bborlando.com ADDRESS: 2290 Lucien Way INSURER(S) AFFORDING COVERAGE NAIC # Suite 400 INSURERA: Hartford Casualty Ins. Co. 29424 Maitland FL 32751 INSURED INSURER B: Bridgefield Employers Ins. Co. 10701 INSURER C : Southern Owners Ins. Co. 10190 A Budget Tree Service, Inc. INSURER D: 710 E SR 434 INSURER E: INSURER F: Winter Springs FL 32708 cnVFRAQFR cFRTIFICAT'F NtIMRFR- CL1962620108 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ICY LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER EFF MMfDDIYYY POLICY EXP MM DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE__ S 1,000,000 Pzq CLAIMS -MADE OCCUR __ DAMAGE TO TE15 300,000 PREMISES Ea occurrence $ MED EXP (Any one person) S 10,000 PERSONAL& ADV INJURY s 1,000,000 A Y 21 UENOK7877 03/14/2019 03/14/2020 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY❑X JET F-1 LOC PRODUCTS-COMP/OPAGG S Included Arborist Endorsement s 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident _ BODILY INJURY (Per person) s ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Y 21 UENOK7877 03/14/2019 03/14/2020 BODILY INJURY (Per accident) $. PROPERTY DAMAGE $ Per accident Medical payments $ 2,000 X PIP 10,000 X UMBRELLA LIAB IX OCCUR EACH OCCURRENCE $ 1,000,000 AGGREGATE s 1,000,000 A EXCESS LIAB CLAIMS -MADE 21 HHU OK7900 12/03/2019 12/03/2020 LI DED RETENTION S $101000 $ B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?— (Mandatory in NH) N!A 830-54624 07/01/2019 07(01/2020 X PER STATUTE EORH _ E. L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below Rented & Leased Equip $150,000 C Inland Marine 156082-72295372-19 03/15/2019 03/15/2020 Deductible $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Sanford is granted additional insured status by the General Liability policy with regard to the operations of the named insured when required by written contract or agreement. City of Sanford is granted additional insured status by the Automobile Liability policy with regard to the operations of the named insured when required by written contract or agreement. Ly;M4112 L"A 1=111"L91 qtat:1 City of Sanford 300 N Park Ave SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Sanford FL 32771 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD