Loading...
HomeMy Public PortalAboutResolution No. 23-074 - Accepting grant funding from Miami-Dade County Neat Streets programSponsored by: Interim City Manager RESOLUTION NO. 23-074 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING GRANT FUNDING FROM MIAMI-DADE COUNTY NEAT STREETS PROGRAM, IN THE AMOUNT OF ONE HUNDRED THOUSAND ($100,000.00) DOLLARS; FURTHER AUTHORIZING THE INTERIM CITY MANAGER TO PIGGYBACK THE CITY OF BOCA RATON CONTRACT 2021-022 FOR LANDSCAPE MATERIAL SERVICES AND ACCEPT THE PROPOSAL OF GARDENING ANGEL NURSERY INC. FOR TREE INSTALLATION SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") initiated a Tree Installation Project to enhance the City's appearance as well as contribute to the support of the environment; and WHEREAS, pursuant to the Project, a total of Two Hundred Fifty -Eight (258) trees will be planted along portions of Opa-Locka Boulevard, Ali Baba Avenue, Fisherman Street and 139th Street roadways as well as adjacent to Segal Park roadways, as indicated in the attached Exhibit "A"; and WHEREAS, the City was awarded grant funding in the amount of One Hundred Thousand ($100,000.00) Dollars through the Miami -Dade County NEAT Streets program to increase the City tree canopy, as part of the Miami -Dade County initiative to have one (1) million trees in place by 2030 (Award Letter attached hereto as Exhibit "B"); and WHEREAS, the current project will cost One Hundred Twenty -Five Thousand Dollars ($125,000.00), with One Hundred Thousand Dollars ($100,000.00) from the County grant and a Twenty -Five Thousand Dollars ($25,000.00) match from the City's General Fund; and WHEREAS, pursuant to Section 2-318 (3) of the City's Purchasing Code allows for purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs. The City Manager has determined that the prices of the original contract are competitive and reasonable; and Resolution No. 23-074 WHEREAS, on July 27, 2021, the City of Boca Raton, awarded Gardening Angel Nursery Inc, a one-year contract to provide Landscape Material Services in accordance with Request for Proposals (RFP) 2021-022 (attached hereto as Exhibit "0'). The contract became effective August 9, 2021 and expired August 8, 2022, with the ability to renew for three (3) additional one-year periods. The Contract has since been renewed once, with a new contract expiration date of August 8, 2023, under the same terms and conditions; and WHEREAS, the City Commission finds that it is in the best interest of the City to accept grant funding from the Miami -Dade County Neat Streets Program, in the amount of One Hundred Thousand ($100,000.00) Dollars, and piggyback the City of Boca Raton contract with Gardening Angel Nursery Inc., in order to benefit from already negotiated rates and enter into an agreement with Contractor for the installation of Two Hundred Fifty Eight (258) trees to be planted within the City, as described herein, as a part of Miami -Dade County's NEAT Streets grant program, in an amount not to One Hundred Twenty -Five Thousand Dollars ($125,000.00). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: SECTION 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the Interim City Manager to accept grant funding from the Miami -Dade County Neat Streets Program, in the amount of One Hundred Thousand ($100,000.00) Dollars and piggyback the City of Boca Raton Contract 2021-022 with Gardening Angel Nursery Inc., and enter into an agreement with Gardening Angel Nursery Inc. for the installation of 258 trees to be planted within the City, as described herein, as a part of Miami -Dade County's NEAT Streets grant program, in an amount not to exceed One Hundred Twenty -Five Thousand Dollars ($125,000.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager and with subsequent approval by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. 2 Resolution No. 23-074 SECTION 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 24th day of , 2023. r., Mayor ATTEST: tkc, a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: '-Bernadette Dorris -Weeks, P.A. City Attorney Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka Agenda Cover Memo Department Manager: Adelina Gross Department Director Signature: p-DocuSigned by: -4-041.....A.... .1,a.pd. \—Ff:5979r4FFR9d14 Interim City Manager: Darvin Williams CM Signature: Commission Meeting Date: 05/24/2023 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1St Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXinbox) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X IN CI • Image IM f■ Sponsor Name City Manager Department: Capital Improvements Program City Manager Short Title: Tree Planting Project Staff Summary: The City received funding through the NEAT Streets Miami- Dade County program to increase the City tree canopy as part of the County initiative of to have 1 million trees in place by 2030. This project will cost $125,000, with $100,000 from the County grant and a $25,000 match from the City's General Fund. This is the fourth consecutive year of receiving County grant funding for this purpose, and its implementation will further enhance the City's appearance as well as contribute to the support of the environment. Therefore, Staff is requesting acceptance of the GREEN grant in the amount of $100,000 and further approval from the City Commission to authorize the City Manager to piggyback City of Boca Raton 2021- 022 for LANDSCAPE MATERIAL SERVICES and accept the proposal from GARDENING ANGEL NURSERY INC. for the tree installation project. A total of 258 trees will be planted along portions of the following roadways as indicated in the attachment: 1.Opa-locka Boulevard 2. Ali Baba Avenue 3. Fisherman Street 4. 139th Street 5. Adjacent to Segal Park Financial Impact: Funding for this project was included in the recently adopted Budget Amendment #3 Account Description Available Project Remaining Balance 44-541819 Tree Planting $125,000 $125,000 — Proposed Action: Staff recommends that the City Commission to authorize the grant funds further authorize the Interim City Manager to enter into an agreement with Gardening Angel Nursery Inc. for 258 trees to be planted within the City as part of the County's NEAT Streets grant program. Attachment: 1. Agenda 2. Proposal provided by Gardening Angel 3. Street Map 4. Boca Raton Contract for Landscape 5. Amendment of Contract 2021-022 6. Opa-locka Piggyback Contract. AGREEMENT FOR LANDSCAPE MATERIAL SERVICES AGREEMENT NO. 2021-022 THIS AGREEMENT made and entered into this afill7 day of , 2021, by and between the City of Boca Raton, a municipal corporation of the State of Florida, hereinafter r ed to as CITY, and GARDENING ANGEL NURSERY, INC., a Florida corporation hereinafter referred to as CONTRACTOR: WHEREAS, the CITY intends to enter into a non-exclusive agreement for the provision of landscape material services ("Services") by the CONTRACTOR to the CITY; and WHEREAS, the CONTRACTOR represents that it is capable and prepared to provide such Services; and NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows: ARTICLE 1 - EFFECTIVE DATE AND RENEWALS The effective date of this Agreement shall be 10 days after approval by the City Council and shall thereafter run for a one (1) year term, with the option to renew for three (3) additional one year periods, or until such time as all outstanding Work Authorizations approved prior to the expiration of the Agreement term have been completed, subject to cancellation as provided herein. The Agreement may be extended at the CITY'S option for a defined period of time, not to exceed twelve (12) months. Annual renewals will be in accordance with Attachment B. ARTICLE 2 - SERVICE TO BE PERFORMED BY CONTRACTOR The CONTRACTOR shall perform the services as specifically stated in the Scope of Services, Attachment A. Any amendments to this Agreement shall be subject to approval of the City Manager or City Council as provided for in the CITY'S Code of Ordinances. CONTRACTOR shall perform no work until a Purchase Order is issued by the CITY. ARTICLE 3 - COMPENSATION The CITY shall pay CONTRACTOR in accordance with Attachment B, Compensation for Services, which is attached hereto and incorporated by reference as part of this Agreement. ARTICLE 4 - STANDARD OF CARE CONTRACTOR shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a landscape material services CONTRACTOR, under similar circumstances and CONTRACTOR shall, at no additional cost to the CITY, re -perform services which fail to satisfy the foregoing standard of care. ARTICLE 5 — INDEMNIFICATION CONTRACTOR shall defend, indemnify and hold harmless the CITY, its officers, and employees from liabilities, damages, losses and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Any costs and expenses, including attorney's fees, appellate, bankruptcy or defense counsel fees incurred by the CITY to enforce this Indemnification Clause shall be borne by the CONTRACTOR. This Indemnification Clause shall continue indefinitely and survive the cancellation, termination, expiration, lapse or suspension of this Agreement. ARTICLE 6 - INDEPENDENT CONTRACTOR CONTRACTOR undertakes performance of the Services as an independent contractor and shall be wholly responsible for the methods of performance. The CITY shall have no right to supervise the methods used, but the CITY shall have the right to observe such performance. CONTRACTOR shall work closely with the CITY in performing Services under this Agreement. The CONTRACTOR shall not receive any City benefits, stipend or privileges afforded to City employees. ARTICLE 7 - COMPLIANCE WITH LAWS In performance of the Services, CONTRACTOR will comply with applicable regulatory and other applicable requirements including federal, state, county and local laws, rules regulations, orders, codes, criteria and standards. Further, CONTRACTOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm to comply with the laws referenced herein shall constitute a breach of the awarded Agreement and the CITY shall have the discretion to unilaterally terminate said Agreement. ARTICLE 8 - INSURANCE During the performance of the Services under this Agreement, CONTRACTOR shall maintain the following insurance policies, and provide originals or certified copies of all policies, and such coverages shall be written by an insurance company authorized to do business in Florida. WORKER'S COMPENSATION The CONTRACTOR agrees to maintain its own Worker's Compensation & Employers Liability Insurance in compliance with Florida Statute 440. (NOTE: Elective exemptions or coverage through an employee leasing arrangement will NOT satisfy this requirement). COMMERCIAL GENERAL LIABILITY CONTRACTOR agrees to maintain Commercial General Liability at a limit of liability not less than $1,000,000 Each Occurrence, $2,000,000 Annual Aggregate. CONTRACTOR agrees its coverage will not contain any restrictive endorsement(s) excluding or limiting Product/Completed Operations, Independent Contractors, Broad Form Property Damage, X -C -U Coverage, Contractual Liability, Cross Liability or Separation of Insureds. The CONTRACTOR agrees any self -insured retention or deductible shall not exceed $25,000. Additional Insured Endorsements The CONTRACTOR agrees to endorse the City of Boca Raton, the Greater Boca Raton Beach and Parks District, Boca Raton Community Redevelopment Agency, the Florida Department of Transportation and Palm Beach County as an Additional Insured on the Commercial General Liability policy on a primary and non-contributory basis with CG 2010 04 13 endorsement or ISO equivalent. BUSINESS AUTOMOBILE LIABILITY CONTRACTOR agrees to maintain Business Automobile Liability at a limit of liability not less than $500,000 Each Occurrence. Coverage shall include liability for Owned, Non -Owned & Hired automobiles. In the event CONTRACTOR does not own automobiles, CONTRACTOR agrees to maintain coverage for Hired & Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. In the event that the CONTRACTOR does not own any vehicles, we will accept hired and non -owned coverage in the amounts listed above. In addition, we will require an affidavit signed by the CONTRACTOR indicating the following: does not own any vehicles. "Company Name" In the event we acquire any vehicles throughout the term of his Agreement, agrees to purchase "Any Auto" or "Company Name" Comprehensive Form coverage as of the date of acquisition. CONTRACTOR's Signature: SUPPLEMENTAL PROVISIONS The insurance policy coverage as outlined herein shall remain in effect for the entire Agreement period. In the event of coverage cancellation, non -renewal, material change, modification or lapse of coverage, CONTRACTOR shall notify the CITY within (30) business days with written notice of such to the Purchasing Division by email to Purchasinq- Insurance(c�mvboca.us. All renewal or replacement certificates of insurance specific to the Agreement shall be forwarded to the City Department as identified in the Agreement. Original certificates to be sent attention of City of Boca Raton, Project Manager, unless notified otherwise. SUBCONSULTANT / SUBCONTRACTOR'S INSURANCE The CONTRACTOR shall require each of his subcontractors to take out and maintain during the life of his subcontract the same insurance coverages required of the successful CONTRACTOR. Each subcontractor shall furnish to the successful CONTRACTOR two copies of the Certificate of Insurance, and successful CONTRACTOR shall furnish one copy of the Certificate to the City of Boca Raton. ARTICLE 9 - CITY'S RESPONSIBILITIES The CITY shall be responsible for providing reasonably required access to all project sites, and providing information on hand, including any data available in the files of the CITY. ARTICLE 10 - TERMINATION OF AGREEMENT Upon termination and as directed by the CITY, the CONTRACTOR shall deliver to the CITY all original papers, records, documents, drawings, and other material set forth and described in this Agreement, including those described in Article 19, that are in CONTRACTOR'S possession or under its control arising out of or relating to this Agreement and shall become the property of the CITY per Article 19. 10.1 Termination With Cause The obligation to continue services under this Agreement may be terminated for cause by either party upon seven (7) days written notice of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. 10.2 Termination Without Cause CITY shall have the right to terminate this Agreement or suspend performance thereof without cause for the CITY's convenience upon fourteen (14) days written notice to CONTRACTOR, and CONTRACTOR shall terminate or suspend performance of services on a schedule acceptable to CITY or at the end of this fourteen (14) day period, at the option of the CITY. In the event of termination or suspension for CITY's convenience, CITY shall pay CONTRACTOR for all services performed through the date of notice of termination or suspension. 10.3 Termination For Governmental Non -Appropriations The obligation of the CITY for payment to a CONTRACTOR is limited to the availability of funds appropriated in a current fiscal period. Continuation of the Agreement into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law and contract, and shall be terminated without penalty to the CITY and without any default upon the last day in which funds were last appropriated. ARTICLE 11 - NONDISCLOSURE OF PROPRIETARY INFORMATION CONTRACTOR shall consider all information provided by CITY and all reports, studies, calculations, and other documentation resulting from the CONTRACTOR's performance of the Services to be proprietary unless such information is available from public sources or is a public record under Florida law. CONTRACTOR shall not publish or disclose proprietary information for any purpose other than the performance of the Services without the prior written authorization of CITY or in response to legal process. ARTICLE 12 — UNCONTROLLABLE FORCES Neither the CITY nor CONTRACTOR shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non -performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, Acts of God and governmental actions. Neither party shall, however, be excused from performance if nonperformance is due to forces which are preventable, removable, or remediable and which the non -performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non -performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 13 - GOVERNING LAW / VENUE / WAIVER OF JURY TRIAL This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Palm Beach County and the Agreement will be interpreted according to the laws of Florida. BY ENTERING INTO THIS AGREEMENT, CONTRACTOR AND CITY HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. ARTICLE 14 - MISCELLANEOUS 14.1 Nonwaiver A waiver by either CITY or CONTRACTOR of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing and duly signed by both parties to this Agreement. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. 14.2 Severability The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void or voidable, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void or voidable provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being held void should a provision which is of the essence of the Agreement be determined to be void by a court of competent jurisdiction. 14.3 Political Campaigns During the term of this Agreement, the CONTRACTOR or any employee or associate, shall not be involved in any political campaign for City elective office nor make financial contribution to any such campaign. 14.4 Conflict of Interest Neither CONTRACTOR nor its employees or its subcontractor(s) shall have or hold any continuing or frequently recurring employment or contractual relationship that is substantially antagonistic or incompatible with CONTRACTOR'S loyal and conscientious exercise of judgment related to its performance under this Agreement. ARTICLE 15 - INTEGRATION AND MODIFICATION This Agreement is adopted by the CITY and CONTRACTOR as a final, complete and exclusive statement of the terms of the Agreement between the CITY and CONTRACTOR. This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters or other communications between the CITY and CONTRACTOR pertaining to the Services, whether written or oral. The Agreement may not be modified unless such modifications are evidenced by an amendment in writing signed by both the CITY and CONTRACTOR. ARTICLE 16 - SUCCESSORS AND ASSIGNS The CITY and CONTRACTOR each binds itself and its director, officers, partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement. Any assignment, sale, pledge or conveyance of this Agreement by CONTRACTOR must be previously approved in writing by the CITY, whose consent may be reasonably withheld. ARTICLE 17 - CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ARTICLE 18 - Item not used ARTICLE 19 - OWNERSHIP OF DOCUMENTS CONTRACTOR shall be required to work in harmony with other Contractors relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, original drawings, or other information prepared under this Agreement shall become the property of the CITY upon completion, for its use and distribution as may be deemed appropriate by the CITY. ARTICLE 20— MAINTENANCE OF RECORDS CONTRACTOR will keep adequate records and supporting documentation which concern or reflect the Services hereunder. The records and documentation will be retained by CONTRACTOR for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the work authorization is completed, whichever is later, or such later date as may be required by law. ARTICLE 21 — PUBLIC RECORDS A. The City of Boca Raton is a public agency subject to Chapter 119, Florida Statutes. This Agreement requires CONTRACTOR to provide services, and therefore CONTRACTOR shall comply with Section 119.0701, Florida Statutes. Specifically, CONTRACTOR shall: 1) Keep and maintain all public records related to the performance of the services. 2) Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records, or allow the records to be inspected or copied within a reasonable time, at a cost that does not exceed that provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract. 4) Upon completion or other termination of the contract, keep and maintain the public records required by the CITY to perform the services. CONTRACTOR shall meet all applicable requirements for retaining public records set out in Florida law. 5) In addition to maintaining the records pursuant to Paragraph Number 4 above, provide to the CITY all records that were stored electronically by CONTRACTOR, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. B. The failure of CONTRACTOR to comply with the provisions set forth in this Article, or to comply with the CITY's request for records, shall constitute a default and breach of this Agreement, and the CITY shall, in its discretion, pursue any and all remedies against CONTRACTOR provided for under this contract or at law. C. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 561-393-7740, BRCITYCLERKAMYBOCA.US, CITY HALL, CITY CLERK, 201 W. PALMETTO PARK ROAD, BOCA RATON, FL 33432. ARTICLE 22 — PUBLIC ENTITY CRIMES By its execution of this Agreement, CONTRACTOR acknowledges that it has been informed by CITY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE 23 - LICENSES CONTRACTOR shall comply with all federal, state, and county licensing requirements and shall comply with all provisions of the City of Boca Raton licensing requirements. CONTRACTOR shall possess all qualifications, licenses and expertise requirement for the performance of services under this Agreement, including but not limited to, full qualification and good standing to do business in Florida. ARTICLE 24 — E -VERIFY By entering into this Agreement, the CONTRACTOR becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all employees hired after January 1, 2021 (as well as contractual employees whose contract is renewed after January 1, 2021), and requiring all subcontractors/subconsultants to provide an affidavit attesting that the subcontractor/subconsultant does not employ, contract with, or subcontract with, an unauthorized alien. Failure to comply will lead to termination of this Agreement, or if a subcontractor/subconsultant knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by the CONTRACTOR, the CONTRACTOR may not be awarded a public contract for a period of 1 year after the date of termination. Should CONTRACTOR violate the requirements of Section 448.095, Fla. Stat., they shall be liable for any additional costs incurred by the CITY as a result of the termination of the Agreement. ARTICLE 25 - SCRUTINIZED COMPANIES A. Pursuant to Section 287.135, CONTRACTOR is ineligible to enter into, or renew, this Agreement if CONTRACTOR is on the Scrutinized Companies that Boycott Israel List (as identified in Section 215.4725, Florida Statutes), or is engaged in a boycott of Israel. B. By entering into this Agreement, CONTRACTOR certifies that CONTRACTOR is not on the Scrutinized Companies that Boycott Israel List, and that CONTRACTOR is not engaged in a boycott of Israel. CONTRACTOR acknowledges that CONTRACTOR executed a certification to this effect at the time it submitted a response to the CITY's Request for Proposal and that such certification was likewise accurate at the time of execution of this Agreement. C. CONTRACTOR shall notify the CITY if, at any time during the term of this Agreement, CONTRACTOR is placed on the Scrutinized Companies that Boycott Israel List, or that CONTRACTOR is engaged in a boycott of Israel. Such notification shall be in writing and provided by CONTRACTOR to the CITY within ten (10) days of the date of such occurrence. D. In the event the CITY determines, using credible information available to the public, that CONTRACTOR has submitted a false certification or CONTRACTOR is found to have been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel, the CITY may, in its sole discretion, terminate this Agreement and seek a civil penalty, and other damages and relief, against CONTRACTOR, pursuant to Section 287.135, Florida Statutes. In addition, the CITY may pursue any and all other legal remedies against CONTRACTOR. E. CONTRACTOR shall not seek damages, fees, or costs against the CITY in the event the CITY terminates the Agreement pursuant to this provision. ARTICLE 26 - NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows: As To CITY City of Boca Raton Recreation Services / Administration 201 W. Palmetto Park Road Boca Raton, FL 33432 Tel: 561-393-7799, Email: gstevens@myboca. us Attention: Greg Stevens, Recreation Services Superintendent As to CONTRACTOR: Gardening Angel Nursery, Inc., 6978 N.W. 81st Terrace Parkland, FL 33067 Tel: 954-752-3088, Email: drew@gardeningangelnursery.cam Attention: Andrew Bartoszek, Vice President Notices shall be effective when delivered to the address specified above. Changes in the respective addresses to which such notice may be directed may be made from time to time by any party by written notice to the other party. Facsimile and email is acceptable notice effective when received, however, facsimiles and emails received ( printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONTRACTOR and CITY. ARTICLE 27 — PROJECT TEAM Project Team members may be changed only with the prior written approval of the CITY Horticulturist / Arborist. ARTICLE 28 — USE OF SUBCONTRACTORS CONTRACTOR is liable for all the acts or omissions of its subcontractors. CONTRACTOR acknowledges and agrees that nothing in this Agreement shall be construed to create any contractual relationship between CITY and any subcontractor. IN WITNESS WHEREOF, the City of Boca Raton, at a regular meeting thereof, by action of the City Council directing the foregoing be adopted, has caused these presents to be signed by the Mayor, and its seal to be hereunto affixed, and GARDENING ANGEL NURSERY, INC. has executed this Agreement, all as of the day and year first above written. Attest: Approved as to F and Legal Sufficiency: City Attorney Attest: 1-1 ` Corporate Secretary (Affirm Corporate Seal) CITY OF BOCA RATON Date: 0 I f J, ? ) I A / By: Name: Scott Sing Title: Mayor GARDENING ANGEL NURSERY, INC. Date: 7— / 9- 2 By: Name: Title: £: ...fig Signature (Seal) Aop £E) 2,4 .4.76.S ZEC V P President (or other duly authorized Officer) (Attach Resolution/Bylaw of authorization if no President) Approved by City Council ony �/��/ 2 , 2021, Item # -k • ATTACHMENT A SCOPE OF SERVICES 1-1 INFORMATION/WORK OBJECTIVE CONTRACTOR shall be required to provide landscape material and related services including, delivery, installation, removal and relocation services. The CITY will require services on an as needed basis at various site locations, including, but not limited to, medians, existing City park sites and facilities and various other City grounds and property. Types of projects may include but are not limited to beautification work for medians, damage to landscape material ( vehicular accidents, etc.), replacement or renovation of landscape material and any replacements due to storm damage. The CITY will issue Work Authorizations as detailed in Exhibit A and Exhibit B during the Agreement term on an as needed basis. 2-1 SCOPE OF SERVICES 2-1.1 General The CONTRACTOR shall be responsible to perform any necessary inspections to assure that all plant material being supplied to the CITY is in accordance with the requirements stated herein before it is shipped to the CITY. All landscape material supplied, delivered and/or installed shall be Florida Grade #1 or better in accordance with Florida Grades and Standards for Nursery Plants as published by Florida Department of Agriculture and Consumer Services Division of Plant Industry. Prior to delivery, the CITY reserves the right to inspect landscape material at the nursery or at time of delivery or installation. The CITY will inspect the materials at job completion and before authorizing payment. All landscape material is to be provided free of insects or disease. Any landscape material supplied, delivered and/or installed that is found to have insects (dead or alive) or disease shall be refused by the CITY at the CONTRACTOR's sole expense and then either replaced or credited at the discretion of the CITY. All landscape material shall be available with a uniform height and spread for its species as defined in Florida Grades and Standards for Nursery Plants. Designated landscape material sizes must be proportionate to the quality and establishment of the root structure. Landscape material must be rooted out in pots, but not be pot bound. Landscape material recently stepped -up will not be acceptable. Landscape material with adventitious roots from being stepped -up and planted too deep will not be accepted. Root systems with girdling roots or pot bound will not be accepted. Older landscape material that has been pruned back will not be accepted. Plants shall be grown in a peat mix soil, or a locally blended mix that has been sterilized and contains no debris, toxic substances or foreign matter that would cause landscape material not to thrive. Unless otherwise specified as multi-trunked, all trees are to be single leader (one straight trunk) with a uniform crown, and no stub cuts, trunk damage or rubbing/dead branches. Unless otherwise specified, there shall be no branches in the lowest 1/3 of the tree's height. The root ball must have no girdling roots or root damage and must be free of wire basket and synthetic material at time of planting. No disease or evidence of pest infestation shall be present. Unless otherwise specified: all single palms are to be vertically straight, and all multi-trunked palms are to have equal length stalks. All landscape material provided as one shipment or order with multiple shipments, shall be supplied at an equal height. Landscape material that does not meet specifications is subject to CITY rejection with all cost borne by the CONTRACTOR. Throughout the Agreement period, the CITY may exercise their right to preview plants, trees or palms prior to purchase. The CITY will mainly preview expensive vegetation, such as, but not limited to; mature or unusually tall trees/palms, or in some cases rare growing species. For this reason, CONTRACTOR's primary objective is to locate nurseries within a 200 mile radius from the CITY. CONTRACTOR's and/or their source of nurseries are subject to random inspection by the CITY to determine quality and availability of landscape material as well as general nursery conditions. Any individual of CONTRACTOR's firm who personally supervises the growth of plant material or who orders plant material from nurseries for CITY is to be familiar and knowledgeable about the Florida Grades and Standards Manual from Division of Plant Industry. 2-1.2 Installation CONTRACTOR shall abide by installation procedures established by the Institute of Food and Agricultural Sciences (IFAS) and International Society of Arboriculture (ISA). A. CONTRACTOR shall assign and utilize a landscape foreman that is knowledgeable and experienced in landscape installation, landscape material and reading landscape plans for the CITY'S work orders. B. CONTRACTOR's work shall conform to accepted horticultural practices as used in the trade_ C. Landscape material shall be protected from wind damage during transporting. Landscape material shall be handled with care to prevent damage during transporting and installation. CONTRACTOR shall be responsible for watering all landscape material during delivery, holding and installation as necessary to prevent the desiccation of the roots. All landscape material shall be thoroughly watered during installation to remove air pockets and stabilize soil surrounding root ball. D. CONTRACTOR shall dig hole(s) two (2) times the width of the landscape material's root ball within existing soil. Landscape material must be set at same level or slightly higher. Lower branches of landscape material shall not be removed. E. If mulch is required after landscape material is installed, CONTRACTOR shall provide all necessary labor and equipment to supply and apply mulch at least 2" in depth. The CITY will pay CONTRACTOR a separate price for mulch as identified on the price proposal page. Mulch provided to the CITY shall meet the standards of the Mulch and Soil Council. The mulch shall be uniformly shredded and free from foreign matter and large pieces of bark. The mulch shall be eucalyptus, mixed hardwood or melaleuca approximately 1-1.5 inches in size and shall be premium red in color. The Mulch shall be Premium red either from Amerigrow (Delray Beach 33446), Florida Mulch (St. Cloud FL 34773) or equivalent. CONTRACTOR shall insure mulch does not physically contact the trunk or stems of landscape material. F. Installations are to be supervised and inspected by the CONTRACTOR's landscape foreman for assurance that plants are planted at proper depth, amendments are included, and any damaged or substandard material is replaced before requesting inspection. Plants installed at or up to one inch above finished grade are acceptable. G. Wood stakes will be required for trees and palms greater than 8' requiring support and shall be included in unit pricing. Staking of landscape material shall be in accordance with Institute of Food and Agricultural Sciences (IFAS) and Intemational Society of Arboriculture (ISA) with local standard acceptable nursery practices. Refer to diagram on next page. Staking of palms/trees will need to be done as each palm/tree is installed. Palms will need to be staked with a minimum of three lodge poles or 4" x 4"s banded to trunk depending upon size of tree. Base of 4" x 4"s will be driven into ground to provide additional support. Canopy trees will need to be staked with a minimum of three 4" x 4"s or three lodge poles depending upon size of tree. Banding material should not be in direct contact with trunk of palms/trees: a foundation of burlap approximately the width of support boards will need to be placed between stakes and trunk of palms/trees or flexible plastic tubing, as appropriate. Under no circumstances shall nails be driven into trunk of trees or palms. No spaded hole shall be left unattended without proper marking for potential hazard. Staking and watering in of rootballs to eliminate air pockets shall be done immediately after installation. Watering in of plant material is expected and the CONTRACTOR may need to bring a water truck to accomplish at the time of installation. Wellington Tape, Rubber or Flexible Material stakes root ball Quantity, Size & Depth of stakes will be determined by size of tree. 2-1.3 Removal CONTRACTOR's work shall conform to accepted horticultural practices as used in the trade. CONTRACTOR shall be responsible for providing own equipment, tools and labor for removal of existing landscape material. At times, CONTRACTOR will be expected to remove stumps flush cut to the ground in order to plant new materials. Removal of stumps shall include all major roots larger than two inches in diameter. CONTRACTOR shall not damage adjacent landscape material or hardscape surfaces. Removal shall include old landscape material including any debris and rocks 1" diameter or greater. Unless otherwise indicated, CONTRACTOR shall properly dispose of debris resulting from removal services. Also included in the removal price, CONTRACTOR shall be required to regrade soil to even level prior to installations. CONTRACTOR shall be responsible for immediately reporting any irrigation damage to the City's project manager. Although an occasional broken pipe, damaged or clogged head is not unusual, the CONTRACTOR will be held responsible for the cost of any necessary irrigation repairs as a result of their negligence or willful destruction of City property. The cost will be assessed as an hourly rate, plus parts/materials costs. The CONTRACTOR shall deduct these costs on the appropriate invoice(s) at the written request of the City Project Manager. Damages, other than to the irrigation system, by CONTRACTOR must be repaired by CONTRACTOR within seven (7) calendar days at no cost to the CITY. If CONTRACTOR cannot, or does not, make necessary repairs within the seven (7) calendar days, the CITY reserves the option to make such repairs as necessary and the CONTRACTOR shall deduct those costs on the appropriate invoice(s) at the written request of the City Project Manager. 2-1.4 Relocation and Transplanting Relocations/Transplants shall be provided by CONTRACTOR as needed for various City designated locations throughout the CITY, including, but not limited to medians, right of ways, swales and various other public property areas. CONTRACTOR shall be responsible for all equipment, material, transportation and/or labor as necessary to perform and complete work to the CITY's satisfaction. CONTRACTOR shall be responsible for ensuring all safety measures are utilized to include barriers, caution tape, temporary fencing, PPE, etc. Palms: The heads of sabal palms shall be hurricane cut prior to transportation. All palms shall have fronds tied up during transport and relocation. Center bud of palms shall be supported during transport and relocation. Any support to the palm bud and all materials used to tie up the fronds during relocation and transport shall be removed prior to scheduling an inspection with the City Project Manager. Shrubs: During the initial field site visit, the CONTRACTOR and the City Project Manager shall discuss the possibility of success for the relocation of any existing shrub materials. The rootballs of shrubs designated for relocation must be carefully hand -dug and shall be wrapped or placed within a suitable pot or container for transportation. The shrubs shall be placed within their new locations within two (2) hours after being dug and shall be promptly watered in at their new location. The CONTRACTOR shall utilize their own water truck for this purpose; cost for the water truck shall be included in the pricing for each specified relocation/transplant. Trees: During the initial field site visit, the CONTRACTOR and the City Project Manager shall discuss the possibility of success for the relocation of the tree(s). Trees between two (2) and four (4) inches may be tree spaded. Trees greater than four (4) inches in caliper shall be root pruned as provided in section 2-1.5. Relocated trees shall be placed in their new locations within two hours after being dug and shall be promptly watered in and staked at the new location. Transportation and Relocation: Load shall be securely fastened at all times to prevent damage to palms/trees/shrubs during transportation and relocation. Palms/Trees/Shrubs shall be moved by crane, spade and/or hand digging with small equipment that is approved in advance by CITY. CONTRACTOR's costs for equipment and operator, such as, but not limited to; crane, spade, small equipment, bobcat, etc. shall be included in relocation/transplanting cost of landscape material. PalmslTrees/Shrubs moved will need to be watered in at time of planting. Staking of palms/trees will need to be done as each palm/tree is installed. Palms will need to be staked with a minimum of three lodge poles or 4" x 4"s banded to trunk depending upon size of tree. Base of 4" x 4"s will be driven into ground to provide additional support. Canopy trees will need to be staked with a minimum of three 4" x 4"s or three lodge poles depending upon size of tree. Banding material should not be in direct contact with trunk of palms/trees: a foundation of burlap approximately the width of support boards will need to be placed between stakes and trunk of palms/trees. Under no circumstances shall nails be driven into trunk of trees or palms. No spaded hole shall be left unattended without proper marking for potential hazard. Staking and watering in of rootballs to eliminate air pockets shall be done immediately after installation. Fill: The holes left from the extraction shall be back filled immediately to prevent safety hazards, CONTRACTOR shall be responsible for backfilling holes with 50% loam and 50% sand to surrounding grade. The cost for fill shall be included in the relocation cost. 2-1.5 Root Pruning on Relocated/Transplanted Canopy Trees Following final approval of the Work Authorization form by the CITY, CONTRACTOR shall perform root pruning for the relocation of canopy trees four inches or greater in caliper as follows: a) Small trees: Small trees shall be root pruned in thirds. A third of the root system shall be root pruned on day one (1). Second third shall be root pruned on day twenty (20). Final third shall be root pruned on day forty (40). The tree shall be relocated on day sixty (60) after the initial root pruning. A small tree shall be defined as 4 inches to 6 inches in caliper. b) Medium trees: Medium trees shall be root pruned in thirds. A third of the root system shall be root pruned on day one (1). Second third shall be root pruned on day twenty-five (25). Final third shall be root pruned on day fifty (50) and the tree shall be relocated between day seventy-five (75) and day eighty (80). A medium tree shall be defined as greater than 6 inches to 10 inches in caliper. c) Large trees: Large trees shall be root pruned in thirds. A third of the root system shall be root pruned on day one (1). Second third shall be root pruned in day thirty (30). Final third shall be root pruned on day sixty (60) and the tree relocated between day ninety (90) and ninety-five (95). A large tree shall be defined as greater than 10 inches in caliper. Root Pruning shall be performed by an experienced individual in accordance with applicable American National Standards Institute (ANSI) No. Z133.1-2017 guidelines. 2-1.6 Sod, Top Soil and Mulch A. Sod; The sod material supplied and installed by the CONTRACTOR must be the highest quality meeting all federal, state and local laws. Sod shall be freshly harvested with sufficient soil moisture to hold pieces together and shall display a vibrant green leaf blade. Sod shall be well matted with a dense root system and of firm, tough texture having a compact top growth and heavy root development. Sod shall contain no weeds or objectionable vegetation, such as but not limited to; grassy and broad -leaf weeds. Sod shall be free of disease, insects pests and nematodes. All sod shall be solid uniform panels and thickness according to industry standards. The solid embedded in the sod shall be of clean earth, free of stones and debris. Sod is to be sourced from a member of the Turfgrass Producers of Florida. A bill of sale for the sod is required to be submitted with the invoice for all installations over 2,000 square feet. CONTRACTOR shall include all necessary labor, equipment materials and transport costs in the unit price. B. Mulch: Mulch provided to the CITY shall meet the standards of the Mulch and Soil Council. The mulch shall be uniformly shredded and free from foreign matter and large pieces of bark. The mulch shall be eucalyptus, mixed hardwood or melaleuca approximately 1-1.5 inches in size and shall be premium red in color. The Mulch shall be Premium red either from Amerigrow (Delray Beach 33446), Florida Mulch (St. Cloud FL 34773) or equivalent. CONTRACTOR shall insure mulch does not physically contact the trunk or stems of landscape material . CONTRACTOR shall include all necessary labor, equipment materials and transport costs in the unit price. C. Soil: The top soil material supplied and installed by the CONTRACTOR must be equal to or better than Pro Mix, Premium Garden Mix. Also acceptable is a mix of 1/3 sand, 1/3 composted cow manure and 1/3 clean dirt with no rocks. CONTRACTOR shall include all necessary labor, equipment materials and transport costs in the unit price. 2-1.7 Guarantee Excluding the relocation and/or transplanting of existing City landscape material, all landscape material* offered under this agreement shall be guaranteed by the CONTRACTOR for a period of three hundred sixty-five (365) calendar days from the date of acceptance by the CITY. This guarantee clause shall be defined as follows: Within 365 calendar days from date of acceptance, CONTRACTOR shall replace landscape material at no cost to the CITY, no matter the cause of disease, death, or unsatisfactory growth, EXCEPT under conditions of : Natural Disaster ( Tornado, Tropical Storms, Hurricane, Lightning Strike, Freeze, etc.). If necessary, the CITY will require supporting documentation from the CONTRACTOR proving such natural disaster. • Vehicular Accidents. • Vandalism/Destruction unrelated to CONTRACTOR. Upon written or email notice to the CONTRACTOR, the replacement material shall be installed within four calendar weeks. Exact calendar date of replacement shall be provided to the City's Project Manager at least seventy-two hours before the replacement is done. The CITY will adhere to proper irrigation of landscape material after the date of acceptance. Failure to uphold the guarantee of landscape material for any of the Work Authorizations may result in termination of the agreement or use of a different vendor to replace the landscape material and the CITY will invoice CONTRACTOR for the replacement landscape material not replaced during the guarantee period. Failure by CONTRACTOR to pay an invoice received by the CITY from a different vendor in the event the CITY invoices the CONTRACTOR for replacement landscape material, may result in termination of the agreement. *Landscape Material shall be construed as all palms, plant material, trees and sod offered by CONTRACTOR under the Agreement resulting from this RFP. 2-1.8 Cleanup CONTRACTOR shall be responsible for the prompt removal of all debris which results from this contracted service. It shall be the responsibility of the CONTRACTOR to remove and dispose of, in a proper and acceptable manner to the CITY, all debris resulting from the work performed before the close of business each day of approved or requested contract work. No debris shall be left on a site overnight. 2-1.9 Public Safety and Maintenance of Traffic (MOT) Approximately 85% of the work services referenced in this Agreement will constitute public roadway work and require Maintenance of Traffic (MOT) services as referenced in this section. The CONTRACTOR shall at all times so conduct his/her work so as to ensure the least possible obstruction to normal pedestrian and vehicular traffic to ensure the protection of persons and property, in a manner satisfactory to the City Project Manager. There shall be no obstruction of the travel lanes without approval from the CITY. No road or street shall be closed to the public, except with the permission of the CITY and proper governmental authority. Fire hydrants on or adjacent to the work area shall be kept accessible to fire -fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to ensure the use of sidewalks and the proper functioning of all gutters, sewer inlets, drainage ditches, and irrigation ditches. There shall be no obstruction of the travel lanes between the hours of 7:00 a.m. to 9:00 a.m. and 4:00 p.m. to 6:00 p.m. Traffic control is the responsibility of the CONTRACTOR and shall be accomplished in conformance with all Municipal, County, State, Federal, Local laws, ordinances and regulations, including OSHA. CONTRACTOR shall understand that any stationary (not moving) lane closure lasting for more than two (2) hours in the CITY shall require CONTRACTOR's submission of Maintenance of Traffic (MOT) plan and Proof of MOT Certification to the City Traffic Division for approval. The MOT Certification that CONTRACTOR or their subcontractor should possess for this Agreement is a current and valid "Florida Department of Transportation Approved Maintenance of Traffic certificate". The CONTRACTOR shall notify the City Project Manager for any stationary lane or roadway closures lasting for more than two (2) hours. Any requests for lane or roadway closures must be made in writing to the City Project Manager shall be a minimum of two (2) business days in advance. CONTRACTOR shall provide Department of Transportation (DOT) approved signs, barricades, traffic cones, and/or flashing lights, as necessary, for the protection of the work and the safety of the public. The CONTRACTOR shall follow rules and regulations related to maintenance of traffic in accordance with the Manual on Uniform Traffic Control Devices (MUTCD 2009) that are consistent with City Ordinances (for City Roads), Palm Beach County Ordinances (County Roads), Florida State Law (State Roads). Please refer to the MUTCD 2009 part 6 for temporary traffic control. CONTRACTOR shall secure a county or state permit for a job if necessary. City permit fees are waived; however, fines and penalties will be assessed based upon the standard fee structure. No separate charges are permitted to the CITY for any Maintenance of Traffic work services. Maintenance of Traffic (MOT) fees shall be included in the unit price. CONTRACTOR is responsible for any and all costs associated with providing Maintenance of Traffic services. 2-1.10 Mobilization Rate for Small Projects Although the proposer is expected to include all costs in the price proposal form for each line item, the CITY recognizes that Work Authorizations that total less than $2,500 still require certain mobilization costs that may be hard to quantify in all work situations that are included in the line item unit price. The CITY will attempt to group several low dollar Work Authorizations when giving work to the CONTRACTOR so that the CONTRACTOR will not have to mobilize for work totaling less than $2,500. However, the CITY desires to replace damaged and declining landscaping as soon as possible. Therefore, the CONTRACTOR shall, for certain individual, low dollar value Work Authorizations less than $2,500 as identified herein, receive an additional compensation related to mobilization (i.e. scheduling, and all operations necessary for the movement of personnel, equipment, supplies and incidentals to the worksite). Authorization of the mobilization for small projects will be identified on the Work Authorization. Payment for mobilization shall be made for each Work Authorization based on the table below. In exchange for the mobilization compensation, the CITY shall expect that the Work Authorizations that are less than $2,500 have a completion time that is less than two calendar weeks after the Work Authorization is executed by both parties. Only Work Authorizations that are completed within the expedited two week timeframe (or extended time as authorized by the City Project Manager) will be eligible for the mobilization rate for small projects. Work Authorizations that are completed past the required completion date shall not be eligible for the mobilization fee and shall not be charged/invoiced to the CITY. obilization rate for small projects are as follows: Work Authorization Amount Allowable amount for Mobilization (not to exceed) $0.01 to $499.99 $100 $500 to $999.99 $150 $1,000 to 2,499.99 $200 $ 2,500 or Greater $0 - Included in line item pricing (all mobilization costs are to be included in the unit pricing) 2-2 SUBCONTRACTING All subcontractors are subject to City approval prior to initiation of each project under the agreement. Changing subcontractors throughout the course of the agreement requires advance approval by the CITY. 2-3 DELIVERY The F.O.B. point shall be Destination, freight prepaid (CONTRACTOR pays and bears freight charges, CONTRACTOR owns goods in transit and files any claims). CONTRACTOR shall be fully responsible for all costs associated with freight, delivery and shipping and handling to and from destination. Location of services will be indicated on Work Authorization form. 2-4 CONTRACTOR RESPONSIBILITY CONTRACTOR shall be responsible for the protection of property in the areas in the adjacent vicinity of the project; and for the protection of his own equipment, supplies, materials and work, against any damage resulting from the elements (such as flooding, rainstorms, wind damage, or other acts of God) or vandalism. At all times the CONTRACTOR shall comply with State of Florida and OSHA safety regulations. The CONTRACTOR will carefully protect their work services and materials against damage or injury from the weather. If any work or materials have been damaged or injured by reason of failure on the part of the CONTRACTOR or any of their subcontractors, such materials shall be removed and replaced at the expense of the CONTRACTOR. 2-5 PROTECTION OF PROPERTY CONTRACTOR shall at all times guard against damage or loss to the property of the CITY or that of other vendors or contractors and shall be held responsible for replacing or repairing any such loss or damage. The CITY may withhold payment or make such deductions, as deemed necessary, to ensure reimbursement or replacement for loss or damage to property through negligence of the CONTRACTOR or his/her agents. 2-6 EXISTING UTILITY FACILITIES The CONTRACTOR shall be responsible for contacting Sunshine State One Call Florida (811), and any appropriate utility companies, for location of any buried or serial utilities in the work area which could be damaged by CONTRACTOR's operation while performing services to the CITY. The CONTRACTOR is to investigate, by pot- holing or by other methods, to verify the location of all existing utilities. The City's irrigation division will mark all irrigation, as applicable, prior to expected agreed upon start date. Any conflicts found are to be brought to the attention of the City Project Manager for resolution prior to start of work. Unless otherwise directed, the CONTRACTOR is to support or otherwise protect all other utility companies' facilities during construction. Unauthorized work, where damages are sustained by any utility (including irrigation as specified in section 2.5) as a result of operations under this Agreement shall be promptly repaired or replaced at the sole expense of the CONTRACTOR and no additional money shall be due for this repair or replacement work under this Agreement. The CITY may withhold payment or make such deductions, as deemed necessary, to ensure reimbursement or replacement for loss or damage to property through negligence of the CONTRACTOR or his/her agents. Failure to repair or replace damage to property through negligence of the CONTRACTOR or his/her agents within seven (7) calendar days of the CITY advising CONTRACTOR of their error and need to repair/replace, will result in the CITY acquiring another source to repair/replace and assessing/deducting CONTRACTOR's invoice's direct costs related to such repairs acquired by other source. 2-7 AUTHORIZATION AND COORDINATION OF WORK 2-7.1 Issuance of Work Authorization Form Following the issuance of City Purchase Order(s), the City Project Manager will issue Work Authorization form(s) for services on an as needed basis for specific project locations throughout the CITY referencing various landscape material and prices in accordance with the agreement. The CONTRACTOR will be required to work closely with the City Project Manager for each project site identified and perform the work within a time frame mutually agreed upon for each individual project site location designated under a Work Authorization form. The Work Authorization form that will be utilized for the Agreement is provided in Exhibit A and the procedures for a Work Authorization form are provided in Exhibit B. 2-7.2 Work Hours Unless otherwise approved by the CITY, work referenced on Work Authorization forms are to be conducted Monday through Thursday between the hours of 7:00 a.m. — 4:00 p.m. (for City park locations) and between the hours of 9:00 a.m. — 4:00 p.m. (for roadway locations). Work may also be conducted Friday between 7:00 am - 12:00 p.m. noon (for City park locations) and between the hours of 9:00- 12:00 pm noon (for roadway locations). Work shall not be conducted on the following City holidays: Martin Luther King Day, President's Day, Columbus Day, Veteran's Day Thanksgiving Day, Christmas Day, Independence Day, New Year's Day, Memorial Day and Labor Day. As a general rule, CONTRACTOR is not authorized to work on Saturday and Sunday. However, depending on the location, surrounding events and circumstances of the project, the CITY may allow CONTRACTOR at their request to perform work on Friday afternoons and Saturdays. Authorization must be approved in writing at least two business days in advance by the City Project Manager to work on Friday afternoon or Saturday and detailed in the Work Authorization form. The CITY will not pay overtime wages or make provision for extra payment for Saturday work. EXHIBIT A — WORK AUTHORIZATION FORM Work Authorization No. , Agreement No. 2021-022 City of Boca Raton Gardening Angel Nursery, Inc. Landscape Material Services For (insert project title) Scope of Services The attached page provides a list and description of the scope of services to be provided under this Work Authorization, the cost for the described landscape material services, and the expected dates for the start and completion of services referenced, as well as the necessity of MOT plans and approval for any required MOT as described in the Agreement. The Work Authorization shall not exceed $ If this Work authorization includes the small project mobilization rate, work shall be completed by the date listed below in order to be eligible for payment by the CITY. The project will be completed within the agreed upon days and shall be completed in accordance with the terms and conditions of Agreement No. 2021-022. The fully executed Project Work Authorization form shall constitute as the "Notice to Proceed" unless detailed otherwise. Notice of the executed Work Authorization form will be submitted to the CONTRACTOR by email at Approval of Work Authorization CONTRACTOR CITY OF BOCA RATON: By: Date: By: Date: (Signature) Name: Dawn Sinka, Title: City HorticulturisilArborist Name: (Signature) Title Final Receipt and Acceptance of Work Authorization (To be completed by City Project Manager) Scope of Services to be completed in full by / / Scope of Services completed in full on / / If Scope of Services were delayed, denote brief comment ( extension granted due to rain, etc.): Final Receipt Notification provided to CONTRACTOR on: Emailed: / / City Initials: EXHIBIT B — PROCEDURES FOR WORK AUTHORIZATION FORM Definitions: City Project Manager: City Horticulturist/Arborist, Dawn Sinka or her designee. Day: Monday through Friday, excluding City holidays. Procedures: Each project amount under the City Council threshold limit will be issued with a Work Authorization form by the City Project Manager. The CONTRACTOR shall establish a single point of contact as their "Foreman/Job Superintendent" for the City Project Manager to coordinate Work Authorizations. Step 1 — Arrange Field Site Visit: CONTRACTOR is to meet with City Project Manager within four (4) Business days of the CITY requesting a field site visit via e-mail. Step 2 Field Site Visit: During the field site visit the City Project Manager will discuss with CONTRACTOR the quantity, size, species and locations of landscape material services required in accordance with the Agreement and the City Project Manager will provide the CONTRACTOR with a basic sketch. Step 3 Generate Work Authorizations: Within four (4) business days of the field site visit, the CONTRACTOR is to perform/provide the following: a) CONTRACTOR is to email to the City Project Manager a Work Authorization Form detailing the scope of services and location of the service, landscape material, size, quantity, unit prices in accordance with the Agreement along with a suggested time schedule for completion time for the scope of services. NOTE: It is the CONTRACTOR's responsibility to ensure the CITY's specified landscape material is available as submitted on the sketch or plans. If the CONTRACTOR has any concerns with being able to provide the exact size, type, or quantity of landscaping material as specified by the City Project Manager, the CONTRACTOR shall discuss and obtain approval from the City Project Manager for any alternate landscape material prior to submission of the Work Authorization Form. 1) Time schedule to be supported by a Gantt chart or other approved project planning method and include average rain days for applicable season. Gantt Chart will only be required for Work Authorization Forms exceeding $50,000. 2) The CONTRACTOR is to contact the City's Traffic & Engineering Division and obtain an approved Maintenance of Traffic (M.O.T) plan with any applicable project notes and submit with the Work Authorization form. Work Authorization forms that are submitted without email approval of alternate landscape material from the City Project Manager are subject to rejection. The Work Authorization Form shall be signed by the CONTRACTOR prior to submission. Step 4 Review of Work Authorization Form: Within three (3) business days of receipt, the City Project Manager will review the Work Authorization form and all other pertinent information identified in Step 3 and determine acceptance. If the suggested time schedule does not meet the CITY's needs, the CITY reserves the right to discuss a mutually agreed upon time schedule with CONTRACTOR. Step 5 — Approved Proiect Work Authorization and Time of Starting Work: Once the CONTRACTOR obtains an approved Work Authorization from the CITY, the date the WORK AUTHORIZATION is signed by the CITY shall constitute as the CONTRACTOR's notice to proceed unless stipulated otherwise in the Work Authorization form. The CITY will email the signed Work Authorization form to the CONTRACTOR and CONTRACTOR shall start work within the agreed upon dates of service. If CONTRACTOR has an opening in the schedule and wishes to start work earlier than originally agreed, the CONTRACTOR shall provide a written request at least one full work day in advance to ensure the CITY has the staff available for irrigation. Once start of work commences, work shall be carried on regularly and uninterruptedly with sufficient force to ensure its completion time within the allotted amount of time indicated on the approved Work Authorization form. Step 6 — Notification to CITY that work is completed: Once completed, the CONTRACTOR shall email the Project Manager stating completion of the work order so inspection can be conducted. Upon completion of final inspection, the City Project Manager will email the CONTRACTOR notice of final completion on the Work Authorization form or shall indicate if any corrections need to be made. Step 7 — Submittal of Invoice and Payment: Refer to Attachment B of the Agreement. Execution of Work Authorization Form Each party is hereby authorized to accept and rely upon a facsimile signature or signature transmitted through electronic means of the other party on the Work Authorization form or any amendment hereto. Any such signature shall be treated as an original signature for all purposes. Each party is hereby authorized to accept and rely upon documents in paper or electronic format. ATTACHMENT B COMPENSATION FOR SERVICES The CITY shall pay to the CONTRACTOR for providing and performing landscape material services as described in Attachment A set forth as follows: owing price schedule shall apply. SECTION A: PALMS (Unit Prices shall include Suooly. Deliver and Install) Item Description Size Unit Price 1 Bismarck Palms/ Bismarckia nobilis 'Silver' 45 Gallon/ 8' OA min. $550.00 2 Bismarck Palms/ Bismarckia nobilis 'Silver' FG 10- 12' OA $850.00 3 Bismarck Palms/ Bismarckia nobilis 'Silver' FG 12.5-14' OA $950.00 4 Bismarck Palms/ Bismarckia nobilis 'Silver' FG 15-20' OA $950.00 5 Bottle Palm / Hyophorbe lagenicaulis 15 Gallon/ 6' OA min. $95.00 6 Bottle Palm / Hyophorbe lagenicaulis 25 Gallon! 8' OA min. $225.00 7 Buccaneer Palm/ Pseudophoenix sargentii 15 Gallon/ 6' OA min. $300.00 6 Buccaneer Palm/ Pseudophoenix sargentii 25 Gallon/ 8' OA min. $450.00 9 Cabbage Palmetto/ Sabal palmetto FG Slick 12-16' CT $200.00 10 Cabbage Palmetto/ Sabal palmetto FG BTD 12-16' CT $200.00 11 Cabbage Palmetto/ Sabal palmetto FG Slick 17-22' CT $225.00 12 Cabbage Palmetto/ Sabal palmetto FG BTD 17-22' CT $225.00 13 Canary Island Date Palm / Phoenix canariensis 7 - 8' CT $1,600.00 14 Canary Island Date Palm / Phoenix canariensis 9 - 10 ' CT $2,000.00 15 Canary Island Date Palm / Phoenix canariensis 11-12' CT $2,800.00 16 Canary Island Date Palm / Phoenix canariensis 13 - 14' CT $3,200.00 17 Canary Island Date Palm / Phoenix canariensis 15 - 16 ' CT $5,000.00 18 Canary Island Date Palm / Phoenix canariensis 17 - 18 ' CT $5,000.00 19 Canary Island Date Palm / Phoenix canariensis 19 - 20 ' CT $5,500.00 20 Carpentaria Palm / Carpentaria acuminata 10-12' CT $360.00 21 Carpentaria Palm / Carpentaria acuminata ( Single) 12.5-14' CT $400.00 22 Carpentaria Palm / Carpentaria acuminata ( Double) 12.5-14' CT $450.00 23 Cat Palm / Chamaedorea cataractarum 15 Gallon $75.00 24 Chinese Fan Palm/ Livistona chinensis FG 8-10' OA $200.00 25 Chinese Fan Palm! Livistona chinensis FG 10.5-12' OA $250.00 26 Chinese Fan Palm/ Livistona chinensis FG 12.5-14' OA $275.00 27 Chinese Fan Palm/ Livistona chinensis FG 14.5-16' OA $325.00 28 Coconut Palm/ Cocos nucifera'Malayan Dwarf' FG 13-16' OA $250.00 29 Coconut Palm/ Cocos nucifera 'Malayan Dwarf FG 17-20' OA $300.00 30 Coconut Palm/ Cocos nucifera 'Malayan Dwarf' FG 21-24' OA $650.00 31 Coconut Palm/ Cocos nucifera'Malayan Dwarf' FG 25-28' OA $750.00 32 Coconut Palm/ Cocos nucifera 'Malayan Dwarf' FG 29-33' OA $750.00 33 Coconut Palm/ Cocos nucifera 'Maypan' FG 13-16' OA $500.00 (CONT.) SECTION A: PALMS (Unit Prices shall include Supply. Deliver and Instal`) Item Description Size Unit Price 34 Coconut Palm/ Cocos nucifera' Maypan' FG 17-20' OA $750.00 35 Coconut Palm/ Cocos nucifera 'Maypan' FG 21-24' OA $1,200.00 36 Coconut Palm/ Cocos nucifera 'Maypan' FG 25-28' OA $1,300.00 37 Coconut Palm/ Cocos nucifera 'Maypan' FG 29-33' OA $1,500.00 38 Cuban Royal Palm/Roystonia regia FG 10-11.5' GW $1,300.00 39 Cuban Royal Palm / Roystonea regia FG 12-14' GW $1,500.00 40 Cuban Royal Palm / Roystonea regia FG 14.5-16' GW $2,000.00 41 Cuban Royal Palm / Roystonea regia FG 16.5-18' GW $2,300.00 42 Cuban Royal Palm / Roystonea regia FG 18.5-20' GW $2,500.00 43 Cuban Royal Palm / Roystonea regia FG 20.5-22' GW $2,700.00 44 Cuban Royal Palm / Roystonea regia FG 22.5-24' GW $2,900.00 45 Cuban Royal Palm / Roystonea regia FG 24.5-26' GW $3,100.00 46 Cuban Royal Palm / Roystonea regia FG 26.5-28' GW $3,200.00 47 Cuban Royal Palm / Roystonea regia FG 28.5-30' GW $3,300.00 48 Cuban Royal Palm / Roystonea regia FG 30.5-32' GW $3,500,00 49 Cuban Royal Palm / Roystonea regia FG 32.5-34' GW $3,700.00 50 Cuban Royal Palm / Roystonea regia FG 34.5-36' GW $3,700.00 51 Cuban Royal Palm / Roystonea regia FG 36.5-38' GW $3,700.00 52 Cuban Royal Palm / Roystonea regia FG 38.5-40' GW $3,700.00 53 Foxtail Palms / Wodyetia bifurcata 10-12' OA $250.00 54 Foxtail Palms / Wodyetia bifurcata( Double) 10-12' OA $295.00 55 Foxtail Palms / Wodyetia bifurcata( Triple) 10-12' OA $350.00 56 Foxtail Palms / Wodyetia bifurcata 12.5-14' OA $325.00 57 Foxtail Palms / Wodyetia bifurcata( Double) 12.5-14' OA $350.00 58 Foxtail Palms / Wodyetia bifurcata( Triple) 12.5-14' OA $400.00 59 Hurricane Palm / Dictyosperma album 25 Gallon/ 8' OA min. $350.00 60 Hurricane Palm / Dictyosperma album FG 8.5' - 10' OA $500.00 61 Hurricane Palm / Dictyosperma album FG 10.5- 12' OA $525.00 62 Medjool Date palm/ Phoenix dactylifera FG 10-12' CT $3,750.00 63 Medjool Date palm/ Phoenix dactylifera FG 12.5-14' CT $3,750.00 64 Medjool Date palm/ Phoenix dactylifera FG 14.5-16' CT $3,950.00 65 Montgomery Palms/ Veitchia montgomeryana (single) 25 Gallon/ 10' OA min. $250,00 66 Montgomery Palms/ Veitchia montgomeryana (Double) 25 Gallon/10' OA min. $295.00 67 Montgomery Palms/ Veitchia montgomeryana (Triple) 25 Gallon/ 10' OA min. $325.00 68 Montgomery Palmsl Veitchia montgomeryana (single) FG 11- 14' OA $350.00 69 Montgomery Palms/ Veitchia montgomeryana (Double) FG 11- 14' OA $375.00 70 Montgomery Palms/ Veitchia montgomeryana (Triple) FG 11 - 14' OA $395.00 71 Montgomery Palms/ Veitchia montgomeryana (single) FG 15 - 20' OA $480.00 72 Montgomery Palms/ Veitchia montgomeryana (Double) FG 15 - 20' OA $525.00 (CONT.) SECTION A: PALMS (Unit Prices shall include SumIv. Deliver and Install) Item Description Size Unit Price 73 Montgomery Palms/ Veitchia montgomeryana (Triple) FG 15 - 20 OA $525.00 74 Montgomery Palms! Veitchia montgomeryana (single) FG 20.5 - 25' OA $600.00 75 Montgomery Palms/ Veitchia montgomeryana (Double) FG 20.5 - 250A $625.00 76 Montgomery Palms/ Veitchia montgomeryana (Triple) FG 20.5 - 25' OA $650.00 77 Paurotis Palm / Acoelorrhaphe wrightii FG 10-12' OA $425.00 78 Paurotis Palm / Acoelorrhaphe wrightii FG 12.5-14' OA $475.00 79 Paurotis Palm / Acoelorrhaphe wrightii FG 14.5-16' OA $500.00 80 Paurotis Palm / Acoelorrhaphe wrightii FG 16.5-18' OA $500.00 81 Pygmy Date Palm/ Phoenix roebelenii (Single) FG 4-6' OA $100.00 82 Pygmy Date Palm/ Phoenix roebelenii (Double) FG 4-6' OA $150.00 83 Pygmy Date Palm/ Phoenix roebelenii (Triple) FG 4-6' OA $175.00 84 Pygmy Date Palm/ Phoenix roebelenii (Single) FG 7-8' OA $175.00 85 Pygmy Date Palm/ Phoenix roebelenii (Double) FG 7-8' OA $195.00 86 Pygmy Date Palm/ Phoenix roebelenii (Triple) FG 7-8' OA $225.00 87 Pygmy Date Palm/ Phoenix roebelenii (Single) FG 9-10' OA $200.00 88 Pygmy Date Palm/ Phoenix roebelenii (Double) FG 9-10' OA $275.00 89 Pygmy Date Palm/ Phoenix roebelenii (Triple) FG 9-10' OA $275.00 90 Queen Palm / Syagrus romanzoffiana FG 14-16' OA $250.00 91 Queen Palm / Syagrus romanzoffiana FG 17-19' OA $350.00 92 Satake palm/Satakentia Iiukiuensis 14' OA $1,400.00 93 Satake palmfSatakentia Iiukiuensis 16' OA $1,600.00 94 Senegal Palm / Phoenix reclinata FG 12-15' OA $325.00 95 Senegal Palm / Phoenix reclinata FG 16-20' OA $425.00 96 Solitaire - Alexander Palm/ Ptychosperma elegans FG 8-12' OA $275.00 97 Solitaire - Alexander Palm/ Ptychosperma elegans FG 12.5-16' OA $400.00 98 Solitaire - Alexander Palm/ Ptychosperma elegans FG 16.5-20' OA $480.00 99 Spindle Palm / Hyophorbe verschaffeltii 15 Gallon/ 6' OA min. $125.00 100 Spindle Palm / Hyophorbe verschaffeltii 25 Gallon/ 8' OA min. $175.00 101 Spindle Palm / Hyophorbe verschaffeltii FG 8.5-10' OA $325.00 102 Spindle Palm / Hyophorbe verschaffeltii FG 10.5-12' OA $375.00 103 Spindle Palm / Hyophorbe verschaffeltii FG 12.5-14' OA $425.00 104 Florida Thatch Palm / Thrinax radiata 4-6' OA $250.00 105 Florida Thatch Palm/ Thrinax radiata 6.5-8' OA $475.00 106 Florida Thatch Palm/ Thrinax radiata 8.5-10' OA $600.00 107 Florida Thatch Palm / Thrinax radiata 11-12' OA $750.00 108 Washington Palm/ Washingtonia robusta 14.5-16' CT $350.00 109 Washington Palm/ Washingtonia robusta 16.5-18' CT $500.00 110 Washington Palm/ Washingtonia robusta 18.5-20' CT $950.00 111 Washington Palm/ Washingtonia robusta 20.5-22' CT $1,350.00 (CONT.I SECTION A: PALMS (Unit Prices shall include Suonly. Deliver and Instal() Item Description Size Unit Price 112 Washington Palm/ Washingtonia robusta 22.5-24' CT $1,400.00 113 Washington Palm/ Washingtonia robusta 24.5-26' CT $1,750.00 114 Washington Palm/ Washingtonia robusta 26.5-28' CT $1,750.00 115 Washington Palm/ Washingtonia robusta 28.5-30' CT $1,800.00 116 Wild Date Palm/ Phoenix sylvestris 11 - 12' CT $1,500.00 117 Wild Date Palm/ Phoenix sylvestris 13 - 14' CT $2,000.00 118 Wild Date Palm! Phoenix sylvestris 15 - 16 ' CT $2,500.00 Item Description Unit of Measure Mark Up Percent Offered 119 OTHER MISCELLANEOUS PALMS - This line item is for Percent (%) 150.0% "Palms" not listed in Section A. Proposer shall provide a quote for "Palms" not listed in Section A to the City Project Manager on an as needed basis using the percentage Mark -Up proposed. The quote shall reference the wholesale cost of the material (which shall be a pass through cost), plus a percentage mark-up of the cost of the material. The cost of the material must be in line with industry standards. The CITY may request proof of invoice from wholesaler/supplier supplying material. SECTION B: PLANT MATERIAL/SHRUBS (Unit Prices shall include SUDDIv. Deliver and Insta I( Item Description Size Unit Price 120 African Iris (white) / Dietes iridioides 1 Galion $5.50 121 African Iris (white) / Dietes iridioides 3 Gallon $8.75 122 Agave americana 3 Gallon $20.00 123 Agave attenuata/ spineless century plant 3 Gallon $20.00 124 Agave attenuata 'Blue Flame' 3 Gallon $20.00 125 Asiatic Jasmine/ Trachelosperum asiaticum 1 Gallon $5.00 126 Bay Cedar / Suriana maritima 3 Gallon $15.00 127 Bay Cedar / Suriana maritima 7 Gallon $50.00 128 Beautyberry/ Callicarpa americana 3 Gallon $8.75 129 Blanket Flower / Gaillardia pulchella 1 Gallon $5.00 130 Bougainvillea Dwarf 3 Gallon $5.00 131 Bougainvillea 'Helen Johnson' 3 Gallon $10.00 132 Bush Allamanda 1 Allamanda schotti 3 Gallon $10.00 133 Carissa macrocarpa ' Emerald Blanket' 3 Gallon $8.75 134 Carissa macrocarpa 'Boxwood Beauty' 3 Gallon $8.75 135 Cocoplum / Chrysobalanus icaco 'Red Tip' 3 Gallon $8.75 136 Crinum Lily / Crinum jagus " St. Christopher Lily' 3 Gallon $8.75 137 Crinum Lily / Crinum jagus " St. Christopher Lily' 7 Gallon $45.00 138 Crinum Lily / Crinum asiaticum 3 Gallon $10.00 (CONT.1 SECTIONS: PLANT MATERIAL/SHRUBS (Unit Prices shall include SunmIv. Deliver and Install) Item Description Size Unit Price 139 Crinum Lily / Crinum asiaticum 7 Gallon $32.00 140 Croton / Codiaeum variegatum 'Eleanor Roosevelt' 3 Gallon $10.00 141 Croton / Codiaeum variegatum 'Eleanor Roosevelt' 7 Gallon $32.00 142 Croton / Codiaeum variegatum 'Mammey' 3 Gallon $8.75 143 Croton / Codiaeum variegatum'Mammey' 7 Gallon $32.00 144 Croton / Codiaeum variegatum'Petra' 3 Gallon $8.75 145 Croton / Codiaeum variegatum'Petra' 7 Gallon $32.00 146 Diamond Frost/ Euphorbia 1 Gallon $5.00 147 Downy Jasmine / Jasminium multiflorum 3 Gallon $8.75 148 Dune Sunflower / Helianthus debilis 1 Gallon $5.00 149 Fakahatchee Grass/ Tripsacum dactyloides 1 Gallon $5.00 150 Fakahatchee Grass / Tripsacum dactyloides 3 Gallon $8.75 151 Ficus benjamina (2-3' ht.) 3 Gallon $8.00 152 Ficus benjamina (4-5' ht.) 7 Gallon $30.00 153 Ficus benjamina (6-7' ht.) 15 Gallon $55.00 154 Firebush / Hamelia patens 3 Gallon $8.75 155 Fishtail Fern / Nephrolepis falcata 'Furcans' 1 Gallon $5.00 156 Nephrolepis exaltata' Bostoniens's' 1 Gallon $5.00 157 Flax Lily / Dianella tasmanica 1 Gallon $5.00 158 Flax Lily 1 Dianella tasmanica 3 Gallon $8.75 159 Florida Gama grass / Tripsacum floridanum 1 Gallon $5.00 160 Florida Gama grass / Tripsacum floridanum 3 Gallon $8.75 161 Gold Mound/ Duranta erecta 3 Gallon $8.00 162 Green Buttonwood/ Conocarpus erectus 3 Gallon $8.75 163 Green Buttonwood/ Conocarpus erectus 7 Gallon $32.00 164 Green Island/ Ficus microcarpa 3 Gallon $8.75 165 Hair Muhly Grass/ Muhlenbergia capillaris 3 Gallon $8.75 166 Indian Hawthorne / Rhapholepis indica 3 Gallon $9.00 167 Ixora coccinea ' Maui Yellow' 3 Gallon $8.75 168 Ixora coccinea 'Nora Grant' 3 Gallon $8.75 169 Ixora cocinea 'Petite' (Red Taiwan dwarf) 3 Gallon $8.75 170 Jamaica Caper/ Capparis cynophallophora 3 Gallon $10.50 171 Jamaica Caper/ Capparis cynophallophora 7 Gallon $40.00 172 Japanese Pittosporum / Pittosporum tobira 3 Gallon $9.00 173 Japanese Pittosporum / Pittosporum tobira 7 Gallon $9.50 174 Juniper/Juniperus chinensis 'Parsonii' 3 Gallon $9.50 175 Lantana / Assorted Colors 1 Gallon $4.50 176 Leather Fern / Acrostichum danaeifolium 3 Gallon $11.00 177 Liriope muscari / Evergreen Giant 1 Gallon $5.00 'CONT.) SECTION B: PLANT MATERIAL/SHRUBS (Unit Prices shall include SumIv. Deliver and Install) Item Description Size Unit Price 178 Liriope muscari / Evergreen Giant 3 Gallon $8.50 179 Liriope muscari 'Super Blue' 1 Gallon $5.00 180 Liriope muscari °Super Blue' 3 Gallon $8.75 181 Liriope muscari 'Variegata' 1 Gallon $5.00 182 Liriope muscari 'Variegata' 3 Gallon $8.75 183 Mexican heather/Cuphea hyssopifolia 1 Gallon $5.00 184 Myrsine/ Rapanea punctata 3 Gallon $8.75 185 Myrsine/ Rapanea punctata 7 Gallon $5.00 186 Native Porterweed/ Stachytarpheta jamaicensis 3 Gallon $5.00 187 Necklace Pod/ Sophora tomentosa 3 Gallon $9.00 188 Pentas / Pentas lanceolata (Assorted colors) 1 Gallon $8.00 189 Plumbago / Plumbago 'Imperial Blue' 3 Gallon $8.75 190 Podocarpus macrophyllus 'Maki' 3 Gallon $9,00 191 Podocarpus macrophyllus 'Maki' 7 Gallon $32.00 192 Podocarpus macrophyllus 'Maki' 15 Gallon $75.00 193 Sand Cordgrass/ Spartina bakeri 1 Gallon $5.00 194 Saw Palmetto / Serenoa repens 3 Gallon $17.50 195 Saw Palmetto / Serenoa repens 7 Gallon $50.00 196 Schefflera arboricola' Gold Capella' 3 Gallon $8.75 197 Schefflera arboricola ' Trinette' 3 Gallon $8.75 198 Schefflera arboricola green 3 Gallon $8.75 199 Seagrape/Coccoloba uvifera 3 Gallon $7.00 200 Selloum Philodendron / Philodendron bipinnatifidum 3 Gallon $10.00 201 Selloum Philodendron / Philodendron bipinnatifidum 7 Gallon $25.00 202 Philodendron/ Philodendron 'Xanadu' 3 Gallon $12.00 203 Philodendron/ Philodendron 'Xanadu' 7 Galon $30.00 204 Shell Ginger/ Alpina zerumbet'Variegata' 3 Gallon $16.00 205 Shell Ginger/ Alpina zerumbet 'Variegata' 7 Gallon $38,00 206 Shining Jasmine/ Jasminum nitidum 3 Gallon $8.75 207 Shore Juniper/ Juniperus conferta 'Blue Pacific' 3 Gallon $9.00 208 Silver Buttonwood/ Conocarpus erectus sericeus 3 Gallon $8,75 209 Silver Buttonwood/ Conocarpus erectus sericeus 7 Gallon $30.00 210 Silver Sea Ox- Eye Borrichia frutescens 1 Gallon $5.00 211 Silver Sea Ox- Eye Borrichia frutescens 3 Gallon $8.00 212 Simpson Stopper/ Myrcianthes fragrans 7 Gallon $30.00 213 Society Garlic/ Tulbaghia violacea 1 Gallon $5.00 214 Spanish Stopper/ Eugenia foetida 3 Gallon $15.00 215 Spanish Stopper/ Eugenia foetida 7 Gallon $45.00 216 Starburst / Clerodendrum quadriloculare 7 Gallon $30.00 ICONT.1 SECTION B: PLANT MATERIAL/SHRUBS (Unit Prices shall include Suooly. Deliver and Install) Item Description Size Unit Price 217 Thryallis/ Galphimia gracilis 3 Gallon $8.75 218 Ti Plant/ Cordyline fruticosa' Red Sister' 3 Gallon $10.00 219 Ti Plant/ Cordyline fruticosa' Xerox' 3 Gallon $10.00 220 Ti Plant/Cordyline fruticosa 'Auntie Lou' 3 Gallon $12.00 221 Walter's Viburnum/ Vibumum obovatum 3 Gallon $10.00 222 Walter's Vibumum/ Vibumum obovatum 7 Gallon $30.00 223 Sweet Vibumum/ Vibumum odoratissimum 3 Gallon $10.00 224 Sweet Viburnum/ Viburnum odoratissimum var. awabuki 3 Gailon $12.00 225 Sweet Viburnum/ Vibumum odoratissimum var. awabuki 7 Gallon $35.00 226 Sweet Viburnum/ Vibumum odoratissimum var. awabuki 15 Gallon $75.00 227 Sandankwa Vibumum / Viburnum suspensum 3 Gallon $8.75 228 Sandankwa Vibumum 1 Viburnum suspensum 7 Gallon $32.00 229 Sandankwa Viburnum / Viburnum suspensum 15 Gallon $75.00 230 Wax myrtle/Myrica cerifera 3 Gallon $8.75 231 Wax myrtle/Myrica cerifera 7 Gallon $32.00 232 White indigio Berry/ Randia aculeata 3 Gallon $14.00 233 White Indigio Berry/ Randia aculeata 7 Gallon $50.00 234 White Stopper/ Eugenia axillaris 3 Gallon $8.75 235 Wild Coffee/ Psychotria nervosa 3 Gallon $8.75 236 Yaupon Holly/ Ilex vomitoria 'Nana' 3 Gallon $10.00 237 Yaupon holly / Ilex vomitoria 'Stokes dwarf' 3 Gallon $10.00 238 Yesterday/Today/Tomorrow Brunfelsia grandiflora 3 Gallon $12.00 239 Yesterday/Today/Tomorrow Brunfelsia grandiflora 7 Gallon $35.00 240 Zamia furfuracea/Cardboard palm 3 Gallon $17.50 241 Zamia furfuracea/Cardboard palm 7 Gallon $65.00 242 Zamia pumila/Coontie 1 Gallon $5.00 243 Zamia pumila/Coontie 3 Gallon $22.00 244 Zamia pumila/Coontie 7 Gallon $50.00 Item Description Unit of Measure Mark p Percent 245 OTHER MISCELLANEOUS PLANT MATERIAL/SHRUBS - This line item is for "Plant Material/Shrubs" not listed in Section B. Proposer shall provide a quote for "Plant Material/Shrubs" not listed in Section B to the City Project Manager on an as needed basis using the percentage Mark -Up proposed. The quote shall reference the wholesale cost of the material (which shall be a pass through cost), plus a percentage mark-up of the cost of the material. The cost of the material must be in line with industry standards. The CITY may request proof of invoice from wholesaler/supplier supplying material. Percent (%) 150.0% SECTION C: TREES (Unit Prices shall include Suooly. Deliver and Instant 246 Bald Cypress / Taxodium distichum 15 Gallon/ 6' OA min. $75.00 247 Bald Cypress/ Taxodium distichum 10' OA min. $250.00 248 Bald Cypress / Taxodium distichum 30 Gallon/ 11' OA min. $250.00 249 Bald Cypress / Taxodium distichum 45 Gallon/ 12' OA min. $375.00 (CONT.1 SECTION C: TREES (Unit Prices shall include Suunly. Deliver and Instal() Item Description Size Unit Price 250 Bald Cypress / Taxodium distichum 65 Gallon/ 14' OA min. $500.00 251 Black Ironwood /Krugiodendron ferreum 45 Gallon/ 10' OA min. $400.00 252 Blolly Tree / Guapira discolor 3 Gallon $12.00 253 Blolly Tree / Guapira discolor 25 Gallon/ 10' OA min. $275.00 254 Bulnesia, Verawood / Bulnesia arborea 25 Gallon/ 10' OA min. $275.00 255 Brazil Beauty leaf/ Calophyllum brasiliense 10-12' OA $275.00 256 Brazil Beauty leaf/ Calophyllum brasiliense 13-15' OA $400.00 257 Brazil Beauty leaf/ Calophyllum brasiliense 16-18' OA $575.00 258 Brazil Beauty leaf/ Calophyllum brasiliense 19-20' OA $250.00 259 Crape Myrtle/ Lagerstroemia indica (Assorted Varieties) 30 Gallon/ 10' OA min. $375.00 260 Crape Myrtle/ Lagerstroemia indica (Assorted Varieties) 45 Gallon/ 12' OA min. $300.00 261 Dahoon Holly / Ilex cassine 10' OA min. $275.00 262 Fiddle Wood/ Citharexylum spinosum 45 Gallon $395.00 263 Florida Red Bay / Persea borbonia 10' OA min. $300.00 264 Floss Silk Tree / Ceiba speciosa 30 Gallon/ 10' OA min. $275.00 265 Floss Silk Tree / Ceiba speciosa 12' OA min. $375.00 266 Geiger Tree/ Cordia sebestena 30 Gallon/ 10' OA min. $275.00 267 Geiger Tree/ Cordia sebestena 45 Gallon/ 12' OA min. $375.00 268 Green Buttonwood / Conocarpus erectus 10-12' OA $275.00 269 Green Buttonwood / Conocarpus erectus 12.5-14' OA $375.00 270 Gumbo Limbo Tree/ Bursera simaruba 10-12' OA $275.00 271 Gumbo Limbo Tree/ Bursera simaruba 12.5-15' OA $375.00 272 Hong Kong Orchid / Bauhinia X blakeana 9-11' OA $275.00 273 Hong Kong Orchid / Bauhinia X blakeana 12-14' OA $375.00 274 Jacaranda / Jacaranda mimosifolia 10-12' OA $275.00 275 Jacaranda / Jacaranda mimosifolia 12.5-14' OA $350.00 276 Japanese Fem Tree/ Filicium decipiens 10' OA min. $325.00 277 Japanese Fem Tree/ Filicium decipiens 12' OA min. $425.00 278 Jatropha- Peregrina/ Jatropha integerrima 8-10' STD $295.00 279 Lignum Vitae/ Guaiacum officinale 6-8' OA $450.00 280 Native Lignum Vitae/ Guaiacum sanctum 25 Gallon/ 6' OA min. $500.00 281 Native Lignum Vitae/ Guaiacum sanctum 45 Gallon/ 8' OA min. $650.00 282 Pigeon Plum / Coccoloba diversifolia 10' OA min. $275.00 283 Pigeon Plum / Coccoloba diversifolia 12' OA min. $375.00 284 Mastic Tree / Sideroxylon foetidissimum 7 Gallon $45.00 285 Mastic Tree / Sideroxylon foetidissimum 25 Gallon $275.00 286 Paradise Tree/ Simarouba glauca 10' OA $275.00 287 Pink Trumpet Trees/ Tabebuia heterophylla FG 10-12' OA $375.00 288 Pink Trumpet Trees/ Tabebuia heterophylla FG 12.5-15' OA $375.00 MCONT] SECTION C: TREES (Unit Prices shall include SuoOly. Deliver and Instal) Item Description Size Unit Price 289 Pitch Apple / Clusia rosea 45 Gallon $275.00 290 Pitch Apple/ Clusia rosea FG 12-14' OA $275.00 291 Purple Trumpet Trees/ Tabebuia impetiginosa 30 Gallon/ 10-12' OA $300.00 292 Glossy Privet/ Ligustrum japonicum 30 Gallon/ 5' OA min. $350.00 293 Glossy Privet/ Ligustrum japonicum 45 Gallon/ 7' OA min. $350.00 294 Privet / Ligustrum FG 8 - 10 ' OA $495.00 295 Privet / Ligustrum FG 10.5 - 12 ' OA $900.00 296 Live Oak Tree/ Quercus virginiana 30 Gallon $275.00 297 Live Oak Tree/ Quercus virginiana 45 Gallon $425.00 298 Live Oak Tree/ Quercus virginiana 3" Caliper $550.00 299 Live Oak Tree/ Quercus virginiana 4" Caliper $850.00 300 Live Oak Tree/ Quercus virginiana 5" Caliper $1,500.00 301 Live Oak Tree/ Quercus virginiana 6" Caliper $2,000.00 302 Mahogany/ Swietenia mahogani FG 10-12' OA $275.00 303 Mahogany/ Swietenia mahogani FG 12.5-14' OA $375.00 304 Purple Glory Tree/Tibouchina granulosa 6' STD $250.00 305 Queen Crape Myrtle/ Lagerstroemia speciosa 10-12' OA $325.00 306 Red Maple/ Acer rubrum 30 Gallon/ 10' OA min. $275.00 307 Royal Poinciana Tree/ Delonix regia FG 10-12' OA $275.00 308 Royal Poinciana Tree/ Delonix regia FG 12.5-15' OA $375.00 309 Satin Leaf / Chrysophyllum oliviforme 10-12' OA $295.00 310 Satin Leaf / Chrysophyllum oliviforme 12.5-14' OA $375.00 311 Seagrape/Coccoloba uvifera 10' STD $275.00 312 Seagrape/Coccoloba uvifera 12' STD $350.00 313 Silver Buttonwood/ Conocarpus erectus sericeus 10-12' STD $275.00 314 Silver Trumpet / Tabebuia caraiba FG 10-12' OA $275.00 315 Silver Trumpet / Tabebuia caraiba FG 12.5-14' OA $375.00 316 Slash Pine/ Pinus elliottii var. densa 7 Galion $50.00 317 Slash Pine/ Pinus elliottii var. densa 15 Gallon $75.00 318 Slash Pine/ Pinus elliottii var. densa 8-10' OA $275.00 319 Slash Pine/ Pinus elliottii var. densa 11-12' OA $325.00 320 Slash Pine/ Pinus elliottii var. densa 13-15' OA $350.00 321 Small Leaf Clusia / Clusia flava 25 Gallon $275.00 322 Small Leaf Clusia / Clusia flava 8-10' OA $275.00 323 Small Leaf Clusia / Clusia flava 10.5-12' OA $375.00 324 Spicewood / Calyptranthes pallens 7 Gallon $55.D0 325 Wild Tamarind/ Lysiloma latisiliquum FG 8-10' OA $250.00 326 Wild Tamarind/ Lysiloma latisiliquum FG 10.5-12' OA $275.00 327 Wild Tamarind/ Lysilona latisiliquum FG 12.5-14' OA $375.00 (CONT.) SECTION C: TREES (Unit Prices shall include Suooly. Deliver and Install) Item Description Size Unit Price 328 Yellow Poinciana 1 Peltophorum dubium 10' OA $275.00 Item Description Unit of Measure Mark Up Percent Offered 329 OTHER TREES - This line item is for "Trees" not listed in Section C. Percent (%) 150.0% Proposer shall provide a quote for "Trees" not listed in Section C to the City Project Manager on an as needed basis using the percentage Mark -Up proposed. The quote shall reference the wholesale cost of the material (which shall be a pass through cost), plus a percentage mark- up of the cost of the material. The cost of the material must be in line with industry standards. The CITY may request proof of invoice from wholesaler/supplier supplying material. SECTION D: RELOCATION / TRANSPLANTING (Unit Prices shall include Relocation/Transolantinal 330 Relocation/Transplanting of Shrubs Tess than 3' ht. EA $3.25 331 Relocation/Transplanting of Shrubs between 3.5' and 6' ht. EA $6.50 332 Relocation/Transplanting of Shrubs between 6.5 and 10' ht. EA $25.00 333 Relocation/Transplanting of Palms up to 10' OA EA $150.00 334 Relocation/Transplanting of Palms over 10' up to 14' OA EA $175.00 335 Relocation/Transplanting of Palms over 14' up to 18' OA EA $200.00 336 Relocation/Transplanting of Palms over 18' up to 22' OA EA $350.00 337 Relocation/Transplanting of Palms over 22' up to 26' OA EA $500.00 338 Relocation/Transplanting of Palms over 26' up to 30' OA EA $750.00 339 Relocation/Transplanting of Palms over 30' up to 34' OA EA $950.00 340 Relocation/Transplanting of Palms over 34' up to 38' OA EA $1,200.00 341 Relocation/Transplanting of Canopy Trees up to 3" Caliper EA $300.00 342 Relocation/Transplanting of Canopy Trees over 3" Caliper up to 5" EA $350.00 343 Relocation/Transplanting of Canopy Trees over 5" Caliper up to 7" EA $750.00 344 Relocation/Transplanting of Canopy Trees over 7" Caliper up to 9" EA $1,200.00 345 Relocation/Transplanting of Canopy Trees over 9" Caliper up to 11" EA $1,350.00 346 Relocation/Transplanting of Canopy Trees over 11" Caliper up to 13" EA $1,350.00 347 Relocation/Transplanting of Canopy Trees over 13" Caliper up to 15" EA $1,350.00 SECTION E: REMOVAL & DISPOSAL OF CITY EXISTING PLANT MATERIAL/STUMPS - (Unit Prices shall include Removal and Disposal Services) 348 Tree ranging in size in feet: 3.5' - 5' EA $45.00 349 Tree ranging in size in feet: 5.5' - 10' EA $75.00 /CONT.) SECTION E; REMOVAL & DISPOSAL OF CITY EXISTING PLANT MATERIAL/STUMPS - (Unit Prices shall include Removal and Disposal Services) Item Description Size Unit Price 350 Tree ranging in size in feet: 10.5' - 15' EA $125.00 351 Tree ranging in size in feet: 15.5' - 20' EA $250.00 352 Tree ranging in size in feet: 20.5' - 25' EA $275.00 353 Tree ranging in size in feet: 25.5' - 30' EA $525.00 354 Tree ranging in size in feet: 30.5' - 35' EA $750.00 355 Tree ranging in size in feet: 35.5° - 45' EA $900.00 356 Tree ranging in size in feet: 45.5' - 50' EA $1,200.00 357 Tree ranging in size in feet: 50.5' - 55' EA $1,500.00 358 Palm ranging in size in feet: 3.5' - 5' EA $45.00 359 Palm ranging in size in feet: 5.5' - 10' EA $75.00 360 Palm ranging in size in feet: 10.5' - 15' EA $100.00 361 Palm ranging in size in feet: 15.5' - 20' EA $275.00 362 Palm ranging in size in feet: 20.5' - 25' EA $425.00 363 Palm ranging in size in feet: 25.5' - 35' EA $425.00 364 Palm ranging in size in feet: 35.5' - 45' EA $750.00 365 Palm ranging in size in feet: 45.5' - 55' EA $900.00 366 Clumping palm ranging in size in feet: 1-5' EA $10.00 367 Clumping palm ranging in size in feet: 5.5-10' EA $25.00 368 Clumping palm ranging in size in feet: 10.5-15' EA $50.00 369 Clumping palm ranging in size over 15' to 25' EA $275.00 370 Plants and Shrubs ranging in size in feet: 1' - 3' EA $4.00 371 Plants and Shrubs ranging in size in feet: 3.5' - 5' EA $7.50 372 Plants and Shrubs ranging in size in feet: 5.5' - 10' EA $20.00 373 Plants and Shrubs ranging in size in feet: 10.5' - 15' EA $50.00 374 Removal of Sod (AII types) Square Foot $0.35 375 Removal of Weeds/fern beds Square Foot $0.35 376 Stump Removal less than 5" diameter EA $40.00 377 Stump Removal Greater than 5" dia and less than 10" diameter EA $125.00 378 Stump Removal Greater than 10" dia and less than 15" diameter EA $200.00 379 Stump Removal Greater than 15" dia and less than 20" diameter EA $325.00 380 Stump Removal Greater than 20" dia and less than 25" diameter EA $350.00 SECTION F: SOD / MULCH / TOPSOIL/ MISC Item Description Size Unit Price 381 SUPPLY & INSTALL RED MULCH Cubic Feet $1.75 382 SUPPLY & INSTALL OF SOD, ST.AUGUSTINE FLORATAM Square Foot $0.65 383 SUPPLY, INSTALL & GRADE TOP SOIL (NON BULK) 50 LB. BAG $5.00 384 SUPPLY, INSTALL & GRADE TOP SOIL (BULK, TRUCK LOAD) Cubic Yard $40.00 385 SUPPLY & INSTALL PINE STRAW MULCH Cubic Feet $1.75 386 STRAIGHTEN AND RE -STAKE PALMS Less than 12' ht. $50.00 387 STRAIGHTEN AND RE -STAKE PALMS >12' TO 18' OA $75.00 388 STRAIGHTEN AND RE -STAKE PALMS > 18' TO 25' OA $100.00 389 STRAIGHTEN AND RE -STAKE CANOPY TREES 3" caliper or smaller $50.00 390 STRAIGHTEN AND RE -STAKE CANOPY TREES >3' caliper to 6" caliper $100.00 391 STRAIGHTEN AND RE -STAKE CANOPY TREES >6" caliper to 10" caliper $175.00 392 STRAIGHTEN AND RE -STAKE CANOPY TREES >10" caliper to 15" caliper $250.00 PRICE ADJUSTMENTS AND PAYMENT 1. Price Adjustments Prior to each renewal term only, the CONTRACTOR may submit for a price adjustment. Annual adjustment will be based on the latest yearly percentage increase or decrease of the Consumer Price Index for All Urban Consumers (CPI -U) (All Items) for Miami -Fort Lauderdale West Palm Beach, as published by the Bureau of Labor Statistics, U.S. Department of Labor for the May publication for the then current year. CONTRACTOR shall provide the CITY with a written request for adjustment for each individual Section A — F for an increase to the unit prices with the supporting document of the CPI -U as identified herein. Any request for adjustment to unit prices shall be provided to the CITY no later than thirty (30) days prior to renewal date and provided to the attention of the City Project Manager. It shall be the responsibility of the sender to confirm receipt of the annual adjustment request. The CITY will issue an Amendment to the Agreement to approve the updated unit prices. 2. Price Increases Due to Market Conditions following a Hurricane The CITY acknowledges that market conditions can create fluctuation in pricing and/or availability of the item specified. The CITY may, in its sole discretion, make an equitable adjustment in the agreement terms and/or pricing if pricing or availability of supply is directly affected by a Hurricane that destroys nursery stock normally available from the nursery locations identified as being used by the CONTRACTOR. The circumstances must: 1. be beyond the control of the CONTRACTOR 2. affect the marketplace or industry, not just the particular agreement source of supply 3. substantially affect pricing or availability of supply 4. affect the CONTRACTOR such that continued performance of the agreement would result in a substantial loss The requested adjustment must be fully documented and submitted to the City Project Manager. The CITY may, after examination and reference to industry publications, refuse to accept the adjusted costs if they are not properly documented or increases are considered to be excessive. In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the CITY may terminate agreement in accordance with termination clause(s) herein. If the CITY accepts pricing adjustments, the CITY will issue an Amendment to the Agreement to approve the updated unit prices. 3. Market Prices CONTRACTOR may at any time during the Agreement offer lower unit prices to pass on any cost savings to the CITY and reflect reduced unit prices in the Work Authorization form. 4. Post -Sale Audit Adjustment All items/services sold to the CITY as a result of this Agreement are subject to Post Sale Audit Adjustment. In the event an audit reveals the CONTRACTOR has not honored unit prices, CONTRACTOR will be liable for any and all overstated charges by issuance of a credit memo or check, whichever is determined by the CITY. 5. Payment The CITY's payment term are Net 30 days. The CITY's intent is to pay 100% of the work detailed on each Work Authorization form after all items have been satisfactorily completed in full by the CONTRACTOR and accepted by the CITY. Partial Payment may only be utilized with the approval of the CITY. The City Project Manager will make final inspection of the material covered under the Work Authorization form and shall approve work before payment is authorized. Failure in the CONTRACTOR's responsibility as outlined may result in either one or any of the following as determined by the CITY: a) Request for immediate replacement and/or correction of partial or entire order, b) Payment withholding until compliance is received and approval granted, c)Terminate the Work Authorization in part or in full. Invoice must reference purchase and work order numbers. 1st AMENDMENT TO AGREEMENT FOR LANDSCAPE MATERIAL SERVICES AGREEMENT NO. 2021-022 THIS 15' AMENDMENT entered into this 2 a day of1 �I- 2022, by and between the CITY OF BOCA RATON, a Florida municipal corporation, hereinafter referred t'o as the "CITY" and Gardening Angel Nursery, Inc., hereinafter referred to as the "CONTRACTOR". WITNESSETH: WHEREAS, the CITY and CONTRACTOR entered into an agreement on August 9, 2021 for landscape material services; and WHEREAS, the CITY and the CONTRACTOR desire to amend the agreement; and WHEREAS, the Agreement allowed for renewal options and the CITY and the CONTRACTOR agree to renew the Agreement for the annual period of August 9, 2022 to August 8, 2023 (Renewal Option No. 1); NOW, THEREFORE, the CITY and the CONTRACTOR, in consideration for the mutual promises and benefits hereinafter set forth, agree as follows to the following changes: 1. Attachment B — Amended to reflect price adjustments based on renewal language pursuant to Article 1 and Attachment B - Item 1 of the Agreement. Rates will become effective at the start of the Renewal No. 1 term of August 9, 2022 to August 8, 2023. Execution of Documents Each party is hereby authorized to accept and rely upon a facsimile signature or signature transmitted through electronic means of the other party on this Work Order or any Amendment hereto. Any such signature shall be treated as an original signature for all purposes. Each party is hereby authorized to accept and rely upon documents in paper or electronic format. 1 IN WITNESS WHEREOF, the parties hereto have caused this 1st Amendment to be executed. CITY OF BOCA RATON: Date: By: Name: Leif J. Title: CI GARDENING' ANGEL NURSERY, INC.; Date: ) By: Signature Name: i) r re - W (`-oS Z ei Title: V L e...0 Pres 1 / President (or other duly authorized Officer) (Attach Resolution/Bylaw of authorization If not President) 2 ATTACHMENT B COMPENSATION FOR SERVICES The CITY shall pay to the CONTRACTOR for providing and performing landscape material services as described in Attachment A set forth as follows: The following price schedule shall apply. SECTION A: PALMS (Unit Prices shall Include Supply. Deliver and Install) Item Description Size Unit Price Amendment 1 Pricing 1 Bismarck Palms/ Bismarckia nobilis 'Silver' 45 Gallon/ 8' OA min. $55040 $599.50 2 Bismarck Palms/ Bismarckia nobilis 'Silver' FG 10- 12' OA $850,99 $926.50 3 Bismarck Palms/ Bismarckia nobilis 'Silver' FG 12.5-14' OA $95990 $1.035.50 4 Bismarck Palms/ Bismarckia nobilis 'Silver FG 15-20' OA $950,44 5 Lam $103.55 5 Bottle Palm / Hyophorbe lagenicaulis 15 Gallon/ 6' OA min. 895,49 6 Bottle Palm / Hyophorbe lagenlcaulis 25 Gallon/ 8' OA min. $22594 $245.25 7 Buccaneer Palm/ Pseudophoenix sargentil 15 Gallon/ 6' OA min. 9304,04 $327.00 8 Buccaneer Palm/ Pseudophoenix sargentil 26 Gallon/ 8' OA min. $459,04 9490.50 9 Cabbage Palmetto/ Sabel palmetto FG Slick 12-16' CT $24000 $218.00 10 Cabbage Palmetto/ Sabal palmetto FG BTD 12-16' CT $340,04 $218.00 11 Cabbage Palmetto/ Sabal palmetto FG Slick 17-22' CT 922544 $245.25 12 Cabbage Palmetto/ Sabal palmetto FG BTD 17-22' CT 922540 $245 25 13 Canary Island Date Palm / Phoenix canariensis 7 - 8' CT $4,609414 $1,744.00 14 Canary Island Date Palm / Phoenix canarlensis 9 - 10' CT $2,400:04 92.180.00 15 Canary Island Date Palm / Phoenix canarlensis 11-12' CT ' 92,80044 $3,052.00 16 Canary Island Date Palm / Phoenix canariensis 13 - 14 ' CT $3,20000 93,488.00 17 Canary Island Date Palm / Phoenix canarlensis 15 -16' CT $5,009.40 $5,450.00 18 Canary Island Date Palm / Phoenix canariensis 17 - 18' CT 85,00000 $5,450.00 19 Canary Island Date Palm / Phoenix canarlensis 19 - 20' CT $5,50040 $5.995.00 20 Carpentaria Palm / Carpentaria acuminata 10-12' CT $36004 9392.40 21 Carpentaria Palm / Carpentaria acuminata ( Single) 12.5-14' CT 840044 8436.00 22 Carpentaria Palm] Carpentaria acuminata ( Double) 12.5-14' CT $460,04 $490,54 $81.75 23 Cat Palm / Chamaedorea cataractarum 15 Gallon $3544 24 Chinese Fan Palm/ Livistona chinensis FG 8-10' OA 9300,00 9218.00 25 Chinese Fan Palm/ Livislona chinensis FG 10.5-12' OA 925440 9272.50 . 26 Chinese Fan Palm/ Livislona chinensis FG 12.5-14' OA $27500 $299.75 27 Chinese Fan Palm/ Livistona chinensis FG 14.5-16' OA 932540 5354.25 28 Coconut Palm/ Cocos nuctfera'Malayan Dwarf' FG 13-16' OA $250:00 $272.50 29 Coconut Palm/ Cocos nucifera 'Malayan Dwarf FG 17-20' OA $34949 $327.00 30 Coconut Palm/ Cocos nucilera 'Malayan Dwarf FG 21-24' OA $850,49 9708,50 31 Coconut Palm/ Cocos nucifera 'Malayan Dwarf FG 25-28' OA $75090 $817.50 32 Coconut Palm/ Cocos nucifera 'Malayan Dwarf FG 29-33' OA 875094 $817.50 33 Coconut Palm/ Cocos nucifera 'Maypan' FG 13-16' OA 850990 $.x,00 34 Coconut Palm/ Cocos nucifera ' Maypan' FG 17-20' OA $750.04 $817.50 35 Coconut Palm/ Cocos nucifera 'Maypan' FG 21-24' OA $4,-28000 91,308.92 36 Coconut Palm/ Cocos nucifera 'Maypan' FG 25-28' OA $1;30040 81.417.00 37 Coconut Palm/ Cocos nucifera 'Maypan' FG 29-33' OA 81,50000 $1,635.00 38 Cuban Royal PalmiRoystonia regia FG 10-11.5' GW 84,300.04 $1,417.00 39 Cuban Royal Palm / Roystonea regia FG 12-14' GW $1;50000 $1.635.00 40 Cuban Royal Palm / Roystonea regia FG 14.5-16' GW $2,40444 $2,180.00 41 Cuban Royal Palm / Roystonea regia FG 16.5-18' GW $2,300:90 92.507.00 42 Cuban Royal Palm / Roystonea reqia FG 18.5-20' GW $2,600:00 92,726.00 43 Cuban Royal Palm / Roystonea regta FG 20.5-22' GW $2,79000 92,943.00 44 Cuban Royal Palm / Roystonea regia PG 22.5-24' GW 92;000:90 93,161.00 45 Cuban Royal Palm / Roystonea regia FG 24.5-26' GW $3,400.84 $3 379.00 46 Cuban Royal Palm / Roystonea regia FG 26.5-28' GW 83,200:00 93.488.00 47 Cuban Royal Palm / Roystonea regia FG 28.5-30' GW $3,300:90 $3.597.00 48 Cuban Royal Palm 1 Roystonea regia FG 30.5-32' GW 93;500:84 $3,815.00 49 Cuban Royal Palm I Roystonea regia FG 32.5-34' GW $3,70000 $4,033.00 50 Cuban Royal Palm] Roystonea regia FG 34.5-36' GW $2,70044 04,033.00 51 Cuban Royal Palm 1 Roystonea regia FG 36.5-38' GW 53;790.49 94,033.00 52 Cuban Royal Palm 1 Roystonea regiaFG 38.5-40' GW $3,700.00 $4,033.00 53 Foxtail Palms / Wodyetla bifurcata 10-12' OA 925009 5272.50 54 Foxtail Palms / Wodyetia bifurcata( Double) 10-12' OA $295.90 $321.55 55 Foxtail Palms / Wodyetla biturcata( Triple) 10-12' OA $360.00 $381.50 56 Foxtail Palms /Wodyetia bi(urcata 12.5-14' OA 5326,90 $354.25 57 Foxtall Palms / Wodyetla bifurcata( Double) 12.5-14' OA $360:94 58 Foxtail Palms / Wod eta bifurcata T1.lo 12.5-14' OA 5400:04 •36.00 59 Hurricane Palm / Dictyosperma album 25 Gallon/ 8' OA min. 536040 9381.50 60 Hurricane Palm / Dlotyosperma album FG 8.5' - 10' OA 5600,90 8545.00 81 Hurricane Palm / Dictyosperma album FG 10.5- 12' OA $525:40 9572.25 62 Medjool Date palm/ Phoenix dactyllfem FG 10-12' CT 53,750.40 54,087.50 63 Mediae! Date palm/ Phoenix dactylifera FG 12.5-14' CT 53,7&0:00 $4,087.50 64 Medjool Date Phoenix dactylifera FG 14.5-16' CT 53,950.00 $4.305.50 65 palm/ Montgomery Palms/ Veitchia montgomeryana (single) 26 Gallon/ 10' OA min. 5250.04 $ 72.50 66 Montgomery Palms/ Veitchia montgomeryana (Double) 25 Gallon/10' OA min. 5296:00 9321.55 67 Montgomery Palms/ Veitchia montgomeryana [Triple) 25 Gallon/ 10' OA min. 5325,00 .354.25 68 Montgomery Palms/ Veitchia montgomeryana (single) FG 11- 14' OA 536494 9381.50 69 Montgomery Palms/ Veitchia montgomeryana (Double) FG 11- 14' OA 537§04 .9408.75 70 Montgomery Palms/ Veitchla montgomeryana (Triple) FG 11 - 14' OA $396:90 5430.55 71 Montgomery Palms/ Veltchia montgomeryana (single) FG 15 - 20' OA 548404 5523.20 72 Montgomery Palms/ Veitchia montgomeryana (Double) FG 15 - 20' OA 552590 $572.25 73 Montgomery Palms/ Veitchla montgomeryana (Triple) FG 15 - 20 OA $525.09 5572.25 74 Montgomery Palms/ Veitchia montgomeryana (single) FG 20.5 - 25' OA $90494 5654.00 75 Montgomery Palms/ Veitchia montgomeryana (Double) FG 20.5 - 250A 9625:04 5681.25 76 Montgomery Palms/ Veitchla montgomeryana (Triple) FG 20.5 - 25' OA 563400 5708.50 77 Paurotls Palm / Acoelorrhaphe wrightl FG 10-12' OA 542540 $463.25 78 Paumtis Palm / Acoelorrhaphe wrightli FG 12.5-14' OA 843500 $517.75 79 Paurotls Palm / Acoelorrhaphe wrlghtll FG 14.5-16' OA 560404 5545.00 80 Paurotls Palm / Acoelorrhaphe wrightil FG 16.5-18' OA 5600:44 5545.00 81 Pygmy Date Palm/ Phoenix roebelenii (Single) FG 4-6' 0A 5400,04 5109.00 82 Pygmy Date Palm/ Phoenix roebelenii (Double) FG 4-6' OA $456,00 .163.50 83 Pygmy Date Palm/ Phoenix roebelenii (Triple) FG 4-6' OA $475:04 190.75 84 Pygmy Date Palm/ Phoenix roebelenli (Single) FG 7-8' OA $475:09 $190.75 85 Pygmy Date Palm/ Phoenix roebelenli (Double) FG 7-8' OA $49590 $212.55 86 Pygmy Date Palm/ Phoenbc roebelenii (Triple) FG 7-8' OA 522500 .245.25 87 Pygmy Date Palm/ Phoenix roebelenii (Single) FG 9-10' OA 520044 88 Pygmy Date Palm/ Phoenix roebelenii (Double) FG 9-10' OA $27504 $299.75 89 Pygmy Date Palm/ Phoenix roebelenii (Triple) FG 9-10' 0A $276,04 8299.75 90 Queen Palm / Syagrus romanzoffiana FG 14-16' OA $259:00 8272.50 91 Queen Palm / Syagrus mmanzoffiana FG 17-19' OA 535444 8381.50 92 Satake palm/Satakentia liukiuensis 14' OA 54,40444 $1.526.00 93 Satake palm/Satakentia Ilukiuensis 16' OA 51-;600,04 $1,744.00 94 Senegal Palm / Phoenix reclinata FG 12-15' OA $325&4 8354.25 95 Senegal Palm / Phoenix reclinata FG 16-20' OA $425:98 .. . 96 Solitaire -Alexander Palm/ Ptychosperma elegans FG 8-12' OA 5276.00 $299.75 97 Solitaire - Alexander Palm/ Ptychosperma elegans FG 12.5-16' OA 540490 $436.00 98 Solitaire -Alexander Palm/ Plychosperrna elegans FG 16.5-20' OA $48404 $523.20 99 Spindle Palm / Hyophorbe verschatfeltit 15 Gallon/ 6' OA min. $426,04 100 Spindle Palm / Hyophorbe verscheffeltii 25 Gallon/ 8' OA min. $17504 •190.75 101 Spindle Palm / Hyophorbe verscheffeltli FG 8.5-10' OA 532504 $354.25 102 Spindle Palm / Hyophorbe verschaffeltii FG 10.5-12' OA 5375,00 8408.75 103 Spindle Palm /.Hyophorbe verschatfeiii FG 12.5-14' OA $425,04 8463.25 104 Florida Thatch Palm / Thrinax radiata 4-6' OA $26400 272.50 105 FloridaThatch Palm/ Thrinax radiata 6.5-8' OA $47504 5517.75 106 Florida Thatch Palm/ Thrinax radiata 8.5-10' OA 560404 $654.OQ 107 Florida Thatch Palm / Thrinax radiata 11-12' OA 5760,40 8817.50 108 Washington Palm/ Washingtonia robusta 14.5-16' CT 536494 5381.58 109 Washington Paiml Washingtonia robusta 16.5-18' CT 550499 $545.00 110 Washington Palm/ Washingtonia robusta 18.5-20' CT $969,04 $1.035.50 111 Washington Palm/ Washingtonia robusta 20.5-22' CT $1,360.04 51,471.50 112 Washington Palm/ Washingtonia robusta 22.5-24' CT 51,100.40 $1.526.00 113 Washington Palm/ Washingtonia robusta 24.5-26' CT 53JS0:44 $1 907.50 114 Washington Palm/ Washingtonia robusta 26.5-28' CT $160.09 $1,907.50 115 Washington Palm/ Washingtonia robusta 28.5-30' CT $48004/0 91.962.00 116 Wild Date Palm/ Phoenix sylvestris 11 - 12' CT 51,60444 51,635.00 117 Wild Date Palm/ Phoenix s eslris 13 - 14' CT 5200400 118 Wild Date Palm/ Phoenix syivestds 15 - 16' CT 52,600.80 92,725.00 SECTION B: PLANT MATERIAL/SHRUBS (Unit Prices shall include Supply, Deliver and Install) hem Description Unit of Measure Mark Up Percent Offered Mark Up Percent Offered 119 0 FHtR MISCELLANEOUS PALMS - I his line item is for "Palms" not Percent (%) 150.0% 150.0% listed In Section A Proposer shall provide a quote for "Palms" not listed In Section A to the City Project Manager on an as needed basis using the nnrrentane Markljn mmnnsed The aunts shall referenrn the wholasaln 120 African ids (white) / Dietes iridloides 1 Gallon $5,50 $6.00 121 African Iris (white) / Diates iridioides 3 Gallon 58.75 59.54 122 Agave americana 3 Gallon $20:60 521.80 123 Agave attenuate/ spineless century plant 3 Gallon $20:00 521.80 124 Agave attenuata'Blue Flame' 3 Gallon $2040 521.80 125 Asiatic Jasmine/Trachetosperum asiaticum 1 Gallon 5444 $5.45 126 Bay Cedar / Suriana maritima 3 Gallon 54540 516.35 127 Bay Cedar / Suriana maritima 7 Gallon $40,00 554.50 128 Beautyberry/ Callicarpa americana 3 Gallon 58.75 $9.54 129 Blanket Flower/ Gaillardia pulchella 1 Gallon 5560 $5.45 130 Bougainvillea Dwarf 3 Gallon $5:04 $5.45 131 Bougainvillea 'Helen Johnson' 3 Gallon $40,00 $10.90 132 Bush Allamanda / Allamanda schotti 3 Gallon 54049 $10.90 133 Carisse macrocarpa' Emerald Blanker r 3 Gallon $8:75 $9.545 134 Cadssa macrocarpa 'Boxwood Beauty 3 Gallon $8.75 59.54 135 Cocoplum / Chrysobalanus icaco 'Red Tip' 3 Gallon $8.75 59.54 136 Crinum Lily / Crinum jagus • SL Christopher Lily' 3 Gallon 58.35 $9.54 137 Crinum Lily / Crinum jagus " St. Christopher Lily' 7 Gallon 54440 549.05 136 Crinum Lily / Crinum asiaticum 3 Gallon 510:04 510.90 139 Crinum Lily / Crinum asiaticum 7 Gallon 53240 $34.88 140 Croton / Codiaeum variegatum 'Eleanor Roosevelt' 3 Gallon 54&04 $10.90 141 Croton / Codiaeum variegatum 'Eleanor Roosevelt' 7 Gallon 53244 634.88 142 Croton / Codiaeum variegalum'Mammey 3 Gallon 58.75 $9.54 143 Croton / Codlaeum veriegatum'Mammey' 7 Gallon 53240 $34.88 144 Croton / Codlaeum variegatum 'Petra' 3 Gallon $8:75 59.54 145 Croton / Codlaeum variegatum Petra' 7 Gallon 132:64 $34.88 146 Diamond Frost/ Euphorbla 1 Gallon 5540 55.45 147 Downy Jasmine / Jasminium multiforum 3 Gallon 58:75 $9.54 148 Dune Sunflower/ Helianthus debilis 1 Gallon $544 55.45 149 Fakahalchee Grass 1 Tripsacum dactyloides 1 Gallon $564 $5.45 150 Fakahatchee Grass / Tripsacum dactyloides 3 Gallon $8.75 1Ilk 151 Ficus benjamina (2-3' ht.) 3 Gallon $8.60 $8.� 152 Ficus benjamina (4-5' ht.) 7 Gallon $30.04 532.70 153 Ficus benjamina (6-7' ht.) 15 Gallon 55540 $59.95 154 Firebush / Hamella patens 3 Gallon $8-75 59.54 155 Fishtail Fern / Nephrolepis falcate 'Furcans' 1 Gallon $5.44 55.45 156 Nephrolepis exaltata' Bostoniensds' 1 Gallon $544 55.45 157 Flax Lily / Dianella tasmanica 1 Gallon 5544 55.45 158 Flax Lily / Dianella tasmanica 3 Gallon $8:74 59.54 159 Florida Gamagrass / Tripsacum tloridanum 1 Gallon $544 $5.45 180 Florida Gamagrass / Tripsacum floridanran 3 Gallon $8.75 $9.54 161 Gold Mound/ Durania erecta 3 Gallon $8.04 $8.72, 162 Green Buttonwood/ Conocarpus erectus 3 Gallon $8.76 $9.54 163 Green Buttonwood/ Conocarpus erectus 7 Gallon 532:00 $34.88 164 Green Island/ Ficus microcarpa 3 Gallon $575 59._-_ 165 Hair Mutely Grass/ Muhlenbergia capillans 3 Gallon $8.75 $9.54 166 Indian Hawthorne / Rhapholepis indica 3 Gallon $4.60 59.81 167 Ixora coccinea' Maui Yellow' 3 Gallon $574 59.54 168 Ixora coccinea 'Nora Grant' 3 Gallon $8.75 69.54 169 Ixora cocinea 'Petite' (Red Taiwan dwarf) 3 Gallon $8:74 59.54 170 Jamaica Caper/ Cappads cynophallophora 3 Gallon 54040 $11.45 171 Jamaica Caper/ Cappads cynophallophora 7 Gallon $40.04 $43.60 172 Japanese Pittosporum / Pittosporum tobira 3 Gallon 54:00 59.81 173 Japanese Pittosporum / Pittosporum tobira 7 Gallon 50.50 S1Q.88 174 Juniper/Juniperus chinensls 'Parsonll' 3 Gallon $0.54 510.36 175 Lantana / Assorted Colors 1 Gallon $440 $4.91 176 Leather Fem / Acrostichum danaeifollum 3 Gallon $41:00 $11.99 177 Liriope muscari / Evergreen Giant 1 Gallon 5540 $5_45 178 Uriope muscari / Evergreen Giant 3 Gallon $5:59 $9.27 179 Uriope muscari'Super Blue' 1 Gallon $5,04 $5.45 180 Lldope muscad 'Super Blue' 3 Gallon $✓4.34 $9.54 181 Uriope muscad %fariegata' 1 Gallon $8.09 $5.45 182 Uriope muscad Vadegata' 3 Gallon $5.75 $9.54 183 Mexican heather/Cuphea hyssopifolia 1 Gallon SLOG 55.45 184 Myrsine/ Rapanea punctata 3 Gallon S5:7b $9.54 186 Myrsine/ Rapanea punctata 7 Gallon $5.80 186 Native Porterweed/ Stachyterpheta Jamelcensis 3 Gallon $5.04 55.45 187 Necklace Pod/ Sophora lomentosa 3 Gallon 59:09 .9.81 188 Pentas / Pentas lanceolata ( Assorted colors) 1 Gallon $8,89 189 Plumbago / Plumbago 'Imperial Blue' 3 Gallon $&75 $9.54 190 Podocar.us macro .h Ilus 'Maio 3 Gallon 5940 ' 9.81 191 Podacarpus macrophyllus 'Maki' 7 Gallon 53204 192 Podocarpus macrophyllus 'Mak? 15 Galkm $75.00 81.75 193 Sand Cordgrass/ Spartlna baked 1 Galion 59,44 5 45 194 Saw Palmetto / Serenoa repens 3 Gallon $47,64 1 r 195 Saw Palmetto I Serenoa repens 7 Gallon $50:06 54.50 196 Scheffera arbodcole' Gold Capella' 3 Gallon 5&75 - 197 Schefflera arboricola' -Dinette' 3 Gallon 5575 198 Schefflera arboricola green 3 Gallon $&75 199 Sea. rape/Coccoloba uvifera 3 Gallon 57=09 200 Selloum Philodendron / Philodendron bipinnattfidum 3 Gallon 510.90 201 Selloum Philodendron / Philodendron bipinnalifidum 527.25 202 Philodendron/ Philodendron'Xanadu' 513.08 203 Philodendron/ Philodendron 'Xanadu' 7 Galan $30.00 .32.70 r' Shell Ginger/ Alpina zerumbet 'Variegate' - 517.44 205 Shell Ginger/ Alpina zerumbet'Variegata' $31144 541.42 r • Shining Jasmine/ Jasminum nitidum 3 Gallon $8.75 $9.54 207 Shore Juniper/ Juniperus conferta 'Blue Pacific' 3 Gallon 4944 09.81 208 Silver Buttonwood/ Conocarpus erectus sedceus - r' Silver Buttonwood/ Conocarpus erectus sedceus 7 Gallon 539,09 532.70 r Silver Sea Ox- Eye Borrichia frutescens 1 Gallon $5,00 55.45 211 Silver Sea Ox- Eye Bonichia frutescens 3 Gallon $0680 212 Simpson Stopper/ ianthes fragrans 7 Gallon 53040 $32.70 213 9oclely Garlic/ Tulbaghia violacea 1 Gallon $5,00 55A5 214 S. anlsh Sto.. eA Eu a enia foetida 3 Gallon $46,00 $16 35 215 Spanish Stopper/ Eugenia foetida ' 9.05 216 Starburst I Clerodendrum quaddioculare 7 Gallon 217 Thryallis/ Galphimia gracilis 3 Gallon - 218 TI Plant/ Cordyline fruticosa' Red Sister' 3 Gallon $41M10 $10.90 219 Ti Plant/ Cord line fruticosa' Xerox' ! 90 fruticosa 'Auntie Lou' - alters Viburnum/ Viburnum obovetum r ' r alters Viburnum/ Viburnum obovatum weet Viburnum/ Vibumum odoratissimum weet Viburnum/ Viburnum odoratlssimum var. awabuki weet Vibumum/ Vibumum odora0ssimum var. awabukiweet Vibumum/ Viburnum odora0ssimum var. awabuki 15 Gallon 57-549 $81.75 IPIant/Cordyline andanka Viburnum / Viburnum suspensum 9 54 andankwa Viburnum / Viburnum suspensumandanka Viburnum /Viburnum suspensumax myrtle/Myrica ceriferaax myrtle/Mydca ceriferaioBerry/RandiaacuieateioBerry/Randiaaculealahite 236 Sto.. er/ Eu. enia axiilaris $1146 S9.54 Wild Coffee/ Psychotria nervosa 3 Gallon 5845 9.54 • Yaupon 1 -toll / Ilex vomitoria 'Nana' 3 Gallon $40:00 Ms.!. 237 Yaupon holly / Ilex vomitoria 'Stokes dwarf 3 Gallon 540.49 $10.90 238 Yesterday/Today/Tomorrow Brunfelsia grandiflora 3 Gallon 542.00 513.08 239 Yesterday/Today/Tomorrow Brunfelsie grandlfora 7 Gallon 53540 '.38 5 240 Zamia furfuracea/Cardboerd palm 3 Gallon $4750 - 19 18 241 Zamia furfuracea/Cardboard palm 7 Gallon 589,04 S70.85 242 Zamia pumila/Coontie 1 Gallon $590 243 Zamia pumile/Coontie 3 Gallon 522.00 $23.98 244 Zamia pumila/Coontie 7 Gallon 550.00 $54.50 item Descrlptton Unit of Measure Mark Up Percent Mark Up Percent Offered 245 OTHER MISCELLANEOUS PLANT MATERIAL/SHRUBS - This line Item Percent (%) 150.0% 150.0% is for "Plant MateriaUShrubs" not listed In Section B. Proposer shall provide a quote for "Plant Material/Shrubs" not listed in Section B to the City Project Manager on an as needed basis using the percentage Mark - Up proposed. The quota shall reference the wholesale cost of the SECTION C: TREES (Unit Prices shall Include Supply, Deliver and Ins allj 246 Bald Cypress / Taxodium distichum 15 Gallon/ 6' OA min. $75.00 $81.75 247 Bald Cypress / Taxodium distichum 10' OA min. $260.00 $272.50 248 Bald Cypress / Taxodium distichum 30 Gallon/ 11' OA min. $250:00 $272.50 249 Bald Cypress /Taxodlum distichum 45 Gallon/ 12 OA min. 5375.00 $408.75 260 Bald Cypress / Taxodlum distichum 65 Gallon/ 14' OA min. $500:00 $545,00 5438.00 251 Black Ironwood /Krugiodendron ferreum 45 Gallon/ 10' OA min. $400.00 252 Blolly Tree / Guaplra discolor 3 Gallon 542.90 513.08 253 Blolly Tree / Guapira discolor 25 Gallon/ 10' OA min. $275-00 $299.75 254 Bulnesta, Verawood / Bulnesia arborea 25 Gallon/ 10' OA min. 5276,00 5299.75 255 Brazil Beauty leaf/ Calophyllum brasillense 10-12' OA $275.00 $299.75 258 Brazil Beauty leaf/ Calophyllum brasiliense 13-15' OA $400.00 5436.00 257 Brazil Beauty leaf/ Calophyllum brasillense 16-18' OA $575.00 $628.75 258 Brazil Beauty leaf/ Calophyllum brasillense 19-20' OA 5250.00 $272.50 259 Crape Myrtle/ Lagerstroemia indica (Assorted Varieties) 30 Gallon/ 10' OA min. $375,00 giLIL..75 $327.00 260 Crape Myrtle/ Lagerstroemia indica (Assorted Varieties) 45 Gallon/ 12' OA min. 5300.00 261 Dahoon Holly / Ilex cassine 10' OA min. 5275:00 5299.75 262 Fiddle Wood/ Cilharexylum spinosum 45 Gallon $30594 $430.55 263 Florida Red Bay/ Parsee borbonia 10' OA min. $300.00 5327.00 264 Floss Silk Tree / Ceiba speciosa 30 Gallon/ 10' OA min. 5275:04 5299.75 285 Floss Silk Tree / Ceiba speciosa 12' OA min. $375:00 5408.75 266 Geiger Tree/ Cordia sebestena 30 Gallon/ 10' OA min. $275.00 X299.75 267 Geiger Tree/ Cordia sebestena 45 Gallon/ 12' OA min. $336.00 $408.75 268 Green Buttonwood / Conocarpus erectus . 10-12' OA $275.00 $299.79 269 Green Buttonwood / Conocarpus erectus 12.5-14' OA $375.04 $408.75 270 Gumbo Limbo Tree/ Bursera slmaruba 10-12' OA 527§90 $299.75 271 Gumbo Limbo Tree/ Bursera simaruba 12.5-15' OA $335,00 $408.75 272 Hong Kong Orchid / Bauhinla X blakeana 9-11' OA $275.04 $299.75 273 Hong Kong Orchid / Bauhinia X blakeana 12-14' OA $375,04 $408.75' 274 Jacaranda / Jacaranda mimosifolla 10-12' OA 5275.04 5299.75 275 Jacaranda / Jacaranda mtmosifolia 12.5-14' OA 5350.00 $381.50 276 Japanese Fern Tree/ Fllicium deciptens 10' OA min. $32590 5354.25 277 Japanese Fern Tree/ Fillcium deciptens 12' OA min. $42500 5463.25 278 Jatropha- Peregrine/ Jatrophe integerdma 8-10' STD $205.00 $321.55 279 Lignum Vitae/ Guaiacum officinele 6-8' OA 5460.00 5490.50 280 Native Lignum Vitae/ Guaiacum sanctum 25 Gallon/ 8' OA min. $50490 5545.00 281 Native Lignum Vitae/ Guaiacum sanctum 45 Gallon/ 8' OA min. 5550:04 5708.50 282 Pigeon Plum / Coccoloba diversifolia 10' OA min. $275.00 $299.75 283 Pigeon Plum / Coccoloba diversifolla 12' OA min. 5376.00 5408.75 284 Mastic Tree / Sideroxylon (oetidissimum 7 Gallon $45:00 $49.05 285 Mastic Tree / Sideroxylon (oetidissimum 25 Gallon 527500 $299.76 286 Paradise Tree/ Slmarouba glauca 10' OA 5235:00 5299.75 287 Pink Trumpet Trees/ Tabebuia heterophylla FG 10-12' OA $375.44 $408.75 288 Pink Trumpet Trees/ Tabebuia heterophylle FG 12.5-15' OA 6375.00 $408.75 289 Pitch Apple / Clusia rosea 45 Gallon $275.00 5299.75 290 Pitch Apple/ Clusia rosea FG 12-14' OA $27540 5299.75 $327.00 291 Purple Trumpet Trees/ Tabebuia impetiginosa 30 Gallon/ 10-12' OA $30040 292 Glossy Privet/ Llgustrum Japonicum 30 Gallon/ 5'. OA min. 535040 5381.50 293 Glossy PriveU Ligustrum Japonicum 45 Gallon/ 7' OA min. $350.00 5381.50 294 Privet/ Ligustrum FG 8 - 10' OA $40540 $539.55 295 Privet / Ligustrum FG 10.5 - 12' OA 3040:00 $981.00 296 Live Oak Tree/ Quercus virginiana 30 Gallon 5275.00 5299.75 297 Live Oak Tree/ Quercus virginiana 45 Gallon $42540 9483.25 298 Live Oak Tree/ Quercus virginiana 3" Caliper 5550:00 $599.50 299 Live Oak Tree/ Quercus virginiana 4" Caliper $55044 $926.50 300 Live Oak Tree/ Quercus virginiana 5" Caliper $1,500:00 $1,635.00 301 Live Oak Tree/ Quercusvirginiana 6" Callper 52,000.00 $2.180.00 302 Mahogany/ Swietenia mahogani FG 10-12 OA 5274.80 6299.75 303 Mahogany/ Swietenia mahogani FG 12.5-14' OA $375,00 6408.75 304 Purple Glory Tree/Tibouchina granulosa 8' STD 5250.00 $272.50 305 Queen Crape Myrtle/ Lagerstroemla speclose 10-12' OA 5325:00 $354.25 306 Red Maple/ Acer rubrum 30 Gallon/ 10' OA min. 5236,94 $299.75 307 Royal Poinciana Tree/ Delonix regia FG 10-12' OA $235:00 Ma,75 308 Royal Poinciana Tree/ Delonbc regia FG 12.5-15' OA 5375,04 $408.75 309 Satin Leaf/ Chrysophyllum olivifonne 10-12' OA 5205:80 6321.55 310 Satin Leaf/ Chrysophyllum oliviforme 12.5-14' OA 5375,00 $908.7 311 Seagrape/Coccoloba uvlfera 10' STD 5275,00 5299.75 312 Seagrape/Coccoloba uvifera 12' STD $25040 6381.5• 313 Silver Buttonwood/ Conocarpus erectus sericeus 10-12' STD 5275.04 6299-75 314 Silver Trumpet /Tabebuia caralba FG 10-12' OA 5275.90 $29975 315 Sliver Trumpet / Tabebuia caralba FG 12.5-14' OA 5375:00 . • 08.75 318 Slash Pine/ Pinus elllottli var. densa 7 Gallon $50:00 554.50 317 Slash Pine/ Pinus elliottii var. densa 15 Gallon 57640 $81.75 318 Slash Plne/ Pinus elllotlll var. densa 8.10' OA 527•540 $299.75 319 Slash Pine/ Pinus elliottii var. dense 11-12' OA 532600 $354.25 320 Slash Pine/ Pinus eliiottil var. densa 13-15' OA 5250,00 5381.50 321 Small Leaf Clusia / Clusia gave 25 Gallon 5275,00 $299.75 322 Small Leaf Clusia / Clusia flava 8-10' OA 523580 $299.75 323 Smell Leaf Clusia I Clusia (lave 10.5.12 OA 533540 •.: •8 324 Spicewood / Calyptranthes paliens 7 Gallon 55540 655.95 325 Wild Tamarind/ Lyslioma latislliquum FG 8-10' OA 526&80 6272.51 326 Wild Tamarind/ Lysiloma lalisiliquum FG 10.5-12' OA 5235,00 '•2• •.7 327 Wild Tamarind/ Lysiloma latisillquum FG 12.5-14' OA $37580 $408.75 328 Yellow Poinciana / Peltophonlm dubium 10' OA 527544 $299.75 Item Description Unit of Measure Mark Up Percent Offered Mark Up Percent Offered 150.0 329 OTHER TREES - This line item is for "Trees" not listed In Section C. percent (%) 150.0% Proposer shall provide a quote for "Trees" not listed in Section C to the City Protect Manager on an as needed basis using the percentage Mark - Up proposed. The quote shall reference the wholesale cost of the material (which shall be a pass through cost), plus a percentage mark-up of the cost of the material. The cost of the material must be in fine with industry standards. The City may request proof of invoice from wholesaler/supplier supplying material. SECTION D: RELOCATION / TRANSPLANTING (Unit Prices shall include Relocation/Transplanting) 330 Relocatlon/Transplanting of Shrubs less than 3' ht. EA $2:20 $354 331 Relocation/Transplanting of Shrubs between 3.5' and 6' ht. EA $6.50 7.0 332 Reloca0onlTranspiantlng of Shrubs between 6.5 and 10' ht. EA 52544 $27.25 333 Relocation/Transplanting of Palms up to 10' OA EA 545040 .1._50 334 Relocallon/Transplanting of Palms over 10' up to 14' OA EA 547540 6190.75 335 Relocation/Transplanting of Palms over 14' up to 18' OA EA 520040 $218.00 336 Relocation/Transplanting of Palms over 18' up to 22' OA EA 535&80 5361.50 337 Relocation/Transplanting of Palms over 22' up to 26' OA EA 550040 •5.00 338 Relocation/Transplanting of Palms over 26' up to 30' OA EA $75040 $817.50 339 Relocation/Transplanting of Palms over 30' up to 34' OA EA $05040 . . . o 0 340 Relocation/Transplanting of Palms over 34' up to 38' OA EA 51,200.00 51,308.00 341 Relocation/Transplanting of Canopy Trees up to 3" Caliper EA $200.00 $327.00 342 5" EA 535000 6381.50 343 Relocation/Transplanting of Canopy Trees over 3" Caliper up to Relocation/Transplanting of Canopy Trees over 5" Caliper up to 7" EA $75080 5817.50 3`14 Relocation/Transplanting of Canopy Trees over 7" Caliper up to 9" EA 51,200.00 , +.•0 345 Relocation/Transplanting of Canopy Trees over 9" Caliper up to 11" EA 54,350:00 51,471.50 346 Relocation/Transplanting of Canopy Trees over 11" Caliper up to 13" EA 51,36000 1 471. 1 347 Relocation/Transplantlnq of Canopy Trees over 13" Caliper up to 15" EA $4,359.00 51,471.60 SECTION E: REMOVAL 8, DISPOSAL OF CRY EXISTING PLANT MATERIAUSTUMP$ - (Unit Prices shall include Removal and Disposal Services) 348 Tree ranging in size in feet: 3.5' - 5' EA 54540 $49.05 349 Tree ranging in size in feet: 5.5' - 10' EA $x5,00 681.75 350 Tree ranging in size in feet: 10.5' - 15' EA 542500 6136. 5 351 Tree ranging in size in feet: 15.5' - 20' EA $260:00 $272.50 362 Tree ranging in size in feet: 20.5' - 25' EA $37:+.04 $299,75 353 Tree ranging in size in feet 25.5' - 30' EA $52504 $572.25 354 Tree ranging in size in feet: 30.5' - 35' EA $754.04 $817.60 355 Tree ranging in size in feet 35.5' - 45' EA $800.04 5981,00 356 Tree ranging In size In feet 45.5' - 50' EA $4,200.00 $1,308.00 357 Tree ranging in size in feet 50.5' - 55' EA 61,.50004 51,635.00 368 Palm ranging in slze In feet 3.5' - 5' EA $45:00 549.05 359 Palm ranging in size in feet 5.5' - 10' EA $75.04 681.75 360 Palm ranging in size in feet 10.5' - 15' EA $49044 5109.00 361 Palm ranging in size In feet: 15.5' - 20' EA $375.00 529•.75 382 Palm ranging in size in feet 20.5' - 25' EA $425,84 $463.25 363 Palm ranging in size In feet 25.5' -35' EA $425.49 $46325 364 Palm ranging In size In feet: 35.5' -45' EA $75&44 5817.50 365 Palm ranging in size in feet:45.5' - 55' EA $400.94 5981.00 366 Clumping palm ranging in size in feet 1-5' EA $49.04 $190 367 Clumping palm ranging In slze In feet 5.5-10' EA $25.49 527.25 368 Clumping palm ranging In size in feet 10.5-15' EA $5`0.09 $54.501 369 Clumping palm ranging in size over 15' to 25' EA $379.99 5299.75 370 Plants and Shrubs ranging in size in feet: 1' - 3' EA $4.90 $4.36 371 Plants and Shrubs ranging in size in feet 3.5' -5' EA $7:64 58.18 372 Plants and Shrubs ranging in size in feet: 5.5' - 10' EA $20.04 521.80 373 Plants and Shrubs ranging in size in feet: 10.5' -15' EA $59.04 $54.50 374 Removal of Sod (AIL types) Square Foot $0.35 60.39 375 Removal of Weeds/fem beds Square Foot 50:36 50.38 376 Slump Removal less than 5" diameter EA $44.04 $43.84, 377 Stump Removal Greater than 5" dia and less than 10" diameter EA 5425.04 5136.25 378 Stump Removal Greater than 10" dia and less than 15" diameter EA $204.04 $218.00 379 Stump Removal Greater than 15" dia and less than 20" diameter EA $325.04 $354.25 380 Stump Removal Greater than 20" dia and less than 25" diameter EA $354.00 5381.50 SECTION F: SOD / MULCH / TOPSOIL/ MSC 381 SUPPLY & INSTALL RED MULCH Cubic Feet $1,75 51.91 3R2 SIIPPI V R INSTAI I OF ROD, ST AUGUSTINE FLORATAM Square Foot $0.80 50.71 383 SUPPLY. INSTALL & GRADE TOP SOIL (NON BULK) 50 LB. BAG 59.08 55.45 384 SUPPLY, INSTALL & GRADE TOP SOIL (BULK, TRUCK LOAD) Cubic Yard $40.04 643.60 385 SUPPLY & INSTALL PINE STRAW MULCH Cubic Feet $1-75 51.91 386 STRAIGHTEN AND RE -STAKE PALMS Less than 12' ht. $6409 $6q 550 387 STRAIGHTEN AND RE -STAKE PALMS >12' TO 18' OA • 579.00 581/5 388 STRAIGHTEN AND RE -STAKE PALMS > 18' TO 25' OA $19609 $109.00 389 STRAIGHTEN AND RE -STAKE CANOPY TREES 3" caliper or smaller $60.44 554.50 390 STRAIGHTEN AND RE -STAKE CANOPY TREES >3' caliper to 6" caliper 144604 $109.00 391 STRAIGHTEN AND RE -STAKE CANOPY TREES >6" caliper to 10" caliper $17§04 $190.75 392 STRAIGHTEN AND RE -STAKE CANOPY TREES >10" caliper to 15" caliper $250.04 $272.50 PRICE ADJUSTMENTS AND PAYMENT 1.Price Adjustments Prior to each renewal term only, the CONTRACTOR may submit for a price adjustment Annual adjustment will be based on the latest yearly percentage increase or decrease of the Consumer Price Index for All Urban Consumers (CPI -U) (All Items) for Miami -Fort Lauderdale West Palm Beach, as published by the Bureau of Labor Statistics, U.S. Department of Labor for the May publication for the then current year. CONTRACTOR shall provide the CITY with a written request for adjustment for each individual Section A — F for an increase to the unit prices with the supporting document of the CPI -U as identified herein. Any request for adjustment to unit prices shall be provided to the CITY no later than thirty (30) days prior to renewal date and provided to the attention of the City Project Manager. It shall be the responsibility of the sender to conflrn receipt of the annual adjustment request The CITY will Issue an Amendment to the Agreement to approve the updated unit prices. 2.Price Increases Due to Market Conditions following a Hurricane The CITY acknowledges that market conditions can create fluctuation In pricing and/or availability of the item specified. The CITY may, in its sole discretion, make an equitable adjustment in the agreement terms and/or pricing if pricing or availability of supply Is directly affected by a Hurricane that destroys nursery stock normally avaltable from the nursery locations identified as being used by the CONTRACTOR. The circumstances must: 1.ba beyond the control of the CONTRACTOR 2.5ffect the marketplace or industry, not just the particular agreement source of supply 3.substantially affect pricing or availability of supply 4.atfect the CONTRACTOR such that continued performance of the agreement would result In a substantial loss The requested adjustment must be fully documented and submitted to the City Project Manager. The CITY may, after examination and reference to industry publications, refuse to accept the adjusted costs if they are not properly documented or increases are considered to be excessive. In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the CITY may terminate agreement in accordance with termination clause(s) herein. If the CITY accepts pricing adjustments, the CITY will issue an Amendment to the Agreement to approve the updated unit prices. 3. Market Prices CONTRACTOR may at any time during the Agreement offer lower unit prices to pass on any cost savings to the CITY and reflect reduced unit prices in the Work Authorization form. 4. Post -Sale Audit Adjustment All items/services sold to the CITY as a result of this Agreement are subject to Post Sale Audit Adjustment. In the event an audit reveals the CONTRACTOR has not honored unit prices. CONTRACTOR will be liable for any and all overstated charges by issuance of a credit memo or check, whichever is determined by the CITY. 5. Payment The CITY's payment term are Net 30 days. The CITY's intent is to pay 100% of the work detailed an each Work Authorization form after all items have been satisfactorily completed in full by the CONTRACTOR and accepted by the CITY. Partial Payment may only be utilized with the approval of the CITY. The City Project Manager will make final inspection of the material covered under the Work Authorization form and shall approve work before payment is authorized. Failure in the CONTRACTOR'S responsibility as outlined may result in either one or any of the following as determined by the CITY: a) Request for immediate replacement and/or correction of partial or entire order, b) Payment withholding until compliance is received and approval granted, c)Terminate the Work Authorization in part or in full. Invoice must reference purchase and work order numbers. 1 GAR(JEI\(Z(\(G \t'���Id iti n �. °*':�k • t\(L1R$ �, ,;f t4 ®®I''%, 6978 NW 81st Terrace, Parkland, Florida, 33067 Tel: 954-661-0124 fax: 954-752-5529 E-mail: Drew@gardeningangelnursery.com April 17, 2023 Adelina Gross CIP Manager, Opa-locka agross@opalockafl.gov RE: Tree Installation —installed price 129 45g 129 12' 258 8 Thanks, Drew #259 Crape Myrtle -asst. colors #315 White Tabebuia Tree Diapers Weeks Watering Service @ $408.75ea @ $408.75ea @ $ 35.00ea @ $700.00per week Total $52,728.75 $52,728.75 $ 9,030.00 $ 5,600.00 $120,087.50