R09-125
" I
,
1 I
2 RESOLUTION NO. R09- I 0/5
3
4 A RESOLUTION OF THE CITY COMMISSION OF
5 THE CITY OF BOYNTON BEACH, FLORIDA,
6 APPROVING THE RENEWAL OF "PIGGY-BACK"
7 OF A CITY OF PORT ST. LUCIE CONTRACT
8 #20070060 WITH ARBOR TREE & LAND, INC.,
9 D/B/A ATL DISASTER RECOVERY OF LAKE
10 WORTH, FLORIDA, FOR EMERGENCY DEBRIS
11 COLLECTION AND REMOV AL SERVICES;
12 AUTHORIZING THE MAYOR AND CITY CLERK
13 TO EXECUTE AN AGREEMENT; AND PROVIDING
14 AN EFFECTIVE DATE.
15
16 WHEREAS, City staff has confirmed that the City of Port St. Lucie has complied
17 with Public Contract Bid requirements which equal or exce<::d the City of Boynton
18 Beach's requirements; and
19 WHEREAS, upon recommendation of stan; it is the City's desire to renew its
20 "piggy-back" of a City of Port St. Lucie Contract #20070060 and authorizes the Mayor
21 and City Clerk to sign a Contract with Arbor Tree & Land, Inc., d/b/a A TL Disaster
22 Recovery, of Lake Worth, Florida for emergency debris collection and removal services.
23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
24 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
25 Section I. The foregoing "Whereas" clauses are hereby ratified and confirmed
26 as being true and correct and are hereby made a specific part of this Resolution upon
27 adoption.
28 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby
29 approv<::s the renewal of its "piggy-back" of a City of Port St. Lucie Contract #20070060
30 and authorizes the Mayor and City Clerk to sign a Contract with Arbor Tree & Land, Inc.,
31 dlb/a A TL Disaster Recovery, of Lake Worth, Florida for emergency debris collection and
c. Documents and St'uings\PrainitoJ\LocaJ ScUingsdemporar.v Interne:t Files\OLK l04\Piggy-Back PSL - A TLdoc
H I
1 dlb/a A TL Disaster Recovery, of Lake Worth, Florida for emergency debris collection and
2 removal services, a copy of the Agreement is attached hereto as Exhibit "A".
3 Section 3. That this Resolution shall become effective immediately.
4 PASSED AND ADOPTED this I day of September, 2009.
5
6
7
8
9
10
11
12 ;Zor~woodro~
13
14 ---,~:P/
15 Commissioner - Ronald Weiland
16 --
17
18 Commissio Rod~ez
19 ~_.')-<' //h-
...~
20
21 Commissioner. Marlene Ross
22
23 ATTEST:
24
25
26
27
28
29
30
31 (Corporate Seal)
32
S:\CA \RESO\Agreements\Bid Awards\Piggy-Back PSL - A TL.doc
RD'f-1a5"
RENEWAL CONTRACT FOR EMERGENCY DEBRIS MANAGEMENT
AND RECOVERY SERVICES
This Agreement is made as of this ~ day of ~' 2009 by and between
ARBOR TREE & LAND, INC., D/B/A ATL DISASTER RECO ERY, ofLake Worth, Florida,
a Florida Corporation, with offices at 5796 Western Way, Lake Worth, Florida 33463 ("ATL"),
and The City of Boynton Beach, a Florida municipal corporation, with an address at 100 East
Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City").
RECITALS
WHEREAS, during times of hurricane/disaster and/or emergency situations, the City
may have the need for emergency disaster recovery; and
WHEREAS, on September 18, 2007 the City Commission approved a piggy-back of a
bid through the City of Port St. Lucie with Arbor Tree & Land, Inc. (contract #20070060, for
various services that may be needed for disaster recovery which was let by the City of Port St.
Lucie following equivalent contract letting procedures as are required by the City of Boynton
Beach Purchasing Policies, and
WHEREAS, the City of Port St. Lucie has exercised its option to renew its Contract with
A TL for a period of two (2) years; and
WHEREAS, Arbor Tree & Land, Inc., d/b/a A TL Disaster Recovery, submitted a
proposal dated July 8, 2009 to the City for the renewal of its contract with the City of Boynton
Beach at prices based on Port St. Lucie Contract #20070060); and
NOW THEREFORE, in consideration of the mutual covenants contained herein, and
for other valuable consideration received, the receipt and sufficiency of which are hereby
acknowledged, the parties agree as follows:
AGREEMENT
Section 1. The foregoing recitals are true and correct and are hereby incorporated in
this Agreement.
Section 2. The City and Arbor Tree & Land, Inc., d/b/a ATL Disaster Recovery,
agree that A TL shall provide emergency debris collection and removal services pursuant to
ATL's proposal dated July 8, 2009 and incorporating the terms and conditions for performance
as set forth in Port St. Lucie Contract #20070060, a copy of which is attached hereto as Exhibit
"A", except as hereinafter provided:
A. All references to the City of Port St. Lucie shall be deemed as references to the
City of Boynton Beach.
Page I
S:\CA\AtiMTS\Piggyback (PSL - ATLl,doc
B. All Notices to the City shall be sent to:
City: Kurt Bressner, City Manager
City of Boynton Beach
100 East Boynton Beach Boulevard
Boynton Beach, Florida 33435
Telephone: (561) 742-6010 I Facsimile: (561) 742-6090
Copy: James A. Cherof, City Attorney
Goren, Cherof, Doody & Ezrol, PA.
3099 East Commercial Boulevard, Suite 200
Fort Lauderdale, FL 33308
Telephone: (954) 771-4500 I Facsimile: (954) 771-4923
C. The proposal from A TL dated July 8, 2009, is attached hereto Exhibit "B".
Section 3. In the event that the City of Port St. Lucie Contract is amended, or
terminated, ATL shall notify the City within ten (10) days. In the event the City of Port St. Lucie
Agreement is amended or terminated prior to its expiration, this Agreement shall remain in full
force and effect, and not be deemed amended or terminated, until specifically amended or
terminated by the parties hereto.
Section 4. The A TL agrees that in the event it enters into an Agreement for the same
(or substantially similar) scope of services with another local government in Florida which
contains a term or condition, including fees, charges or costs, which the City determines to be
more favorable than the terms in this Agreement, the parties shall enter into an Addendum to
provide those terms to the City.
Section 5. The insurance required shall require that the Certificate of Insurance name
the City of Boynton Beach as an additional insured.
Section 6. In all other aspects, the terms and conditions of the City of Port St. Lucie
Contract are hereby ratified and shall remain in full force and effect under this Agreement, as
provided by their terms.
IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the
day and year first written above.
CITY OF BOYNTON BEACH, FLORIDA
ATTEST:
~
Page 2
S:\CAIAGMTS\Piggyback (PSL - ATL).doc
S TO FORM:
Office
ARBOR TREE & LAND, INC., D/B/A ATL
DISASTER RECOVERY
WITNESSES: L
I BY: '\j~\\~\\, \\\0> ~l\~~
/
Print Name: ~
Title: '\l" "'~ \ V\,y
AITE~TJt 4 ;(
SECREt,;' - y~ ~
Page 3
S"\CA\AGMTS\Piggyback (PSL ~ ATL).doc
EXHIBIT A
AGREEMENT BETWEEN CITY OF PORT ST. LUCIE
AND ARBOR TREE & LAND, INC., D/B/A ATL DISASTER RECOVERY,
Page 4
S:\CA\AGMTS\Piggyback (PSL - ATL),doc
CITY OF PORT ST. LUCIE
CITY CLERK'S OFFICE
. . . . . . . . . . . . . . . . . . . .
A CITY FOR ALL AGES
LETTER OF TRANSMITTAL
.I~
10
fit..,
.....,;
DATE: JULY 6, 2009
TO: ARBOR TREE & LAND, INe.
P.O. BOX 1387
BOYNTON BEACH, FL 33425
FROM: CITY CLERK'S OFFICE
CITY OF PORT S1' LUCIE
121 SW PORT S1' LUCIE BLVD.
PORT ST. LUCIE, FL 34984
RE: CONTRACT #20070060/RENEW AL # I
EMERGENCY DEBRIS COLLECTION & REMOVAL SERVICES
PLEASE FIND ENCLOSED:
~ FULLY EXECUTED ORIGINAL CONTRACT FOR YOUR FILE.
--.-- FULL Y EXECUTED COPY OF THE CONTRACT FOR YOUR FILE.
OTHER:
SINCERELY, ~
A~CIUS
CITY CLERK'S OFFICE
'/JI.
f-Yfil(;t T '(
121 S W. Port St Lucie Blvd. . Port St. Lucie. FL 34984-5099 . 772/871.5157 . Fax 772/344-4094 . TOO # 772/873-6340
Attachment
June 18, 2009
Mr. William Hodges
Arbor Tree & Land D/B/A ATL Disaster Recovery
P.O. Box 1387
Boynton Beach, Fl. 33425
Subject: Contract #20070060 - Emergency Debris Collection & Removal Services
Dear Mr. Mr. Hodges:
Enclosed please find the renewal documents for the above Contract. All unit prices remain unchanged
for the renewal period. Enclosed are two (2) original Renewal forms. Both originals must be signed and
returned as soon as possible. All signatures must be notarized in the space provided.
Please send the Certificate(s) ofInsurance as required by the contract via Fax to (517) 647-7900, or
E-Mail to m1~Q...nly;arer.h:ulum.com, or US Postal Service to:
Certificate Holder: City of Port St. Lucie c/o
Periculum Services Group
PO Box 257, Ref # 90-202987-20070060-0-0
Portland, MI48875-0257
Payment and Performance Bonds should be sent by August 15, 2009 in the amount of $] ,000,000.00 to
include the appropriate dates identified in the Contract for the renewal. Please note that no work can
commence until the required Insurance and Bonds are received.
The Contracts will be executed by the City Manager, at which time one original will be returned for your
files.
We look forward to working with your firm. Please do not hesitate to contact this office for any
additional assistance you may require.
Sincerely,
~~t~)J~;d~~~~ Return Documents to:
I Ms. Robyn Holder, Contract Specialist
City of Port St. Lucie, Office of Management & Budget
Office of Management & Budget 121 SW Port SI. Lucie Blvd.
Port St. Lucie, FI. 34984
enclosures: 2 original change orders
121 SW Port St. Lucie Blvd.' Port 51. Lucie, Florida 34984-5099
Phone (7721 871-5223' Fax (772) 871-7337
CONTRACT RENEWAL FORM
Date: June 18, 2009
Contract # 20070060
Contract Title: Emergency Debris Collection & Removal Services
Contractor's Name: Arbor Tree & Land, InC, d/b/a A TL Disaster Recovery
Current Expiration: 08/3112009
Revised Expiration: 08/3112011
The above contract is hereby extended pursuant to Section XX until the date indicated above. All other terms
and conditions of the original contract and/or Addenda are unchanged. This Contract Extension is contingent
I upon an annual appropriation by the City Council. The Contractor agrees that, in the event such appropriation is
I not forthcoming, the City may terminate this Contract Extension and that no charges, penalties or other costs
I shall be assessed.
As a result of the Contractor's acceptance to provide the "Renewal Option" as specified in the original contract,
1 the following modifications to the original contract will become effcctivc September 1,2009.
'I
1. The contract is extended to include the period September 1,2009 through August 31, 2011.
2. Prices applicable to the above period remain unchanged.
3 The Contractor shall furnish an acceptable Payment & Performance Bond complying with statutory
requirements set forth in Section 255.05, Florida Statutes, in the amount of $1,000,000.00. The
Payment & Performance Bond shall remain in effect for the full term of the Contract.
4. All other terms and conditions of the original contract and/or Addenda apply
BALANCE OF PA GE INTENTIONALLY LEFT BLANK
Contract #20070060 Renewal # 1
Page 1 of2
IN WITNESS WHEREOF, the parties have executed this contract at Port St. Lucie Florida, the day and year
first above written.
CITY OF PORT ST. LUCIE FLORIDA
By: ~i g~__
City Manager, DONAL B. COOPER
AITEST:
By ~4{d/J;dF
, '\. ._~CltYC1, KAREN A. ILLIPS
,
By: A~Of Arbor Tree & Land, Inc. d/b/a ATL Disaster Recovery
I
I
i
I State of: TLO(Z.I\)A
,
I Count)' of ()AiJAA E)(.f\a1,
. Before me personally appeared: WILL-lAM rW~E:S
(please print)
Please check one:
Personally known X
Produced Identification:
(type of identification)
Identification No.
Iknown to me to be the person described in and who executed the foregoing instrument, and acknowledged to
! and before me that tiE:' executed said instrument for the purposes therein expressed.
(he/she)
1C al seal, this ~ day of --J J~ , 2009.
'(
Notary Pub!Jc-State of M<<..i ~- at Large
,My Commission Expires J2Q '52410l..
Contract #20070060 Renewal #l
Page 2 0[2
, ~-- .
- .
,. . .
i f\_ ", i 1 ,
'. , ..
. . . . .
LETTER OF TRANSMITTAL
SIC? 1 '3 \\EC~
DATE: SEPTEMBER 13,2007
TO: ARBOR TREE & LAND. INC
P.O. BOX 1387
BOYNTON BEACH. FL 33425
FROM: CITY CLERK'S OFFICE
CITY OF PORT ST LUCIE
121 SW PORT ST. LUCIE BL VD.
PORT ST. LUCIE. FL 34')84
RF: CONTRACT #20070060
EMERGENCY DEBRIS COLLECTIO:\ & REMOVAL SERVrCES
PLEASE HND ENCLOSED:
-.-1L. FULL Y EXECUTED ORIGINAL CONTRACT FOR YOUR FILE.
- FULL Y EXECUTED COPY OF THE CO:\TRACT FOR YOUR FlLE.
-- OTHER:
SINCEREL Y~ Mm~
AP~US
CITY CLERK'S ornCE
,
, .
CITY OF PORT SAINT LUCIE
CONTR,4.CT FOR'\1
This CONTRACT, executed this 1m day of ,& ~ hvt ,;2007, by and between the
CITY OF PORT ST. LUCIE, FLORIDA, a municipal corporation. duly organizcd under the laws of the State of
Florida, hereinafter called "City" party of the first part, and ARBOR TREE & LAND, INC. DIBJA A TL
DISASTER RECOVERY - The Primary Contractor, PO Box 1387, Boynton Beach, Florida 33425 J 5796
Western Way, Lake Worth, Florida 33463, Telephone No. (561), 965-2198 Fax "'0. (561) 561-965-9777,
hereinafter called "Contractor", pany of the second part.
RECITALS
In consideration of the below agreements and covenants set forth herein, the panies agree as follows:
CONTRACT SUPERVISOR
As used herein the Contract supervisor shall mean Larry 'ladeau, Public Works Department, at (772)
871-5104, or his designee.
SECTION I
DESCRIPTION OF SERVICES TO BE PROVIDED
The specific work that the Contractor has agreed to perfonn pursuant to the Bid Specifications
#20070060 Emergency Dcbris Collection & Removal Services, are hereby incorporated by this reference.
SECTION II
TIME OF PERFORMANCE
Contract period shall commence on September I, 2007 and tenninate twenty-four (24) munths thereafter
on August 31, 2009. In the event all work required in the bid specifications has not been completed by the
specified date, the Contractor agrees to provide work as authorized by the Contract Supervisor until all work
specified in the bId specifications has been rendered.
SECTION III
COMPENSATION
The total amount to be paid by the City to the Contractor is on a unit price basis in accordance with
"Schedule A" Fee Schedule. which is attached hereto and incorporated by reference as part ofthis Contract.
Payments will be made within thirty (30) days of receipt of Contractor's invoice provlded the Contract
Supervisor approves invoice as provided in Section XI.
A 5% Rctainage will be held on each pay application until the end of the project. The 5% Retamage will
be released by the City to the Contractor within 30 days after the City's final acceptance ofthe project,
including ticket reconciliation.
The Contractor shan not be paid additional compensation for any loss, or damage, arising out ofthe
nature of the work, from the action of the elements, or from any delay or unforeseen obstruction or difficulties
encountered in the performance of the work, or for any expenses incurred by or in consequence of the
suspension or discontinuance of the work.
Page 1 of 13 Contract #20070060
lnvoices for services shall be submitted once a month, by the 10th of the month, and payments shall be
made within thirty (30) days unless contractor has chosen to take advantage of the Purchasing Card Program,
which guarantees payment within several days. Payments shan be made provided the submitted invoice is
accompanied by adequate supporting documentation and approved by Contract Supervisor as provided in
Section XI.
No payment for projects involving improvements to real property shall be due until Contractor dclivers
to the City a complete release of all claims arising out of the contract or receipts in full in licu thereof, an
affidavit on his personal knowledge that the releases and receipts include labor and materials for which a lien
could be filed and complete releases ofJiens from all sub-contractors used.
All invoices and correspondence relative to this contract must contain the Purchase Order number and
contract number.
SECTION IV
CONFORMANCE WITH BID
It is understood that the materials and/or work required herein are in accordance with the bid made by the
Contractor pursuant to the Invitation to Bid and the SpecificatIOns on file in the Office of Management and
Budget ofthe City. All documents submitted by the Contractor in relation to said proposal, and all documents
promulgated by the City for inviting proposals are. by reference, made a part hereof as if set forth herein in full.
SECTIOl\' V
INDEMNIFICATION/INSURANCE
The Contractor shall indemnify and hold harmless the City, and its Officers and their 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 intentionally wrongful conduct ofthe design professional/Contractor
and all persons employed or utilized by the Contractor in the performance of the Contract. As consideration for
this indemnity provision the Contractor shall be paid the sum ofSIO.OO (ten dollars), which will be added to the
Contract price and paid prior to commencement of work.
The Contractor shall, on a primary basis and at its sole expense, agree to maintain in full forcc and effect
at all times during the life of this Contract, insurance coverage. limits, including endorsements, as described
herein. The requirements contained herein, as well as City's review or acceptance of insurance maintained by
Contractor are not intended to and shall not in any manner limit or qualify the liabilities and obligations
assumed by Contractor under the Contract
Thc Contractor shall agree to maintain Workers' Compensation lnsurance & Employers' Liability in
accordance with Chapter 440, Florida Statutes
Contractor shall agrcc to maintain Business Automobile Liability at a limIt ofliabi]jty not less than
$500,000 each occurrence for any auto, owned, non-owned and hired automobiles. In the event the Contractor
does not own any automobiles the Business Auto Liability requirement shall be amended allowing Contractor to
agree to maintain only Hired & Non-Owned Auto Liability. This amended requirement may be satisfied by way
of endorsement to the Commercial General Liability, or separate Business Auto Coverage form.
Commercial General Liability for public liability during the lifetime of this Contract shall have minimum
limits of $1 ,000,000 per claim, $2,000,000 per occurrence for Personal Injury. Bodily Injury, and Property
Damage Liability. Coverage shall include Premises andlor Operations. Independent Contractors, Products
and/or Complete Operations, Contractual LIability and Broad Form Property Damage Endorsements. Covcrage
Page 2 of 13 Contract #20070060
shall not wntain an exclusion or limitation endorsement for Contractual Liability or Cross Liability. Coveragc
for the hazards of explosion, collapse and underground property damage (XCDI must also be included when
applicable to the work to be performed. All insurance policies shall be issued from a company or companies
duly licensed by the State of Florida. All policies shall be on an occurrence-made basis; the City shall not
accept clarms-made policies. Specific endorsements will be requested depending upon the type and scope of
work to be performed.
Except as to Workers' Compensation and Employers' Liability. said Certificatc(s) and policies shall
clearly state that coverage required by the Contract has been endorsed to includc the City of Port St. Lucie, a
political subdivision of the State of Florida, its officers. agents and employees as Additional Insured with a CG
i 2026-Designated Person or Organization endorsement, or similar endorsement. to its Commercial General
Liability. The name for the Additional Insured endorsement issued by the insurer shall read "City of Port St.
Lucie, political subdivision of the State of Florida, its officers. employees and agents, and Contract #20070060.
The Certificate oflnsurance and policy shall unequivocally provide thirty- (30) days written notice to the City
prior to any adverse changes, cancellation, or non-renewal of coverage thereunder. Said liability insurance must
be acceptable by and approved by the City as to form and types of coverage. In the event that thc statutory
liability of the City is amended during the term of this Contract to exceed the above limits, the Contractor shall
be required, upon thirty - (30) days written notice by the City, to provide coverage at least equal to the amended
statutory limit ofliability ofthe City.
Contractor shall agree by entering into this Contract to a Waiver of Subrogation for each required policy.
When required by the insurer, or should a policy condition not permit an Insured to enter into a pre-loss
Contract to waive subrogation without an endorsement then Contractor shall agree to notify the insurer and
request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its
equivalent. This Waiver of Subrogation requirement shall not apply to any policy where a condition to the
policy specifically prohibits such an endorsement, or voids coverage should Contractor enter into such an
Contract on a pre-loss basis.
It shall be the responsibility of the Contractor to ensure that all subcontractors comply with the same
insurance requirements referenced above.
All deductible amounts shall be paid for and be the responsibility of the Contractor for any and all claims
under this Contract.
Contractor may satisfy the minimum limits required above for either Commercial General Liability.
Business Auto Liability, and Employer's Liability coverage under Umbrella or Excess Liability. The Umbrella
or Excess Liability shall have an Aggregate limit not less than the hlghest "Each Occurrence" limit for either
Commercial General Liability, Business Auto Liability, or Employer's Liability. When required by the insurer,
or when Umbrella or Excess Liability is written on 'Non-Follow Form," the City shall be endorsed as an
"Additional Insured."
The City, by and through its Risk Management Department, re,erves the nght, but not the obligation, to
review and reject any insurcr providing coverage.
Performance and Payment Bonds
The Contractor shall furnish an acceptable Performance and Payment Bond complying with the ~tatutory
requirements set forth in Chapter 255.05. Law of Florida, in the amount of $1 ,000,000.00. The City will execute
the Contract, it is agreed and understood that the City will not be bound by thc Contract unless and until it has
been duly authorized by the City Council and has been executed by the City Manager. A fully authorized
Page 3 of 13 Contract #20070060
Surety, licensed by th~ State of Florida shall execute the Performancc and Payment Bond. The Performance
and Payment Bond shall remain in effect for the full term of the Contract including al1 renewal optlDns.
The failure on the pan of the Contractor to execute the Contract and/or punctual1y deliver the required
Insurance Certificates and other documentation will be cause for the annulment of the award.
SECTION VI
PROHIBITIOJ\ AGAINST FILING OR MAINTAINING LIENS AND SUITS
Subject to the laws of the State of Florida and of the United States, neither Contractor nor any
Subcontractor, supplier of materials, laborer or other person shall file or maintain any lien for labor or materials
delivered in the performance of this Contract against the City. The right to maintain such lien for any or all of
the above parties is hereby expressly waived.
SECTION VII
WORK CHANGES
The City reserves the right to order work changes in the nature of additions, deletions or modifications
without invalidating the Contract, and agrees to make corresponding adjustments in the Contract price and time
for completion. Any and all changes must be authorized by a written change order signed by the Director of
OMB or his designee as representing the City. Work shal1 be changed and the Contract price and completion
time shall be modified only as set out in the written change order. .i-\ny adjustment in the Contract price
resulting in a credit or a charge to the City shall he determined by mutual agreement of the parties.
SECTION VIII
COMPLIANCE \VITH LAWS
The Contractor shall give all notices required by and shall otherwise comply with all applicable laws,
ordinances and codes and shall, at his own expense, secure and pay the fees and charges for all permits required
for the performance of the Contract. All materials furnished and work done are to comply with all local, state
and federal laws and regulations.
SECTION IX
CLEANING UP
Contractor shall, during the performance of this Contract. remove and properly dispose of resulting dirt
and debris, and keep the work area reasonably clear. On completion of the work, Contractor shall remove all
Contractors' equipment and all excess materials, and put the work area in a neat, clean and sanitary condition.
SECTION X
NOTICE OF PERFORMANCE
When required materials have been delivered and required work performed Contractor shall submit a
request for inspectionl11 writing to the Contract Supervisor.
SECTION XI
INSPECTION AND CORRECTION OF DEFECTS
In order to determine whether the required material has been delivered or the required work performed in
accordance with the terms and conditions of the Contract documents, the Contract Supcrvisor shall make
Page 4 of 13 Contract #20070060
I
inspection as soon as practicable after receipt from the Contractor of a Notice of Performance or delivery ticket.
If such inspection shows that the required material has been delivered and required work performed in
accordance with tenus and conditions of the Contract documents and that the material and work IS entirely
satisfactory, the Contract Supcrvisor shall approve the invoice when it is received. Thereafter the Contractor
shall be entitled to payment, as described in Section IlL If, on such inspection the Contract Supervisor is not
satisfied, he shall as promptly as practicable inform the parties hereto of the specific respects in which his
findings are not favorable. Contractor shall then be afforded an opportUnity if desired by him, to correct the
deficiencies so pointed out at no additional charge to the City, and otherwise on terms and conditions specified
by the Contract Supervisor. Such examination. inspection, or tests made hy the Contract Supervisor, shall not
relieve Contractor of its responsibility to remedy any deviation, deficiency, or defect.
SECTION XII
ADDITIONAL REQUIREMENTS
In the event of any conflict between the terms and conditions, appearing on any purchase order issued
relative to this Contract, and those contained in this Contract and the Specifications herein referenced, the tenns
ofthis Contract and Specifications herein referenced shall rule. Iftherc is a conflict between the Contract and
specifications, the Contract will rule.
SECTION XIII
LICENSING
Contractor warrants that he possesses all licenses and certificates necessary to perform required work and
is not in violation of any laws. Contractor warrants that his license and certificates are current and will be
maintained throughout the duraiion of the Contract.
SECTION XIV
SAFETY PRECAUTIONS
Precaution shall be exercised at all times for the protection of persons, including employees. and
property. The safety provisions of all applicable laws and building and construction codes shall be ohserved,
SECTION XV
ASSIGNMENT
Contractor shall not delegate, assign or subcontract any part of the work under this Contract or assign
any monies due him hereunder without first obtaining the written consent of the City.
SECTION },.'VI
TERMINATION, DELAYS AND LIQUIDATED DAMAGES
A. Termination of Contract. jf the Contractor rd'uses or fails to deliver material as required andior
prosecute the work with such diligence as wilI insure iis completlOo within the 1Ime specified in this Contract,
or as modified as provided in this Contract or as extended pursuant to section XX of this Contract, the City by
written notice to the Contractor, may terminate Contractor's rights to proceed. Upon such termination, the City
may take ovcr the work and prosecute the same to completion, by Contract or otherwise, and the Contractor and
his sureties shalI be liable to the City for any additional cost incurred by it in its completion of the work. The
City may also in event of termination obtain undelivered materials, by Contract or otherwise, and the Contractor
and his sureties shall be liable to the City for any additional cost incurred for such material. Contractor and his
sureiies shall also be liable to the City for liquidated damages for any delay in the completion of the work as
provided below. If the Contractor's right to proceed is so tenninated, the City may take possession of and
Page 5 of 13 Contract #20070060
utilize in completing the work such materials, tools, equipment and facilities as may be on the site of the work
and necessary therefore.
I B. Liquidated Damages for Delays. If material is not provided or work is not completed within the time
I stipulated in this Contract, including any extensions of time for excusable delays as herein provided, (it being
impossible to determine the actual damages occasioned by the delay) the Contractor shall provide to the City
I one thousand dollars ($1,000.00) as fixed, agreed and liquidated damages for each calendar day of delay until
the work is completed. The Contractor and his surcties shall be jointly and severally liable to the City for the
amount thereof.
C. Excusable Delays. The right of the Contractor to proceed shall not be terminated nor shall the
Contractor be charged with liquidated damages for any delays in thc complction of the work or delivery of
materials due to: (I) any acts ofthe Federal Government, including controls or restrictions or requisitioning of
materials, equipment, tools or labor by reason of war, national defense or any other national emergency, (2) any
adverse acts of the City, (3) causes not reasonably foreseeable by the parties at the time of the execution of the
Contract that are beyond the control and without the fault or negligence of the Contractor, including but not
restricted to, acts of God, acts of the public enemy, acts of another Contractor in the perfornlance of some other
Contract with the City. fires. floods, epidemics, quarantine, restrictions, strikes, freight embargoes and weather
of unusual severity such as hurricanes. tornadoes, cyclones and other extreme weather conditions, and (4) any
delay of any Subcontractor occasioned by any of the above mentioned causes. However, the Contractor must
promptly notify the City in writing within two (2) days of the cause of delay. lf, on the basis of the facts and the
terms of this Contract, the delay is properly excusable the City shall extend the time for completing the work for
a period of time commensurate WIth the period of excusable delay.
D. The City may tenninate this Contract with or without cause by giving the vendor/Contractor thirty (30)
days notice in writing. Upon delivery of said notice and upon expiration of the thirty (30) day perIod, the
vendor/Contractor shall discontinue all services in connection with the performance of this Contract and shall
proceed to cancel promptly all related existing third party Contracts. Tennination of the Contract by the City
pursuant to this paragraph shall terminate all of the City's obligations hereunder und no charges, penalties or
other costs shall be due Contractor except for work timely completed.
SECTION }I.-VII
LAW AND VENUE
This Contract is to be construed as though made in and to be performed in the State ofFiorida and is to
be governed by the laws of Florida in all respects without reference to the laws of any other state or nation. The
venue of any action taken to enforce thIS Contract shall be in 51. Lucie County, Florida.
SECTION )(VIII
REIMBURSEMENT FOR INSPECTION
Thc Contractor agrees to reimburse the City for any expenditures incurred by the City In the process of
testing materials supplied by the Contractor against the specifications under which said materials were
procured, if said materials provc to be defective, improperly applied, and/or in other manners not in compliance
with specifIcations. Expenditures as dcfmed herein shall include, but not be limited to, the replacement value of
materials destroyed in testing, the cost paid by thc Cit)' to testing laboratories and other entities utilized to
provide tests. and the value of labor and materials expended by the City in the process of conducting the testing.
Reimbursement of charges as specifIed herein shall not rclicvc the Contractor from other remedies provided in
the Contract.
Page 6 of 1 3 Contract #20070060
SECTION XIX
APPROPRlATIOl\ APPROVAL
The Contractor acknowledges that the City of Port Saint Lucie's performance and obligation to pay
under this Contract is contingent upon an annual appropriation by the City Council. The Contractor agrees that,
in the event such appropriation is not forthcoming, the City may terminate this Contract and that no charges,
penalties or other costs shall be assessed.
SECTION XX
RENEWAL OPTION
In the event Contractor offers in writing, prior to the termination of this Contract, to provide the
identical services required in this Contract for the identical period of time in the subsequent calendar period for
a total charge that is acceptable, and the City agrees that said serviccs arc required, then the City, without
additional bidding or negotiation, may, with the mutual agreement of the Contractor, extend this Contract for
two (2) additional twenty-four (24) month periods.
NOTE: Contractor mal' exercise the ootion to renew bl' submittinl! a written submission three (3) months
orior to the termination of the Contract oeriod,
SECTION XXI
ENTIRE CONTRACT
The writtcn terms and provisions of this Contract shiill supersede all prior verbal statements of any
official or other representative of the City. Such statements shall not be effective or be construed as entering
into, or fonning a part of, or altering in any manner whatsoever, this Contract or Contract documents.
BALANCE OF PAGE INTENTION ALL Y LEFT BLANK
Page 7 of 13 Contract #20070060
IN WITNESS \\'HEREOF. the parties have executed tills Contract at Port St. Lucie, Florida, the day and
year first above written.
CITY OF BORT ST. WCIE FLORIDA
, ,( I ' .
By: ,I I I j,. I . ..../... r.,-
DONAI,D 13. COOPER, City Manager
ATTEST: ." __
B -". " /;j
y: ,'/.J.-:~'-~ / ~..~L/.'
KAREN A. PHILLIPS ,City Cle
By ~.~~ .
Authorized Representative of Arhor Tree & Land, Inc. D!BI A A TL Disaster Recovery
State of: .. .. .
County of: ,:'~' .. ~ ,J
Before me personally appeared:"'" ~. __ ' .,. '. I
(please print)
Please check one:
Personally known '
Produced Identification:
(type of identification)
Identification No.
and known to me to be the person described in and who executed the foregoing instrument, and acknowledged
to and before me that ~.~ executed said instrument for the purposes therein expressed.
(he! she)
WITNESS my hand and pfficial seal. this davof" , 2007.
...-----. ~ , \ ." -
,
: '--- f ...--1-\ -" --- ~\\"UIJ"'lttl
S. ' ,\"' 'II.
Notary 19nature "", ",.o&ERTO... "~
~ ........ o,_~
~ ..~~:.. ~.~
'" ..'t"'.~ii""~""
Notary Public-State of '/. . , at Large. !*;' ~ .,,~... '1' 'i
_... o' =
;; .. .1 .... : ;;
" ,. ".~"~b. . * ~
My Commission Expires / \ ~ '.,., '""""'6 ~/ j
0;. :\,."", .;(." ~ ~
~ "0 _. o"ttftj ~
~ ~ ...... W" ~
~III . $tui~ ~ ~",,,
"IIIHlIi"i"\\\\''''
Page 8 of 13 Contract #20070060
"SCHEDULE An
Item
No Descri~tion Unit of Measure Unit Cost
:, ,...,;.:4;.,;., "''':;;~~-' ,;,""ji",;;:.~i; ~ ',~ ,'''''''w''" ,,\ ~,itt:.\,~:,\
~~ttf DEBRIS REMOVAL (LOAD & HAUL)',;ff'~~W.1jW1!~'i,i,~
>;::(;'LtIi~'j~::.1f8;::;~;':::j':':'1;9:;,f,~:'."?t~:$;:'
."t,1'11r,':,. ,..:~\ ,"~._.~\~~ ,:,/,,:.,::,;\ "-::",::~" ",;~"'<''''''''
6.1 Removal of Vegetative Debris from assigned load site to i,~~':i:;ii~liJti~~!~i~~"1
TDSR Including sorting, hauling, etc. Debris Includes tree, ~r'~1j-?~i~~~~h'$~.r,}:~';;"::":::\1~~f':r,~~~~i"\ ',)
11mb and stump removal & disposal. ;;:;1::^t'J~t'~~~}td~~~~~~;;h :!1l',,:;:'s1ti;1~
a. Mileage Radius: o - 15 miles Cu. Yd. $10.65
b. Mileage Radius: 16 - 30 miles Cu. Yd. $12.65
Miieage Radius 31 - 60 miles Cu.
Removal of All Oualified Debris from assigned load
site to the final disposal site. The removal shall
include handling. loadmg and hauling excluding
....:c.~.~,. tipping fees. -,..,.. ,.,,,c......
d. Mileage Radius: 0- 15 miles $42.60
e. Mileage Radius: 16 - 30 miles $50.60
f. Mileage Radius: 31 - 60 miies
Removal of Construction & Demolition Debris and White
6.2 Metal DebriS from assigned load site to TDSR or other
approved dis~osal site Including sorting, ioading, hauling,
etc.
a. Mileage Radius: 0-15 miies Cu. Yd $11.00
b. Mileage Radius: 16 - 30 miles Cu. Yd $13.00
c. Mileage Radius: 31 - 60 miies Cu. Yd. $15.00
Removal of Hazardous Waste Debris from Curbside at
6.3 assigned load site to TDSR including, sorting, hauling.
etc. I.
a. Mileage Radius 0- 15 miles Cu. Yd. $20.00
b. Miieage Radius: 16 - 30 mlies Cu. Yd. $22.00
c. Mileage Radius: 31 - 60 miles Cu. Yd.
6.4 Removal of Silt & Sand Deposits from assigned load site
to TDSR including sorting, loading, hauling, etc.
a. Mileage Radius: 0-15 miles Cu. Yd. $20.00
b. Mileage Radius: 16 - 30 miles Cu. Yd. $22.00
c. Mileage Radius 31 - 60 miles Cu. Yd $24.00
Spoiled Food & Non-Hazardous Waste Removal and
6.5 Disposal - The removal shall include sorting, hauling,
loading. handling, staging and hauling to the final disposal
site. Ton $160.00
Hazardous Waste Debris Removal From Structures -
Search safely accessible residential structures. including
garages and detached outbuildings for hazardous waste
6.6 debris for removal. At a minimum the removai shall
include, sorting, handling, loading, staging and placing the
debris on public ROW for removal and disposal by other Sq Ft. of Floor
pay Items in the pro~osal. Space $1.00
Page9of13 Contract #20070060
Pnvate and Public Property Demolition and Debris
Removal- The Contractor shall operate beyond the
Public Right 01 Way (ROW) only as Identified and directed
by the City. Operations beyond the ROWan private
6.7 property shall be only as necessary to abate imminent
and significant threats to public health and safety of the
community and shall inciude, but is not limited to, the
demolition of structures and the sorting, loading, and
hauling of the debris 10 an approved TDSR Site. Cu. Yd $12.00
Removal of Unsafe Debris from Within Private or Public
Structures. The Contractor shall operate within public or
private structures only as Identified and directed by the
City. Operations beyond the ROWan private property
6.8 shall be only as necessary to abate Imminent and
significanllhreats to public health and safety of the
community and shall inClude, but is not limited to,
removing, sorting, loading, and placing the debriS on
public ROW for removal and disposal by other pay items Sq. Ft. of Floor
in the proposal. Space $1.00
Site Development Proposal. Prepare a detailed proposal A separate Notice to Proceed
6.8a for the Site Development based on Contract unit prices at will be Issued for the Site
the time of disaster for selected site(sl.
Optional Proposals:
6,9 River and Canal Shore Line Restoration PrOVide Detailed Proposal
6.10 River and Canal Debris Removal Provide Detailed Proposal
6.11 Sunken Vessel Removal Provide Detailed Proposal
Storm Drain Vacuum Services. Manholes f Vaults /
6.12 Structures Each $175.00
Storm Drain Vacuum Services - Grate cleaning manually
6.13 (by hand) Each $100.00
6.14 Storm Drain Inspection Services - Manholes or Grates
pulled but nol cleaned Each $75.00
6.15 Storm drain vacuum services. Grate cleaning
mechanically Each $100.00
-'.i!tlf'J::. ;'~;0i:::i';~1,:'i!' \;:.. ,},; ""'j'-,:'i)~:',,~;:~~:\f~~~~
~~,~)~,,":;:/-,),. TDSR SITE MANAGEMENT
Management, Processing, Reducing and Loading of all
debris and/or residue at the TDSR sites: including;
7.1 management, maintenance and operation of the TDSR
sites; the receiving, sorting, segregation, processing and
reduction debris, loading (as described In other sections
of tnis contract and directed by the City) $4.50
Final haul out of processed and/or reduced deb"s from ,. c7':~,;~;.,,'
,,-,. "'-'
72 the TDSR site to an approved disposal site Inclusive of all
tipping fees.
a. Mileage Radius. 0.15 miles Cu. Yd. $5.00
b. Mileage Radius: 16.30 miles Cu. Yd. $6.50
c. Mileage Radius: 31 - 60 miles Cu. Yd. $7.50
d. Mileage RadiUS. 61 .90 miles Cu. Yd. $8.00
Final haul out of processed and/or reduced debris from
7.3 the TDSR site to an approved disposal site inclusive of all
tipping fees.
a. Mileage Radius: 0-15 miles Per Ton $15.50
b. Mileage Radius: 16.30 miles Per Ton $19.50
c. Mileage Radius: 31 .60 miles Per Ton $22.50
d Mileage Radius: 61 - 90 miles Per Ton $24.00
Page 10 of 13 Contract #20070060
Freon Recovery - The Contractor shall remove, recover
8nd properly dispose of Freon from any White Metal
Debris, such as refrigerators, freezers or air conditioners,
at curbside or a TDSR site or final disposal site in
7.4 accordance with all federal, state and local rules,
regulations and laws. The Contractor shall load and haul
all White Metal Debris to a TDSR site or final disposal
site. The Contractor must have all required license and
certifications to perform work. Unit $60.00
., ;.~~i!;t!ftl!:\~~mj);;L~'1'~!i-~'i~i)j:j.''"2},':' ,C: \,'ft;,.\:jlt')~i;}~i~Y~,~~~J,~~;~~g~l~;ll!
"'~"'''~.'.Y'''''''''''!It~
/'.,^,',.;. OTHER DISASTER RELATED SERVICES ;;,,> '-'" ,..,~~>"'~,r-~~';;',..,_,_. ",:;it;'\~tt~.A'i-"r..e, ;_
8.0 Heavy Equipment with Size or Type ~:,::;.~:;~~;'~~:;~'it.~T:}~:~~;:;i~4!.ifjt{~it~,.l;\~',
Skid Steer Loader / Bobcat or Equal Hour $75.00
Backhoe / Cat 416 or Equal Hour $100.00
Wheel Loaders / Cat 950 or Equal Hour $130.00
Wheel Loaders I Cat 966 or Equal Hour $140.00
Wheel Loaders I Cat 980 or Equal Hour $160.00
Tracked Loader I Cat 955 or Equal Hour $160.00
Towed Loader wlTractor / Prentice 210 or Equal Hour $150.00
Self Loading Knuckle boom Truck /25-35 CY Body or Hour
Equal $140.00
Self Loading Knuckle boom Truck /35-45 Cy or Equal Hour $160.00
Dozer / Cat 04 or Equal Hour $80.00
Dozer / Cat D5 or Equal Hour $120.00
Dozer / Cat D6 or Equal Hour $15000
Dozer / Cat D7 or Equal Hour $160.00
Dozer I Cat 08 or Equal Hour $170.00
Excavators / Cat 320 or Equal Hour $130.00
Excavators 1 Cat 325 or Equal Hour $14000
Excavators / Cat 330 or Equal Hour $160.00
Tractor wi Box Blade i 80 Hp or Equal Hour $70.00
Motor Grader! Cat 120G or Equal Hour $100.00
Crane 1 30 Ton or Equal Hour $130.00
Bucket Truck 1 Up to 50ft Reach or Equal Hour $95.00
BucketTruck i 50ft. To 75ft. or Equal Hour $125.00
Trash Transfer Trailer wi Tractor I 11 D Yd. or Equal Hour $12500
Mechanized Broom I Street Sweeper Hour $55.00
Water Truck 12000 gal. Dr Equal Hour $6000
Stump Grinder I Vermeer 252 or Equai Hour $20000
Chipper w/2 man crew! Morbark Storm or Equal Hour $20000
12 foot Tub Grinder" Morbark 1200 or Equal Hour $375.00
13 foot Tub Grinder I 1I,10rbark 1300 or Equal Hour $425.00
14 foot Tub Grinder I Diamond Z 1463 or Equai Hour $525.00
Equipment Transport I 50-ton Capacity or Equal Hour $150.00
Truck Mounted Winch I Tow Truck Dr Equal Hour $50.00
Haul Vehicles (operalors included)
Dump Truck! 10 to 15 CY Hour $4500
Dump Truck 116 to 20 CY Hour $63.0D
Traiier Dump wi Tractor 1 30 to 40 CY HDur $72.00
Trailer Dump wi Tractor i 41 to 50 CY Hour S90.00
Trailer Dump w/ Tractor I 51 to 60 CY Hour $92.00
Trailer Dump wi TractDr 161 to 70 CY Hour $110.00
Walking Floor Trailer wi Tractor 1100 CY Hour $130.00
..... Transportation Vehicles ~~~;'.;;,.., J;,.,. ., -"!'~
Pickup Truck /1/2-ton Day 8200.00
Page 11 of 13 Contract #20070060
.
Pickup Truck / 3/4-ton Day $225.00
Pickup Truck /Hon Day $235.00
Box Truck / 3/4-ton Day 5235.00
Utility Van I 3/4-ton Day $230.00
Passenger Van /g Passenger Day $230.00
Passenger Car i Full Size Day $250.00
Personnel ~,~:~l~w&~j,~J~1.~'~':=~';~t~~~~i~~~i
Superintendent wi Pickup Truck Hour $55.00
Supervisor wi Pickup Truck Hour $60.00
Safety or QC Manager wi Pickup Truck Hour $60.00
Mechanic wi Truck and Tools Hour $150.00
Climber w/ Gear Hour $100.00
Operator wi Chainsaw Hour $50.00
Laborer wi Tools Hour $40.00
Traffic Control Personnel Hour $40.00
Ticket Writers Hour $4500
Clerical Hour $35.00
Administrative Assistant Hour $45 00
Generators i~~~~fi~~:~'~;i~i~~~~,;
25 kW or equal Hour/Day $270.00
56 kW or equal Hour/Day $398.00
100 kW or equal Hour/Day $50000
175 kW or equal Hour/Day $773.00
320 kW or equal Hour/Day $1,100.00
500 kW or equal HourlDay $1,486.00
800 kW or equal Hour/Day $2,57800
Marine Resources
56' Shallow Draft Landing Craft wi Crane or equal I Day
Crew of 2 $5,000.00
33' Fast Barge wi Winch or equal I Crew of 2 Day $4,000.00
14' Utility Boat w/ Motor or equal I Crew of 1 Day $400.00
Tank Diver w/ Gear I Individual Hour $125.00
Hardhat Diver wi Gear I Individual Hour $225.00
Scuba Bottle Refill (air) I 80 Each $15.00
Air Pum~ wi Multi Breathing Lines / Brownie Lun" or Day
Equal $350.00
,x;;: Misc. Equipment & Services
Bagged Ice I 50 Lbs $0.25
Bagged Ice I 100 Lbs $0.20
Bottled Water I Palletized Truck Load Gal $3.00
Bulk Water I Tanker Gal $1.00
Water Tanker for Bulk Water I Tanker Day $600.00
Temporary Satellite Communications / Portabie Unit
Telephones Cost + 20%
Portable Toilets I Single Week Cost + 20%
Mobile Kitchen & Shower Unit I Single Each Cost + 20%
Beach Restoration Cu Yd $30.00
Temporary Housing Each Cost + 20%
Light Tower wi Generator Day Cost + 20%
Office Trailer I 40 ft. Day Cost + 20%
Storage Container I 40 ft. Day Cost + 20%
First Aid Station I OSHA Spec. Day Cost + 20%
Observation Tower I USACE Spec. Each $1,000.00
Vacuum Truck Hour $250 00
Page 12 of 13 Contract #20070060
I
I
i
Pump 6' Day $400.00
6" Discharge Line Foot/Day $10.00
Pump 12" Day $2,000.00
12" Discharge Line Foot/Day $25.00
Backfill Material CuYd 5.00
Other Collections
White Goods Collection & Stockpile $18.00
Furniture, Mattresses etc. collection, storage disposal Cu Yd $18.00
Hazardous Waste, collection, storage, disposal Cu Yd $22.00
Removal of debris from Sand on Beaches Cu Yd $11.00
Page 13 of 13 Contract #20070060
The City of Boynton Beach
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@cLboynton-beach.fl.u5
www.boynton-beach.org
MEMORANDUM
TO: Carol Doppler
Purchasing Agent
FROM: Janet M. Prainito, CMC
City Clerk
DATE: September 2, 2009
SUBJECT: R09-125 Renewal Contract For emergency Debris Management
and Recovery Services
Attached for your handling is the original agreement mentioned above and a copy of
the Resolution. Once the document has been executed, please return the original
document to the City Clerk's Office for further processing.
Thank you.
~'m~
Attachments (2)
C: Central File
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2009\Caro! Doppler R09-125.doc
America's Gateway to the Gulfttream
The City of Boynton Beach
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@ci.boynton-beach.f1.us
www.boynton-beach.org
MEMORANDUM
TO: Jeff Livergood
Public Works Director
FROM: Janet M. Prainito, CMC
City Clerk
DATE: September 9, 2009
SUBJECT: R09-125 Renewal contract for Emergency Debris Management
and Recovery Services
Attached for your handling is the agreement mentioned above and a copy of the
Resolution. Once the document has been fully executed, please return the original
document to the City Clerk's Office for Central File.
Thank you.
~'fn~
Attachments (2)
C: Central File & Followup
S:\CC\WP\AFTl:R COMMISSION\Departmental Transmittals\2009\Jeff Livergood R09-004.doc
America's Gateway to the Gulfstream
The City of Boynton Beach
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@ci.boynton-beach.f1.us
www.boynton-beach.org
MEMORANDUM
TO: Jeff Livergood
Public Works Director
FROM: Janet M. Prainito, CMC
City Clerk
DATE: September 9, 2009
SUBJECT: R09-125 Renewal contract for Emergency Debris Management
and Recovery Services
Attached for your handling is the agreement mentioned above and a copy of the
Resolution. Once the document has been signed, please return the original document
to the City Clerk's Office for final execution.
Thank you.
~'m.~
Attachments (2)
C: Central File
Follow up
S:\CC\WP\AFTER COMMrSSION\Departmental Transmlttals\2009\.leff Livergood R09-125.doc
America's Gateway 10 the Gu(fstream