Loading...
R20-145 1 RESOLUTION NO.R20-145 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 APPROVING AWARD AND AUTHORIZING THE CITY MANAGER TO 5 SIGN THE CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES 6 FOR MEDIANS AND RIGHT-OF-WAYS/ROWS, IN RESPONSE TO BID 7 NO.:033-2730-20/RW TO THE LOW RESPONSIVE & RESPONSIBLE 8 BIDDER BATALLAN ENTERPRISES, INC. DBA PROPERTY WORKS. 9 THE TOTAL CONTRACT PRICE INCLUDES THE ANNUAL BID 10 AMOUNT OF $403,147.92 PLUS AN ALLOWANCE FOR POTENTIAL 11 ADDITIONAL SERVICES OF$5,000 ANNUALLY FOR AN ESTIMATED 12 ANNUAL AMOUNT OF $408,147.92 FOR A PERIOD OF THREE (3) 13 YEARS, WITH AN OPTION TO RENEW FOR TWO (2) ONE-YEAR 14 TERMS FOR A TOTAL$2,040,739.60 ESTIMATED AMOUNT OVER THE 15 TOTAL POTENTIAL TERM OF THE CONTRACT; AND PROVIDING 16 AN EFFECTIVE DATE. 17 18 WHEREAS, on October 23, 2020, Procurement Services opened and tabulated six (6) 19 Bids in response to BID No. 033-2730-20/RW for Landscape Maintenance Services For Medians 20 and Right-of-Ways;and 21 WHEREAS, the Evaluation Team is recommending an award to Batallan Enterprises, 22 Inc., dba Property Works, in the amount of$403,147.92 as the lowest responsive, responsible 23 bidder;and 24 WHEREAS, The total contract price includes the annual bid amount of$403,147.92 plus an 25 allowance for potential additional services of $5,000 annually for an estimated annual amount of 26 $408,147.92 for a period of three(3)years,with an option to renew for two(2)one-year terms for a total 27 $2,040,739.60 estimated amount over the total potential term of the contract, shall be the total amount of 28 payment to Vendor for services provided under this contract for the entire term of the contract;and 29 WHEREAS,the City Commission of the City of Boynton Beach upon recommendation 30 of staff, deems it to be in the best interest of the citizens and residents to approve the award and 31 authorize the City Manager to sign the Contract for Landscape Maintenance Services for MEDIANS AND 32 RIGHT-OF-WAYS/ROWs, in response to Bid No.:033-2730-20/RW to the low responsive& responsible 33 bidder Batallan Enterprises,Inc.dba Property Works. 34 NOW,THEREFORE,BE IT RESOLVED BY THE CITY COMMISSION OF THE 35 CITY OF BOYNTON BEACH,FLORIDA,THAT: 36 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as S:\CA\RESO\Agreements\Award of Bid for Landscape Maintenance Services toBatallan(Medians&ROWs)-Reso.docx 1 being true and correct and are hereby made a specific part of this Resolution upon adoption. 2 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 3 approves the award and authorizes the City Manager to sign the Contract for Landscape Maintenance 4 Services for MEDIANS AND RIGHT-OF-WAYS/ROWs, in response to Bid No.:033-2730-20/RW to the 5 low responsive&responsible bidder Batallan Enterprises,Inc.dba Property Works.The total contract price 6 includes the annual bid amount of$403,147.92 plus an allowance for potential additional services of$5,000 7 annually for an estimated annual amount of$408,147.92 for a period of three (3) years, with an option to 8 renew for two(2)one-year terms for a total$2,040,739.60 estimated amount over the total potential term of 9 the contract,shall be the total amount of payment to Vendor for services provided under this contract for the 10 entire term of the contract. A copy of the Contract is attached hereto and incorporated herein as 11 Exhibit"A". 12 Section 3. That this Resolution shall become effective immediately. 13 PASSED AND ADOPTED this 15 day of December, 2020 14 CITY OF BOYNTON BEACH, FLORIDA 15 YES NO 16 17 Mayor—Steven B. Grant 18 19 Vice-Mayor—Ty Penserga 20 21 Commissioner—Justin Katz G1po •c\,\ 22 23 Commissioner—Woodrow L. Hay 24 25 Commissioner—Christina L. Romelus 26 27 VOTE ( k 28 ATTEST: 29 30 31 C tal Gibson, MMC 32 City Clerk 'c, 33 d' (1 N7',1 r''► 34 (Corporate Seal) f ; •• .. ' • Z o 1920 ' /llaIV% S:\CA\RESO\Agreements\Award of Bid for Landscape Maintenance Services toBatallan(Medians&ROWs)-Reso.docx \-k an CONTRACT NO. 033-2730-20/RW FOR LANDSCAPE MAINTENANCE SERVICES — MEDIANS AND RIGHT-OF-WAYS/ROWS (MR) BETWEEN THE CITY OF BOYNTON BEACH AND BATALLAN ENTERPRISES, INC. DBA PROPERTY WORKS THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and Batallan Enterprises, Inc., d/b/a Property Works, 1201 Roebuck Ct., West Palm Beach, FL. 33401, hereinafter referred to as "Vendor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. PROJECT DESIGNATION. The Vendor is retained by the City to provide LANDSCAPE MAINTENANCE SERVICES FOR MEDIANS AND RIGHT-OF-WAYS/ROWs (MR). 1. SCOPE OF SERVICES. Vendor agrees to perform the services during the term of this Agreement for both basic landscape maintenance and the mulch option as more specifically set forth in Exhibit "A" Scope of Services, Exhibit "B" Batallan Enterprises, Inc., d/b/a Property Works Bid No. 033- 2730-20/RW and Exhibit "C" Invitation to Bid (ITB) No.033-2730-20/RW, which are made a part of this Agreement, attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. 2. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement effective January 01, 2021. 3. TERM. The initial term of the contract shall be for three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for two (2) one- year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. The City will allow a price adjustment in accordance with the PRICE ESCALATION/DE-ESCALATION provision within the ITB No.033-2730-20/RW after the first year of service and does not require Commission approval. 5. PAYMENT. The Vendor shall be paid by the Provider/City for completed work and for services rendered under this Agreement in accordance with Exhibit "B" Batallan Enterprises, Inc., d/b/a Property Works Bid No. 033-2730-20/RW attached hereto and incorporated herein by reference, as follows: a. The total contract price includes the annual bid amount of $403,147.92 plus an allowance for potential additional services of$5,000 annually for an estimated annual amount of$408,147.92 for a period of three (3) years, with an option to renew for two (2) one-year terms for a total $2,040,739.60 estimated amount over the total potential term of the agreement, shall be the total amount of payment to Vendor for services provided under this Agreement for the entire term of the Agreement. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. c-I d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section by the City shall be full compensation for work performed. services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. f. The Vendor's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Vendor's endeavors. 7 COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Vendor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Vendor. 9. INSURANCE. The Vendor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence to $2,000.000 aggregate with defense costs in addition to limits. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. C-2 For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. TERMINATION. a. The City reserves the right to terminate this Agreement at any time by giving thirty (30) days written notice to the Vendor. b. In the event of the death of a member, partner or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: ___ Tony Batallan Batallan Enterprises Inc d/b/a Property Works _ 1201 Roebuck Ct. West Palm Beach, FL. 33401 Ph #: 561 805-8687 E-mail: tony@propertyworksonline.net 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Firm and supersedes all prior C-3 negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Firm. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. 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 the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 100 EAST OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6061 GIBSONC@BBFL.US 20. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized C-4 Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 21. EXECUTION OF THE AGREEMENT. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties.A facsimile signature shall constitute an original signature for all purposes. DATED this \,, day of --" e_e_e?' ICY`.e'. , 20 aD CITY OF BOYNTON BEACH BATALLAN ENTERPRISES, INC. DBA PROPERTY WORKS 0 ilkObK. 4\01'),\,,44 ... Lori LaVerrie = City Manager Signature of luthorized Official f"'c /11(l4l Printed Name of Authorized Official Attest/Authenticated: aW P9 1 olik_ /I A %. •,, 'u (Corporate Seal) C tal Gibson, City Clerk .,1 • �� Approved as to 'o ' : Attest/Authenticated: James A. Che , City Attorney Witness C-5