HomeMy WebLinkAboutItem #12a City Wide Right of Way Mowing Contract - Ground Tek
AGENDA ITEM COVER SHEET
Meeting Date: September 5, 2006
Item #
I~ (l,.
Contact Name:
Contact Number:
Stephen C. Krug
6002
Reviewed By:
Department Director:
City Manager:
~ L-
A/:C ~
; /
Subject: $273,877.38 for City Wide Right-Of-Way Mowing and General Mowing Contract with
GroundTek.
Background Summary:
The City has terminated the mowing and landscape maintenance contract with the previous
contractor due to nonperformance. Due to the emergency nature of securing reliable continued
service, the mowing portion of the contract has been separated out for pricing by a contractor
specializing in this type of maintenance. Staff approached GroundTek, an Ocoee company, as they
were the second bidder on the terminated contract along with holding the previous mowing
contract. The contractor requested a one-year contract to provide the emergency work at the best
possible price. The City will begin the re-bid process for this work in six months.
Issue:
Award a 12-month contract to give City the benefit of lower rates on the emergency purchase order.
Recommendations
Recommend award of a 12-month landscape maintenance contract with Groundtek of Central
Florida, Inc., an Ocoee, Florida company with corporate offices located at 862 Maguire Road.
Attachments:
Agreement For General Mowing & Landscaping Term Contract for roadways.
Agreement For General Mowing & Landscaping Term Contract for ponds and City facilities.
Financial Impact:
This work is adequately funded in the 06/07 budget.
Type of Item:
o Public Hearing
o Ordinance First Reading
o Ordinance First Reading
o Resolution
o Commission Approval
o Discussion & Direction
For Clerk's Deot Use:
o Consent Agenda
o Public Hearing
i:8J Regular Agenda
D Original Document/Contract Attached for Execution by City Clerk
D Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
[8J N/A
o N/A
o N/A
Commissioners
Danny Howell. District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Nancy J. Parker. District 4
Mayor
S. Scott Vandergrift
City Manager
Robert Frank
STAFF REPORT
TO:
The Honorable Mavor and City Commissioners
FROM:
Stephen C. Krug, Director of Public Works
DATE:
September 5, 2006
RE:
$273,877.38 for City Wide Right-Of-Way and General Mowing Contract with GroundTek
ISSUE
Should the Honorable Mayor and City Commission approve a one year right-of-way and general mowing
contract with GroundTek?
BACKGROUNDIDISCUSSION
The City has terminated the mowing and landscape maintenance contract with the previous contractor due to
nonperformance. Due to the emergency nature of securing reliable continued service, the mowing portion of
the contract has been separated out for pricing by a contractor specializing in this type of maintenance. Staff
approached GroundTek, an Ocoee company, as they were the second bidder on the terminated contract along
with holding the previous mowing contract. The contractor requested a one-year contract to provide the
emergency work at the best possible price.
The City will begin the re-bid process for this work in six months.
This work is adequately funded in the 06/07 budget
Mayor
S. Scott Vandergrift
ceuter of Good L .
<\.~e Jf7i~
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
AGREEMENT FOR
GENERAL MOWING & LANDSCAPING TERM CONTRACT
THIS AGREEMENT FOR GENERAL MOWING & LANDSCAPING TERM
CONTRACT (this "Agreement") is made this 24th day of August. 2006, by and between the
CITY OF OCOEE, a Florida municipal corporation, whose mailing address is 150 North
Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the "City") and GroundTek of
Central Florida. Inc., a Florida corporation, whose mailing address is 862 Maguire Rd. Ocoee.
FI. 34761 (hereinafter referred to as the "Contractor").
WITNESSETH:
WHEREAS, the City desires to enter into an Agreement with the Contractor to perform the
work set forth in that certain Invitation to Bid #B05-15 (the "Work"), and any amendments
thereto being attached hereto as Exhibit "A"; and
WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work
pursuant to the terms of this Agreement, and for the amounts specified in the Contractor's Bid,
the Contractor's Bid and any amendments thereto being attached hereto as Exhibit "B".
NOW THEREFORE, in consideration of the premises and other good and valuable
considerations exchanged between the parties hereto, the receipt and sufficiency of which is
hereby acknowledged, the parties hereto agree as follows:
Section 1. Scope of Agreement. The terms and conditions of Exhibit "A attached hereto as well
as the terms and conditions of Exhibit "B" attached hereto are incorporated by reference herein
as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all
materials, tools, equipment, labor, supervision, and consumables to complete the Work.
Section 2. Term of Agreement. This Agreement shall consist of one (1) consecutive one (1)
year term (12 months), with the first one (1) year term beginning on September L 2006 (the
"Effective Date").
City ofOcoee' 150 N Lakeshore Drive' Ocoee, Florida 34761
phone: (407) 905-3100' fax: (407) 656-8504' www.ci.ocoee.tl.us
Section 3. Compensation. Contractor agrees to provide the services and materials as specified
in Exhibit "A" for the amount specified in Exhibit "B". The amount as specified in Exhibit "B"
may be increased or decreased by the City under the Extra Work provision of this Agreement,
through the issuance of an Addendum, if applicable. Any prices specified in this Agreement,
will remain firm for the initial one (1) year term of this Agreement. After the initial one (1) year
term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment
provision of this Agreement.
Section 4. Payment. All invoices received by the City are payable within (30) days from
receipt, provided they have first been approved by the City, and the City has accepted the Work
for which payment is sought. The City reserves the right, with justification, to partially pay any
invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of
Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. All invoices
must be clearly marked: City Agreement #B05-15, General Mowing & Landscaping Term
Contract.
Section 5.
General Conditions.
A. Patents and Copyrights. The Contractor shall pay all royalties and assume all costs
arising from the use of any invention, design, process, materials, equipment, product or
device in performance of the Work, which is the subject of patent rights or copyrights.
Contractor shall, at its own expense, hold harmless and defend the City against any claim,
suit or proceeding brought against the City which is based upon a claim, whether rightful
or otherwise, that the Work, or any part thereof, furnished under this Agreement,
constitutes an infringement of any patent or copyright of the United States. The
Contractor shall pay all damages and costs awarded against the City.
B. Termination for Default.
1) The performance of Work under this Agreement may be terminated by the City, in whole
or in part, in writing, whenever the City shall determine that the Contractor has failed to
meet the performance requirements of this Agreement.
2) The City has a right to terminate for default if the Contractor fails to perform the Work,
or if the Contractor fails to perform the Work within the time specified in the Agreement,
or if the Contractor fails to perform any other provisions of the Agreement.
3) Failure of a Contractor to perform the required Work within the time specified, or within
a reasonable time as determined by the City or failure to redo the Work when so
requested, immediately or as directed by the City, shall constitute authority for the City to
hire another contractor to perform the Work. In all such cases, the Contractor or his
surety, shall reimburse the City, within a reasonable time specified by the City, for any
expense incurred in excess of the Agreement prices.
4) Should public necessity demand it, the City reserves the right to utilize services which are
substandard in quality, subject to an adjustment in price to be determined by the City.
The Contractor shall not be liable for any excess costs if acceptable evidence has been
submitted to the City that failure to perform the Work was due to causes beyond the
control and without the fault or negligence of the Contractor.
5) Termination for Convenience. The City may terminate this Agreement at its convenience
with thirty (30) days advance written notice to the Contractor. In the event of such a
termination by the City, the City shall be liable for the payment of all Work properly
performed prior to the effective date of termination and for all portions of materials,
supplies, services, and facility orders which cannot be cancelled and were placed prior to
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 2
the effective date of termination and other reasonable costs associated with the
termination.
c. Warranty. The Contractor warrants that the Work including equipment and materials
provided shall conform to professional standards of care and practice in-effect at the time
the Work is performed, be of the highest quality, and be free from all faults, defects or
errors. If the Contractor is notified in writing of a fault, deficiency or error in the Work
provided within one (1) year from completion of the Work, the Contractor shall, at the
City's option, either redo such portions of the Work to correct such fault, defect or error,
at no additional cost to the City or refund to the City the charge paid by the City which is
attributable to such portions of the faulty, defective or erroneous Work, including the
costs for obtaining another Contractor to redo the Work.
ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE
MERCHANT ABLE AND BE FIT FOR THE PURPOSE INTENDED.
THE CONTRACTOR SHALL BE
INCIDENTAL OR CONSEQUENTIAL
RESULTING FROM ANY WORK
AGREEMENT.
LIABLE FOR SECONDARY,
DAMAGES OF ANY NATURE
PERFORMED UNDER THIS
D. Time of Completion. The parties understand and agree that time is of the essence in the
performance of this Agreement. The Contractor agrees that all Work shall be performed
regularly, diligently, and uninterrupted within the time specified. The Contractor or City,
respectively, shall not be liable for any loss or damage, resulting from any delay or
failure to perform its contractual obligations within the time specified, due to acts of God,
actions or regulations by any governmental entity or representative, strikes or other labor
trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole
or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials,
labor, fuel or supplies for any reason including default of suppliers, or any other causes,
contingencies or circumstances not subject to the Contractor's or City's control,
respectively, whether of a similar or dissimilar nature, which prevent or hinder the
performance of the Contractor's or City's contractual obligations, respectively. Any such
causes of delay shall extend the time of the Contractor's or City's performance
respectively, by the length of the delays occasioned thereby, including delays reasonably
incident to the resumption of normal Work schedules. However, under such
circumstances as described herein, the City may at its discretion, cancel this Agreement
for the convenience ofthe City.
E. Indemnification. To the fullest extent provided by law, Contractor shall indemnify,
defend and hold harmless the City and all of its officers, agents and employees from all
claims, loss, damage, cost, charges or expense including, but not limited to reasonable
attorneys' fees, to the extent caused by the negligence, recklessness or intentional
wrongful misconduct of Contractor, its agents, employees, or subcontractors during the
performance of the Agreement. The City shall use its best efforts to promptly notify the
Contractor in writing of any Claims and shall provide the Contractor with information
regarding the Claims as the Contractor may reasonably request, but the failure to give
such notice or provide such information shall not diminish the obligations of the
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
3
Contractor under this Section. No Claims whatsoever shall be made or asserted against
the City by the Contractor for or on account of anything done or as a result of anything
done or omitted to be done in connection with this Agreement.
F. Correction of Work. The Contractor shall promptly correct all Work rejected by the City
as faulty, defective, or failing to conform to this Agreement whether observed before or
after substantial completion of the Work. The Contractor shall bear all costs of correcting
such rejected Work. In the event that Contractor fails to timely mow or otherwise
maintain a portion of the work, then the City, at its sole discretion and without waiving
any other rights or remedies under this Agreement, may deduct from any amounts due
under this Agreement, the actual cost paid by the City to a third party to perform the
work. If the City performs such work with its own personnel then the City may deduct
from any amounts due under this Agreement such amount equal to what the Contractor
would have charged for doing the work, plus 15% of such amount.
G. Right to Audit Records. The City shall be entitled to audit the books and records of the
Contractor or any sub-contractor to the extent that such books and records relate to the
performance of this Agreement or any sub-contract to this Agreement. Such books and
records shall be maintained by the Contractor for a period of three (3) years from the date
of final payment under this Agreement and by the sub-contractor for a period of three (3)
years from the date of final payment under the sub-contract unless a shorter period is
otherwise authorized in writing.
H. Information. All information, data, designs, plans, drawings, and specifications furnished
to or developed for the City by the Contractor or its employees, pursuant to this
Agreement, shall be the sole property of the City and all rights therein are reserved by the
City, except that the Contractor may disclose any such information to its corporate
affiliates and their agents.
I. Safety Measures. The Contractor shall take all necessary precautions for the safety of the
City's and Contractor's employees and the general public and shall erect and properly
maintain at all times all necessary vehicular and facility safeguards for the protection of
the workers and public. If necessary, the Contractor shall post signs warning against
hazards in and around the work site.
J. Extra Work. The City, without invalidating this Agreement, may order changes in the
Work within the general scope of this Agreement consisting of additions, deletions, or
other revisions, the Agreement price and time being adjusted accordingly. All such
changes in the Work shall be authorized by a written Addendum to this Agreement, and
shall be executed under the applicable conditions of the Agreement.
K. Price Adjustments. For the second and third one (1) year terms of this Agreement, the
contract prices will be automatically adjusted up 3% upon each renewal. If the
Contractor proposes to make a price adjustment higher than 3%, the Contractor shall first
give the City written notice thereof, with explanations stated for the price adjustment, and
such notice shall be given at least one hundred-twenty (120) calendar days prior to the
one (1) year term for which the price adjustment is sought. Nothing contained herein
shall affect the City's right to terminate this Agreement for Convenience as provided
herein.
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
4
L. Familiarity With The Work. The Contractor by executing this Agreement, acknowledges
full understanding of the extent and character of the Work required and the conditions
surrounding the performance thereof. The City will not be responsible for any alleged
misunderstanding of the Work to be furnished or completed, or any misunderstanding of
conditions surrounding the performance thereof. It is understood that the execution of
this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill
all the conditions referred to in this Agreement.
Section 6. Miscellaneous Provisions.
A. The Contractor shall not employ subcontractors without the advance written permission of
the City.
B. Assignment of this Agreement shall not be made without the advance written consent of the
City.
C. The Contractor shall comply with all applicable federal, state and local laws, ordinances,
rules and regulations pertaining to the performance of Work under this Agreement.
D. No waiver, alterations, consent or modification of any of the provisions of this Agreement
shall be binding unless in writing and signed by the City.
E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of
plans or specifications as may be required by federal, state and local laws, ordinances, rules, and
regulations, for the proper execution and completion of the Work under this Agreement.
F. The Contractor shall at all times, keep the Work area free from accumulation of waste
materials or rubbish caused by its operations, and promptly remove any such materials to an
approved disposal location.
G. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials,
tools, equipment, and consumables, left on City property by the Contractor.
H. This Agreement is considered a non-exclusive Agreement between the parties.
I. This Agreement is deemed to be under and shall be governed by, and construed according to,
the laws of the State of Florida.
J. Any litigation arising out of this Agreement shall be had in the Courts of Orange County,
Florida.
K. The undersigned hereby certify that this Agreement is made without prior understanding,
agreement or connection with any corporation, firm or person who submitted bids for the Work
covered by this Agreement and is in all respects fair and without collusion or fraud. As to
Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this
Agreement and to execute same on behalf of the Contractor as the act of the said Contractor.
L. This Agreement, including Exhibit "A" and Exhibit "B", contains all the terms and conditions
agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter
of this Agreement shall be deemed to exist or to bind either party hereto.
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
5
IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed
by their duly authorized officers as of the day and year first above written.
Print Name:
CONTRACTOR:
GroundTek of Central Florida, Inc.
, a Florida
corporation
By:
Name:
Title:
(SEAL)
STATE OF FLORIDA
COUNTY OF
The foregoing instrument was acknowledged before me this _ day of , 2006
by as of , a
Florida corporation, on behalf of the corporation. He/she 0 is personally known to me, or 0 has
produced as identification.
Signature of Notary Public - State of Florida
Name of Notary (Print, Type, or Stamp)
Commission Number (if not legible on seal):,
My Commission Expires (if not legible on seal):_
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
6
CITY:
CITY OF OCOEE,
a Florida municipal corporation
By:
S. Scott Vandergrift, Mayor
Attest:
Beth Eikenberry, City Clerk
(SEAL)
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA;
APPROVED AS TO FORM AND
LEGALITY this day of
, 2006.
APPROVED BY THE OCOEE CITY
COMMISSION AT A MEETING
HELD ON N/A
UNDER AGENDA ITEM NO. N/A
FOLEY & LARDNER, LLP
By:
City Attorney
STATE OF FLORIDA
COUNTY OF ORANGE
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State and
County aforesaid to take acknowledgments, personally appeared S. Scott Vandergrift and Jean Grafton
well known to me to be the Mayor and City Clerk, respectively, of the CITY OF OCOEE, a Florida
municipal corporation, and that they severally acknowledged executing the same in the presence of two
subscribing witnesses freely and voluntarily under authority duly vested in them by said municipality.
They are personally known to me.
WITNESS my hand and official seal in the County and State last aforesaid this _day of
,2006.
Signature of Notary
Name of Notary (Typed, Printed or Stamped)
Commission Number (if not legible on seal):
My Commission Expires (if not legible on seal):
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
7
Exhibit A
4 Pond 1 Public Mowing $69 $828 GroundTek
Works
5 Pond 2 Public Mowing $69 $828 GroundTek
Works
6 Pond 3 Public Mowing $69 $828 GroundTek
Works
7 Pond 4 Public Mowing $69 $828 GroundTek
Works
8 Pond 5 Public Mowing $69 $828 GroundTek
Works
9 Pond 6 Public Mowing $69 $828 GroundTek
Works
10 Pond 7 and area between Public Mowing $69 $828 GroundTek
pond & lake, area between Works
pond and homes
11 Pond 8 Public Mowing $69 $828 GroundTek
Works
12 Pond 9 Public Mowing $69 $828 GroundTek
Works
13 Pond 10 Public Mowing $69 $828 GroundTek
Works
14 Pond 11 Public Mowing $69 $828 GroundTek
Works
15 Pond 12 Public Mowing $69 $828 GroundTek
Works
16 Pond 13 Public Mowing $69 $828 GroundTek
Works
17 Pond 14 Public Mowing $69 $828 GroundTek
Works
18 Pond 15 Public Mowing $69 $828 GroundTek
Works
19 Pond 16 Public Mowing $69 $828 GroundTek
Works
20 Pond 17 Public Mowing $69 $828 GroundTek
Works
21 Pond 18 Public Mowing $69 $828 GroundTek
Works
22 Pond 19 Public Mowing $69 $828 GroundTek
Works
23 Pond 20 Public Mowing $69 $828 GroundT ek
Works
24 Pond 21 Public Mowing $69 $828 GroundTek
Works
25 Pond 22 Public Mowing $69 $828 GroundTek
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 8
Works
26 Pond 23 Public Mowing $69 $828 GroundTek
Works
27 Pond 24 Public Mowing $69 $828 GroundTek
Works
28 Pond 25 Public Mowing $69 $828 GroundTek
Works
29 Pond 26 Public Mowing $69 $828 GroundTek
Works
30 Pond 27 Public Mowing $69 $828 GroundTek
Works
31 Pond 28 Public Mowing $69 $828 GroundTek
Works
32 Pond 29 Public Mowing $69 $828 GroundTek
Works
33 Pond 30 Public Mowing $69 $828 GroundTek
Works
34 Pond 31 Public Mowing $69 $828 GroundTek
Works
35 Pond 32 Public Mowing $69 $828 GroundTek
Works
36 Pond 35 Public Mowing $69 $828 GroundTek
Works
37 Pond 36 Public Mowing $69 $828 GroundTek
Works
38 Pond 37 Public Mowing $69 $828 GroundTek
Works
39 Pond 38 Public Mowing $69 $828 GroundTek
Works
40 Pond 39 Public Mowing $69 $828 GroundTek
Works
41 Pond 40 Public Mowing $69 $828 GroundTek
Works
42 Pond 41 Public Mowing $69 $828 GroundTek
Works
43 Pond 42 Public Mowing $69 $828 GroundTek
Works
44 Pond 43 Public Mowing $69 $828 GroundTek
Works
45 Pond 44 Public Mowing $69 $828 GroundTek
Works
46 Pond 45 Public Mowing $69 $828 GroundTek
Works
47 Pond 46 Public Mowing $69 $828 GroundTek
Works
48 Pond 47 Public Mowing $69 $828 GroundTek
Works
49 Pond 48 Public Mowing $69 $828 GroundTek
Works
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
9
50 Pond 49 Public Mowing $69 $828 GroundTek
Works
51 Pond 50 Public Mowing $69 $828 GroundTek
Works
52 Pond 51 Public Mowing $69 $828 GroundTek
Works
53 Pond 52 Public Mowing $69 $828 GroundTek
Works
54 Pond 53A Public Mowing $69 $828 GroundTek
Works
55 Pond 53B Public Mowing $69 $828 GroundTek
Works
56 Pond 54 Public Mowing $69 $828 GroundTek
Works
57 Pond 56 Public Mowing $69 $828 GroundTek
Works
58 Pond 57 Public Mowing $69 $828 GroundTek
Works
59 Pond 58 Public Mowing $69 $828 GroundTek
Works
60 Pond 59 Public Mowing $69 $828 GroundTek
Works
61 Pond 60 Public Mowing $69 $828 GroundTek
Works
62 Pond 61 Public Mowing $69 $828 GroundTek
Works
63 Pond 62 Public Mowing $69 $828 GroundTek
Works
64 Pond 63 Public Mowing $69 $828 GroundTek
Works
65 Pond - Fire Station #1 Public Mowing $69 $828 GroundTek
Works
66 Pond - Thornebrooke Public Mowing $69 $828 GroundTek
Works
67 FDOT 1-SR 438 at Silver Public Mowing $69 $828 GroundTek
Bend Blvd. Works
68 FDOT 2-SR 438 at Silver Public Mowing $69 $828 GroundTek
Bend Blvd. Works
69 FDOT 3-SR 438 at Johio Public Mowing $69 $828 GroundTek
Shores Works
70 Goodman-Kane Pond on Public Mowing $98 $1,176 GroundTek
Clarke Road Works
71 Lot-201 N. Bluford Public Mowing $69 $828 GroundTek
Works
72 Lot-2 E. McKey Public Mowing $69 $828 GroundTek
Works
73 Lots-20&28 E. McKey Public Mowing $69 $828 GroundTek
Works
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
10
74 Lot -131 N. Cumberland Public Mowing $69 $828 GroundTek
Works
75 Public Works Complex at Public Mowing $1,190 $14,280 GroundTek
301 Maguire Works
76 Lake Lily Drain Well on Old Public Mowing $69 $828 GroundTek
Winter Garden Road Works
79 Woman's Club Parks Mowing $105 $1,260 GroundTek
83 Little League Field Parking Parks Mowing $68 $816 GroundT ek
Lot
84 Forest Oaks Water Plant Public Mowing $635 $7,620 GroundTek
Utilities
85 Wastewater Treatment Plant Public Mowing $635 $7,620 GroundTek
Utilities
86 Jamela Water Treatment Public Mowing $635 $7,620 GroundTek
Plant Utilities
87 South Water Plant-Maguire Public Mowing $635 $7,620 GroundTek
Road Utilities
88 Lot -401 Kissimmee Avenue Public Mowing $68 $816 GroundTek
Utilities
89 Lot-Old Wastewater Plant on Public Mowing $68 $816 GroundTek
Sleepy Harbour Utilities
90 Spray Field on Montgomery Public Mowing $68 $816 GroundTek
Avenue Utilities
91 Reclaim Water Plant- 932 Public Mowing $635 $7,620 GroundTek
Maguire Road Utilities
92 Ponds A & B at Wastewater Public Mowing $98 $1,176 GroundTek
Plant Utilities
93 Areas outside wastewater Public Mowing $68 $816 GroundTek
plant Utilities
94 Rib Site (2 ponds) at Golf Public Mowing $98 $1,176 GroundTek
Course Utilities
95 Utility Easements (various Public Mowing $425 $5,100 GroundTek
locations) approximately Utilities
2.75 acres total (10' x
12,000') on an as-needed
basis
96 Pump Station at 2687 S. Public Mowing $112 $1,344 GroundTek
Maguire Road Utilities
$10,540 $126,480
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
11
862 Maguire Rd. Ocoee, Florida 34761
Ph: 407-877-7473 Fax: 407-877-8670
E-Mail: Groundtek@ctl.rr.com
{'" ~~
~~\
PROPOSAL
To: City of Ocoee
150 N. Lakeshore Dr.
Ocoee, FL 34761
Date: August 22, 2006
Ph: 407-905-3100
Fax: 407-317-3762
Attn: Tonya Elliott
Assistant Director of Public Works
Re: General Mowing & Landscaping
We hereby present a proposal for the following:
12 month mowing and landscape maintenance of city 10cations as per specifications and
as identified in bid #B05-15 excluding ID #'s 1,2,3, 77, 78, 80, 81 and 82.
~
Price per year........ ...$lJ 1,160.99
I'Ll, I '-\ to
Services can begin as early as September 1 st 2006
By signing below, I acknowledge agreement of all tenns stated above, including payment of any legal fees related to the collection of
money due for services related to the above proposal.
Proposal by:
Signature
Acceptance by:
Signature
Gregory Bori
Printed Name
Printed Name
Accounts Manager
Title
Tide
August 22. 2006
Date
Date
COMPLETE PROFESSIONAL SERVICES IN GROUNDS
fa'. '1'2 Q..,15 MAINTENANCE AND LANDSCAPING ~ \ l1 ~ ~ IJ
~~ '. S'5"o. 00 t>o \'" 0 v\ :. \
\ nlOl\"" : ~ ll" to
~ ~\ , ~ It, ,11 0 "'
Mayor
S. Scott Vandergrift
ceuter of Good L' .
<\.~e Jf7I~
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
AGREEMENT FOR
CITY-WIDE RIGHT-OF-WAY MOWING
THIS AGREEMENT FOR CITY-WIDE RIGHT-OF-WAY MOWING (this "Agreement")
is made this 25th day of August, 2006 by and between the CITY OF OCOEE, a Florida
municipal corporation, whose mailing address is 150 North Lakeshore Drive, Ocoee, Florida
34761 (hereinafter referred to as the "City") and Groundtek of Central Florida, Inc., a Florida
corporation, whose mailing address is 862 Maguire Rd, Ocoee, Florida 34761 (hereinafter
referred to as the "Contractor").
WITNESSETH:
WHEREAS, the City desires to enter into an Agreement with the Contractor to perform the
work set forth in that certain Invitation to Bid #B05-06 (the "Work"), and any amendments
thereto being attached hereto as Exhibit "A"; and
WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work
pursuant to the terms of this Agreement, and for the amounts specified in the Contractor's Bid,
the Contractor's Bid and any amendments thereto being attached hereto as Exhibit "B".
NOW THEREFORE, in consideration of the premises and other good and valuable
considerations exchanged between the parties hereto, the receipt and sufficiency of which is
hereby acknowledged, the parties hereto agree as follows:
Section 1. Scope of Agreement. The terms and conditions of Exhibit "A attached hereto as well
as the terms and conditions of Exhibit "B" attached hereto are incorporated by reference herein
as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all
materials, tools, equipment, labor, supervision, and consumables to complete the Work.
Section 2. Term of Agreement. This Agreement shall consist of one (1) consecutive one (1)
year term (12 Months), with the first one (1) year term beginning on September 1, 2006 (the
"Effective Date").
City ofOcoee' 150 N Lakeshore Drive' Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.tl.us
Section 3. Compensation. Contractor agrees to provide the services and materials as specified
in Exhibit "A" for the amount specified in Exhibit "B". The amount as specified in Exhibit "B"
may be increased or decreased by the City under the Extra Work provision of this Agreement,
through the issuance of an Addendum, if applicable. Any prices specified in this Agreement,
will remain firm for the initial one (1) year term of this Agreement. After the initial one (1) year
term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment
provision of this Agreement.
Section 4. Payment. All invoices received by the City are payable within (30) days from
receipt, provided they have first been approved by the City, and the City has accepted the Work
for which payment is sought. The City reserves the right, with justification, to partially pay any
invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of
Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. All invoices
must be clearly marked: City Agreement #B05-06, City-wide Right-of-Way Mowing.
Section 5.
General Conditions.
A. Patents and Copyrights. The Contractor shall pay all royalties and assume all costs
arising from the use of any invention, design, process, materials, equipment, product or
device in performance of the Work, which is the subject of patent rights or copyrights.
Contractor shall, at its own expense, hold harmless and defend the City against any claim,
suit or proceeding brought against the City which is based upon a claim, whether rightful
or otherwise, that the Work, or any part thereof, furnished under this Agreement,
constitutes an infringement of any patent or copyright of the United States. The
Contractor shall pay all damages and costs awarded against the City.
B. Termination for Default.
1) The performance of Work under this Agreement may be terminated by the City, in whole
or in part, in writing, whenever the City shall determine that the Contractor has failed to
meet the performance requirements of this Agreement.
2) The City has a right to terminate for default if the Contractor fails to perform the Work,
or if the Contractor fails to perform the Work within the time specified in the Agreement,
or if the Contractor fails to perform any other provisions of the Agreement.
3) Failure of a Contractor to perform the required Work within the time specified, or within
a reasonable time as determined by the City or failure to redo the Work when so
requested, immediately or as directed by the City, shall constitute authority for the City to
hire another contractor to perform the Work. In all such cases, the Contractor or his
surety, shall reimburse the City, within a reasonable time specified by the City, for any
expense incurred in excess of the Agreement prices.
4) Should public necessity demand it, the City reserves the right to utilize services which are
substandard in quality, subject to an adjustment in price to be determined by the City.
The Contractor shall not be liable for any excess costs if acceptable evidence has been
submitted to the City that failure to perform the Work was due to causes beyond the
control and without the fault or negligence of the Contractor.
5) Termination for Convenience. The City may terminate this Agreement at its convenience
with thirty (30) days advance written notice to the Contractor. In the event of such a
termination by the City, the City shall be liable for the payment of all Work properly
performed prior to the effective date of termination and for all portions of materials,
supplies, services, and facility orders which cannot be cancelled and were placed prior to
B05-06
2
the effective date of termination and other reasonable costs associated with the
termination.
c. Warranty. The Contractor warrants that the Work including equipment and materials
provided shall conform to professional standards of care and practice in-effect at the time
the Work is performed, be of the highest quality, and be free from all faults, defects or
errors. If the Contractor is notified in writing of a fault, deficiency or error in the Work
provided within one (1) year from completion of the Work, the Contractor shall, at the
City's option, either redo such portions of the Work to correct such fault, defect or error,
at no additional cost to the City or refund to the City the charge paid by the City which is
attributable to such portions of the faulty, defective or erroneous Work, including the
costs for obtaining another Contractor to redo the Work.
ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE
MERCHANTABLE AND BE FIT FOR THE PURPOSE INTENDED.
THE CONTRACTOR SHALL BE
INCIDENTAL OR CONSEQUENTIAL
RESULTING FROM ANY WORK
AGREEMENT.
LIABLE FOR SECONDARY,
DAMAGES OF ANY NATURE
PERFORMED UNDER THIS
D. Time of Completion. The parties understand and agree that time is of the essence in the
performance of this Agreement. The Contractor agrees that all Work shall be performed
regularly, diligently, and uninterrupted within the time specified. The Contractor or City,
respectively, shall not be liable for any loss or damage, resulting from any delay or
failure to perform its contractual obligations within the time specified, due to acts of God,
actions or regulations by any governmental entity or representative, strikes or other labor
trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole
or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials,
labor, fuel or supplies for any reason including default of suppliers, or any other causes,
contingencies or circumstances not subject to the Contractor's or City's control,
respectively, whether of a similar or dissimilar nature, which prevent or hinder the
performance of the Contractor's or City's contractual obligations, respectively. Any such
causes of delay shall extend the time of the Contractor's or City's performance
respectively, by the length of the delays occasioned thereby, including delays reasonably
incident to the resumption of normal Work schedules. However, under such
circumstances as described herein, the City may at its discretion, cancel this Agreement
for the convenience of the City.
E. Indemnification. To the fullest extent provided by law, Contractor shall indemnify,
defend and hold harmless the City and all of its officers, agents and employees from all
claims, loss, damage, cost, charges or expense including, but not limited to reasonable
attorneys' fees, to the extent caused by the negligence, recklessness or intentional
wrongful misconduct of Contractor, its agents, employees, or subcontractors during the
performance of the Agreement. The City shall use its best efforts to promptly notify the
Contractor in writing of any Claims and shall provide the Contractor with information
regarding the Claims as the Contractor may reasonably request, but the failure to give
such notice or provide such information shall not diminish the obligations of the
Contractor under this Section. No Claims whatsoever shall be made or asserted against
B05-06
3
the City by the Contractor for or on account of anything done or as a result of anything
done or omitted to be done in connection with this Agreement.
F. Correction of Work. The Contractor shall promptly correct all Work rejected by the City
as faulty, defective, or failing to conform to this Agreement whether observed before or
after substantial completion of the Work. The Contractor shall bear all costs of correcting
such rejected Work. In the event that Contractor fails to timely mow or otherwise
maintain a portion of the work, then the City, at its sole discretion and without waiving
any other rights or remedies under this Agreement, may deduct from any amounts due
under this Agreement, the actual cost paid by the City to a third party to perform the
work. If the City performs such work with its own personnel then the City may deduct
from any amounts due under this Agreement such amount equal to what the Contractor
would have charged for doing the work, plus 15% of such amount.
G. Right to Audit Records. The City shall be entitled to audit the books and records of the
Contractor or any sub-contractor to the extent that such books and records relate to the
performance of this Agreement or any sub-contract to this Agreement. Such books and
records shall be maintained by the Contractor for a period of three (3) years from the date
of final payment under this Agreement and by the sub-contractor for a period of three (3)
years from the date of final payment under the sub-contract unless a shorter period is
otherwise authorized in writing.
H. Information. All information, data, designs, plans, drawings, and specifications furnished
to or developed for the City by the Contractor or its employees, pursuant to this
Agreement, shall be the sole property of the City and all rights therein are reserved by the
City, except that the Contractor may disclose any such information to its corporate
affiliates and their agents.
I. Safety Measures. The Contractor shall take all necessary precautions for the safety of the
City's and Contractor's employees and the general public and shall erect and properly
maintain at all times all necessary vehicular and facility safeguards for the protection of
the workers and public. If necessary, the Contractor shall post signs warning against
hazards in and around the work site.
J. Extra Work. The City, without invalidating this Agreement, may order changes in the
Work within the general scope of this Agreement consisting of additions, deletions, or
other revisions, the Agreement price and time being adjusted accordingly. All such
changes in the Work shall be authorized by a written Addendum to this Agreement, and
shall be executed under the applicable conditions of the Agreement.
K. Price Adjustments. For the second and third one (1) year terms of this Agreement, the
Contractor may make a claim for a price adjustment in the Agreement If the Contractor
plans to make a price adjustment, the Contractor shall first give the City written notice
thereof, with explanations stated for the price adjustment, and such notice shall be given
at least one hundred-twenty (120) calendar days prior to the one (1) year term for which
the price adjustment is sought. Nothing contained herein shall affect the City's right to
terminate this Agreement for Convenience as provided herein.
L. Familiarity With The Work. The Contractor by executing this Agreement, acknowledges
full understanding of the extent and character of the Work required and the conditions
B05-06 4
surrounding the performance thereof. The City will not be responsible for any alleged
misunderstanding of the Work to be furnished or completed, or any misunderstanding of
conditions surrounding the performance thereof. It is understood that the execution of
this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill
all the conditions referred to in this Agreement.
Section 6. Miscellaneous Provisions.
A. The Contractor shall not employ subcontractors without the advance written permission of
the City.
B. Assignment of this Agreement shall not be made without the advance written consent of the
City.
C. The Contractor shall comply with all applicable federal, state and local laws, ordinances,
rules and regulations pertaining to the performance of Work under this Agreement.
D. No waiver, alterations, consent or modification of any of the provisions of this Agreement
shall be binding unless in writing and signed by the City.
E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of
plans or specifications as may be required by federal, state and local laws, ordinances, rules, and
regulations, for the proper execution and completion of the Work under this Agreement.
F. The Contractor shall at all times, keep the Work area free from accumulation of waste
materials or rubbish caused by its operations, and promptly remove any such materials to an
approved disposal location.
G. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials,
tools, equipment, and consumables, left on City property by the Contractor.
H. This Agreement is considered a non-exclusive Agreement between the parties.
I. This Agreement is deemed to be under and shall be governed by, and construed according to,
the laws of the State of Florida.
J. Any litigation arising out of this Agreement shall be had in the Courts of Orange County,
Florida.
K. The undersigned hereby certify that this Agreement is made without prior understanding,
agreement or connection with any corporation, firm or person who submitted bids for the Work
covered by this Agreement and is in all respects fair and without collusion or fraud. As to
Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this
Agreement and to execute same on behalf of the Contractor as the act of the said Contractor.
L. This Agreement, including Exhibit "A" and Exhibit "B", contains all the terms and conditions
agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter
of this Agreement shall be deemed to exist or to bind either party hereto.
B05-06
5
IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed
by their duly authorized officers as of the day and year first above written.
CONTRACTOR:
Print Name:
GroundTek of Central Florida, Inc.
, a Florida corporation
By:
Name:
Title:
(SEAL)
STATE OF FLORIDA
COUNTY OF
The foregoing instrument was acknowledged before me this _ day of , 2006
by as of , a
Florida corporation, on behalf of the corporation. He/she 0 is personally known to me, or 0 has
produced as identification.
Signature of Notary Public - State of Florida
Name of Notary (Print, Type, or Stamp)
Commission Number (if not legible on seal):
My Commission Expires (ifnot legible on seal):_
B05-06
6
CITY:
CITY OF OCOEE,
a Florida municipal corporation
By:
S. Scott Vandergrift, Mayor
Attest:
Beth Eikenberry, City Clerk
(SEAL)
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA;
APPROVED AS TO FORM AND
LEGALITY this day of
, 2006.
APPROVED BY THE OCOEE CITY
COMMISSION AT A MEETING
HELD ON N/A
UNDER AGENDA ITEM NO. N/A.
FOLEY & LARDNER, LLP
By:
City Attorney
STATE OF FLORIDA
COUNTY OF ORANGE
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State and
County aforesaid to take acknowledgments, personally appeared S. Scott Vandergrift and Beth
Eikenberry well known to me to be the Mayor and City Clerk, respectively, of the CITY OF OCOEE, a
Florida municipal corporation, and that they severally acknowledged executing the same in the presence
of two subscribing witnesses freely and yoluntarily under authority duly vested in them by said
municipality. They are personally known to me.
WITNESS my hand and official seal in the County and State last aforesaid this _day of
,2006.
Signature of Notary
Name of Notary (Typed, Printed or Stamped)
Commission Number (if not legible on seal):
My Commission Expires (if not legible on seal):
B05-06
7
EXHIBIT" A"
1 A.D. Mims Road R.R. track to Johio Shores Rd. 5.4 $323.73 $5,827.14
2 Bluford Avenue S.R. 50 to McKey St. 3.5 $209.83 $3,776.85
3 Bowness Road Maguire Ext. to Franklin St. 6 $359.70 $6,474.60
4 Franklin Street (SR 437) Bluford Ave. to E. Crown Pont Rd. 9 $539.55 $9,711.90
5 Moore Road Maguire Rd. to 7m St. 3.2 $191.84 $3,453.12
6 Maguire Road S.R. 50 to Maguire Ext. 4.2 $251. 79 $4,532.22
7 Palm Drive Ocoee Apopka Rd. E. Crown Pont 6.7 $401.67 $7,229.97
Rd.
8 Old Winter Garden Road S.R.50 to Hempel Ave. 2 $119.90 $2,158.20
9 Orlando A venue Bluford Ave to Concord Village Way 4 $239.80 $4,316.40
10 Professional Parkway Old Winter Garden Rd. to Maguire 3.5 $209.83 $3,776.85
Rd.
11 Silver Star Road (SR 438) Apopka Vineland Rd. to Ocoee 12.6 $755.37 $13,596.66
Apopka
12 Story Road Roper py to 430 Story Rd. 0.5 $29.98 $539.55
13 Tomyn Blvd. Maguire Rd. to Warrior Rd. 10.1 $605.50 $10,898.91
14 W. Colonial Dr. (SR 50) Good Homes to 429 9.4 $563.53 $10,143.54
15 Ingram Road McCormick Rd. to Ocoee Clarcona 4.1 $245.80 $4,424.31
Rd.
16 Emergency entrance Hackney Prairie Rd. to Timber Ridge 0.5 $29.98 $539.55
Tr.
17 Geneva Street Kissimmee Ave to Cemetery 3 $179.85 $3,237.30
18 B.C. Terry Rd. Orlando Ave. to dead end 1 $59.95 $1,079.10
19 California Ave. Orlando Ave to City limits 1 $59.95 $1,079.10
20 Montgomery Ave. Orlando Ave to dead end 0.5 $29.98 $539.55
21 Rewis Street R.R. to Spring St. 3 $179.85 $3,237.30
22 Pine Street Sanders Dr. to dead end 0.5 $29.98 $539.55
23 Kissimmee Ave. Maguire Rd to McKey St. 1 $59.95 $1,079.10
24 Blackwood Ave. Old Winter Garden Rd. to Seminole 0.5 $29.98 $539.55
St.
25 Roper Island On Roper py. 0.5 $29.98 $539.55
26 Butterfly creek Dr. Tiger Minor Park to Burr Oak Dr. 0.5 $29.98 $539.55
27 W Delaware Street Bluford Ave to dead end 0.75 $44.96 $809.33
28 Cumberland Ave. Ohio St. to W. Delaware St. 1 $59.95 $1,079.10
29 Taylor Street McKey St. Franklin St. 0.25 $14.99 $269.78
30 Center Street Spring St. Hill Ave. 0.25 $14.99 $269.78
31 Center Street Cardinal St to Stark Lake Cir. 0.5 $29.98 $539.55
32 Lyman Street Rewis to Lakewood Ave. 0.75 $44.96 $809.33
33 N. Lakewood Ave. In front of vacant property 0.5 $29.98 $539.55
34 Ocoee Hills Road Silver Star Rd. to Center St. 0.75 $44.96 $809.33
35 Adair Street Wurst Rd. to Glad Tidings Church 1 $59.95 $1,079.10
36 Nicole Blvd. In front of vacant property 0.5 $29.98 $539.55
37 Ocoee Clarcona rd. N. side of Amber Ridge Sub. 1 $59.95 $1,079.10
38 Bus stop Brentwood Ridgefield Ave. 0.25 $14.99 $269.78
B05-06
8
39 Pioneer Key 2 5 Lots 1 $59.95 $1,079.10
40 S.Lakewood Ave. Ocoee Elementary to Orlando Ave. 0.75 $44.96 $809.33
41 Geneva Street Vacant lot north side 0.75 $44.96 $809.33
42 Bluford Ave at Geneva St Intersection Islands 0.25 $14.99 $269.78
43 Kissimmee Ave. at Maguire Intersection Islands 0.5 $29.98 $539.55
Ext.
44 Hobson Road Clarcona-Ocoee Road north to curve 1.27 $76.14 $1,370.46
45 Hackney-Prairie Road South side, West Chester to Park 0.2 $11. 99 $215.82
46 Hackney-Prairie Road North side, Clarke Road to the sub- 0.03 $1.80 $32.37
division wall going east
47 Clarke Road Clarcona-Ocoee Road to AD Mims 2.02 $121.10 $2,179.78
Road, west side
48 Clarke Road East side, Hackney-Prairie Road 0.02 $1.20 $21.58
north to brick wall
49 Clarke Road Medians AD Mims Road to north 0.75 $44.96 $809.33
50 Clarke Road AD Mims Road to Wentworth SD 0.75 $44.96 $809.33
51 Clarke Road Silver Star to AD Mims, medians and 1.55 $92.92 $1,672.61
west side
52 Clarke Road West side, radio station to Orlando 0.38 $22.78 $410.06
Ave.
53 Clarke Road West side, from Orlando Ave. to SR 3.88 $232.61 $4,186.91
50; and east side adjacent Sears
54 Prairie Oaks Ct. AD Mims Road to the north 0.14 $8.39 $151.07
55 Prairie Lake Blvd. Small circle north of AD Mims Road 0.04 $2.40 $43.16
56 Johio Shores /R-O-W Behind Johio Bay SD & east side to 0.44 $26.38 $474.80
Silver Star
57 Montgomery A venue East side, north of Orlando Ave 0.27 $16.19 $291.36
58 Lady A venue West side, north of Wurst road 0.04 $2.40 $43.16
59 Wurst Road South side, Kimball to Sprint Store; 0.1 $6.00 $107.91
and from east of Sprint Store to
Sandy Cove
60 Marshall Farms Road East side, from SR 50 north 0.23 $13.79 $248.19
61 Maguire Road East side, between the Courtyard and 0.39 $23.38 $420.85
Brighthouse
62 Maguire Road West side, from SR 50 to Tomyn 1.27 $76.14 $1,370.46
Road; and east side to the lift station
63 Maguire Road East side, from Moore Road to 0.38 $22.78 $410.06
Thomebrooke
64 South Water Plant From Maguire Road to gate 0.95 $56.95 $1,025.15
65 Thomebrooke Drive North side, Maguire to east end of 0.96 $57.55 $1,035.94
Freedom Park; and south side, from
west of retention pond to east end on
Freedom Park
Total Estimated Acreage 123.01 $7,374.45 $132,740.09
B05-06
9
Slfe
862 Maguire Rd. Ocoee, Florida 34761
Ph: 407-877-7473 Fax: 407-877-8670
E-Mail: Groundtek@ctl.rr.com
PROPOSAL
To: City ofOcoee
150 N. Lakeshore Dr.
Ocoee, FL 34761
Date: August 22, 2006
Ph: 407-905-3100
Fax: 407-317-3762
Attn: Tonya Elliott
Assistant Director of Public Works
Re: City Wide Right-of-Way Mowing
We hereby present a proposal for the following:
12 month mowing maintenance of the city rights-of-way as per locations and
specifications found in bid #B05-06 and to include added areas as per Tonya Elliot in e-
mail dated 8-22-06.
Price per acre........ ...59.95
Services can begin as early as September 1 st 2006
By signing below, I acknowledge agreement of all terms stated above, including payment of any legal fees related to the collection of
money due for services related to the above proposal.
Proposal by:
Acceptance by:
Signature
Signature
Gregory Bon
Printed Name
Printed Name
Accounts Manager
Title
Title
August 22. 2006
Date
Date
-
:'._)
COMPLETE PROFESSIONAL SERVICES IN GROUNDS
MAINTENANCE AND LANDSCAPING 1
'{ "\ V\-' ~~ \ n..;:. _..~ . ~ 11./ 51.. <(
.J- (\\~"'.,. \(") ~: ~ · ~. .
\ (Y)~ \C\ ~ ~ 1. r+?p\tC.~"4 t'1, qJ~. ~!o
~O tok\:
((\
1.. ? \ 1> <;;5.
~
I PO
I'
=- J I5/;, '/~ '7 , ..
3 ; _.c;..'
~.
f'o '.