Loading...
HomeMy WebLinkAboutItem 04 Consideration of Bid #05-06, Citywide Right-of-Way Mowing (3-Year Contract) to Markham Woods Landscaping in the Amount of $36.00/Acre, First Annual Amount of $69,303.00 AGENDA ITEM COVER SHEET Meeting Date: 3/15/05 i Item # Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: ~ ,.-.J/ Department Director: ~~;r;/ A r...;I~ City Manager: _~ ~ Subject: Award of Bid #B05-06, Citywide Right-of-Way Mowing Background Summary: This is a re-bid from earlier this fiscal year. The scope of work has been revised to include reducing the frequency and grouping services in order to come within budget. Staff recommends that the City Commission award a three (3) year contract for the mowing, edging, trimming, weed control, and trash and debris removal of City right-of-ways. The budget includes $60,000 for these services. Issue: Award the bid for Citywide Right-of-Way Mowing services to Markham Woods Landscaping. Recommendations Staff recommends that the City Commission award Bid #B05-06 to Markham Woods Landscaping in the amount of $69,303.60 annually; and authorize the Mayor and City Clerk to execute the contract between the City and Markham Woods Landscaping, once the required insurance coverage has been obtained from the Contractor. The projected start date is April 1, 2005; therefore, there is enough funds budgeted for the remainder of this fiscal year. Attachments: 1.-3. Contractor Bids 4. Copy of Bid B05-06/Specifications 5. Bid Tabulation 6. Recommendation memo Financial Impact: As budgeted Type of Item: o Public Hearing o Ordinance First Reading o Ordinance First Reading o Resolution [8] Commission Approval o Discussion & Direction For Clerk's Deaf Use: o Consent Agenda o Public Hearing o Regular Agenda o Original Document/Contract Attached for Execution by City Clerk IZI Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) I2.$J N/A o N/A o N/A City Manager Robert Frank Commissioners Dannv Howell. District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Nancv J. Parker. District 4 Mavor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing AgenC:Y-- March 4, 2005 FROM: DATE: RE: Award of Bid #B05-06 Citywide Right-of-Way Mowing ISSUE Award the bid for Citywide Right-of-Way Mowing services to Markham Woods Landscaping. BACKGROUND/DISCUSSION This is a re-bid from earlier this fiscal year. The scope of work has been revised to include reducing the frequency and grouping services in order to come within budget. Staff recommends that the City Commission award a three (3) year contract for the mowing, edging, trimming, weed control, and trash and debris removal of City right-of-ways. The budget includes $60,000 for these services. The bid was publicly advertised on January 16,2005 and opened on February 17,2005. There were three (3) responses to this bid, and one (1) bid was considered non-responsive for failure to submit a bid security: 1. 2. 3. 4. Markham Woods Landscapin2 Cato Environmental Oroundtek EN Landscape Design Annual $69,303.60 $76,041.54 $95,292.54 Non-responsive Per Acre $36.00 $39.50 $49.50 Attached is a copy of specifications for this project, and the bids from each bidder, along with the bid tabulation. All bids are available in the Finance Department for review. The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the bid to Markham Woods Landscaping as the most responsive and responsible bidder, per the attached memorandum from Bob Zaitooni, Public Works Director. Mavor S. Scott Vandergrift center of Good L . ~'r>e IT/i~ Commissioners Danny Howell, District 1 Scott Anderson. District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manager Robert Frank MEMORANDUM TO: Joyce Tolbert, Finance FROM: Bob Zaitooni, Public Works Director DATE: February 22, 2005 RE: Recommendation for Award - Bid #B05-06, City-wide R/W Mowing Based on the bids received, we recommend award of this bid to Markham Woods Landscaping, Inc. If you have any questions or require additional information, please contact me at extension 6002. RZ The City of Ocoee Public Works' 30 I Maguire Road' Ocoee, Florida 34761 phone: (407) 905-3170 . fax: (407) 905-3176 . www.ci.ocoee.tl.us Average Uniform Price Per Acre First Year Total Annual Bid Per Cycle Price Bid Security 1 Original & (2) Copies References/Subs Equipment Listing Summary of Litigation BID TABULATION FOR: BID #B05-06 CITY-WIDE RIGHT-OF-WAY MOWING 2/17/052:00 p.m. a $ 69,303.60 $ 76,041.54 $ 95,292.54 $ 3,850.20 $ 4,224.53 $ 5,294.03 None cashier's check cashier's check bond yes yes yes yes yes yes yes yes yes yes yes yes Mayor S. Scott Vandergrift center of Good L' . <\.~e l~J~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson. District 3 Nancy J. Parker, District 4 City Manager Robert Frank CITY OF OCOEE INVITATION TO BID #B05-06 FOR CITY-WIDE RIGHT-OF-WAY MOWING City ofOcoee. ] 50 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.fl.us BID DOCUMENTS 3 4 thru 6 7 thru 15 16 17 Legal Advertisement Invitation to Bid #B05-06 General Terms & Conditions Subcontractors/Equipment Listing References/Summary of Litigation SCOPE OF WORK/BID FORM 18-21 22 23 24 26 27 Scope of Work Bid Form Company Information/Signature Sheet Exhibit A Exhibit B-1 Exhibit B-2 CONTRACT DOCUMENTS 29 thru 37 Draft of Agreement A TT ACHMENTS Map 1 - Center Map 2 - North Map 3 - South END OF TABLE OF CONTENTS 2 LEGAL ADVERTISEMENT City of Ocoee Bid #B05-06 City-Wide Right-of-Way Mowing Ocoee City Commission Sealed bids will be accepted for Bid #B05-06, CITY-WIDE RIGHT-OF-WAY MOWING, no later than 2:00 PM, local time, on February 17,2005. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids for the mowing, edging, trimming, weed control, and trash and debris removal of City right-of-ways. The contract shall consist of three (3) consecutive one-year terms. The contract shall automatically be renewed annually unless terminated by the City in writing, for a maximum of three (3) years from the date of execution. City reserves the right to terminate the contract for non-performance giving thirty (30) days written notice and payment for completed work. There will not be Pre-Bid Conference for this bid. Any questions or concerns regarding this bid must be received no later than February 10,2005. A Bid Security in the amount of 5% of the bid price must accompany each bid. No performance or payment bond is required. All bids shall be submitted as one (1) original and two (2) copies of the required submittals, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received in the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01PM, local time, or as soon thereafter as possible. Interested firms may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.lIs under BidsNendors, or copies are available from the contact person identified above for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. No fax or electronic submissions will be accepted. City Clerk January 16, 2005 3 CITY OF OCOEE INVITATION TO BID #B05-06 CITY-WIDE RIGHT-OF-WAY MOWING INTENT: Sealed bids for Bid #B05-06 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for City-Wide Right-of-Way Mowing Services for the City of Ocoee at the locations listed under the "Scope of Work" section of this Invitation to Bid, and the attached location maps. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407)905-3100, extension 1516 and fax (407)656-3501, not later than February 10, 2005. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on February 17, 2005. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of Subcontractors/Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be a Pre-Bid Conference for this bid. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed by Demandstar, or the City if applicable, to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to the respondent's bid, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; 5 d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgment and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the 7 Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of W orklBid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of W orlclBid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and 8 f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria, as applicable: . Compliance with specifications, terms, and conditions . Bid price . Warranty offered . Delivery time . Experience with similar work . Successful reference check 9. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to the City's Purchasing Agent not later than seventy-two (72) hours after the "Notice oflntent/Recommendation to Award" is issued. 9 11. PAYMENT TERMS: Payment Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: . Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and . The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: The successful Respondent, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. The contract will consist of three (3) consecutive one (1) year terms. The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. See the attached draft contract. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. 10 g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U. S. Secretary of labor, are incorporated herein. 11 16. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotIatIon is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit 12 bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department oflnsurance of Florida and which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. 13 c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, as shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) AUTOMOBILE BODILY INJURY LIABILITY . $1,000,000 Combined single limit per occurrence (each person, each accident) 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY . $1,000,000 Combined single limit per occurrence 3) COMPREHENSIVE GENERAL LIABLILITY - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary over the insurance of the City of Ocoee. . $1,000,000 PROPERTY DAMAGE LIABILITY (other than automobile) Combined single limit per occurrence . $1,000,000 BODILY INJURY (other than automobile) Combined single limit per occurrence . $2,000,000 GENERAL AGGREGATE . $1,000,000 PRODUCTS/COMPLETED OPERATIONS . $1,000,000 PERSONAL & ADVERTISING INJURY d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits is required if the City is not named as an additional insured under the General Liability policy: 1) BODILY INJURY LIABILITY . $1,000,000 Combined single limit per occurrence 2) PROPERTY DAMAGE LIABILITY . $1,000,000 Combined single limit per occurrence t) Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 14 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. (remainder of page left blank intentionally) 15 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO.lCONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 16 22. REFERENCESIEXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT REFERENCES. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Have you any similar work in progress at this time? Yes_ No business Length of time in Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 17 SCOPE OF WORK BID # B05-06 CITY - WIDE RIGHT -OF-WAY MOWING The Contract term for B05-06, City-wide Right-of-way Mowing shall be for 12 months from the date of the contract, with for an additional two (2), one (1) year terms, for a total of three (3) years. Annual cost escalations may be allowed for the second and third years of the contract. Ninety (90) days prior to end of each year, Contractor shall submit, in writing, the cost escalation and explanation for the change for the following year. City Public Works Director, upon evaluation, may submit cost escalation for approval by the City Commission. The City reserves the right to cancel the Contract upon (30) thirty days written notice and payment for all work completed through the time of termination. A draft contract is provided under Exhibit "C". All questions/concerns shall be directed, in writing, by February 1 0, 2005, to the City's Purchasing Agent, up to award of this contract, (407) 905-3100 ext. 1516 or fax (407) 656-3501. Any contact with any other member of the City Staff, Commission, or its Agents during this time period may be grounds for disqualification. 1. List of Locations The attached map provides the general locations of the right-of-way areas to be included in this contract and as outlined in Exhibit "A" - List of Locations. The acreage information provided for bidding purposes is approximate. The Contractor shall be responsible for an exact acreage of the service area provided. The City reserves the right to amend the list of locations for additions and/or deletion as needed. Contractor will be provided with an official up-to-date Exhibit "A" upon any modification. 2. Reporting Two (2) types of reports are required for this contract: a) Weekly Schedule - Contractor shall submit and (fax or e-mail or mail) a weekly schedule of locations to be serviced by the Contractor. The weekly schedules shall be updated upon any authorized change in schedules. City will randomly inspect areas for quality and quantity of work performed on a weekly basis. Any deviations from scheduled work will be noted and may result in withholding of payment to the Contractor. It shall be Contractor's responsibility to inform the City of the changes in schedules. b) Monthly Report - Contractor shall submit Forms B-1 and B-2 as shown under Exhibit "B" of this Invitation to Bid every month with their monthly invoice. Form B-1 only applies to service areas on SR 50 (West Colonial Drive) and SR 438 (Silver Star Road). Form B-2 is for the remainder of service areas. All applicable quantities shown on the forms shall be completely filled by the Contractor. It is critical to note that Contractor's invoice may be rejected or delayed if the required if Contractor is not in compliance with the reporting requirements. 18 3. Defective 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. 4. Other Contracts The contractor may be approached by some of the Home Owners Associations (HOA) about the contractor performing mowing activities near HOA owned and maintained areas. The HOA owned areas are not part of the Ocoee City-wide Mowing Contract and the City is not responsible for maintenance. Should the contractor contract with the HOA, it is strictly between the contractor and the HOA, the City will not intercede on either party's behalf in any disputes. In addition, all outside work will not have an effect on the contractor meeting its obligations to the City of Ocoee. 5. Uniforms The contractor's employees shall wear uniform shirts and all trucks should be marked with the company name, at a minimum, for easy recognition by residents and City personnel. Employee safety is the contractor's responsibility, both in work clothing and actions, and shall be in accordance with applicable OSHA standards, and all equipment shall be operated in a safe manner as recommended by the manufacturer. 6. Equipment The Contractor shall provide adequate resources to complete the required services safely and neatly. All transport equipment used by the Contractor shall be clearly identified with 5" letters as to the name of the company and their telephone number. 7. Services Frequency of Services - Services under this contract shall include 18 applications as follows: . Twice per month between May 1 through October 31 ( 12 applications), and . Once per month from November 1 through April 31 (6 applications) City reserves the right to request additional applications on an as needed basis based upon the Contractor's contracted prices. 19 Trash & Debris Removal - All visible trash and debris within the mowing field shall be collected and legally disposed in accordance with all applicable federal, state, county, and city laws and ordinances. Mowing - All turf areas shall be mowed with a suitable mechanized mower with a uniform surface at a height no less than 2.5 inches and no more than 3.5 inches. Grass clippings shall be allowed to remain on site as long as they are not unsightly but blown off of the road surface. Trimming - All areas not accessible by mowers shall be string-trimmed so as to maintain an even cut throughout. All sidewalks, roadways, and ornamental bed areas shall be blown clear of grass clippings the same day as the mowing. Edging - All curbs, sidewalks, driveways and plant beds will be edged every time the turf is mowed. Weed Control - Applications of approved herbicides or, as required, the use of hand weeding as often as necessary to keep the guardrails, handrails, flowerbeds, curbs, fence lines, tree trunks, etc. weed free as possible. General Clean Up and Policing - All parking areas, walks, curbs, driveways, etc. shall be swept, blown, and/or vacuumed after each maintenance process. Policing of turf before mowing process is started is also required. 8. Traffic Control Compliance with all traffic control requirements per the latest edition of the Manual on Traffic Control Devices (M.U.T.C.D.) and the Florida Department of Transportation standards is required. If temporary lane closures become necessary, Contractor shall obtain prior authorization from City's Public Works Director before commencing work. Work that effects traffic lanes shall not be performed between 7:00-9:00 AM and 4:00-6:00 PM in the peak direction of traffic unless otherwise permitted by City's Public Works Director. 9. Damage to Property All damages including but not limited to damage to sprinklers, irrigation lines, walls, trees, shrubs, poles/posts, signs, street furniture, landscaping, etc. caused by the Contractor in performance of the mowing activities shall be repaired in a timely manner at the Contractor's expense. 10. Pricing Contractor shall provide an average uniform price per acre, a per cycle price, and an annual total price for the first year for all services including debris removal, mowing, edging, trimming, and weed control. The average uniform price per acre shall include an average for the entire year based on the required frequency of services requested. 20 11. Quantities Quantities shown on Exhibit "A" are adjusted for frontage of adjacent homes and businesses in accordance with the Codes of City of Ocoee, Article II, Section 115-7. Duty of property owner generally. In accordance with City Codes, the right-of-way area between property and street is the responsibility of the owner. 12. Addition and/or Deletions City reserves the right to add or delete areas to be mowed with a minimum of one-half (1/2) acre. A two (2) week written notice shall be provided to the contractor by the Public Works Director. Public Works Director shall issue the change in service quantity in writing along with a modified Exhibit "A". (remainder of page left blank intentionally) 21 BID FORM BID B05-06 CITY-WIDE RIGHT-OF-WAY MOWING 1. Average Uniform Price per Acre: $ dollars & cents. 2. First Year Total Annual Bid (for total acreage shown on Exhibit "A"): $ dollars & cents. 3. Per Cycle Price: $ dollars & cents. Company Name: Signature: Print Name: Title: Date: 22 Bid #B05-06 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20_ Personally Known or Produced Identification (Type ofIdentification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public 23 EXHIBIT" A" LIST OF LOCATIONS & APPROXIMATE ACREAGE BID B05-06 CITY-WIDE RIGHT-OF-WAY MOWING Approximate Actual No. Location Limits Acres Acres 1 A.D. Mims Road R.R. track to Johio Shores Rd. 5.4 2 Bluford Avenue S.R. 50 to McKey St. 3.5 3 Bowness Road Maguire Ext. to Franklin St. 6.0 4 Franklin Street (SR 437) Bluford Ave. to E. Crown Pont Rd. 9.0 5 Moore Road Maguire Rd. to in St. 3.2 6 Maguire Road S.R. 50 to Maguire Ext. 4.2 7 Palm Drive Ocoee Apopka Rd. E. Crown Pont Rd. 6.7 8 Old Winter Garden Road S.R.50 to Hempel Ave. 2.0 9 Orlando A venue Bluford Ave to Concord Village Way 4.0 10 Professional Parkway Old Winter Garden Rd. to Maguire Rd. 3.5 11 Silver Star Road (SR 438) Apopka Vine land Rd. to Ocoee Apopka 12.6 12 Story Road Roper py to 430 Story Rd. 0.5 13 Tomyn Blvd. Maguire Rd. to Warrior Rd. 10.1 14 W. Colonial Dr. (SR 50) Good Homes to 429 9.4 15 Ingram Road McCormick Rd. to Ocoee Clarcona Rd. 4.1 16 Emergency entrance Hackney Prairie Rd. to Timber Ridge Tr. 0.50 17 Geneva Street Kissimmee Ave to Cemetery 3.0 18 B.C. Terry Rd. Orlando Ave. to dead end 1.0 19 California Ave. Orlando Ave to City limits 1.0 20 Montgomery Ave. Orlando Ave to dead end 0.50 21 Rewis Street R.R. to Spring St. 3.0 22 Pine Street Sanders Dr. to dead end 0.5 23 Kissimmee Ave. Maguire Rd to McKey St. 1.0 24 Blackwood Ave. Old Winter Garden Rd. to Seminole St. 0.5 25 Roper Island On Roper py. 0.5 26 Butterfly creek Dr. Tiger Minor Park to Burr Oak Dr. 0.5 27 W Delaware Street Bluford Ave to dead end 0.75 28 Cumberland Ave. Ohio St. to W. Delaware St. 1.0 29 Taylor Street McKey St. Franklin St. 0.25 30 Center Street Spring St. Hill Ave. 0.25 31 Center Street Cardinal St to Stark Lake Cir. 0.50 32 Lyman Street Rewis to Lakewood Ave. 0.75 33 N. Lakewood Ave. In front of vacant property 0.50 34 Ocoee Hills Road Silver Star Rd. to Center St. 0.75 35 Adair Street Wurst Rd. to Glad Tidings Church 1.0 36 Nicole Blvd. In front of vacant property 0.5 37 Ocoee Clarcona rd. N. side of Amber Ridge Sub. 1.0 38 Bus stop Brentwood Ridgefield Ave. 0.25 39 Pioneer Key 2 5 Lots 1.0 40 S.Lakewood Ave. Ocoee Elementary to Orlando Ave. 0.75 41 Geneva Street Vacant lot north side 0.75 42 Bluford Ave at Geneva St Intersection Islands 0.25 43 Kissimmee Ave. at Maguire Ext. Intersection Islands 0.50 Total Estimated Acreage 106.95 Revision No. : City Official Approval: Date Revised: Print Name Signature Copy 1- Contractor, Copy 2- Finance, Copy 3-Public Works Files 24 EXHIBIT "B" FORMS B-1 & B-2 BID B05-06, CITY-WIDE RIGHT-OF-WAY MOWING 25 B05-06 CITY-WIDE RIGHT-OF-WAY MOWING FORM B-1, FOR USE ON STATE HIGHWAYS SR 50, SR 437, AND SR 438 DATE: REPORT FOR: MONTH/QUARTER THIS REPORT START DATE: END DATE: ACTIVITY DESCRIPTION 437 Miscellaneous Slope and Ditch Repair 451 Clean Storm Drains 461 Roadside Ditches Clean and Repair 464 Outfall Ditch Clean and Repair 471 Large machine Mowing 485 Small Machine Mowing 487 Weed Control (Manual and Mechanical) 494 Chemical Weed Control 540 Graffiti Removal 541 Litter Removal 542 Road Sweeping (Manual) 543 Roadway Sweeping (Mechanical) QUANTITY Oft. o Oft. o o acres o acres o acres 0.0 gallons o o bags o miles o miles 545 Edging and Sweeping Certification: o miles I, , certify that the information presented above is accurate. Signature: Date: 26 B05-06 CITY-WIDE RIGHT-OF-WAY MOWING FORM B-2, FOR USE ON CITY STREETS DATE: REPORT FOR: MONTH/QUARTER THIS REPORT START DATE: END DATE: ACTIVITY DESCRIPTION 437 Miscellaneous Slope and Ditch Repair 451 Clean Storm Drains 461 Roadside Ditches Clean and Repair 464 Outfall Ditch Clean and Repair 471 Large machine Mowing 485 Small Machine Mowing 487 Weed Control (Manual and Mechanical) 494 Chemical Weed Control 540 Graffiti Removal 541 Litter Removal 542 Road Sweeping (Manual) 543 Roadway Sweeping (Mechanical) QUANTITY Oft. o Oft. o o acres o acres o acres 0.0 gallons o o bags o miles o miles 545 Edging and Sweeping Certification: o miles I, , certify that the information presented above is accurate. Signature: Date: 27 EXHIBIT "C" DRAFT CONTRACT BID B05-06, CITY-WIDE RIGHT-OF-WAY MOWING 28 AGREEMENT FOR CITY-WIDE RIGHT-OF-WAY MOWING THIS AGREEMENT FOR CITY-WIDE RIGHT-OF-WAY MOWING (this "Agreement") is made this _ day of , 2004, 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 a Florida corporation, whose mailing address is (hereinafter referred to as the "Contractor"). WIT N E SSE T H: 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 three (3) consecutive one (1) year terms, with the first one (1) year term beginning on (the "Effective Date"). 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. 29 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 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. 30 ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANT ABLE AND BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE INCIDENTAL OR CONSEQUENTIAL RESUL TING 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 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. 31 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 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 32 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. 33 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: , a Florida corporation By: Name: Title: (SEAL) STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this _ day of , 2005 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):_ 34 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 , 2005. APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2005 UNDER AGENDA ITEM NO. 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 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 ,2005. 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): 35 EXHIBIT" A" 36 EXHIBIT "B" 37 BID FORM BID BOS-06 CITY-WIDE RIGHT-OF-WAY MOWING 1. Average Uniform Price per Acre: $ 36.00 Thirtvsix dollars & 00/100 cents. 2. First Year Total Annual Bid (for total acreage shown on Exhibit" A"): $ 6 9 , 3 0 3 . 6 0 sixtynine thousand dollars & 60/100 three hmndred three 3. Per Cycle Price: $ 3,850.20 cents. three thousand eight hundred fifty dollars & 20/100 cents. companYN~ M,,~_ Woods Signature: -;t Print Name: David C. Mason Landscaping, Inc. Title: President Dme: February 16, 2005 22 BID FORM BID B05-06 CITY-WIDE RIGHT-OF-WAY MOWING 1. Average Uniform Price per Acre: $ 3C1. m .. . dollars & ----.nft\j cen~. 2. First Year Total Annual Bid (for total acreage shown on Exhibit "A"): $ '"l~ 1 ()y~-y &veV1l\jSi'i lnOUSUV\cJ .~~ Df'O dollars & PI f f'j ~ y cents. 3. Per Cycle Price: ~,'21 ~ I S-~ \tJllv'\nOUXU!>t \f\.\;{) ~\;rctAft.ol dollars &~e cents. Jv...e1A d-j rQWf CompanyName:CCCflJ .f2V\ \v/(YUV)vll,\-kLV1.~{ ~-t:1/\IlG(f~ f /7 L_ cJ) G I Signature: trCVlj{ Ot~1'<J Print Name: L{,-{, YV CC;{TlJ Title: Pres \ cU__A/-YI Date: \1 I' IZ~ ~005 22 BID FORM BID B05-06 CITY-WIDE RIGHT-OF-WAY MOWING 1. Average Uniform Price per Acre: LY9.6D Fort) (\ i n L. dollars & _h ~ +, cents. 2. First Year Total Annual Bid (for total acreage shown on Exhibit "A"): $ q~) ::1 'l:J . :5Lf . I" ~""J:o'\.6.r~ t'\ \ "'-~ -\v.>":::' .~ h 'IL Tho~s;~" -+w~ollars & _ F\~, h:,.;("" cents. 3. Per Cycle Price: $ 6. a <i_~ . 66 f ' ' nul (Y"N\.. \., ~v (' ~ i \I L +'~~~^-A \--\.)...)Co ~\lV\~'dOllarJ & ---rh<'<2..C.- cents. Signature: Company Name: Print Name: Title: ~(.e..s;dqLl\+ Date: :;l} (, \ DS" 22