Loading...
HomeMy WebLinkAboutItem 04 Award of Bid #B05-15 General Mowing & Landscaping Term Contract AGENDA ITEM COVER SHEET Meeting Date: 11/15/05 Item # H Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: ;T/K ---. Subject: AwardofB.id #B05-15 General Mowing & Landscaping Term Contract Background Summary: The total amount of the current contract for general mowing and landscaping of City properties is $138,026.00 annually, and expires on November 30, 2005. The new contract is for three (3) consecutive one year terms and automatically renews annually unless terminated by the City. Issue: A ward the bid for the general mowing and landscaping services to Markham Woods Landscaping, Inc. Recommendations Staff recommends that the City Commission: 1) Award Bid #B05-15 to Markham Woods Landscaping, Inc. in the amount of $123,840.00 annually and authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents between the City and Markham Woods Landscaping, Inc. provided the contractor has obtained the required insurance coverage. Attachments: 1. Bid #B05-15 2. Recommendation from Public Works 3. Bid Tabulation 4. Markham Woods Bid 5. Reed Landscapinq Bid 6. Servello & Son Bid 7. Groundtek of Central FL Bid Financial Impact: $123,840.00 annually; $14,186.00 less than current contract Type of Item: (please mark with an "x") Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution ~ Commission Approval Discussion & Direction For Clerk's Deot Use: _____ Consent Agenda _____ Public Hearing _____ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk ~ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~6I;' - N/A N/A N/A 2 City Manager Robert Frank Commissioners Garv Hood. District 1 Scott Anderson. District 2 Rustv Johnson, District 3 Nancy J. Parker. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Agent ~ November 7, 2005 FROM: DATE: RE: A ward of Bid #B05-15 General Mowing & Landscaping Term Contract ISSUE A ward the bid for the general mowing and landscaping services to Markham Woods Landscaping, Inc. BACKGROUNDIDISCUSSION The total amount of the current contract for general mowing and landscaping of City properties is $138,026.00 annually, and expires on November 30,2005. The new contract is for three (3) consecutive one year terms and automatically renews annually unless terminated by the City. The bid was publicly advertised on September 18, 2005 and opened on October 18,2005. There were six (6) responses to this bid: 1. 2. 3. 4. 5. 6. Markham Woods Landscaping, Inc. Reed Landscaping Servello & Son, Inc. Groundtek of Central Florida Florida Outdoor Equipment l.W. Lowery Architect & Landscape, Inc. $123,840.00 annually $ 99,952.44 annually $171,418.92 annually $250,956.00 annually Non-Responsive Non-Responsive Attached is a copy ofthe bids from each responsive bidder, along with the bid tabulation. The two non- responsive bidders did not submit the proper bid security. Complete copies of 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, Inc. as the most responsive and responsible bidder, per the attached memorandum from Bob Zaitooni, Public Works Director. 1 Mayor S. Scott Vandergrift center of Good L . ~~e ly..i~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manager Robert Frank MEMORANDUM TO: Joyce Tolbert, Finance Department FROM: Bob Zaitooni, Public Works Department DATE: November 7, 2005 RE: Recommendation for Award - Bid #B05-15 General Mowing & Landscaping Term Contract Public Works has reviewed the eligible bids received by the City for the subject term contract. Below is a summary of the eligible vendors and the bids submitted: Company Reed landscaping & Lawn Care, Inc. Markham Woods Landscaping, Inc. Servello & Son, Inc. Groundtek of Central Florida Bid Amount $ 99,952.44 $ 123,840.00 $ 171,418.92 $ 250,956.00 Two (2) other bidders have been deemed ineligible and have been disqualified from the process. Our analysis of the bid submitted by the apparent low bidder indicate the following: . Bidder has indicated the same bid amount per retention pond and per parcel regardless of the size, landscaping requirements, or difficulty level. This indicated an unfamiliarity and lack of understanding with the work being requested. . The total annual bid submitted ($99,952.44) is extremely low and below an acceptable threshold for the volume of work specified. In our opinion, this will only lead to performance issues upon selection of the vendor. Therefore, we recommend selection of the next highest bidder, Markham Woods Landscaping, Inc., for the annual amount of$123,840.00. If you have any questions or require additional information, please contact me at extension 6002. The City of Ocoee Public Works. 30 I Maguire Road. Ocoee, Florida 34761 phone: (407) 905-3170 . fax: (407) 905-3176 . www.ci.ocoee.tlus .. !l ~ 'C 0"" ri:"; -; 6 .. " c < " u .... o !:a~~ ] g .~ :g e:;"";;;;- " " '" 'C "" .. " cJ ~ ..9< ,;- o rJl o1j ~!l~ ~ g'c ~ t:;""~ " rJl " r:id 'c t: "" ,!t 'ii :.a = '" " .( ~ ~ t''': " ~ ... ~ ~ :s !l . .; g 'C ~ :; :; "" ...;...;j a .~ ~ "" ..!! .0 m I- "0 ii'i L() ~ , L() o co .. o o <l " o .. "" .~ cJ - " r.._ " '" 'C "" .. " .; ~ a 0_< ~ ~ ! .~ i t ~ ~ ~ g 'C ~ ;]~Q.v; :;~ " '" 'C ~ ~ " " '5. cJ g 5.s < ';t>, j~i~~ 1 i g ~;;; C:!~:; "" o o <> '-0 '-0 ~ "" o o <> '-0 '-0 ~ "" o o .,.; "., 0. "" o o <> '-0 '-0 ~ "" o o .,.; "., o. "" o o cO N 00 "" o o 0' '-0 "" 00 N N 0 0 o 0-. MOO ..n r--: -.:t oci -.0 oo::t M " 00 Vi ~ ~ ~~ 5- ~ ~ ~ ~ ~ " '" 'C "" .. " " " < ... :s ~ g 'C :;"" o o .,,: '-0 o '" "" N a- 0' .... a- "" :::: ,..; o '" "" o o .,,: '-0 o '" "" o o N .... "" N a- 0' .... a- "" '-0 '" 00 "" '-0 00 r-: a- N "" o o .,,: '-0 o '" "" o o N .... "" N a- 0' .... a- "" '-0 '-0 00 "" " " " .~]~~~~~~oo ~ .. 0 = 0 = 0 =.5 ..a~2~~~~~ ~ ii ;j .~ 5.; 5;::E O"'...J::E.J::E.J::E " c ~ ! o .. ~ ~ " "OJ: " o '.. .. j " o .~ e- j " o E C/l ~ Li: ~ Li: N " .>1 'oj ti5 ~ Li: N ~ Li: '" " o .~ ti5 " .!;l ..- '" o o 0' a- "" o o cO '-0 <<t "" o o ~ Vi N a- 0' .... a- "" '-0 '-0 00 "" ~ ~ o ~ .~ :D " "" "" " o "" ..,. o o cO N 00 "" o o 0' '-0 "" o o cO 00 "" o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... a- <A '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "" N "" " o "" "., o o cO N 00 "" o o 0' '-0 "" o o .,,: '-0 N "" o o N N "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... a- <A '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- '" "" " o "" '-0 o o cO N 00 "" o o 0' '-0 "" o o cO N "., "" o o .,,: ..,. "" o o N '" o. "" o o '" 00 "" N a- 0' .... a- "" '-0 '-0 00 "" 00 .5 ~ o ::E ~ ~ o ~ .~ :D " "- ..,. "" " o "- .... o o cO N 00 "" o o 0' '-0 "" o o <> '-0 '-0 "" o o .,.; "., "" o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... a- "" '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- "., "" " o "" 00 o o cO N 00 "" o o 0' '-0 "" o o '" "., o. "" o o cO 00 "" o o cO '-0 <<t Vi o o ~ "" N a- 0' .... a- "" '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- '-0 "" " o "" a- o o cO N 00 "" o o 0' '-0 "" o o N a- .... "" o o '" '-0 "" o o N '" 5 "" o o '" 00 "" N a- 0' .... a- <A '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- " ctl O?j 3 ~ ~-g~8 "t:l 0 ~ i: ~ ~ ~""O .... " :a ;j 00 ]!o]] J:.2~ gJ: ~ o o cO N 00 "" o o 0' '-0 "" o o cO N "., "" o o .,,: ot o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... 00 <A '-0 '-0 00 "" 00 .~ o ::E ~ ~ o ~ .~ :D .i: = o o cO N 00 "" o o 0' '-0 "" o o :g o. "" o o cO 00 "" o o .,,: 00 '-0 "" o o ~ "" N a- 0' .... 00 <A '-0 '-0 00 "" 00 .8 ~ o ::E ~ ~ o ~ .~ :D " "- 00 "" " o "" s.: o o cO N 00 "" o o 0' '-0 "" o o cO N "., "" o o .,,: ..,. "" o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... 00 "" '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- ~ "" " o "" ::; o o cO N 00 "" o o 0' '-0 "" o o <> '-0 '-0 "" o o .,.; "., "" o o N '" 5 "" o o '" 00 "" N a- 0' .... 00 <A '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- = "" " o "" :': o o cO N 00 "" o o 0' '-0 "" o o cO N "., "" o o .,,: ..,. "" o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... 00 "" '-0 '" 00 "" 00 " .~ o ::E ~ ~ ~ .~ :D " "- s.: "" " o "- ~ o o cO N 00 "" o o 0' '-0 "" o o .,,: '-0 N "" o o N N "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... 00 <A '-0 '" - 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "" ::; "" " o "- :::: o o cO N 00 "" o o 0' '-0 "" o o .,,: N a- "" o o r-: .... "" o o N '" 5 "" o o '" 00 "" N a- 0' .... 00 <A '-0 '-0 00 "" 00 .S ~ o ::E ~ ~ o ~ .~ :D " "" :': "" " o "- ~ o o cO N 00 "" o o 0' '-0 "" o o '" a- '" "" o o ,..; '" "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... 00 "" '-0 '" 00 "" 00 " .~ o ::E ~ ~ o ~ .~ :D " "" ~ "" " o "" o o cO N 00 "" o o 0' '-0 "" o o <> '-0 '-0 "" o o .,.; "., "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... 00 <A '-0 '" 00 "" 00 " .~ o ::E ~ ~ ~ .~ :g "- :::: "" " o "- ::: o o cO N 00 "" o o 0' '-0 "" o o '" a- '" "" o o ,..; '" "" o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... 00 "" '-0 '" 00 "" 00 " .~ o ::E ~ ~ o ~ .~ :D " "- ~ "" " o "- o N o o cO N 00 "" o o 0' '-0 "" o o <> N <<t "" o o ~ "" o o N '" 5 "" o o '" 00 "" N a- 0' .... a- <A '-0 '" 00 "" 00 " .~ o ::E ~ ~ ~ " :D " "- ~ "" " o "- N o o cO N 00 "" o o 0' '-0 "" o o .,,: '-0 N "" o o N N "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... 00 "" '-0 '" 00 "" 00 " .~ o ::E ~ ~ ~ .~ :D " "- ::: "" " o "- N N o o cO N 00 "" o o 0' '-0 "" o o .,,: '-0 N "" o o N N "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... 00 "" '-0 '" 00 "" 00 " .~ o ::E ~ ~ o ~ .~ :D " "" o N "" " o "- '" N o o cO N 00 "" o o 0' '-0 "" o o '" 00 '" "" o o ,..; '" "" o o .,,: 00 '-0 "" o o r-: "., "" N a- 0' .... 00 "" '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- - N "" " o "- ..,. N o o cO N 00 "" o o 0' '-0 "" o o '" "., o. "" o o cO 00 "" o o cO '-0 <<t "" o o ~ Vi N a- 0' .... a- "" '-0 '" 00 "" gj' .~ o ::E ~ ~ o ~ .~ :D " "- N N "" " o "- "., N o o cO N 00 "" o o 0' '-0 "" o o N ::; "" o o - Vi o o cO ..,. '" "" o o 0' N "" N 00 0' .... 00 "" '-0 '-0 00 "" gj' .~ o ::E ~ ~ o ~ .~ :g "- '" N "" " o "" '-0 N o o cO N 00 "" o o 0' '-0 "" o o N '" "" o o - "" o o cO ..,. '" "" o o 0' N "" N a- 0' .... 00 "" '-0 '-0 00 "" gj' ~ o ::E ~ ~ o ~ .~ ~ ..,. N "" " o "- .... N o o cO N 00 "" o o cO N 00 "" o o 0' '-0 "" o o 0' '-0 "" o o .,,: N a- "" o o cO a- "" o o r-: .... "" o "., ~ "" o o N '" 0, "" o o cO ..,. '" "" o o '" 00 "" o o 0' N "" N a- 0' .... 00 "" N a- 0' .... 00 "" '-0 '-0 '-0 '-0 00 "" 00 "" gj' .~ o ::E gj' ~ o ::E ~ ~ .~ :D " "- ~ o ~ .~ :D " "- "., N "" " o "- '-0 N "" " o "- 00 N a- N , It) a CD " .. ~ '" 'C 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 '" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ .. .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 06 .0 06 06 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N - = 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 " " "" "" "" "" "" "" "" "" "" "" "" "". "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" J: " " -< .. U ... 0 "" >> 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .. :ii ..0 0 0 0 ;; ",0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C; ~~ '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" " 0 '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" = ~ "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" 0 .. C .. '" 0 '" ..,. 0 '" ..,. ..,. 'C 0 0 0 0 0 0 0 0 0 '" '" ..,. '" ..,. 0 0 0 0 0 0 0 0 0 0 0 '" 0 0 0 '" 0 0 0 0 0 0 0 0 ,.p '" '" 0 '" 0 0 N 0 0 0 0 0 0 06 0 0 r-: N 0 N .. N ,.p ..,: ..,: ..,: 06 ..,: 0 00 ...., vi 0 vi 0 N ...., 0 ,.p 06 N N N "" ..,. 06 .0 r- ...., ..,: ...., ...., '" '" '" '" ~ '" '" "l '" r- r- '" N. ...., '" ~ ...., '" '" :E 00. ~ N S "l N N^ = ;;;; ...., N N N N '" '" r- '" r- ~ ...., ...., ;;;; ..,. ..,. on '" " "" "" "" "" "" "" "" ;;;; "" "" "" "" ;;;; "" "" "" "" "" r- "" "" "" ;;;; .; " "" r- "" "" "" .s -< 'It C "" 0 .1j '" = ~ >> :;; ...., r- U 0 r- r- :;s ..0 a 0 0 a 0 0 0 ...., ...., r- ...., !::: 0 '" 0 0 0 0 0 0 ..s 0 0 0 ...., '" 0 '" ",0 0 0 0 0 0 0 0 '" - ...., on on 0 0 ~ on on 0 0 00 0 .Si " 'C .....; ,..; N N N ..,: N ~ vi .0 - ..,: - ..,: 06 N r-: ,..; ..,: .0 .0 ..,: ..,: ..,: '" N r-: N 'il 0 "'- ...., N N N ..,. N N on '" on '" ...., 0 N ...., ..,. ...., ...., ~ ..,. ..,. 00 ~ r- 0 t ~ "" "" "" "" "" "" "" "" "" ;;;; "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" .. '" .. ~ '" ~ 'C '" '" ~ .. :E = '" " .. .; " -< " -< ~-: ~ ~ >> :ii .. j ~ C; .~ ~ "" 0 ~ " ~ ..; j '" .. " 'a '" 'C '" .. .. .. '" = ! " " .. -< 0 0 '2 = >> 0 :ii .. " c; '" "" 'C 'C 0 '" 0 .; ~ ~ .s .. .~ 0 0 ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 .. 06 ..,: .0 .0 06 ..,: 06 ..,: ..,: .0 .0 ..,: 06 06 .0 '" ..,: ..,: ..,: 06 .0 .0 .0 .0 06 ..,: 06 ..,: '" ..,: = ..,. 00 ..,. ..,. ..,. 00 ..,. 00 00 ..,. ..,. 00 ..,. ..,. ..,. "l 00 00 00 ..,. ..,. ..,. ..,. ..,. ..,. 00 ..,. 00 ~ 00 ...., '" ...., ...., ...., '" ...., '" '" ...., ...., '" ...., ...., ...., '" '" '" ...., ...., ...., ...., ...., ...., '" ...., '" '" '" .; " "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" .s " "" "" 0 -< 0 . ~ " >> ~ .~ :a ,,0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ '" 0 :! :! :'2 ~ ='C ~ r-: '" '" '" r-: '" :;; :;; '" '" r-: '" '" '" r-: :;; r-: '" '" '" '" '" '" :;; '" :;; r-: :;"'~ on N N N on N N N on N N N on on N N N N N N N on .."" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" " " ,"j .. '" 'C N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N ~ '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" .. '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" .. r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- r- " = '" '" '" '" '" '" '" '" '" '" '" '" '" g; '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" g; '6.. .; " "" "" "" "" "" "" ..., "" "" ..., "" "" .... "" .... "" "" .... ..., .... ..., ..., .... ..., ..., ..., ..., ..., " .s " ~ -< "" ,; " .. >> " " :;s ..'" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" ...l U ",,,, ~ ~ ~ ~ '" ~ ~ ~ '" '" '" ~ ~ ~ ~ ~ ~ ~ '" ~ ~ '" ~ '" ~ '" '" '" '" "" i " ..- - ;;; - - ;;; ;;; ;;; ;;; ;;; - ;;; ;;; ;;; ;;; ;;; ;;; ;;; - ;;; - ;;; ;;; - ;;; ;;; - ;;; - ;;; 0 ",00 00 00 00 00 00 00 00 00 00 .. '" "" ..., ..., ..., "" "" ..., ..., "" "" ..., ..., ..., ..., "" ..., ..., ..., "" ..., ..., ..., ..., "" "" "" "" "" "" "" c:! " ...l " "" 01) 01) 01) ~ 01) ~ 01) ~ 01) bO bO bO bO 01) bO bO bO bO 01) 00 00 01) 00 00 00 01) 00 00 01) 00 .~ t '~ .S " .S .S .~ .S " " .~ '~ " " " .S " '~ " s " " " " " " " " " .- ~ .~ .~ ~ .~ ~ .~ ~ ~ ~ '~ .~ .~ ~ .~ .~ ~ .~ .~ .~ .~ .~ .~ ~ .~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 oel'. ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E ::E .. ~ '" '" ~ '" '" '" '" '" '" '" ~ '" '" '" '" '" '" '" '" '" '" '" '" '" '" 12 '" '" '" '" ~ "-'" -g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ .. ~ ~ 5 0 0 0 0 0 0 0 0 ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 " t:~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 0 ~~~ .~ .~ ,~ .~ .~ .~ .~ .~ ,~ .~ .~ .~ .~ .~ .~ .~ .~ u .~ .~ .~ .~ .~ u .~ .~ .~ .~ .~ :c :c :c :c :g :c :c :g :g :g :c :c :c :c :c :c :g :c :c :c :c :c :c :c :c :c :c :c :c el'.Qce " " " " ce " " " " " " " " " " " " " " ce " = " " '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" " 0 '-!: " <( '" co j r- oo '" 0 ;;:; N on '" r- oo '" 0 - N ...., ..,. on '" r- oo '" 0 - ~ ...., ...., ..,. '" r- oo N N N ...., ...., ...., ...., ...., ...., ...., ..,. ..,. ..,. ..,. ..,. ..,. ..,. ..,. ..,. ..,. on on on on on on on on "" "" "" "" "" "" "" "" "" -g "" "" "" "" "" "" "" "" "" "" "" "" "" "" -g "" "" "" "" "" " " " " " " " " " " " " " " " " " " " " " " " " " " " " 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ 0 0 0 0 '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" " 0 '-!: QO - N ...., ..,. on '" r- oo '" 0 :;;: N ...., ..,. on '" r- oo '" 0 ;;; N ...., ..,. on '" r- oo '" " '" - ...., ...., ...., ...., ...., ...., ...., ...., ...., ...., ..,. ..,. ..,. ..,. ..,. ..,. ..,. ..,. ..,. on on on on on on on on on j N .0 tIl t- "0 iii It) .. !:l "'CI 'C 'g Q. ~'; -; S .. " ;; -< .. u ... " ". ~ ~ ~ ~ g = g 'C ~ e::tll... " .. ~ 'C v Il. ~ -; :.E = v " .( ~ ~ t''': ~ ~ ~ j ;; ~ ~ . "'CI 0 I-t ~ "::t Il. ...:l if! .~ .. .. Q, ~ .c IV I- "0 iii '" .. " " '" ;; o .. '" 'C " <oJ fi:.!: J, a m .. 'C Il. ;; " .; ~ a g-< ~ ~ ! .~ i ~ g ~ ~ g 'C ~ ;~~Q.~ ::t:l .. .~ ~ ~ " 6 ':- -~ " ~ ",-< 1 ~ ...lU il i ~:l .. v 'C Il. ;; " <J a .s-< c " '" o<l :E' .. g o ... .~ -.:t ~ g ~ ~ t::t .. .. '" .. v 'C Il. ;; " c c -< ~ :E .. ~ v S 'C ::tll. ... ;s~~ g 'C ;0 ::tll... ; "CI 00 .~ .~.~ .. = ~ ~t~ oc.:: G.l = ~ ~i~ " .. ~~] ~Q~ c " '.c .. v " ...l c " .~ e ~ " ...l o o 00 N 00 .. o o 00 ..,. OIl. .. o o .,: 00 ~ .. N '" '" r- '" .. ~ '" c " a. o o 00 N 00 .. o o '" ~ .. ..,. o N '" :} .. r- ~ N S .. o o 00 ..,. '" .. o o '" N .. N '" '" r- Si ~ ~ 00 .. OIl .~ o ::E ~ ~ o ::: .:! :E " Il. o ~ '" c o a. ::0 o a 00 N 00 .. o o '" ~ .. o o 00 ..,. OIl. .. o o .,: or. .. o o .,: 00 ~ .. o o r-: or. .. N '" '" r- '" ... ~ ~ 00 .. OIl .5 :< o ::E ~ ~ o ::: .:! :E " a. ~ '" c o a. N ~ o o 00 N 00 .. o o '" ~ .. o o .,: ~ N .. o o N N .. o o .,: 00 ~ .. o o r-: or. .. N '" '" r- '" ... ~ ~ 00 .. ~ .[; o ::E ~ ~ o ::: .:! :E " a. N ~ '" c o a. '" ~ o o 00 N 00 .. o o '" ~ .. ..,. o -0 ~ N .. r- ~ '" s:; .. o o .,: 00 ~ .. o o r-: or. .. N '" '" r- '" ... ~ ~ 00 .. ~ [; o ::E ~ ~ o ::: .:! :g a. '" ~ -g o a. ..,. ~ o o 00 N 00 .. o o '" ~ .. o o N ~ ..,. .. o or. 00 '" .. o o 00 ..,. '" .. o o '" N .. N '" '" r- '" ... ~ ~ 00 ... ~ .[; o ::E ~ ~ o ::: .:! :g Il. c o .'" JS '" ~ ..: I '" '" c c 0_ 0 a.'>ta. '" ~ o o 00 N 00 .. o o '" ~ .. ..,. o -0 ~ N .. r- ~ '" s:; .. o o .,: 00 ~ .. o o r-: '" .. N '" '" r- '" ... ~ ~ 00 .. ~ [; o ::E ~ ~ o ::: .:! :g "" ~ ~ a a 00 N 00 .. o o '" ~ .. o o 00 ..,. OIl. .. o o .,: ~ .. o o 00 ..,. '" .. o o '" N .. N '" '" r- '" ... ~ ~ 00 .. OIl C [; o ::E ~ ~ o ::: .:! :E " a. ~ . -; . ~]~] ~~~~~ 8 Co? ij '1 5 ~-c:oNro ~t3~t3~ f5fi;;;:;fi;;;:; r- ~ o a 00 N 00 .. o o '" ~ .. ..,. o -0 ~ N .. r- ~ '" r- .. o o 00 ..,. '" .. o o '" N .. N '" '" r- '" ... ~ ~ 00 ... OIl C [; o ::E ~ ~ o ::: .:! :E " "" 00 ~ o o 00 N 00 .. o o '" ~ .. ..,. o N '" N. .. r- ~ N o .. o o 00 ..,. '" .. o o '" N .. N '" '" r- '" ... ~ ~ 00 .. OIl C [; o ::E ~ ~ o ::: .:! :E " "" <;; 00 '" ..,. ~ ~ CIl ... , 0 ",..c I-CIl o~ Cl 0 u..-, '" ~ o o -0 r- ;;; o o 00 '" .. '" ..,. '>t " <;; .:! C. " Cl o o 00 ..,. '" ... o o '" N .. N '" '" r- Si ~ ~ 00 .. OIl " [; o ::E ~ ~ o ::: .:! :E " a. 'E 0) OJ ~ ~~ 00 ~C;; ::: .a~"O~ c3~~j o r- o o 00 N 00 .. o o '" '00 .. ..,. o '" :;:: .. N '" .,: ..,. .. o 0 o 0 00 00 ..,. ..,. '" '" .. .. o 0 o 0 0' 0.: N N .. .. N N '" '" 0\ 0.; r- r- '" '" ... ... '00 '00 ~ ~ 00 00 .. .. OIl OIl C C [; .[; o 0 ::E ::E ~ ~ ~ .:! :g a. ;:: o o 00 N 00 .. o o '" '00 .. ..,. o '" '" '" .. N '" .,: ..,. .. ~ ~ o ::: .:! :g "" o o 00 N 00 .. o o '" '00 .. ..,. o '" '" '" .. N '" .,: ..,. .. o o 00 ..,. '" .. o o '" N .. N '" '" r- '" ... '00 '00 - 00 .. ~ [; o ::E ~ ~ o ::: :! :E ;:I "" o o 00 N 00 .. o o '" '00 .. o o .,: ~ N .. o o N N .. o o 00 ..,. '" ... o o '" N .. N '" '" r- '" ... '00 ~ - 00 .. OIl " [; o ::E ~ ~ o ::: .:! :g a. o o o 00 N .,: .. o o o '" ;;; ..,. o o 00 o '" .. r- '00 -0 or. N .. o o .,: 00 '00 .. o o r-: or. .. N '" '" r- '" ... '00 '00 00 .. OIl C [; " ::E ~ ~ o ::: .:! :E " "" G' ~ ~ <li N .!. o ...l ... " _ c :s u.i [Jl;:;; 'ca ~"'O 00 "0 -t: .... 0 "'0 ~ ~ z.E~~~5~ ~ ~ 5 ] .~ ] ~ 5 5 [Jl~'5~:gg~~] ..'l::Eo-lU,,"Uo-l:::0 N r- '" r- ..,. r- '" r- o o 00 N 00 .. o o o ..,. '" N .. o a '" '00 .. o o vi '" r-. .. o o -0 '" '" .. ..,. 00 r-: '" '" N .. o o <'i '" .. N 00 '" o N N .. o o .,: 00 '00 .. o o .,: N '" o '" ... o o r-: or. .. o o r-: r- '" N .. N '" '" r- '" ... N '" '" r- Si ~ ~ 00 .. '00 ~ - 00 .. ~ [; o ::E " &. g ~ ~ "'0 ~ Iii ." o-l::E ~ ~ o ::: .:! :E ~ ~ -'" t;I "" ~ 0 ,,;; -a] .~ ,g ~ ~ g 0 ~ 5i, u "" Uc:l.~o~-;~ <ii =;; u.::E.::: o-l ::r: ::r: g ti v IU .e .e'~ fi g a UU1;;U:r:CIl '00 r- r- r- o o .,: '00 '" :i .. o o r-: ;:: ;;; o ..,. 00 00 N. .. o r- o ..,. '" .. o r-'" ~~ '00'" .. . .. o o o N or. 00' .. 00 00 -.iN '00 r- 0'" r-i-D .. .. o o ::: r- ... 00 00 N . !::~ ... ... o ..,. '" 00 '" ;;; 00 ..,...,. 0\0\ 00 00 N~N.- .. ... or. ..,. r-: ;:: .. '" '" ..,. ..,. r---:r...: s;:=::: .. .. " " ~ ~ .s t ~ ~ ~ ~..o B Iii .~ ::E Iii .~ o-l::E o-l::E ~ "" ~~ a. a. 00 00 6gg '000 N . _r- ..- .. 8~ ...,. "'N :8 v~ .. - .. o ..,.00 ~oci 0'" r-r- };;:i .. B o o 00 00 00. N .. o o .,: N OIl. ;;; 00 ..,. vi ~ N .. '" "! '" o. .. o o 00 ..,. r- oo' ... o o '" N r- ... o ..,. '" 00 N. ... '" ..,. r-: ;:: .. " g. ~ ~ ~ Iii" o-l::E ~ "" M o o ~ '00. .. o o ~ 00 .. o o 00 '00 '" ... o o 00 '00 .. '00 '" '" r- .,f .. o o 00 ..,. 00. ;;; .., .., 00 ..,. .., .. o o .,: '" .. o o o 00 N ".; .. o o 00 ~ "1. .. o o o ..,. ..,. .. o o :! .. o ..,. '" 00 '" ;;;; o ..,. '" 00 '" .. '" ..,. r-: o ... or. ..,. r-: ;:: .. " ~~ i;l " "0 " Iii~ o-l::E ~ [; o ::E ~ "" ~ "" c " " e " U " " o o c"O " 0 .g ~ -gEu~~U O"gog:j ~~BtXos ~[/') c::: vi' u vi OJ .s vi Iii " Iii oo.~ Iii 1 CIl Iii :l g~~~ ~~ F=j]] :::O::Ee;::E::E~tii::E~ '" '0 ..: ~o .. o-l .3 g; .~ i ~ j o-l "" 00 r- '" 0 r- 00 - 00 N 00 '" 00 ~ ,~ "~ ~ G:'ii 'ii ~ .. " 1:< " u .... " ..:al: b 0 ~-S~~ = ~"C ~ e::;O"'~ t.:l " " 'i: '" .. " y ~ .5< c " '" ~:i~~ ~ g"i: ~ t::;o"'.. " '" " t:id "C " '" .e! C; :E = " " .( ~ ~ ~-: ~~~ j ~ ~"~ ~1i~ .;j ~ .2 ~ .. ... .!! .c '" I- "0 iii on .. " " "" -= o .. "" 'i: " <J G:.5 , on o co " " 'i: '" .. " ~ y ~ 8.5< ~ ~ E!'::: ~ ,,0 ell ~ of! y ~ :i! fIl g 'i: ...... ;'E:;~~ ::;oj " " 'i: ~ ~ " " "~ ~ a ~-:-< 'E$>> an ell U ;S ~ "'1' ;ig~~ Jj~ ... " .!:! i>': .. " " " < ~ :;: " ~ " " .. " .. ::;0'" "!] .~ ell "- - il ~ ~ O'~~ " ;; ~ ~ c S " .. ~~~ ":Q,i: o o .,; '" 'D ,..: ... ..,. o N '" "'. .. o o ..,,: 00 'D ... o ..,. '" 00 :} ... o o .,; '" 'D ,..: ... o o vi '" 'D ... ..,. o N on 00 on' ... ..... 'D r-: 00 ..,. ... o o 00 ..,. '" ... o o '" '" ... o ..,. '" 00 "'. .. on ..,. r-: :; ... co " .~ " ~ o o .,; '" 'D ,..: ... o o vi '" 'D ... ..,. o N '" "'. .. ..... 'D N :; ... o o ..,,: 00 'D ... o o ~ ... o ..,. '" 00 :} ... on ..,. r-: o ... co " .~ " ~ o o .,; '" 'D ...... ... o o vi '" 'D ... 'D 0'0 r-: 00 '" ",' ... '" '" N 00 '" ... o o ..,,: 00 'D ... o o r-: on ... o ..,. '" 00 "'. ... on ..,. '" o ... ~ .~ " ~ o o ~ 00 ... o o 00 'D ... o o 00 '" on ... o o ..,,: ..,. ... o o 00 ..,. '" ... o o '" '" ... o ..,. '" 00 :} ... on ..,. r-: o .. ~ .~ " ~ o o ~ 00 ... o o 00 'D ... o o ..,,: 'D '" ... o o N '" ... o o 00 ..,. '" ... o o '" '" ... o ..,. '" 00 :} ... on ..,. r-: o .. ~ .~ " ~ fIl fIl fIl fIl fIl fIl fIl ~.~ .~.~ .~ Q) ~.~ .~ ~.~ .~ .~ .~ .~ - :g =3 :g _ :g =3 :0 - :g :E :g .: :5 o..~o..~o..~,i::5",~",~ ... " 1il S ::: '; ~ ..s 0 ~ ~ &5: " " "e e ~ oS ~ ... t>: ~ E ~ " M ~ '" " :::r= on 00 ... ~ ~""I ~~B~~ ::: ii -; " ~ ~ -5'~ ~ ~ ~ ~ 'D 00 ..... 00 o o ~ 00 ... o o 00 ~ o o ..,,: s:; ... o on '" ;); o o ..,,: 00 'D ... o o ~ ... o ..,. '" 00 :} ... on ..,. '" o .. co .S ~ " ~ o o .,; '" 'D ,..: ... o o vi '" 'D ... o o 00 '" on ... o o ..,,: ..,. ... o o ..,,: 00 'D ... o o '" on ... o ..,. '" 00 :} ... on ..,. '" o .. co " .~ " ~ o o '" !::; ... o o 00 0'0 ... o o ..,,: ;;'; vi ... o o N 'D ..,. ... o o ..,,: 00 'D ... o o '" on ... o ..,. '" 00 :} ... on ..,. r-: :; ... co " .~ " ~ o o ~ 00 ... o o 00 'D ... o o s:j N ... o o '" ..... ... o o 00 ..,. '" ... o o '" '" ... o ..,. '" 00 :} ... on ..,. r-: :; ... co " .~ " ~ o o '" !::; ... o o 00 0'0 ... o o '" '" o M ... o o ,.; on '" ... o o ..,,: 00 'D ... o o ~ ... o ..,. '" 00 "'. .. on ..,. '" o ... co " .~ " ~ ~ ;! " :E 0::5 l'n fIl fIl fIl .~ .~ ,~ ~.~ .~ :.~. ~.~ :g=3:O_:D :g=3 o..~,i::5,i::5o..~ ... ~ e ~ ~ ~ b .~ ~g~c <a~ :::r.;;;"il~ :::'" :::!gi.i:a~s~ ~~~g5~~ .3t>:~::E<~t>: o g l' ii '0 > ...l< 00 00 0'0 00 o 0'0 0:: 1il ~ COt>: ~ ~ < ~ ~ " ]g~ cr:o..::: '" 0'0 ~ ~ ~ -g " ~ -a 8.. ~ w b N 0 g -; i~ fIl U tI) 0 ut;..oc..:> ~ ~ ~ 1il '" ..,. 0'0 0'0 o o .,; :; on ... o o vi '" ..,. ... o o ..,,: 00 on. ... o o N '" ... o o .,; o 0'0 M ... o o vi '" '" ... o ..,. '" 00 "'. ... on ..,. '" :; ... ~ .~ " ~ ~on ~ ~ ..... 5.2 c;:: ~ .g ~ ~ ].g ~ .. - E;9 ~ ~ g 'g ~ v) "' .~ ~ E; ..... -g 5~~~~~ on 'D 0'0 0'0 o o ..,,: ..,. "'. ... o o N ... o 'D vi '" ..,. ... o '" '" '" ... o o 00 ..,. '" ... o o '" '" ... o ..,. '" 00 :} ... on ..,. '" :; ... ~ .~ " ~ ~ ~ .~ :g=3 o..~ o o .,; OIl '" o OIl .... ... .... 0'0 00 ~ ;::: .. fol :: , '" zz 00 z'" '" " fol " ..:~ fol"" ::~ z ~ g 00< Z"'- '" " ~~ u " ..c: ~ [ E " u o o o ..,. 00 M ::l ... I~ N OIl '" '" '" ... "'D " '" " ' " - < ~ _ E S ~ "I:: 1-"" = "" " " CO "" ~ .- " co>- -'" u ~ " :.a ~ ~ '" " u>- -'" u ~ ... " ~ fIl '" " u>- -'" u ~ ~ ~ l'n '" " u>- ~ .~ " u "I .. C .~ 'i: "C "0 ll"" '" " ::! ,~ Q:I", ..,. ~ " >- ~ ~ ~ " " " >->->- " :z :.:l " z ~ " >- fIl fIl ~ " " " >->-cr: ~ " >- ~ ~ ~ " " " >->->- u u"" o e 8~ u. cr: ~~:1~~ E E " " """" " " " " """" """" << 1: ".... g " .. ~ .:0= g .. ~ ~ e ..Cl ~ e u.. " = E 00 o y ~ "~ b 2:l g a.. = = ':: g e ~ ~ a.. -= c.!! '.c ~Jl~;:j Bid #B05-15 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. Markham Woorts Land~c~ping, Inc. COMPANY NAME 407-832-3760 TELEPHONE (INCLUDE AREA CODE) 352-383-0694 FAX (INCLUDE AREA CODE) mwlincorpor~tpd@~ol .~om E-MAIL ADDRESS I~kat- AUT ORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: David C. Mason f President NAME/TITLE (PLEASE PRINT) 28748 CR 46A STREET ADDRESS Sorrento, FL 32776 CITY STATE ZIP FEDERALID# 59-3536396 _Individual ~Corporation _Partnership _Other (Specify) Sworn to Md subscribed befure me !hi, ~f {Qc~ ,2005. ~. or County of ~ - - - -- . ""'11'", KAREN SUE BEAl IIIl ",\...S\'f pu." ~ /..~. (1-\ Notary PubIlc - State of FIoridI ~ . · . i My CommlIsIon ExpINs Oct 7.2009 ~ ~"" 74../ CommIssion.OO4745a ",~;t: OF f\.~"'" . I.......", Bonded By National Notary "-t. - - Printed, typed or stamped Commissioned name of Notary Public BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 27 BID FORM BID B05-15-GENERAL MOWING & LANDSCAPING TERM CONTRACT Location Responsible Operation Monthly Annual ID Location Department Required Price Price 1 Fire Station 1 Fire Landscape Maintenance $ 172 $2.064 2 Fire Station 2 Fire Landscape Maintenance $ 172 ~2 QEl4 3 Fire Station 3 Fire Landscape Maintenance $ 172 $2.064 4 Pond 1 Public Works Mowing $ 114 $1,368 5 Pond 2 Public Works Mowing $ 57 $ 684 6 Pond 3 Public Works Mowing $ 29 !t 34R 7 Pond 4 Public Works Mowing $ 86 ~1 032 8 Pond 5 Public Works Mowing $ r::,7 t hR.d 9 Pond 6 Public Works Mowing $ 114 $1.368 10 Pond 7 and area between pond & lake, Public Works Mowing area between pond and homes $ Rh 1'.1 o-:t? 11 Pond 8 Public Works Mowing 1$ 57 684 12 Pond 9 Public Works Mowing 1$ 57 ElR4 13 Pond 10 Public Works Mowing $ 57 684 14 Pond 11 Public Works Mowing $ 86 $1 .032 15 Pond 12 Public Works Mowing $ 57 $ 684 16 Pond 13 Public Works Mowing $ 29 ~ 14R 17 Pond 14 Public Works Mowing <I: Rh <<1:1 O-:t? 18 Pond 15 Public Works Mowing -~ - --- _.- ~ ---~. --- -- - ~ - - - ~ .~ ~. .~. ~ ~~ -'... -- ----~..~. -. ~_. ct- .~a. cr~. ~_ '111 ~ 19 Pond 16 Public Works Mowing $ 29 :Ii 348 20 Pond 17 Public Works Mowing $ 57 I' 684 21 Pond 18 Public Works Mowing $ 86 11;1.032 22 Pond 19 Public Works Mowing $ 29 14R 23 Pond 20 Public Works Mowing <I: ?Q -:t.dR 24 Pond 21 Public Works Mowing $ 57 $ 684 25 Pond 22 Public Works Mowing Ii ..ill $1,368 l' ~ 23 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT Location Location Responsible Operation MontbIy Annual ID Department Required Price Price 26 Pond 23 Public Works Mowing <<I: ?Q <I: ":lLlA 27 Pond 24 Public Works Mowing <<I: 7q <<I: iA.R 28 Pond 25 Public Works Mowing $ 86 $1.032 29 Pond 26 Public Works Mowing $ 29 Ig; 348 30 Pond 27 Public Works Mowing g; 29 !<<I: iA.8 31 Pond 28 Public Works Mowing <<I: r:::..7 !<<I: flRA. 32 Pond 29 Public Works Mowing $ 29 1$ 348 33 Pond 30 Public Works Mowing g; 29 $ 348 34 Pond 31 Public Works Mowing $ 29 $ 348 35 Pond 32 Public Works Mowing g; r:::..7 <<I: hRA. 36 Pond 35 Public Works Mowing $ 29 $ 348 37 Pond 36 Public Works Mowing <I: r:::.'7 let hALl 38 Pond 37 Public Works Mowing $ 57 1$ 684 39 Pond 38 Public Works Mowing $ 29 1$ 348 40 Pond 39 Public Works Mowing <<I: 7q 1<<1: iA.R 41 Pond 40 Public Works Mowing $ 57 g; 684 42 Pond 41 Public Works Mowing $ 29 g; 348 43 Pond 42 Public Works Mowing $ 29 $ 348 44 Pond 43 Public Works Mowing -- - -- - - -- - -- - - _. -- - - - - ------.- -- ----. -- --- ---- ---.-- g;--/q- <l:--T4R - 45 Pond 44 Public Works Mowing $ 114 g;1.032 46 Pond 45 Public Works Mowing $ 57 1$ 684 47 Pond 46 Public Works Mowing $ r:::..7 Ig; hR4 48 Pond 47 Public Warks Mowing $ 57 $ 684 49 Pond 48 Public Works Mowing $ 29 $ 348 50 Pond 49 Public Works Mowing $ 29 g; 348 51 Pond 50 Public Works Mowing <<I: 7q 1<<1: iA.R BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 24 Location Location Responsible Operation Monthly Annual ill Department Required Price Price 52 Pond 51 Public Works Mowing $ 29 1$ 348 53 Pond 52 Public Works Mowing $ 29 $ 348 54 Pond 53A Public Works Mowing $ 29 1$ 348 55 Pond 53B Public Works Mowing eI; r;7 '!I; fiH4 56 Pond 54 Public Works Mowing <I: ?Q eI; ~4R 57 Pond 56 Public Works Mowing !I; 57 $ 684 58 Pond 57 Public Works Mowing $ 114 $1.032 59 Pond 58 Public Works Mowing $ 57 $ 684 60 Pond 59 Public Works Mowing <I: r:.7 lei; f\Rl1 61 Pond 60 Public Works Mowing g; 29 !g; 348 62 Pond 61 Public Works Mowing !I; r;7 g; fiH4 63 Pond 62 Public Works Mowing <t r::..7 <t f\Rl1 64 Pond 63 Public Works Mowing $ 57 $ 684 65 Pond - Fire Station #1 Public Works Mowing eI; ?Q eI; ~l1R 66 Pond - Thornebrooke Public Works Mowing !I; 57 g; 6B4 67 FDOT I-SR 438 at Silver Bend Blvd. Public Works Mowing g; 29 Ig; 348 68 FDOT 2-SR 438 at Silver Bend Blvd. Public Works Mowing eI; ?q !I; 14H 69 FDOT 3-SR 438 at Johio Shores Public Works Mowing g; 29 $ 348 70 Goodman-Kane Pond on Clarke Road Public Works Mowing <I: ?Q g; 14B - Tr- I:Of..2Ul N. BlUford - - _ n Vu611c Worb Mowing -- . - -- <t ')0 <I: ~l1R 72 Lot-2 E. McKey Public Works Mowing <I: ?Q g; 14H 73 Lots-20&28 E. McKey Public Works Mowing $ 29 $ 348 74 Lot-131 N. Cumberland Public Works Mowing <I: ?Q <I: ~l1R 75 Public Works Complex at 301 Maguire Public Works Mowing eI; r;7 eI; 684 76 Lake Lily Drain Well on Old Winter Public Works Mowing Garden Road <I: r::..7 !I; fiH4 77 City Hall Complex-City Hall, Police Parks Landscape station, Community Center, Maguire Maintenance $2,577 30,924 House, Water Park, Starke Lake Park BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 25 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 78 Ocoee Cemetery Parks Landscape Maintenance et 71n letR t:;?n 79 Woman's Club Parks Mowing , et 17? let? nhLl 80 Clarke Road Medians, SR 50 to SR 438 Parks Landscape Maintenance et t:;R1 leth 07? 81 Maguire Road Medians, from Turnpike to Parks Landscape City Limit Maintenance !t 729 1!t8.748 82 Silver Star Road Medians, Clarke Road Parks Landscape east to City limit Maintenance !t 440 1$5.280 83 Little League Field Parking Lot Parks Mowing CI: 114 !t1.368 84 Forest Oaks Water Plant Public Utilities Mowing ct. t:;7 ct. hR4 85 Wastewater Treatment Plant Public Utilities Mowing $ 29 $ 348 86 Jamela Water Treatment Plant Public Utilities Mowing CI: r::..7 !t f\84 87 South Water Plant- Maguire Road Public Utilities Mowing CI: r:;7 CI: hR4 88 Lot-401 Kissimmee Avenue Public Utilities Mowing et ?O et ~AR 89 Lot-Old Wastewater Plant on Sleepy Public Utilities Mowing Harbour d' ")0 d' -::lAO 90 Spray Field on Montgomery A venue Public Utilities Mowing et t:;7 et hRLl 91 Reclaim Water Plant- 932 Maguire Road Public Utilities Mowing !t 57 !t 684 92 Ponds A & B at Wastewater Plant Public Utilities Mowing !t 57 !t 684 93 Areas outside wastewater plant Public Utilities Mowing et ?O let 148 94 Rib Site (2 ponds) at Golf Course Public Utilities Mowing CI: r::..7 CI: f\84 95 Utility Easements (various locations) Public Utilities Mowing approximately 2.75 acres total (10' x f 325 12,000') on an as-needed basis $ OO/cut :$3.900 96 Pump Station at 2687 S. Maguire Road Public Utilities Mowing !t 2g !t 148 -- -- -- - ----------.- -- ---- ----- -. -.-- ---- - ------- --.-.. - . Total Annual-Bid --$--- .. -- - (Items 1 - 96) 1?1 1hR Company Name: (tJt{L~ C lL:t~. , Markham Woods Landscaping, rnc Signature: Print Name: David C_ Mason Title: President Date: 10/18/05 BID B05-15, GENERAL MOWING & LANDSCAPING TER} Bid #B05-15 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 ACCURA TE AND WITHOUT COLLUSION. 1.EID l~bSC~ri\ COMPANY NAME 4D1-q09~q111 1E611~~~L1Jf AREA CODE) ~ (IN~ AREA COD~ ~ ~~ N\)vVOC\~CAd...CD{V) E-MAIL ADDRESS IF REMITI ANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORlZ SIGNATURE (manual) SEC/2ErM - .~, ZBLl-uatlf~~ '5\vO STREET_ADDRESS J4 L-f C\(Ufr:"' P 1UlJ- CITY ST ATE ZIP FEDERAL ID # _Individual ~orporation _Partnership _Other (Specify) Sworn to and subscribed before me this l'Y day of (Ci-Jc be (2005. Personally Known or Produced Identification DVL (Type of Identification) Notary Public - State of F I County of (!." C' I.. n;e I" JANETH D. AREAS DD456686 , ~ stampKIlrRES: Aug. 1,2009 'ss~e oflMet~~ BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 27 BID FORM BID BOS,-lS-GENERAL MOWING & LANDSCAPING TERM CONTRACT Location Responsible Operation Monthly Annual ID Location Deoartment ReQuired Price Price 1 Fire Station 1 Fire Landscape I~ 1.{PlP CJ19 qi Maintenance 2 Fire Station 2 Fire Landscape 8 J. (.Q lp 07qq( Maintenance 3 Fire Station 3 Fire Landscape KJ. (j; (p 97Cf92 Maintenance 4 Pond I Public Works Mowing !~)I,'J({) 979 C;z 5 Pond 2 Public Works Mowing X J. (pfo 97q q;. 6 Pond 3 Public Works Mowing ~L'f)(P 97 l' q2 7 Pond 4 Public Works Mowing ~1.(o{1? C,7QQ) 8 Pond 5 Public Works Mowing I~LCow IOj 1Q.Cj'; 9 Pond 6 Public Works Mowing 'X .(.p(o 0' C; 92- 7'1. 10 Pond 7 and area between pond & lake, Public Works Mowing yj . (Pfv 9'19. 92- area between pond and homes 11 Pond 8 Public Works Mowing ) 0(P 911.9 Z, 12 Pond 9 Public Works Mowing 'i .(c(p 9119 Z 13 Pond 10 Public Works Mowing ~).V(o (1'11 q, ~I ,'2 14 Pond 11 Public Works Mowing T XJ.{o~ 079.92 15 Pond 12 Public Works Mowing '~~L( oW Y7 9r~ 2 16 Pond 13 Public Works Mowing ~L~(c 9-rt q z 17 Pond 14 Public Works Mowing ~ _ (P(fl 91992 18 Pond 15 Public Works Mowing ~I .~G 17q~/ 19 Pond 16 Public Works Mowing Iyl. ~ (p 'ri,l Y Z 20 Pond 17 Public Works Mowing xL G,(p ICnet 92- 21 Pond 18 Public Works Mowing ~1. Co G7 079 Cjz 22 Pond 19 Public Works Mowing xl- w (p c;7~, C;) 23 Pond 20 Public Works Mowing X/.W 979 tj 2 24 Pond 21 Public Works Mowing ~r (c(c 71Y92 25 Pond 22 Public Works Mowing '{I. Cilc 91 r. yz BID BOS-1S, GENERAL MOWING & LANDSCAPING TERM CONTRACT 23 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 26 Pond 23 Public Works Mowing 1J.~~ IGfj9Z 27 Pond 24 Public Works Mowing il. en ~ :c!nc; Cf2 28 Pond 25 Public Works Mowing N. ( /) Ci 9rN- 9z 29 Pond 26 Public Works Mowing ~l. cPlo C/'7CjqZ 30 Pond 27 Public Works Mowing Q I (() ~ 919 9~~ 31 Pond 28 Public Works Mowing ~ L Cc (0 ..., (/1q 02/ 32 Pond 29 Public Works Mowing xl. (PL/1 Cj7Ci12 33 Pond 30 Public Works Mowing ~l , leG , ClIC) 9 ~ 34 Pond 31 Public Works Mowing ~/ .Lt& C/1112 35 Pond 32 Public Works Mowing xl & Cf!q v2 .~ 36 Pond 35 Public Works Mowing 'x I. ~& Q79YZ 37 Pond 36 Public Works Mowing yI Cc u' T 97992--- 38 Pond 37 Public Works Mowing ~}.(y&1 9'17 r~ 39 Pond 38 Public Works Mowing ;at ,(p (p 'R?q 12 40 Pond 39 Public Works Mowing Ix .Gte 911. 12 41 Pond 40 Public Works Mowing ell {.p ~ OJ?? 92 42 Pond 41 Public Works Mowing ~ ..G~ 9rJci~- 43 Pond 42 Public Works Mowing i .Tu (9 919 72- 44 Pond 43 Public Works Mowing xl.ln~ Cln 72- 45 Pond 44 Public Works Mowing "xl~{f\ q1j il? 46 Pond 45 Public Works Mowing Xi) . ( tin 17/ '12 47 Pond 46 Public Works Mowing 'J . CJJ3~ 977iZ 48 Pond 47 Public Works Mowing ~/ ,-Gi.v ? 71' '12 49 Pond 48 Public Works Mowing ~ { -Lio 917~'~/ 50 Pond 49 Public Works Mowing 21. (pft "/7;' o~-; (~/ 51 Pond 50 Public Works Mowing {J,(Pb el11 (l~ BID BOS-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 24 Location Location Responsible Operation Monthly Annual In Department Required Price Price 52 Pond 51 Public Works Mowing <lJ. .)~ CrlC/'YL . {D C 53 Pond 52 Public Works Mowing ~ {.G> 0 em q2 54 Pond 53A Public Works Mowing ~'.U~ C/7C;.t;; 55 Pond 53B Public Works Mowing S I ~G 1971q-; 56 Pond 54 Public Works Mowing t\!. ~ ~ I Cf7L(.L(z 57 Pond 56 Public Works Mowing 'At. ~&/7'7r; .c;Z 58 Pond 57 Public Works Mowing ~ . ~(o CI7~(j~/ 59 Pond 58 Public Works Mowing '\ .L,l &/7912 60 Pond 59 Public Works Mowing ~~1. (fl~ 911.12 61 Pond 60 Public Works Mowing Y( . (y G C;7Cl 7:; 62 Pond 6 I Public Works Mowing xl.~G 9~j 72 63 Pond 62 Public Works Mowing J l.~~ -:;71'.92 64 Pond 63 Public Works Mowing ~ ,6~ /799;; 65 Pond - Fire Station #1 Public Works Mowing I~I'( bC: /-' '-170 12 66 Pond - Thomebrooke Public Works Mowing ,yJ&G If?i~ 67 FDOT I-SR 438 at Silver Bend Blvd. Public Works Mowing I~ {~10CJ' I II} li/ -/ 92 68 FDOT 2-SR 438 at Silver Bend Blvd. Public Works Mowing y' G{f9~ 12 69 FDOT 3-SR 438 at Johio Shores Public Works Mowing ~ / lr0 4'7; C;'z 70 Goodman- Kane Pond on Clarke Road Public Works Mowing ~ .0,;0 9;K;-C}2 71 Lot-20l N. Bluford Public Works Mowing (1.Ll0C/l/92 72 Lot-2 E. McKey Public Works Mowing Sf- && ~J1i Cj 2 73 Lots-20&28 E. McKey Public Works Mowing ~l U;(;; (1 ~/j L 74 Lot-131 N. Cumberland Public Works Mowing 1:( G(~ 7/7?2 75 Public Works Complex at 301 Maguire Public Works Mowing , - (/It') , (2- \' . Lc& 76 Lake Lily Drain Well on Old Winter Public Works Mowing (\j .[Plc C(~ If!' Garden Road 77 City Hall Complex-City Hall, Police Parks Landscape ~I(v~ cl1i12. station, Community Center, Maguire Maintenance House, Water Park, Starke Lake Park BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 25 Location Location Responsible Operation Monthly Annual ID Denartment Reuuired Price Price 78 Ocoee Cemetery Parks Landscape j 07. <t: lzgQ,1'J Maintenance 79 Woman's Club Parks Mowing )/)115 II 2f3C} q 80 Clarke Road Medians, SR 50 to SR 438 Parks Landscape iDI-L ~ 1,?~8\ 4(, Maintenance 81 Maguire Road Medians, from Turnpike to Parks Landscape Dl.~~ I zXct '-I City Limit Maintenance 82 Silver Star Road Medians, Clarke Road Parks Landscape j 07,45 I \:L~~ L-f7 east to City liniit Maintenance 83 Little League Field Parking Lot Parks Mowing JUl. L/s .J 12J:h ,LJ7 84 Forest Oaks Water Plant Public Utilities Mowing J D7 4 ~ J \ t8[/ 'i ~ 85 Wastewater Treatment Plant Public Utilities Mowing 1/()I. 45 ./ 1,2 &9. err; 86 Jamela Water Treatment Plant Public Utilities Mowing /67 4~ 'I) ZJ?,~ 87 South Water Plant- Maguire Road Public Utilities Mowing /61. lis J ) If:/Jqf1 88 Lot-401 Kissimmee Avenue Public Utilities Mowing /61 LIS ./ '/' L t~"J 4" 89 Lot-Old Wastewater Plant on Sleepy Public Utilities Mowing Je7. LJ~ '0/. /J 2&9<-/ 7 Harbour 90 Spray Field on Montgomery Avenue Public Utilities Mowing ./, /6/.4} / Jt'oLJ4 91 Reclaim Water Plant- 932 Maguire Road Public Utilities Mowing /67 t../ S lxC/4j 92 Ponds A & B at Wastewater Plant Public Utilities Mowing /6745 1/ 170141 93 Areas outside wastewater plant Public Utilities Mowing J6l 4'7 11m'!l 94 Rib Site (2 ponds) at Golf Course Public Utilities Mowing /074S f \ 1 ~q,LjtJ 95 Utility Easements (various locations) Public Utilities Mowing / approximately 2.75 acres total (10' x /67.45 ( )ZJL/tf7 12,000') on an as-needed basis 96 Pump Station at 2687 S. Maguire Road Public Utilities Mowing /67-<fS 1,2~q.L{J Total Annual Bid 7JCjCJ3 h (Items 1 - 96) fI 7 7 ~ CompMY N~e~fP) ~:c~)SCi\l);1\l6 ~ ~ ~, SIgnature: ) \ lli~{j~~!~~_,\ L - /\/\ ~).. /J Print Name:_1 ~ \ I \t--(,'\ K-El] ~ Title: St=f..J:. ~r\t2l. \ Date: \, r'r 18 -() S ~C. 24)498-60+ 75 ' 453 . 84 + 99,952 '440 99,95204.4)( 99, 952 . 4'1{j.* BID BOS-1S, GENERAL MOWING & LANDSCAPING TERM CONTRACT 0-* +~15f.5J Bid #B05-15 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 WORKlBID FORM" ARE ACCURATE AND WITHOUT COLLUSION. S~~An?on, Inc. 386-753-1100 TELEPHONE (INCLUDE AREA CODE) 386-753-1106 FAX (INCLUDE AREA CODE) servelloson@bellsouth.net E-MAIL ADDRESS / ~:J 5' //~ c_- C AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: ~~.;l" L'. .5-;C;/J~. bA.4...KA H6V. NAMErrITLE (PLEASE PRINT) 261 Springview Commerce Drive STREET ADDRESS DEB~ry, FT. 17.711 CITY STATE ZIP FEDERAL ill # 59-33081)41 _Individual --)C- Corporation _Partnership _Other (Specity) Sworn to and subscribed before me this ~ay of tJ(' 10 bp,r, 2005. Personally Known or Produced Identification Notary Public - State of r/~rl c! c;..... County of {/o {us I (." C0'~ Signaturc of Notary Public (! It /:I-~,'t I Jo /, v1.5u--, Printed, typed or stamped Commissioned name of Notary Public (Type ofIdentification) R"~Y "j\. ;.~; '"'}OF"'~ Notary Public State of Florida Clifford J Johnson My Commission 00397117 Expires 02/16/2009 BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 27 BID FORM BID BOS-1S-GENERAL MOWING & LANDSCAPING TERM CONTRACT Location Responsible Operation Monthly Annual In Location Deoartment Required Price Price 1 Fire Station I Fire Landscape Maintenance 1>612.09 ~7345.0 2 Fire Station 2 Fire Landscape Maintenance 1303.16 3637.8 3 Fire Station 3 Fire Landscape . Maintenance 1297.86 3574.31 4 Pond 1 Public Works Mowing 99.00 1188.01 5 Pond 2 Public Works Mowing 88.00 1056.01 6 Pond 3 Public Works Mowing 22.00 264.0 7 Pond 4 Public Works Mowing 44.00 528. 0 ~ 8 Pond 5 Public Works Mowing 55.00 660.0~ 9 Pond 6 Public Works Mowing 88.00 1056.0 10 Pond 7 and area between pond & lake, Public Works Mowing area between pond and homes 66.00 792.00 II Pond 8 Public Works Mowing 44.00 528.00 12 Pond 9 Public Works Mowing 88.00 056.00 13 Pond 10 Public Works Mowing 44.00 528.00 14 Pond I I Public Works Mowing 55.00 660.00 15 Pond 12 Public Works Mowing 44.00 528.00 16 Pond 13 Public Works Mowing 22.00 264.00 17 Pond 14 Public Works Mowing 77.00 924.00 18 Pond 15 Public Works Mowing 33.00 396.00 19 Pond 16 Public Works Mowing 55.00 660.00 20 Pond 17 Public Works Mowing 33.00 396.00 21 Pond 18 Public Works Mowing 110.00 1320.00 22 Pond 19 Public Works Mowing 22.00 264.00 23 Pond 20 Public Works Mowing 22.00 264.00 24 Pond 21 Public Works Mowing 33.00 396.00 25 Pond 22 Public Works Mowing 88.00 1056.00 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 23 Location Location Responsible Operation Monthly Annual ID . Department Required Price Price 26 Pond 23 Public Works Mowing II> 11 .00 132.01 27 Pond 24 Public Works Mowing 11.00 132.01 28 Pond 25 Public Works Mowing 77.00 924.0 29 Pond 26 Public Works Mowing 16.50 198.0 30 Pond 27 Public Works Mowing 11.00 132.0 31 Pond 28 Public Works Mowing 33.00 396.0 32 Pond 29 Public Works Mowing 22.00 264.oD 33 Pond 30 Public Works Mowing 22.00 264.oD 34 Pond 3 I Public Works Mowing 22.00 264.0D 35 Pond 32 Public Works Mowing 44.00 528.0) 36 Pond 35 Public Works Mowing 22.00 264.0) 37 Pond 36 Public Works Mowing 55.00 660.0) 38 Pond 37 Public Works Mowing 115.50 1386.0 39 Pond 38 Public Works Mowing 128.33 1540.0 40 Pond 39 Public Works Mowing 51.33 616.0 41 Pond 40 Public Works Mowing 64.17 770.ob 42 Pond 41 Public Works Mowing 51.33 616.0P 43 Pond 42 Public Works Mowing 64.17 770.0) 44 Pond 43 Public Works Mowing 38.50 462.0) 45 Pond 44 Public Works Mowing 102.67 1232.0) 46 Pond 45 Public Works Mowing 27.50 330.0) 47 Pond 46 Public Works Mowing 33.00 396.0) 48 Pond 47 Public Works Mowing 44.00 528.0 49 Pond 48 Public Works Mowing 11. 00 132.ob 50 Pond 49 Public Works Mowing 38.50 462.ob 51 Pond 50 Public Works Mowing 38.50 462.0) BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 24 Location Location Responsible Operation Monthly Annual ID Denartment Reauired Price Price 52 Pond 5 I Public Works Mowing ncludec #77 Bi 53 Pond 52 Public Works Mowing 154.00c 1848.0C 54 Pond 53A Public Works Mowing 44.00 528.0C 55 Pond 53B Public Works Mowing 44.00 528.0C 56 Pond 54 Public Works Mowing 89.83 1078.0C 57 Pond 56 Public Works Mowing 102.67 1232.00 58 Pond 57 Public Works Mowing 77.00 924.0C 59 Pond 58 Public Works Mowing 102.67 1232.0C 60 Pond 59 Public Works Mowing 154.00 1848.0C 61 Pond 60 Public Works Mowing 102.67 1232.0C 62 Pond 61 Public Works Mowing 154.00 1848.00 63 Pond 62 Public Works Mowing 22.00 264.00 64 Pond 63 Public Works Mowing 179.67 2156.00 65 Pond - Fire Station #1 Public Works Mowing 38.50 462.00 66 Pond - Thomebrooke Public Works Mowing 179.67 2156.00 67 FDOT I-SR 438 at Silver Bend Blvd. Public Works Mowing 154.00 1848.00 68 FDOT 2-SR 438 at Silver Bend Blvd. Public Works Mowing 179.67 2156.00 69 FDOT 3-SR 438 at Johio Shores Public Works Mowing 102.67 1232.00 70 Goodman-Kane Pond on Clarke Road Public Works Mowing Duplica te #45 71 Lot-20l N. Bluford Public Works Mowing 44.92 539.00 72 Lot-2 E. McKey Public Works Mowing 44.92 539.00 73 Lots-20&28 E. McKey Public Works Mowing 44.92 539.00 74 Lot-13I N. Cumberland Public Works Mowing 22.00 264.00 75 Public Works Complex at 301 Maguire Public Works Mowing 256.67 3080.00 76 Lake Lily Drain Well on Old Winter Public Works Mowing Garden Road 33-00 196 nn 77 City Hall Complex-City Hall, Police Parks Landscape station, Community Center, Maguire Maintenance2 209.82 26517.88 House, Water Park, Starke Lake Park d BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 25 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 78 Ocoee Cemetery Parks Landscape Maintenance 11>940.70 b11288. 79 Woman's Club Parks Mowing h4 17 770 0 80 Clarke Road Medians, SR 50 to SR 438 Parks Landscape Maintenance 'Jail an 1 &::"7 'J 0 81 Maguire Road Medians, from Turnpike to Parks Landscape City Limit Maintenance 051.29 12615. 82 Silver Star Road Medians, Clarke Road Parks Landscape east to City limit Maintenance 348.33 4180.0 83 Little League Field Parking Lot Parks Mowing 1 t;1I nn 10110 of) 84 Forest Oaks Water Plant Public Utilities Mowing 1"'" c-. 1..,..,.., " 85 Wastewater Treatment Plant Public Utilities Mowing .v L.Jc..-.v 487.67 5852.0) 86 Jamela Water Treatment Plant Public Utilities Mowing 102.67 1232.01 87 South Water Plant- Maguire Road Public Utilities Mowing 282.33 3388.0 88 Lot-40 I Kissimmee A venue Public Utilities Mowing 44.00 528.0 89 Lot-Old Wastewater Plant on Sleepy Public Utilities Mowing Harbour 22 00 264 0 90 Spray Field on Montgomery Avenue Public Utilities Mowing 49.50 594.0h 91 Reclaim Water Plant- 932 Maguire Road Public Utilities Mowing 44.00 528.0h 92 Ponds A & B at Wastewater Plant Public Utilities Mowing 462.00 5544.0b 93 Areas outside wastewater plant Public Utilities Mowing 17h 00 ?11? oh 94 Rib Site (2 ponds) at Golf Course Public Utilities Mowing ?l:i1 00 101h Oil 95 Utility Easements (various locations) Public Utilities Mowing approximately 2.75 acres total (10' x 132.00 1584.0 12,000') on an as-needed basis 96 Pump Station at 2687 S. Maguire Road Public Utilities Mowing 36.30 435.6b Total Annual Bid $ (Items 1 - 96) 171.418 o o 8 .42 Company Name: Servello ~:-I-- ,/.' ,i' 'r--~~.. & Son, Inc. Signature: c~4- (/'''' -,/ '...,~ ,.-~,.' .,? .-:-..-", Print Name: -...-.-"....... /-~ ,I/o, ,r-, l.-t /1". "',-~- - ......-j~!c.JZ; Title: lS,:A '...j': /'- f0, I( Date: /.: / ',/ t! i:;"-- , ,r BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 26 Bid #B05-15 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. ~~t: cf' (0JoJ '+ Icrili C MPANYNAME Q07- g77-7473 TELEPHONE (INCLUDE AREA CODE) 407 - 5?77 - 8h70 FAX (INCLUDE AREA CODE) ~mvVJC!-k~ t@.- Cf/. (f"'<!'. (lflYr1 E- AIL ADDRESS ~(~ IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: THO ED SIGNATURE (manual) G~~ 2-oei tR-ffltktnt NAMEff TLE (PLEASE PRINT) ~[~ d \'-1 M,lJ?(lt? ~ STREET ADDRESS crA">j)f'I' TL ''34/&; I CITY STATE ZIP FEDERALID# C:;tPJ:l0 ~ /ob5 _Individual ~ Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this Kday of 0t.iD~ Personally Known / or ,2005. Produced Identification (Type ofIdentification) BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 27 BID FORM BID B05-15-GENERAL MOWING & LANDSCAPING TERM CONTRACT Location Responsible Operation Monthly Annual In Location Department Reouired Price Price 1 Fire Station I Fire Landscape f,~~ i;2,(dct), ~ Maintenance 2 Fire Station 2 Fire Landscape II ()51).OJ Id,(CUJ." Maintenance 3 Fire Station 3 Fire Landscape Maintenance 'J09;/;J I~ ,~O.C ~ 4 Pond I Public Works Mowing ft4.~/) g%.1AJ 5 Pond 2 Public Works Mowing fIf. e rJ ~,PJ 6 Pond 3 Public Works Mowing (A~ 55~. OJ 7 Pond 4 Public Works Mowing tr1,~ ~J.'t r:v 8 Pond 5 Public Works Mowing (eft ~<) ~pg."') 9 Pond 6 Public Works Mowing C:fI, t/J r?,f:l~. P:J 10 Pond 7 and area between pond & lake, Public Works Mowing t;q. vi) area between pond and homes g/)g <V 11 Pond 8 Public Works Mowing U!&1v 8'~ C'c> 12 Pond 9 Public Works Mowing (/ft.,,:) g;)~ t'<J 13 Pond 10 Public Works Mowing /i;t{.q, f(~g. ro 14 Pond 11 Public Works Mowing CftiK. ~ dt'. i)() 15 Pond 12 Public Works Mowing &If, PO g;2$.t:V 16 Pond 13 Public Works Mowing &q.GO 8~<.v 17 Pond 14 Public Works Mowing C#IJJ ~ f)g, :J:J 18 Pond 15 Public Works Mowing &fI.6.:J K~"o 19 Pond 16 Public Works Mowing tCft. 0!4 g'02g: ~~ 20 Pond 17 Public Works Mowing (}11. .:>0 <l;)g ~.7 21 Pond 18 Public Works Mowing Cflco ~:lZ .eO 22 Pond 19 Public Works Mowing (/llJ .:> <2:2</. CD 23 Pond 20 Public Works Mowing Yl,tv ~p,g.po 24 Pond 21 Public Works Mowing (11- t::; gtht.OO 25 Pond 22 Public Works Mowing &1.. ~:/ ~.Oi7 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 23 Location Location Responsible Operation Monthly Annual In Department Required Price Price 26 Pond 23 Public Works Mowing fr/l, ~' ~,9g. J.) 27 Pond 24 Public Works Mowing II/I. eCJ $S$~ 28 Pond 25 Public Works Mowing h1.&'J X':)X, w 29 Pond 26 Public Works Mowing fA. ~o ~g: ':0 30 Pond 27 Public Works Mowing aq.. ,;0 g'ptP. 31 Pond 28 Public Works Mowing ~~ tJt? ~,M 32 Pond 29 Public Works Mowing <6%00 Cf/. t7.:J 33 Pond 30 Public Works Mowing t;lJfcl r:J( V 34 Pond 31 Public Works Mowing (pq &t' <l {).l, 4'0 35 Pond 32 Public Works Mowing CfJ..:r) g8$.tXJ 36 Pond 35 Public Works Mowing (/IW fl d!l 00 37 Pond 36 Public Works Mowing iii! ~l) gf)g.o>.? 38 Pond 3 7 Public Works Mowing {JI.O<J rz~g.(O 39 Pond 38 Public Works Mowing 1tf1.~.; q !}g.d~ 40 Pond 39 Public Works Mowing Cf1. ~' g;2g.ro 41 Pond 40 Public Works Mowing 01 "oJ <( 'J ~if.at) 42 Pond 41 Public Works Mowing h9~ g/J.5."O 43 Pond 42 Public Works Mowing t/{. (/tJ g~g"~ 44 Pond 43 Public Works Mowing 69-~ rg;l.g'. vo 45 Pond 44 Public Works Mowing &9. ll(] gp$. CO 46 Pond 45 Public Works Mowing btl 1.;-0 m,~~ 47 Pond 46 Public Works Mowing a'1. cO '8;)t; "- 48 Pond 47 Public Works Mowing iff'v" g;;.g.: c 49 Pond 48 Public Works Mowing ()f!.,;,; <6Jt i:'~ 50 Pond 49 Public Works Mowing ftfI.vV g:;g. .~f) 51 Pond 50 Public Works Mowing (;Il<<i $S:1g aD BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 24 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 52 Pond 51 Public Works Mowing M. I!J ~.';''J 53 Pond 52 Public Works Mowing II/. t<;, ~.a: 0:: 54 Pond 53A Public Works Mowing (Pc/' '" ~)llXJ 55 Pond 53B Public Works Mowing &1. iAJ R:J$. tV 56 Pond 54 Public Works Mowing C,1 I2b gblt.C( 57 Pond 56 Public Works Mowing (IlCO <6 p.g. 00 58 Pond 57 Public Works Mowing (tfJ< t:J )/%.0;) 59 Pond 58 Public Works Mowing (fflcc g~aJ 60 Pond 59 Public Works Mowing lot;. iN g;)g 00 61 Pond 60 Public Works Mowing Cl)~ g;;g t'O 62 Pond 61 Public Works Mowing 09. pO ~ fJt. Ou 63 Pond 62 Public Works Mowing (~fJ"t:~ ~,#,. ~,t 64 Pond 63 Public Works Mowing elJ. 60 &n,(:J;) 65 Pond - Fire Station #1 Public Works Mowing (PqtJo gpgN 66 Pond - Thomebrooke Public Works Mowing fA. 8,) g:J%D'D 67 FDOT I-SR 438 at Silver Bend Blvd. Public Works Mowing (~~V <6':Jf?'. M 68 FDOT 2-SR 438 at Silver Bend Blvd. Public Works Mowing (;q.l>v g ~;roo 69 FDOT 3-SR 438 at Johio Shores Public Works Mowing (;ft. Co g-~C; "0 70 Goodman-Kane Pond on Clarke Road Public Works Mowing qg~t'J 1)7@~P() 71 Lot-201 N. Bluford Public Works Mowing (}Jl. ~O J2% ~() 72 Lot-2 E. McKey Public Works Mowing &~ ~" 97J5.0LJ 73 Lots-20&28 E. McKey Public Works Mowing 0q ,,<> ~Jg.':;J 74 Lot-131 N. Cumberland Public Works Mowing (1)1 DO) 8';2gco 75 Public Works Complex at 301 Maguire Public Works Mowing r ) }t:fD.-'" /iJJ2[f)."o 76 Lake Lily Drain Well on Old Winter Public Works Mowing (p tj. co >?;2g co Garden Road 77 City Hall Complex-City Hall, Police Parks Landscape station, Community Center, Maguire Maintenance { I 7CJS: &v ,;2/1 9/D. CJ House, Water Park, Starke Lake Park BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 25 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 78 Ocoee Cemetery Parks Landscape ( J /q7 ~ t4,:%'f.t.V Maintenance 79 Woman's Club Parks Mowing !O~ LV '}:260. ",; 80 Clarke Road Medians, SR 50 to SR 438 Parks Landscape 1'-121. tJo 17JOgg' Maintenance 81 Maguire Road Medians, from Turnpike to Parks Landscape -;2), tgg"" City Limit Maintenance I, & ;2Lj. .x 82 Silver Star Road Medians, Clarke Road Parks Landscape qGtCv east to City limit Maintenance II)Wb. ()P 83 Little League Field Parking Lot Parks Mowing ftr6.w g/6. PO 84 Forest Oaks Water Plant Public Utilities Mowing 035"-00 7/~2f). ~) 85 Wastewater Treatment Plant Public Utilities Mowing b3).':'~ 7/~20.~ 86 Jamela Water Treatment Plant Public Utilities Mowing &3~M 7/iP Z/). tJ~ 87 South Water Plant- Maguire Road Public Utilities Mowing 6~~ 7 /~?O.""' 88 Lot-401 Kissimmee Avenue Public Utilities Mowing c;bg. to' 0 <l16.do 89 Lot-Old Wastewater Plant on Sleepy Public Utilities Mowing (oS.c:; g tho (to Harbour 90 Spray Field on Montgomery A venue Public Utilities Mowing 0g:~ ~/6.oC 91 Reclaim Water Plant- 932 Maguire Road Public Utilities Mowing 63S.0lJ l,h20.{)() 92 Ponds A & B at Wastewater Plant Public Utilities Mowing qg. ro I,J7b.eo 93 Areas outside wastewater plant Public Utilities Mowing 10 fl. 0 0 g/b.iJO 94 Rib Site (2 ponds) at Golf Course Public Utilities Mowing 9ft. M II )7~.6f) 95 Utility Easements (various locations) Public Utilities Mowing approximately 2.75 acres total (1 0' x 47.r;. Oil 6/CO CO 12,000') on an as-needed basis 96 Pump Station at 2687 S. Maguire Road Public Utilities Mowing lJ Z- t~. 1/3'-1'1. M Total Annual Bid $ (Items 1 96) 'J...;{ -, - ~ __..4'7" , cOmpanYName~~~ 0(' Cec~( Signature: # / ~ ( Gten 2flzi Print Name: e6tF L _' '0 .~ . Title: -r~1JJt::NT 1='1 C'. . Date: Ib -l~-()S BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 26 Mayor S. Scott Vandergrift c.enter of Good L . <\.-'o-e JPi~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Citv Manager Robert Frank CITY OF OCOEE INVITATION TO BID #B05-15 FOR GENERAL MOWING & LANDSCAPING TERM CONTRACT City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.f1.us BID DOCUMENTS 3 4 thru 6 7 thru 16 17 18 19 Legal Advertisement Invitation to Bid #B05-15 General Terms & Conditions Subcontractors/Equipment Listing References/Summary of Litigation/ Addenda Acknowledgement SCOPE OF WORK/BID FORM 19-22 23-26 27 28-29 30-32 Scope of Work Bid Form Company Information/Signature Sheet Exhibit A-Map Exhibit B - Forms CONTRACT DOCUMENTS 33 thru 40 Exhibit C - Draft Agreement END OF TABLE OF CONTENTS BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 2 LEGAL ADVERTISEMENT City of Ocoee Bid #B05-15 General Mowing & Landscaping Term Contract Ocoee City Commission Sealed bids will be accepted for Bid #B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT, no later than 2:00 PM, local time, on October 18, 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, mulching, and herbicide spray on City properties, facilities, stormwater ponds, and other areas designated by the City. The contract shall consist of three (3) consecutive one-year terms. The contract shall automatically be renewed annually upon contract anniversary date unless terminated by the City in writing. 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 October 11,2005. A Bid Security in the amount of $1,000.00 must accompany each bid and the successful bidder must demonstrate insurance coverage meeting or exceeding the City's requirements. No Performance and Payment Bonds are 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 ofOcoee, 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.us 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 September 18, 2005 BID BOS-1S, GENERAL MOWING & LANDSCAPING TERM CONTRACT 3 CITY OF OCOEE INVITATION TO BID #B05-15 GENERAL MOWING & LANDSCAPING TERM CONTRACT INTENT: Sealed bids for Bid #B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT, 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 mowing and landscaping for the City of Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. 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 ofOcoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 656-3501, not later than October 11, 2005. Any clarifications/changes will be through written addenda only, issued by the Finance Department, see paragraph H. 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 October 18, 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 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 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. A Pre-Bid Conference will not be held. 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 communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda.The City reserves the right to issue Addenda, concerning date and time of bid opening, 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 in the bid documents, 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. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 5 'r. 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; 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. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 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 of $1,000.00. A combination of any of the former is not acceptable. Cash or company checks 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 Performance and Payment Bonds are 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 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 BID BOS-lS, GENERAL MOWING & LANDSCAPING TERM CONTRACT 7 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 Work/Bid Sheet attached. Alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid 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 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. g) Prices shall be automatically escalated 3% upon renewal each year. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 8 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: . Compliance with specifications, terms, and conditions . Bid price . Staffing and equipment . 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. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. BID B05-1S, GENERAL MOWING & LANDSCAPING TERM CONTRACT 9 3. After a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 11. PAYMENT TERMS: Payment will be based upon monthly draws equal to the total contract amount divided by 12 months unless otherwise stated in the contract. See Scope of Services/Assignment Procedures Section. 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 authorization. Payment cannot be made until materials, goods or services, have been received 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 shall mean a written agreement or City issued purchase order. The City intends to award contracts to a single qualified contractor based on unit prices, ability of contractor to perform the required work, satisfaction of required insurance, and a successful reference check. Contractor selected by the City will provide construction services to the City on an as needed basis, based upon task orders to be issued by the City under the contract. 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 the execution. City reserves the right to terminate the contract for non- performance given thirty (30) days written notice and payment for completed work. 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. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 10 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. g) Construction areas cleaned dailv; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guardrails 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. I) 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. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 11 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. 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. BID BOS-1S, GENERAL MOWING & LANDSCAPING TERM CONTRACT 12 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 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/LICENSESIFEES: 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. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 13 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 of Insurance of Florida 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 obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event 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. . Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City 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 Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE . $1,000,000 PER OCCURRENCE . $1,000,000 PERSONAL & ADVERTISING INJURY . Include Waiver of Subrogation in favor of the City ofOcoee BID BOS-lS, GENERAL MOWING & LANDSCAPING TERM CONTRACT 14 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation 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. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $ I ,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. . $1,000,000 PER OCCURRENCE . $2,000,000 AGGREGATE 6) Commercial Umbrella: . $1,000,000 PER OCCURRENCE . $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability 7) Builders Risk: · $100,000 Any (1) Location · $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), 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 ofthe Purchasing Agent. This certificate shall be dated and show: 9) 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. 10)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, except ten (10) days written notice of cancellation for non-payment of premium. BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 15 /!.!;.o.f1Q- CERTIFICATE OF LIABILITY INSURANCE OATE (MM'OOJYYY'f} FRAZE-1 11 04 04 THIS CERTIFICATE IS ISSUED AS A MATtER OF INFORMATION ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NIH MlEND. EXTEND OR AlTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. JlFtooUCI!.R 1NSUftER":~~...!~:;i.u.9 ),~ 01: ~UU" lhSlJRER 8: [HAlC. -~:E ___~m INSURERS AFFORDING COVERAGE Contractor'. Name Address lKSURER C ---.-..-.... t~._._-_._~.---....... i LNSlIRER E:.. COVERAGES THE POUCles OF !"~SURANCE L1STEO eS1.OW HAVE BEEN ISSUED TO THE IN$lJRtO N.lMEO ,lSOVE FOR: THl! POl~V Pe;bOO INOICATED, NOT'HrrHST-'NO'.NG MY ReJU1REMEtfT, TERM OR CONolTtON OF MY coN"!'RACT OR Orne.R ~UMENTWlrH RESPECT TO WHICH THIS CERTl~lCA1E f/.AV BE IS$UE-OOR MAV PERTAIN, THE INSURANCE AFFORDEO BY THE POt.!CtES OESCRtB.EO Ht:AEW 1$ SUBJEc:T TO AU. THE TERMS. EXCtuSIONS AND CON01T~Otl5 OF SUCt! POlICIES. AGGREGATe LIMITS SHOWN: MAY ~..A1Jt: BEEN R:EOOCEO 6Y PAID ClAIMS. "-r POLICY HUMBER DA MMlO ~lf l DATE WNrJQf'('f llMITS L.TR NSRri ~EOFltLSURAHCE ~l!HeAAl. UAJlIUT'V X X. COMMERC.lAL GENERAl UJ.SlllTY ,..-j...J ClAI.... MACE [i] OCCUR. H-------\ r.GGe~>~'AG~GATE LIMIT APPl.IES PER: \ !'POUCyiil~i nLOC ~~UT.OM08n.1 \.lA8llfTY \ :!J ""HutO I' i AlL OWJ.l:EO AUTOS ~ SCHEOUlEO AUTOS X HIREO .Auros ! ~ NO'l-CWHEOAUTOS I ~.JI_~----\ ! aAAAOE UAStUTY \ Q ANY AlfTO Ii F.ACH OCCURlWlCE . 1, 000,000 .'~;"_ SSO/OOO_~"= ~ MOO ~~.{,~Qfl). S 5 t 000 PER$ON":~~..~ INJURY $ 1 # 0 0 0 , 0 0 0 GENERAL AGGREGA'ffi " 2 ,00 ,;> !~ 0 ...!'RODUCn. COMPiOP ACO S 2: zOO 0 I 00 0 i ~E$W1ll8f\eL~ lIABILITY I i!-I OCCUR 0 ClAIMS .....OE , , I r OeOUC1'iBlI: I :- RETENTION $ ! WO'U(!~COMPlNSAT!ONAND , EMPl..OUAS' \.lAIllUT'f ANY PAOPRIETORfPAArNE1\'!.X.ECU11VE Off:"lCEPiMEMBEA: f:XC.UJOEOr ~~~~t'~tdNStal~ ! OTHi"ft.. I Build...... Rbk. EL;M!T . 1,000,000 ~ ^~?ONtY.U.~ClOENT 5 OTHER. THAN Aura ONLY: : EACH OG~~RReNCe i AGGREOI<,TE i------ t rm..---' €A Ace $ 'GG $ .1,0001...000 . 2,000,000 . . . X IJQ~'(5~I~tL~J IO~~~_m._-' !=..L. ~9.~.~CCiotNT ~ SOOt ~gJ!_: ~~!.~~oo,oq_9.~_ E;L.DISEASE.POUCYUMfT 5500,000 Any 1 Loc An 1 Occ l00,lXD 1,000,000 OUCRlP11Of\I OF OpeRATIO"'!' LOCATIONS J VEHICUS I EXCI..USIQlIiS AOOEO 8'1' EHOQM.EMENT J $ret1Al. PROVI$tOHS The insurance evid..nced by this c..rtificate shall name the certific..te hold..rs as an additional in.ured on th.. G..neral Liability & Umbrella Liability. Work..rs' compens..tion, Employ..rs' Liability G Gen..ral Liability shall contain a Waiver of Subrogation in favor of the c..rtificat.. holdar. The oertificate holder is add..d .... a IBlEd iIaIa:1 fir B.JiJd3:s Risk.. City of Oooee 150 N. Lake.hore Drive Oeoee FL 3~76l-225e CANCELLATION OCOKEOl !HO\ll..OAKt OF THe AeOV'I! oE!-CRJeED rcll.1QES BE CMCfll..!.O I!!FORE THe UP1RAT"to"- DATE tHIR!OI'l, Ule: l&S\.lING lNSU~ERWlt.l. ENDEAVOR TO MAIL ~ DAYS WRCTTf,N NOTICE TO nu! C!RTlACAT15. HOLDER I\AMED TOTt4E L!.FT. al./T FAllUm!' TO 00 so IHAlI. If/11OSl NO OBUCATKlN OR UAelUTY 0' ANY KlMO UPON T)iE INSURER. ITS AGEMT3 OR RUfl:EUHTATIVU. AUTHOIUl.EO Al!PltUENTATlV5 CERTIFICATE HOLDER ACORD 25(2001106) SI+#-Pt.. c II> ACORD CORPQRAT10N 1951 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 16 . 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL LD. NO./CONTACT 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. BID BaS-IS, GENERAL MOWING & LANDSCAPING TERM CONTRACT 17 22. REFERENCES/EXPERIENCE 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. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Dated Dated Dated Dated Dated No. No. No. No. No. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 18 SCOPE OF WORK BID # B05-15, SCOPE OF WORK GENERAL MOWING & LANDSCAPING TERM CONTRACT The Contract term for B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT is intended for mowing, edging, trimming, weed control, mulching, and herbicide spray on City properties, facilities, stormwater ponds, and other areas designated by the City. Exhibit A contains a list of locations and a general map indicating the approximate location of the areas included in this contract. 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. 1. Reporting Contractor shall submit a weekly (fax or e-mail or mail) 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. 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. 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. 2. 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 rej ected 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. 3. 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, and 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. BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 19 4. 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. 5. 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. 6. Frequency of Service Growing season is defined as the period May 1 through October 31. Non-growing season is defined as November 1 through April 31. a) Mowing and Landscaping Services for City properties and facilities shall include a once- per-week during growing season and bi-weekly during the non-growing season. b) Retention ponds mowing shall be bi-weekly during the growing season and once-per- month during non-growing season. c) Bush hogging shall be monthly during growing season and bi-monthly during the non- growmg season. Contractor shall be required to provide a special service for the properties located within a 2-mile radius of the City Hall for City's major events including Founder's Day and Boat Races at no additional charges. City reserves the right to request additional applications on an as needed basis based upon the Contractor's contracted prices. 7. Definitions For the purpose of this request for bid, the following definitions are established. It shall be the Contractor's responsibility to accomplish the requested task with the means necessary to achieve the standards required by the City. a) Mowing - shall mean clearing debris prior to operation, mowing turf, edging, trimming, removing and disposal of debris, etc. b) Landscape Maintenance - shall mean clearing debris prior to operation, mowing turf, edging, trimming, weeding, pruning, mulching, fertilizing, application of insecticide & fungicide, debris removal and disposal, etc. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 20 8. Standards Contractor shall perform the mowing and landscaping services on each frequency in accordance with the following standards: a) Trash & Debris Removal - All visible trash and debris within the mowing or trimming field shall be collected and legally disposed in accordance with all applicable federal, state, county, and city laws and ordinances. b) 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 or cause damage to the turf. Clippings shall not be blown onto the road surface, gutters, or sidewalks. c) Bush Hogging - Contractor shall bush hog open fields using approved mechanized machinery to a uniform height of no more than 6". d) Trimming - All areas not accessible by mowers and areas adjacent to fences, walls, garden beds, and buildings shall be string-trimmed so as to maintain an even cut throughout on the same day as the mowing. e) Edging - All curbs, sidewalks, driveways, plant beds, etc. shall be edged with an appropriate edger on the same day of the mowing. It shall be no intrusion of grass into paved or concrete surfaces. t) Weed Control - Applications of approved herbicides or, as required, the use of hand weeding as often as necessary to keep the medians, guardrails, handrails, flowerbeds, curbs, fence lines, tree trunks, etc. weed free as possible. g) Mulching - Contractor shall provide and refresh mulch in gardens, flower beds, medians, etc., matching the original stock in all mulched areas on an as needed basis but no less than once-per year. h) Pruning - Contractor shall selectively prune trees while preserving the tree's natural shape. The trees shall be pruned high enough to maintain a clear view a distance of 6' to 8' from the ground at maturity. All dead or diseased wood shall be kept pruned from trees and shrubs. All debris from pruning shall be removed from the property the same day it is generated. i) Fertilization - The trees and shrubs shall be regularly fertilized no less than four (4) times per year at 2-month intervals throughout the growing season with an approved fertilizer. j) Insecticide & Fungicide - Insecticides and fungicides shall be applied as needed to prevent damage under the direction of a state-licensed lawn and ornamental pest control operator. k) 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 prior to mowing is required. I) Dry and Wet Ponds - In addition to items (a) through (t), service for dry ponds shall include mowing the pond bottom to a uniform height of no more than 6". For wet ponds, contractor shall get as close as safe and possible to the edge of the water. No fertilization or landscaping is required at retention ponds. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 21 9. Traffic Control Compliance with all traffic control requirements per the latest edition of the Manual on Traffic Control Devices (M.D.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. 10. 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. 11. Pricing Contractor shall provide a monthly and an annual dollar amount for each location listed in Bid Form of this request for bid based on the required frequencies and standards. It is the Contractor's responsibility to verify the size and location of each item prior to providing the bid. All prices will be adjusted by 3% automatically upon renewal of the Contract each year. 12. Addition and/or Deletions City reserves the right to add or delete locations from the list. 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 in writing along with a modified Bid Form. For additions to the contract, a monthly and an annual price will be solicited and negotiated in advance prior to issuance of a notice of change to the contractor. BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 22 BID FORM BID BOS-lS-GENERAL MOWING & LANDSCAPING TERM CONTRACT Location Responsible Operation Monthly Annual ID Location Department Reauired Price Price 1 Fire Station 1 Fire Landscape Maintenance 2 Fire Station 2 Fire Landscape Maintenance 3 Fire Station 3 Fire Landscape Maintenance 4 Pond 1 Public Works Mowing 5 Pond 2 Public Works Mowing 6 Pond 3 Public Works Mowing 7 Pond 4 Public Works Mowing 8 Pond 5 Public Works Mowing 9 Pond 6 Public Works Mowing 10 Pond 7 and area between pond & lake, Public Works Mowing area between pond and homes 11 Pond 8 Public Works Mowing 12 Pond 9 Public Works Mowing 13 Pond 10 Public Works Mowing 14 Pond II Public Works Mowing 15 Pond 12 Public Works Mowing 16 Pond 13 Public Works Mowing 17 Pond 14 Public Works Mowing 18 Pond 15 Public Works Mowing 19 Pond 16 Public Works Mowing 20 Pond 17 Public Works Mowing 21 Pond 18 Public Works Mowing 22 Pond 19 Public Works Mowing 23 Pond 20 Public Works Mowing 24 Pond 21 Public Works Mowing 25 Pond 22 Public Works Mowing BID BOS-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 23 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 26 Pond 23 Public Works Mowing 27 Pond 24 Public Works Mowing 28 Pond 25 Public Works Mowing 29 Pond 26 Public Works Mowing 30 Pond 27 Public Works Mowing 31 Pond 28 Public Works Mowing 32 Pond 29 Public Works Mowing 33 Pond 30 Public Works Mowing 34 Pond 3 I Public Works Mowing 35 Pond 32 Public Works Mowing 36 Pond 35 Public Works Mowing 37 Pond 36 Public Works Mowing 38 Pond 37 Public Works Mowing 39 Pond 38 Public Works Mowing 40 Pond 39 Public Works Mowing 41 Pond 40 Public Works Mowing 42 Pond 41 Public Works Mowing 43 Pond 42 Public Works Mowing 44 Pond 43 Public Works Mowing 45 Pond 44 Public Works Mowing 46 Pond 45 Public Works Mowing 47 Pond 46 Public Works Mowing 48 Pond 47 Public Works Mowing 49 Pond 48 Public Works Mowing 50 Pond 49 Public Works Mowing 51 Pond 50 Public Works Mowing BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 24 Location Location Responsible Operation Monthly Annual ID Department Required Price Price 52 Pond 51 Public Works Mowing 53 Pond 52 Public Works Mowing 54 Pond 53A Public Works Mowing 55 Pond 53B Public Works Mowing 56 Pond 54 Public Works Mowing 57 Pond 56 Public Works Mowing 58 Pond 57 Public Works Mowing 59 Pond 58 Public Works Mowing 60 Pond 59 Public Works Mowing 61 Pond 60 Public Works Mowing 62 Pond 61 Public Works Mowing 63 Pond 62 Public Works Mowing 64 Pond 63 Public Works Mowing 65 Pond - Fire Station #1 Public Works Mowing 66 Pond - Thornebrooke Public Works Mowing 67 FDOT I-SR 438 at Silver Bend Blvd. Public Works Mowing 68 FDOT 2-SR 438 at Silver Bend Blvd. Public Works Mowing 69 FDOT 3-SR 438 at Johio Shores Public Works Mowing 70 Goodman-Kane Pond on Clarke Road Public Works Mowing 71 Lot-201 N. Bluford Public Works Mowing 72 Lot-2 E. McKey Public Works Mowing 73 Lots-20&28 E. McKey Public Works Mowing 74 Lot-13 I N. Cumberland Public Works Mowing 75 Public Works Complex at 301 Maguire Public Works Mowing 76 Lake Lily Drain Well on Old Winter Public Works Mowing Garden Road 77 City Hall Complex-City Hall, Police Parks Landscape station, Community Center, Maguire Maintenance House, Water Park, Starke Lake Park BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 25 Location Location Responsible Operation Monthly Annual In Deoartment Reauired Price Price 78 Ocoee Cemetery Parks Landscape Maintenance 79 Woman's Club Parks Mowing 80 Clarke Road Medians, SR 50 to SR 438 Parks Landscape Maintenance 81 Maguire Road Medians, from Turnpike to Parks Landscape City Limit Maintenance 82 Silver Star Road Medians, Clarke Road Parks Landscape east to City limit Maintenance 83 Little League Field Parking Lot Parks Mowing 84 Forest Oaks Water Plant Public Utilities Mowing 85 Wastewater Treatment Plant Public Utilities Mowing 86 Jamela Water Treatment Plant Public Utilities Mowing 87 South Water Plant- Maguire Road Public Utilities Mowing 88 Lot-401 Kissimmee Avenue Public Utilities Mowing 89 Lot-Old Wastewater Plant on Sleepy Public Utilities Mowing Harbour 90 Spray Field on Montgomery A venue Public Utilities Mowing 91 Reclaim Water Plant- 932 Maguire Road Public Utilities Mowing 92 Ponds A & B at Wastewater Plant Public Utilities Mowing 93 Areas outside wastewater plant Public Utilities Mowing 94 Rib Site (2 ponds) at Golf Course Public Utilities Mowing 95 Utility Easements (various locations) Public Utilities Mowing approximately 2.75 acres total (10' x 12,000') on an as-needed basis 96 Pump Station at 2687 S. Maguire Road Public Utilities Mowing Total Annual Bid $ (Items 1 - 96) Company Name: Signature: Print Name: Title: Date: BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 26 Bid #B05-15 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 AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL 10 # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,2005. Personally Known or Produced Identification Notary Public - State of County of (Type of Identification) Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public BID BOS-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 27 EXHIBIT "A" LOCATION MAP BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 28 Q o iP'I 500 1,000 2,000 .,. -- "1.\I1II1I1"I;:.l"IILI:l'" 1IIl'\ \1.\,:' I Vll'lIl1:. 1I,\"'''l nll..well 4 ,\1 hi 111...1,.'1 \,' ~\ hl\WI\I\111 \h IlkIU\I\IO 111:""""\"'111.11 I -\1.:1 PI ~'~ll'l.lo ~!UA~I "">I'lkIN 111.\ \H,.I 1l\l:S\I\1 I h'll \\IJoI,I.U"\I\1I II',' \\1:>01 ,1,U';S\I\1 I lUll WI,.i,I\l;,.\I.\11 11I1 \\1..;1..\.:,.\1..... II" 1.\101 ,II~IM ll'l~n;l' 1111 I.U.., III :<II...'l \', sua ,~ ]. II ",10..11:, I) 111-1''''''.111 ... SI"NI.lo,"I\IIl," l~ llAl.:WOIlIlI'1 \," ;' .', :~I'~'II: M.',:;',I . JI: ,.... I.j II "\1 ',(,\1.... I ~. II" ;." '.lll.\,\lAI...lo!l....'..1111 ~.::.I ~::':I\':~" '.1\.... .., ~ I :1 111..1:'0"'; ,,\... \\'II<l:,,~,'I":: Ih':'1 ." \l'lll"l'lllt"l ':t. ''It'-'I',.I.'' ....u 'old': '\', ,.." J'," \1..,1 \~'.'11l1" :.1> .LIIII u..~,-'IIII'\I }1t: .\Lh)\L'l'lI\l,' !~~ .\UIU.\l'(llll" 1.1 1;\ 11f.\.~ I"l It" .'1 I~MIl.lIl.UI.!roI.I.\I\ ~,,' ';lI~_IU'1I .'~" I 1\1,1:.'11 J"-l' 1'11I.111'11 ..,.... III \1 III \.1'~,1I1 \1 ~..1I III \1111\."11.11<1\1 ~: IJI\I:>I,\II. \\'1 1;10:11\1,11. \Ulll~ !.. !<-1\1I1.\1I\1 .'" O.HI'I'l',I"'I:'IIIa.:tl'.\ICl, \\'Il\llllI.\"I;tC.'lUU.II,IOl'. ".\1''': 1I0,1lI.\YI'.N \.1'\ MII.I'I",,"K~nNlh'l Ljll SIIII""I~'I,1..1nl"l' 111111:1 \1I""I',.,n \I III~nll'''I.\V11JI''''.IHI '... 1I~':."";o., 111"'01" I" 01:.\11:1.1 IJI'I''':I~;II,1,\ It! IIN\Ma .JlII,I'I\;.... II WIUI".\).;III,III ~! \I'.U,:o. ...1\)10....... U.IIINI~ 1).\ ~\')o("1 1111 ,,,,"1'1' "I" !II"1II1", I II 1:INII.S.\:I'Wlll 1'.\ "11'1:"1'111.\111 1.'11 \111\1:0.11111,\1;1' t,e \IlM:....tl\l;! l~1l \U',I."I.IIl\lil ~, L":" .. '1I",~r.I~1O 1,\ \11l11l'\NI' I II \L ~ 1 II 1 . \ III t~,\ W.\\:-"'!;,\I'II'\I\II' NI \~'\\rlI lo.\l'UI~I\I1t.' I" \1;'II11'\1I1 '" 11."'1\11 ,'.\ 11'1'1'1-1:1 U:.IIt1 ~ '1" IH l'I.TIl'/,II1111 ': 1,1;, \1 111\11.\11111. .. 1.,,"'U.llll1.\II.I'" 1'1 \NJ ,\J11I'II 1;,\111'1 '1" n \::1\1I11""iMIl"!. \1Il II J~l 'l'lllll\":ool, 'I" ~" 1:1'1~IlIIlU'1 I'J .\:.1 I( I'.... '.110' /11 lJl"IIN:"lIlllllllh /,,' 1''''''11':'':00\'\1<1 .I~I. 'i'''I!II1 ,.\11 "\I.lill:l.lIIl '1.\ \\ \1 ~I.\I: r "Ill \\',"1,\111 \\,1'.1.\1:' /.., '.fl'!II'.';"I:ll ,U IIlm;I.11 \',tlll N ,::11(;/ 1'''\11'11,'\1;'' I....I=~ 1 ,\1,1' W\"'II~ 1\\IN1,\I.I'\\",I\II~ . \ I k' .\\ ~l 1'1 '1'11 \\'\ Illl~.; ." I J', '\',;, I~ '1.'\1 W.\i'11S . 1:1"\" ,~":<':I WI II II IS ,\ 1I11J.l,..11t\! JIIl'IlI.,,'!!\'I' r'l II 1,'110';-., 1,'111111;'\\' "',\ 11\1.'1,,;1:'1\1 "'1\ Il '.11'1 I I.I~II\ ~ ::I~ : ::~: ::::::;';:::.~ ~:~:;~::~::::.~~~; ,'.\ !IIl1\"II:I'I'U' '.'11 !ll1I tH' "''''1' P,\ \I.I.III:\II\W':' I." \11/.lII:,\ll"""11 p,' \III,IIt"II'''I'.11 1.1 I \1: 1- II' ~ '11.1.', I I 1\ , ~., III' :111 ,\".. "11 I.hilll .'''''' h.,\ \\'.I";I\\.I""','~I\:,'''' 1./1 llll-NI,..H'\'I I I ....., j II '. ',11" \ 11".\ ~allll'''1 ~ h\ II\\IM"I"" 1'1\ 11\\1101111'" I"~ ".l:lllII\'Pd.\ll.. .", ~\ t :-.'>11.111' .'1'11 \\1-\11'111 ." \\l'\P.I:\1I1111W"\I:" '"!1!11!11C111-1 ~ I 1I0~'i1.1'111: !.' 1IIIhJ.\I ,:UI-IL 1'1I'1Il'l111' I \I;I'IIJ',MI'/.\:.(II!,\I'I .'to l'\!\UltI"l.\lo:" "', 1'I'\mu"f1~III.\,,:- \1,1.\11:.\1 l'OI~II' '.1"111:\' 1'11/'.11 .. IIIlIWIIo.I'!IIII".I' I' lW""I.I'l'I'I maIl11.1."''I q hll\',,\:I..hl't' '.' UI'\"II.I..',''I 1,..\ .\111"\\.'1''\111I1\1./ 'I.U \\ II 111\\ l< \\~; 1111 , \1.' '..\ 111111 !IIll.lil'''I:II..\~1 1:11 /lIIII:oollllUk)l:11 .hl I:,' I-I'"I"JIIIIII\'I'I\\I'I 1:11 hllll!ll11L1I11l'1.;' 1\1"./ .~... 11'111 '1IiIllli.II.I' \\'I'!III "II 111111.. "'I~I " 11.:' \\ I" I "II 11.10 ...111I:I1>WI \\I~I I!IIII 1.ll:I!IIlliI:I1IlLIWI':-1 11\\\11111111:1\'1)'.'1.. ~II '.1 ',.:.II'I'!III.l' WI:>I II ,'I',\II'I'\IIJII\,-I P \\"1"~II'llI~;1 1.1 1\ "...III~:1 1.1 '.\".IIM'"I ,\'I'lr.l. I~ \\ 1"'1,:'111: I \',1'11-;1: Ir. ''.1''1>:01'"1 \'IIIf:I. I. .\I~I"I'"I \"I,H:h I' \'.1:'1;1>:;"11' \':1'1I~\ ,." \\I''11IU"..H)I .... \~~~"\"Inll ,,1",'<...,,>1:',1. I "~ ~l.'.! 1 .~";" "I:,,:...Il"''''''1 ::: :::::; ~': ~ :,:: :", ~ I ~ ~ .'1: ':\~,l' ,...,'''''' .I"I!II,"'- ,1'1'li,I.I.\I'I..II.... ... '1,"lll."'Jl'.' 1:.1".1.1 .... . I '11 ,'j II....".. .1 ~,' .", 1 I ~~:~~~'~~~~~'~',j: :!.OOO ---...J FeP-\ (lIa/.lJ ~""Il O'ui!o H1J 1"Jt'.I\'.HMl-:KCI' .:':i'''' r;SlC'l!;,1I0 .." ~,/;. Tl'Ip22S Tlvp2JS .:u",-..J.",4.I ~- h.J1l1I r T8 #- 8DS-IS; ENS 1!4L Me)""",., 6- LAroIt)se A p~ ..~ Ron (.~!:ItA e,- hI., ~ :; \,:':l'i(llII\.M 2-" P4 G- t.. d ~II ~::. ; !II,. JI,I;f':'l WHHt~! ! ~"'F}f~ "f~):.ft lIf"'Cn.<tPr'I'I"~ .; ''''''fl1UOllA.. Id.~~lflll"i '~ t ~ hJ7n \tIooCT .: i:! t..-.I.llE'tRQ . ~ J ~1.1I.11.II.uall. ! i ! i ! i ;'- ~! Twp 2/ S ~..o 1~~52~.u.'III1U.II.U...ll.II.lllilll.. ,!._ .(32!~ TwpZ," \0[7 tJ h'?<7:i4i "". _. ! 514) . v- r..j ';,11.".".11 rJU1: i ! 4',<:',,,,,,,'" ",' 3 i E ~ ~ ....\~,~~~~(f9' l{f ..".",J ~ ~ . :".".,,~ . -.\\'11- "', ",!'\ ~ "" . ~.."."_,.".,,.. ~."w"."~II'"~ ....."."."."."."....". 0 ~ . < _"SseIIT'" = ! GiOC', .1,'.' /"'" - '-" r~'j:l.l.LO'IE :.v~ - ! G = ...d..i1411iiml~llW1c.lt~I.(J.I1.II~~ ,'?- 1.:X; .."', I ~ ~ II"" : ~':.. t; ~ ~ ";'. ~. ~! In _~I .,W~.!:\l,<,~IC::::~:~,:.,,.,.~,~""..""'," .:,' "'SJ..\'.~ ~ . W ~ ~ _ .,,,,,,~,,'<I~, t 'l' ".ii.\.'....., ,:r, &. ... ! ~ ~ ~ ~ ~ ~ ... r, ~ \ ..... . ;. W ~ ~ $~~ '~,.. ".ill..'I.iI\.......~ .'''o,,',! i _ t.~~" . i ' - .;;~,;:1['Uh'.;n.. ~ ,', .if'" _:::~'~<". ,,;...'iIClill\'lC1i .""'" '.".'I!' r~'~;::7..o"."...."..i ~ . . ". ,.' = . ....,... ~ ~ .""..~; ~~ - .-- t' ,~~~t' ~ ~ o' .' ~~; " ",,.,,"" · ~ .=. ,,,,,~'t...,,.,,. > ..~".."".,w ~ S ~ ~I~ 'II ! .....~t~j.I'O\' )("lUl'l WJ;Io, ~~l, S. :, ~?; 0 ~ ASPUIloVloEc ~ ! ....... .,~,','"'' '" '" ~ ~ l'i ,J> ~ · ......... I',; ~ ~ -.., "" ''''''U'"'@'_''' ,-~, i ..,..' ~ fROO'"'' V\ "L' r . ...... "~ r;. ~ ' "hl('''Cr~ ~ ~ . "..,... " ~ :! ,._ ,C "CIoR.", S > ~ J I.:. ',' Il: i! i ..', 1'0' \ ,; ~ ~ ",,,., . .; _,~.r<.",,, ~ "M ,I. 1, " = i ~ ~..."."V'" ....-. ,. 't 1J. It!! ! "'F~,"- ,-,-_..' ; i B "., -.. '" H ". ,',j, " '''tif) l'\'( i .1 '" : ,S-GiilJ L .,2".@ .......... \ ! 0"""- ~, \D '" .-: " ,~R . ,"1HJ()j",~~Cl ,. U ! ~ .. ~ ~ = ,'."-''''' ! H.lIl[k!.OlI.'i~HlI _.._! _, ".. T'::'::'l1;:--" ''''';:,.. .~., @ , ~-" '-{;Yu .! \ \ t, .~ IH.....I ""~ ~ ''''''CO"'~f.bi,cw''';''~"''''':E ~ ~ ~ > .;.. ~.. ~ ''''\I''''''.\jw.. ,lI' ~ ;jjj. ~f.~' ~ '~ ,. i ~ """.; ~ "a',,,,,,,,,,,,w c ~ ~ ~ ~ ~ ~ .. i ~ ! 1: ~" r 2''''''''''00'' ~"1V,oo""" """,.ill", ~ i ' = ! p.:~ ".I"~ L'lll.cllOOlCal.nl\liIlCMJ;J. <~.D ....~_t:.. :!\. U I .f Qi I' ... I:i 9:.(.... " "" :r"'~'cc. ~" ~... i} ! ~ 11"lcl'foSI:I u .! IlIJu !2 ; ~ "'VC~" ~ ~.. .t)..\ w ! . ~ ' '.'''"' ~ g ~~ ~ u ~ ,. "''' Co . ~ ~\.,~ 'i; I .' . ; O,."",,,,,Cl ii. Iii .::1 ~ ~ ' "~9 ,.." '<0 : . "fIi" 1 I i \ ~ 'II"....' ""J'"",,,,,~~ !,~.~...". J ~ ~ ~ ~ . i ~I i ""ctHrI W ! ~.' '!-"o\kPQIlTCIIii~Rolb .,<:7t . ~ ..~IT-.;f- 112 ;:! ~ ED~'~"IH +;11V.II~ . ~ \ ~ J "''"'7-0 ~C':@" # t'@:':~~' "J ~ ~~ ,'r@,:'...."" "-"g ':::;;.~i: '\. .-...'..... 'flh. ~ ~ A'~R:t:: \ _ .pi..' '., rl ~ '1~, ...~aJ l!i ~ IIJ:EYIEW(Vt . \ 0; l.lt.__."'V5~_~"'~ ~ .I,IT _ .,',^_I @t;.-'f "'\~t.' ~&.~, i ~ -., ~ : 1..;'_....,' "._ . v ~l".."..-,.. ~ :~ flOY~LtWlOlJlSCM', ,/., ~ o ~':i.;"'" ,iI""'" . -- ., "",,' 10 ~ ". .:, ,......,,,,,,,,, ~ ~ j I ':"':UO~""CUll . ~'" .,,!J ~ 0"""'" ui""~' \I~:!,~':,~ '~...".,~~;'~Cl 2 '0 '5' ~ 'f""lw,",,,I1' ~ '';.''~ om ~,~~. ~,'~"'''''' ~,,:;&;~ 1M" ~ """,,,''' ~flQ:Y "=t;i;t .:r;::.lfY"~'~! " I ~ ~ ~~, :~~ ~,." = - W"''''51~'''K,,,. w'" d ~~;'';;I . - ,-' · ~'\,..~ I IlCIfl'=ln..t::yuJ---W 51'" ~ ~ ~. ~ t ~.. ~ CW""I "~~"T C;".'t; J!i f7 ',"W.''''''' OR'/'.' . ~ ! '!!' ! :, ! ~ ft,~,. ~. .. I~_ :q:f .. Cfl~lEMS1...... I'l':DR !:. ...r_h~ ... "''":'''" (.".",:~ ""...." -'k \ITS": ' . ~ ~ .,,",Sf > ~ :I ~ . n ,,':' f - a."';.,';,,...'lo u ."''''''''''''''''" """,,;q ,(t~, "~"... l51 ~ ".~ Q -. " ~ i ~~ :' ~ J' ~ LeO'- , ! "~ :; ~ ,,,.' """""",' " "W ~ ~\!f}I~ ~S.~ ~ I" .~..~.,:. "~Z::...~.., ,i ~ - "." .:;' ,.1--- ~,~', .. ~~~ g--i"" ~ i 'I,J'" .,~~,_........,... i~i .fj,;....\C~~'1IW ~l"IlCO..f)5 oI.~05C~..'I~ ql~~* ~Ir! lEHf JJIC~'-"~~:n. ,. ~..... W - ~-::_-~~,....,'''"... -. 'C@" - ~~\t hl"^ r.""'fI"Ci~\.~'o't""'o""o'i,':;j~' . w-;;;::;!;\"" ~ = .....~'.f'-v "" "'.r"."~ ~ "" 0 11\! L """w !=;1j dO _ ll~" ~ ~ .d'~ .' . " .. v ,'. ,,'.\ '''''''\' ~ ^I'\. .-., ~ '" ~ "" ' . l '",: .,,,,,,,,,,,'" , '.''''''''.W.''_l ., ,~,;,.,,,,.,.,,,,~l' ,,' ~. Ill';: ~ & _ ~.. " ~ .",."....CP,v :l' "" .. t1.J1~#) , _ az 1I..."hI1R h.IO UI 'iI. @~"J.;^ i::!"I.lt:::::~::II.'I.":I:~'ll':~'.llj StlS.:.L U.l,(";o.'-IA~I ~"j (.~..r""rJl ?~ .. , n\Al>l..' M\1U.'IP, 'W"ltFt'Cr , ~. ~' ~,.,,,,""~'tEm" ";, ' . <j, "" l' " . " . ~ ~ 'g~ "'.'..j:, .:~ _.~~.'~,,<.. hi;, ~ ""'...",, ., f i .....:..J:!li7~ 1817 ~:.:.. ~-...." ~IA\'tEAUl" ~'\.I filL ~ _i ,D20 p lII, 41.III"I.....t... ~ .... ,'} _~ r.' I, 2'1 . IIU Ii 111M ! ~ \. 'JL~:'..- .-" '. I ! i ~\,...""~~.w '~,..:"'@'. H P ~ (." t,;) ~ I" I !i .&;".. 0 5./ . ,,,,,,,,,,,.,' .. Ii> "'"'-"". ,,' tfiJ..' ~~::J- " ~ : ~ IIOR'.\.I.....S!o1 fJ.,~;$' ~E T l5 ~we \'JfPlI.J ,>- ~ I w I 5ST HOlu:.fllU!oSI 1 to;. . !'Ii "( '!i' fit. hl'li,\ ~ I) 'C ! ~." :;PI.CIlECOC1:.. ,.. !iefr:r.. ti Ul .:'5 2 ~ 0 bTHf:,."T.....j\::i,J> ':2 :;;; ;.. ! "Wf~l~'::. t '.'; ~-'( .u~' .. J.\t.I. n~ ~ ~ ~ @1" ~ :z ::AIJll.ROGf.~f.rl~. . ~i ^..~. ~~ ~ ~ """"",,' ," ~ ~;I! ~ ~ ~ ~ ! ~I . " ~~ ::i ~ ' . CRHlCDI'\ ~ l ~ ~ il:J ~ ~5IUIVrl!!I"\" J.IIlA !Q i --,,-I ~_J _ "'"..,,,, h!J ~;~ ~ ?''It''' ! ,," ~- ,"',,,,.. -- '. ,,.,,,,,,,, - ! \, . \ ",,' o' .....co """" "'.,'" """ U, ,""""H'" ! III~\ GoEORGlAST ~ ~ ! '~', ') \V ~ i .."'l_~'" . ~/ ~ ,,,,. / ""^,.(.i\) "'''''' Q "".'~ ,,,",, 'i -;"'<II<#u ~... "". ,e".\ I,~,l~ I ;.II....U.II.U.I~ .' '1" 13~ ~~ 1'lllJEn.\llASI:;'@. :~ 1119'" I _ '~, ~ ~. J,6<) 9 ~ I,IIM ..,p.,j' '.II."ClU....II-e I ~"", ~ ,.,' ~ g'" ~nmllliT t:i.~~ /J' II!-I.f _frl.::.._II:::.."_ Ii~,o\ ---,'" '1 ~ I .' " ._ 3~29 ~.... 'NC.L'l.Ul~'-SR.SI. .20121. u1l1l1 .- J~ ,"" "'.,....J 11).....\ '. .....~ I i'r.iiC1'- 'i1.11.11.IICI".I'.II."-.u.II.'I.I~n.II.'I.II.I..,.C.'I~ ' ! :; ~ "l:-~,_ll:!" pt'i.t( -- "-"" p1/o1f Z9r2~/ (J;Il" ~ .18"'7) ~.II.U'" ~ b~~~~,':. "". ""'eR '0,''1 ~ ,,'M ~ I'"'' ",,,, ~ ~ ! ! 1 ~ Jlf..llI 116.'1:g. t., II'.~A ~ i, Ii1 ... ;.n....~ I,J'l 11..tIlI,""'jlj ''''''' ",,," ,,',', ,,', ,,'""~ '.. ,,,, ' \" ~ ~ 5.s1O~/" g 0I0~ 11:7 \",IlovEsr \. '1 ',~Q u~ ~^ -, ~'"~I;.. '..~"~ ' 1 ~ ,':1JJRI~.f ~.. _ ~ ~'__. ~ pfdn ~ :- .'1."."." ~~:t~ f. ~ ,C (...~ .."ii, . I !I.lYC/Iol(Sc.n I t;. .. ~f'", '-I" lol" !i ICI ~11)Il..1 ~ ~.a ~ ~. !,1.1I"I.U.U.lI_,../i~rafl~ 1 oC ~ ,~:,\.,,,, '~, \" fl ~ ~ ~ ;!._ ~ UlftiAUHT~t\ "i;..i' 't-.... 'It) 101.1\ -'(. g~ ~ ...,;f;I',)>'''''.': i..~~~::,:::l'\'^,5[~:.~'~ /.i\ ".~. ~ _!.~ ~, ~i ~ \ZI ... Iii PA1RIOt5P1ltNrOA, C\I..ERfOBR....cOP i ~ :. 111\ i ~:. ~ l~,~J\f~l:'i.IoESC1 a....uR,SL,.lSI: 'R\i11 j'1IOH~ ."t) ~ ! g ",,,...,,. ~ ~~ ,~I ~ ")'Io! ,~; _~."".", ~ ~"!iJ~'~'~ ,~, ~ =---- '''tc._ u'l.t .:'.. ~ ~ ~:-.~<"...v eFlllc.e(JIEEK~t · ! ,~'G- "~. '/r~ 8 ' ~ '1Ii:.\& t\tIGSlV>Dl......'!.C1\.I~IOI'AlllUU.iJ,"i, ! 'l~(1 ~t, o.,"J'/'l a. 'Cf-+ ~ ..'I ~ ~ ! .__ '" 1+.,t", ., <:>0... 'l ...- ! 0 "-~"" <;.lj-=l ~ UII(l\U;iJ.~~~retrl ~ ~ ;- ~ ! 1',;' 4./. ~"a...OR """>;EO' ~ ~ I,;.' ~ ! ! ~ (; h:1I11 I C\) ~ ~ I,.: ; ~'vvES'A[IlUP 1. "-V ~.., ~Ii ~ ~ ""'ill~,'r, ,~...,,' a i o,;,,~=,~;: J ~ i ~ ,.........'c'"<II.,,"',,, ~ ~ ~ ~ ~ ~ Q "".II.II.U.II.II.II.II.II.n.II.II.II.'IJIU.II.II.II.~lf:r.':?I.U.11.II.II.n.~~.~.II.U.R i g J ~ ~ lJ.!I.:AIJ,.O!I .1 a..an ~ ~ Q ~ ~ ! CLARCOIllIocotfKO /3s!Ji\ "~.; ~ . ~ ~ Q Q ~ ~ ,f '" l I YI($TWU ;I ~ .... ~.~ ~ !! ~ ! ~ i :;....::11/111. ! i ! ! ! ! i-,_iiB'-, 2"!19 ! ~ ! 111~U 11(.7 11+11,':-1; ! ! ! 'I~~\ ii ! it = i-l~ I~l,\ ,.I'lA ~ i ~1'~111 C~DIIu.cl IHIlU = ' "", I i:--=l..:=- l'f;'IOItl'1lB, ! ,.' i !! 1I:~\ ,. J ! ,- ! ! ~ . ~1I1111.1'1I11';: ;'I.llallllll~ ! ! 2.JI9. ,ilo' !' g ..,f" 1111)' ,,," ",f> .'~ " " ~ :l :.!!I.!!5... 21,22' n-'\I'II'.:I'.. 1.~5{ I I.~J p.i:'in Ej.;.mfIUSBT ..\1\'1.\1111,111I111 ,,\\1.11I1 WI..I ,'>\\\'11I111:11'\1 :0.'" !.lilt "'~11l ~"'II"I \..ltMHtt"'11I1 '-1ll'1l"'''I;1I11'l:.'11.'''11 \....\\. !III 111 "U..1I11 \,... 11I11I)olil\l:!II l.'\rvl.\.:! \1.\1) "';1\1f1..I.:l.,o.:\IHlI\l. III 1.\JlI....11I1 11 nl"I:-.lI,n '~IIIIIII I' IIll'PH;.;P:; I' 1':1 '.111 Uk II Ilflll "1'1.:1,\,11111- .4 1l!.\I"ikllllll,I'II"i:,IIlI :7 ~~::~~:~\":~::OOI~.;1 \kl:: Ill' I" '.0.1'11,111 "1.ll~.n.\I'II"I' I" UI'III..",;111111 .',. tll'II'II"'1 :1 1!1\l1I1l 1 II..I'UI'I\I,.IU:. ..n \'1 t. I~II' .'1 1IIIIIII-\l.,l,I'"Il' :~ !III I \ 1111\ 1.1111.'11 .\\1...1 ," ..llll '110, nll.1 " WI:.Il.\\II)'..IIM- 1'.',I\\'.\I"hll" 1'111\\\1 ..... I'lIHlI'Il\R.... 'l.1t1!1 ,,, ~:;~~,~ :~.I~I~ 1~~~"I"IlII"I"I" ItI' II U ..lIu.III.....kllt.'\lIll11ll.;.III'...Ltll " IIH.~I.I\"I.",'r.lIl1l' I. ,;,'lIllliio.IWNI..,r.ll '" ~~.:::~:,"I"-I 'lol '"11'1 :'111'1111'1 '11' I" I; \'1I1'I~:I" n \,,'1 )0; ltlloll!N\I\;,.'WI:.II'IIPIIIIl \\\"\"1 101 "1:1.\"I'II"\'I.a.\IIII'\II\I'IIIII'1oI . II' II/ I\'d' , I "".\.WI,III\III"."I' .. 1:lIll,MIII.'SS' /IlK'I"I>>-"1'1 \'\;111'.\\1 ..: " 1I1l.' \ I ... 1,\ \l .'I> 1 \\1. ~.. II" 'I II ,. I Ii II I: UU.lllir"lI1. 11 'lIIl.\lil.\\I..v.I\\,.......'.....II'!IIII.I. ..11"''''11\1:111''''11 II II \lalllll\\'I'I:;"'1 :aliUllIIl !III"" I' 11\llIlkl't'.\"I..II'I'-\'I'11I11l \ 1\1;'.1".\.",'0111'111 Ii' L'! \I:"" 1r11-\\1:;1:.I11f 1",lt"1.''''1 Ll..\....\' I. :'I\I~~~~I tnll.\...I...... WI.II\I""\II:II '" II \I(~l MIl'II:! !II1""l't."1 I" \\lIllt'MII"'iIllIU:;IIII,\...11l1 II \M.I'IUl "'I '~IIIII III' ',I'ltUI'lollll ',\Il\I..1 d\lll,lllII 'I lll\-II\II . ~ J.I" 1M' ..I \" IN III 'II' .. N "'II n.... W.\SIlW,\lHtn \~I ''/\11(111 o\11\1I1.1..1I1l \,'11\ \\'."'11 W"II II 1'1 '.~I ~1I111111 \1>\II:'I",'t1l q '.I"I"~IIll-IIII\\',\IIIlI' .\:11 ... 1.I...IiIINI-JllIo\lI.. \; LI<\I~I.lk" 1111.\1" I.IM".IIIIII\HI'~ 'I. r.I.\I.l,llIllItI\I'.\ roo' l.IAI.I'Ullllil.\1I1 "I "U"UIU Ihl\lI: .... 11:.."11""'....11".::\ ..1 Ih\l..:"IfIl\l1 ......t.1fH.. Q II~(' ~ 1'.,tJ,\ 11::11 1.11(" 1.11f. """ Ie 11 ~ I.l] e ~I: .IJ ~ ~ :I!\ .... k' ''') ~ ~ ~ ~ ~ u.Sl\.,'[SII:A 'S1l4111 - 1.:1H Oll\',Wrf/lb.\hOfUiUJ 29128' ~i:i.;) 282T . 33'J.l' u ~ ........IC.jVIUIlO \lCOlOll' ft.t~-\/Ot... f' ,- If' lllklls lInd Wel., &xJ"'1I Uoincorpurew'" TeJlilory end Oltw ""uoit:iIIClUIIelo .11.111 lJlihly ServICe BourvJary pan;el BoundDlIU RiVhl-oI-WDYS rlAilLIn.... City of Ocoee Stormwater Map ~ ~,,~~~ ~'; -1.\i.;.';:\J ~\III; -- Major OllCNI5 - Roadsldo OIldltili .-,-" Swales Culverts Relenbon Pond Mainlonaocv _C"" PlivalA HOltIfl Own",,~ A.......OClOlllO/J _ OlhtirGovl;lHvru:nl Et~uenl DispMaI Other RctQn~on POM r.~l~$ r.. a II; rowntihlfland H1111!)Q BouI1IJa/lHIl ED ~O!ClIol1 Mar1(WII ~ :. 11 :J5ij,. ;t\6J '0 '\\......,......,v Glf'ItIfAlhEr,oq :( ~ ~ "",;,.. ji ;~'~~'^ ..,s'(s, ~ cJoll.fJI',,-Sl '.; ~l,,!,\~G"'~~'oA ~ .\.. ~t:,_6 5 ,_., ~ 'C''Jtol - hi I'"~ ~ h~f, ... -c{~"E h.l7<l~'l- , RcS!:R',EAT8l:lIJfREDR 321" '.,51",.1 S1WIOOJ,.PAAt(:'ft ~ g " oj . . , if <'-'-, .,~ ... , ~ ~~..":::'~:"'...-":;=.':::=":=:- :~",:,.c.;:.:=~-::-o.,...... - ."""'...._'.../~--..._,.....I Dale Printed: November 2003 EXHIBIT "B" FORMS 1 & 2 BID B05-15 GENERAL MOWING & LANSCAPING TERM CONTRACT BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 30 BID #B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT FORM 1- STATE HIGHWAYS SR 50, SR 437, AND SR 438 DATE: REPORT FOR: MONTH/QUARTER THIS REPORT START DATE: END DATE: ACTIVITY I DESCRIPTION I QUANTITY 471 Large machine Mowing o acres 485 Small Machine Mowing o acres 487 Weed Control (Manual and Mechanical) o acres 494 Chemical Weed Control 0.0 gallons 541 Litter Removal o bags 543 Roadway Sweeping (Mechanical) o miles 545 Edging and Sweeping o miles Certification: I, , certify that the information presented above is accurate. Signature: Date: BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 31 BID #B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT FORM 2- CITY STREETS DATE: REPORT FOR: MONTH/QUARTER THIS REPORT START DATE: END DATE: ACTIVITY I DESCRIPTION I QUANTITY 471 Large machine Mowing o acres 485 Small Machine Mowing o acres 487 Weed Control (Manual and Mechanical) o acres 494 Chemical Weed Control 0.0 gallons 541 Litter Removal o bags 545 Edging and Sweeping o miles Certification: I, , certify that the information presented above is accurate. Signature: Date: BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 32 EXHIBIT "C" DRAFT CONTRACT BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT BID BOS-1S, GENERAL MOWING & LANDSCAPING TERM CONTRACT 33 AGREEMENT FOR GENERAL MOWING & LANDSCAPING TERM CONTRACT THIS AGREEMENT FOR GENERAL MOWING & LANDSCAPING TERM CONTRACT (this "Agreement") is made this _ day of ,2005, 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 #B05-15 (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 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 #B05-15, General Mowing & Landscaping Term Contract. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 34 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. BID BaS-IS, GENERAL MOWING & LANDSCAPING TERM CONTRACT 35 ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANT ABLE AND BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE INCIDENT AL 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 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. BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 36 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. 1. 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. 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 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 37 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. 1. 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-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 38 . 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: , a Florida Print Name: 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 D is personally known to me, or D 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 39 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 , 200S. APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 200S 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 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 ,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): BID B05-I5, GENERAL MOWING & LANDSCAPING TERM CONTRACT 40 October 7,2005 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B05-15 GENERAL MOWING & LANDSCAPING TERM CONTRACT This addendum shall modify and become a part of the original Bid Documents for the general mowing and landscaping term contract bid. This addendum is a result of questions received from Servello & Son, Inc. and Florida Outdoor Impressions. Clarifications and/or Changes to the bid documents are as follows: Servello & Son. Inc.: Question(s): Page 21 Item 8 Standards: (h) Pruning - this statement may be interpreted to include all tree pruning, without regard to height or type of tree. Typical bids will place a height limitation on tree pruning within the scope of services. (1) Fertilization - does not include turf areas, is this omission intentional? (1) Insecticide & Fungicide - does not specify if this is for trees & shrubs only or includes turf. If turf is not included, how are fire ants addressed? Irrigation Inspection and Servicing - is this supposed to be included in the scope of service for specific areas? The bid date remains the same, October 18,2005, as the last day for questions is October 11, 2005. Answer(s): Page 21, Item 8 -Standards (h) Pruning - Selective pruning limited to 6' to 8' high for mature trees to maintain a clear view. All waste shall be removed and disposed of accordingly. (1) Yes, limited to trees, shrubs, plantings, and flowers no less than 4 times per year. Fertilizing turf areas are not included. 1 (J) Insecticide & Fungicide shall be limited to trees, shrubs, plants, and flowers, and flower bed areas. Turf area not included. Fire ant treatment is not required. Florida Outdoor Impressions: Question(s): What are the acres and size of the ponds? Answer(s): Acres of retention ponds was intentionally left out. Contractor to visit ponds to verify. Joyce Tolbert, CPPB Purchasing Agent All respondents shall acknowledge this addendum by completing Section 24 Acknowledgment of Addenda, p. 18 of the bid package. Respondent: Signature: Name and Title: 2 Mavor S. Scott Vandergrift center of Good L . <\.~e It>i~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Citv Manager Robert Frank October 10, 2005 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B05-15 GENERAL MOWING & LANDSCAPING TERM CONTRACT This addendum shall modify and become a part of the original Bid Documents for the general mowing and landscaping term contract bid. This addendum is clarification of Addendum No.1 question not answered. Clarifications and/or Changes to the bid documents are as follows: Irrigation Inspection and Servicing - is this supposed to be included in the scope of service for specific areas? Answer(s): No, City is responsible. Joyce Tolbert, CPPB Purchasing Agent All respondents shall acknowledge this addendum by completing Section 24 Acknowledgment of Addenda, p. 18 of the bid package. Respondent: Signature: Name and Title: City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504. www.ci.ocoee.fl.us Mayor S. Scott Vandergrift center of Good L . <\.~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 October 10, 2005 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B05-15 GENERAL MOWING & LANDSCAPING TERM CONTRACT This addendum shall modify and become a part of the original Bid Documents for the general mowing and landscaping term contract bid. This addendum is clarification of Addendum No.1 question not answered. Clarifications and/or Changes to the bid documents are as follows: Irrigation Inspection and Servicing - is this supposed to be included in the scope of service for specific areas? Answer(s): No, City is responsible. Joyce Tolbert, CPPB Purchasing Agent All respondents shall acknowledge this addendum by completing Section 24 Acknowledgment of Addenda, p. 18 of the bid package. Respondent: Signature: Name and Title: City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.fl.us