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