Loading...
Item #04 Approval of Award of RFP #13-001 Landscaping, Landscape Maintenance, and Mowing ServicesC of Good Lit .1 CIO AGENDA ITEM COVER SHEET Meeting Date: March 19, 2013 Item # l Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of RFP #13 -001 Landscaping, Landscape Maintenance, and Mowing Services Background Summary: The City's current general mowing and landscaping term contract with Valleycrest Landscape Maintenance Inc. expires April 29, 2013. The cost of the current contract is $211,128.00 annually. In compliance with the City of Ocoee Purchasing Code Chapter 21, proposals were solicited from qualified contractors to provide landscaping, landscape maintenance and mowing services. The services are for Fire Station 25, 26, and 39, City Hall Complex, Heath Center, Ocoee Cemetery, Clarke Road medians, Maguire Road medians, Silver Star Road medians, Ocoee Crown Point medians, Old Winter Garden Road medians, McKey Street streetscape, Blackwood Avenue Medians, Palm Park, and the Ocoee Police Station. The RFP was advertised on January 13, 2013 and was publicly opened on February 12, 2013. There were fourteen (14) proposals submitted. The Finance Department and Public Works Department reviewed the proposals and there were (4) proposals considered non - responsive for either failing to provide the required bid security or failing to submit their proposal on the revised price proposal form, see the attached Proposal Checklist. The revised price proposal form was necessary for the City to evaluate and compare all proposals received as locations were added to the price proposal form. The locations that were added defined the limits of Starke Lake Park south to Lafayette St., defined the Health Center mowing to include the grass parking lot next to the clinic on Bluford Ave., and extended the limits on Silver Star Road west and east, Olympus Dr. to Woodhaven Ct., to include what is covered under the City's FDOT maintenance agreement. Attached are the top three ranked proposals; complete copies of all responses are available in the Finance Department for your review. The ten (10) responsive proposals were evaluated by the RFP Evaluation Committee appointed by the City Manager, which was comprised of four (4) members: Richard Campanale, Streets /Stormwater Operations Manager; Doug Gaines, Support Services Assistant Director; Jeff Hayes, Parks and Recreation Director; and Steve Krug, Public Works Director. The public RFP Evaluation Committee meeting was held on February 27, 2013 with the Evaluation Committee evaluating and short- listing the firms on specific evaluation criteria. Please see the attached shortlist /evaluation form. The proposed prices ranged from $133,200.00 to $208,880.00 annually. The selection committee recommends contracting with the top ranked firm of Valleycrest Landscape Maintenance Inc., per the attached award recommendation from the Public Works Director. The term contract will begin on April 30, 2013 and is for an initial three (3) year term with two (2) automatic one -year extensions, for a total of five (5) years. Prices shall remain firm for the initial three (3) year term, with price adjustments considered during the renewal terms. The proposed term contract also includes landscape and irrigation installation services, if requested by the City. The table below is the Evaluation Committee's rankings. Respondent/Rank Annual Price 1. Valleycrest Landscape Maintenance Inc. $190,200.00 2. Carol King Landscape Maintenance Inc. $155,695.00 3. Groundtek of Central Florida Inc. $178,762.00 4. Servello & Son Inc. $149,894.00 5. Reed La & Lawn Care Inc. $145,800.00 6. Annan Landscape Co. $133,200.00 7. The Budd Group $198,062.50 8. Helping Hand Lawn Care Inc. $179,060.00 9. Central Florida Landscaping & Maintenance Inc. $176,880.00 10. Ameriscapes Landscape Management Services LLC $208,880.00 The City received letters of protest from Maintain Landscaping Inc. and Premier Lawn Maintenance. Maintain did not use the revised price proposal form, and Premier did not submit the required bid security. The City denied both protests as the price proposal form and the bid security are considered a material part of the response and not a minor irregularity. Copies of both protests are attached along with the City's responses to those protests. The responses were reviewed by the City Attorney. Issue: Should the City Commission award the Landscaping, Landscape Maintenance, and Mowing Services term contract to the top- ranked firm, Valleycrest Landscape Maintenance Inc., recommended by the Evaluation Committee? Recommendations: Staff recommends that the City Commission award the term contract for RFP #13 -001 Landscaping, Landscape Maintenance, and Mowing Services to Valleycrest Landscape Maintenance Inc. in the amount of $190,200.00 annually for an initial three (3) year term with two (2) automatic one -year extensions, for a total of five (5) years; and authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the required insurance coverage is received. Attachments: 1. RFP #13 -001 and Location Maps 2. Addendum #1 3. Valleycrest proposal 4. Carol King proposal 5. Groundtek proposal 6. Evaluation Form /Shortlist 7. Proposal Checklist 8. Award Recommendation from Public Works Director 9. Protest Maintain Landscaping 2 10. Protest Premier Lawn Maintenance Financial Impact: $190,200 annually is adequately budgeted this fiscal year, and is a savings to the City of $20,928.00 annually over the current contract. Type of Item: (please mark with an "x') Public Hearing Ordinance First Reading Ordinance Second Reading Resolution For Clerk's Dept Use: Consent Agenda Public Hearing Regular Agenda X Commission Approval Discussion & Direction _ Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by () N/A N/A N/A 3 May or S. Scott Vandergrift City Manager Robert Frank MEMORANDUM Date: To: From: RE: March 11, 2013 Joyce Tolbert, Purchasing Agent Steve Krug, Public Works Director Contract Award Recommendation. Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 Qcoee Public Works Tomb lxvmvbtg agreat comillunif Public Works recommends award of the Landscaping, Landscape Maintenance, and Mowing Services RFP #13 -001 to Valleycrest Landscape Maintenance, Inc., of Orlando, Florida, in the amount of $190,200.00. The City received ten (10) responsive proposals. Following a review of the proposals, the four (4) person RFP Evaluation Committee met and discussed the merits of the respondents. Based on the tabulation of the evaluators' individual rankings, Valleycrest was the overwhelmingly clear choice for the recommendation. All evaluators concurred with the recommendation. The Valleycrest proposal is the only submission that adhered to the requirements of the RFP and completely addressed all areas of the scope of services. Some respondents proposed lower pricing, however based on their submissions not adhering to the requirements requested in the RFP, it was not clearly defined by the information provided that the full range of requested services were included at such pricing. The pricing proposed by Valleycrest at $190,200.00 is a savings of $20,928 under the existing landscape maintenance contract of $211,128.00 through the General Fund. Valleycrest has been providing the maintenance to the City's landscaped areas since 2006. Submitted references were verified to ensure the City will be able to expect the high level of commitment and service to continue in this new contract. Valleycrest has been providing similar services for over three decades in Florida for a variety of public and private owners. Valleycrest's expertise in horticulture, agronomics, design, irrigation, tree care, storm preparation and sustainability solutions makes them one of the best industry resources to ensure Ocoee's landscaped areas continue to thrive. The areas maintained under this contract include; the City Hall Complex, Fire Stations, Police Station, Health Center, Ocoee Cemetery, Palm Park, McKey Street and the medians on Clarke Road, Maguire Road, Silver Star Road, Ocoee Crown Point Road, Old Winter Garden Road and Blackwood Avenue. City of Ocoee Public Works - 301 Maguire Road - Ocoee, Florida 34761 phone: (407) 905 -3170 - fax: (407) 905 -3176 ■ www.ocoee.org r e nter of Good r ;_ r 0 0 M r a LL I i I A V/ W U_ W U) O z_ O 0 z Q W U z Q z W z Q w a. U z J z a Q , V/ 0 z Q J H U) J H w O 2 N O LL z O F- D J > W cu L �_ O .Q N rn o U') LO N cu J U Q Y v O� M 00 N N LO r N Va O U -i 00 co Cl) Cl) O N Q m O N � H C m C C Un co M to N CD Q C ca Q co U U) o rn o O rn M O a) Q rl- LO cD co N co •Q J a� a� r N co It C O O O O J Z Q D H Y Z (1) > > > > O Q Wi Wi w w I m Y C co w N CD ■o L V C O U) 06 O _ 00 co Cl) Cl) O N N m 0) C Un co It m N to C ca J C ca 2 C rl- LO cD co N co •Q J a� a� C N N CO CY � M O C7 _ N M 0 0 0 0 o Z Q � � : J Z ' ' ' OI-- w w w w w' m Y C co w N CD ■o U) W U N > I.L W N 0 _z O o� ?O LL w z UO_ e- z O � Q O M W J F- Q Z CL W U. W = IL U >_ z Z Q J C� z a a U cn 0 z Q J U) m U T N N CO m O c O O N N N 00 U7 00 c m N N N CD N m J c m J N -6 N N m Y a) N N N O m N O c� m O O cn N N C Z m �a) �M Y_ O 6 0) N Ln N N r r> m Z U -i - a o o h m i w N N m N 00 00 co c m C C O� N (N Q a) m U LO co 00 N o a> Q U C O � L LV CD a L V ;� C2 O °• i- z O c O O p o m !A W L ri f4 O O X M •^ LO O N M LO O N d O U O C7 w w° n ° a L ° a° L O U- r_ O co W is O C m c c� m 'o 0 E � o Z (n o O m iv w w J U l W U W 0 Z O Cl Q 0 W Z UO Z O < Q O ML Q Z aQw LL � � Q w a d U > Z z Q J 0 Z a d U N Z a J a� L O Cl) Ln N LO N m W r crr T— co O � U O N O N O N ~ Lr) pNa O � CO m C . Q N U ) LO N O N O N O r N 00 M C RS J C t O LO N O N O N M co <0 LO fa Y N N N N Cl) O co N O U C O (6 Q a U LL c4 J O) T r- C Y co 2 - O N LO r LO r 00 u, {, QO m U � a o m (� LO N O N N m 00 co d. C m C C LO r to r O N O r o Q U) a U) ' L O N LO o N `— 00 (0 E Q N W V � � r L '- O in O +_ h Z _ W O O _ C- cz O C Cl) 0 CL 0 m O O c) d in N O U) .O N 0 0 V r t O a— O a / " ' � ' � r > LLJ X LLJ O L d Co L 6 d 'L d O O y,,,/ , ;— O r: L - 0 LL G O R R W cC O m m E � m Z in o `o m m 7 � W W W I LLJ I W- C O Z 0 < U- w Z 00 te < 9 z < UJ Z > :R UJ U- Lu D. > a z Z Z FL cn a Z L- 0 LL C 0 to ui cc cu rn z in 0 0 co 10 ui Lli Q 00 co O N 0 U) Q) LO U') C-6 U) 7 7 M c co 00 ti 00 C) 0 L C) to C: I:,- Q 00 =3 00 co m (D CD (D N (D L) co (n N CD CD C 0 C cc w 0 (L ry < > CD -? x d V) 0 C� U o C� d a .2 0 CD E O 0 w w ° a. C� a. CD 0 6 8 cc cu rn z in 0 0 co 10 ui Lli V M-1 U) W U W 0) Z O Z Q O LL WZ L) O Z h- O Q Q O M W J T- ~ Q Z LL R W Q W a Q U _> 0 0 Z Z Q J (5 Z a Q U N Z Q J E O LL C O R W c m ca E m o Z (/� 0 0 m m m m W W N N N 00 tb a) C U) in N O 6fl Cl) a) � O C " Q O V a) o 0 o O O O O s LO C tQ J C cm "Q J -a o O co O Lo 00 _ C: M Y a) � u� o o O O e,• O � O C ca Q O `O U)i rn co csa LO U a (a J � a) C Q- Y p O N N M N O co N m C U � -0 = o m C� o o 00 co to r c m 0 o U') o 't> c Q U) a) n. co O O O O tp co to O Q N m U C O a) f � m m U Q y O m a C v O O t= e fA y c W '+"' o O d o O o CL J 0 O dV) a) Lo d o U O CD O t4 w Q. co) w° p N a° p N a° V 7 a° r- O° E O LL C O R W c m ca E m o Z (/� 0 0 m m m m W W C 3 M o o O 0 0 O 0 0 O 0 0 O 0 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O o O O O o O 0 m J . U C C O N U > c d O Q) CO M O N M o W 0 O N 0 o O V 0 O O N 0 O O 0 O O N 0 O O N 0 O M M 0 o N M 0 O O (O 0 O O O 0 O O 0 O O m N O N O) @ c_ U > Q @ _1 W 2 @ (A EA EA fA (A EA EA EA fA fA EA EA E9 (A fA fA d c d d = p > O o N v O �o Sri O O N O 0 v O O N r v O O v o O O w O o N co O O O m O O O O O O O N c O O v O O N v O O O Y 'O o m > o d N if> > > > v M ri N co rn a o m Q O E E a> C LL 3 o Q Q O d fA (A (A EA EA EA f9 EA fA EA EA fA EA fA 69 H3 @ U C .� Ol Q1 m N O O O c O O O N O o O N O o O o O O N O O O o O O O O O O o O O O o O O O O O O o O ry O 0 O N O O O N O O O N O O O c d O C d d '� (o r M co OJ r r lo a U .00 j > > 1 O` M M M M M W M M M M M M (o f� y d C C C ¢ O o d @ U J C V o C M W o 0 a 0 W 0 0 N 0 O M 0 O (O 0 o o 0 of O 0 o 0 N 0 0 ol y c U O o N N (U M of t0 M c W O if1 M r O (O c0 N N O N N 7 W O m O O r m m V m W M m O V (O m (U a) m d u a @ 1 > N N c d Q O Y c m O � A U EA fA fA (A (A V3 fA fA (A to H3 (A M fA EA fA O o 'o o M O Lq M O O O M O o N a rn O N co o O LL� O v_ O r O �n O Lq m w (o O O r rn O Lq M W o O W OJ o O m W co O r m O t0 N (O o m o > N � N m m y a in Q — O o c t H C 0 o 0 o o o O O o O O O o O o O O O o O O o O O o O O U d O O O m ` O O V O O O O co of O O OJ O O N O V (O O O O o 't V O O N O O O V N O O (h O O N O O O O L'i O O W O O W a7 O O N U y d d W M N N V W O f� O O a a O r @ y Q O C > E @ m C C U @ Q Q (A (A H3 (A f9 fA fA fA EA EA EA EA 69 EA (A EA y U d d C J Q O- d J m@ E V1 IQ 'O c d O 'O N > > > > O O O m U, O O O N M O O O O (U N O O O m m O O O N m r O O O O O N O O O O O O N O O O O O O N O O O m m m O O O O U7 W O O O Q7 m O O O W r M O O O a O N O O O O I W O O O V O O O O co N N O d C c Z 0] Q O m Q J N (» fA (A (» fA (» 69 (A (A (» (A V3 M (» (A EA @ > C C m > C C m > c C m > c C @ > C C m > c C m > C C m > c C @ > c C m > c C m > C C @ > C C @ > C C @ > C C @ > C C > d o a a a E d T N J d U L ¢ d Y '> L �m y m Q O C > d N U C N �. y >> Q 'O d O H M E N C d C d d .� O fn -o O ] m O� y pj d C C J O c o m@ C O m o a . y c d N N N c d - o d N Q'O O O 0 0 O T O m N O z o E -� E w m U N E « c d, a @ o O C d @ d> 'o L - o o d d Q - K c E 3 U w Q Z :� C y9 0 '� x W € C F' J Z O (n E x in Z U d d p C ui co O `o o m O o N a o (� @_ o @ n- c O a J Q Z O E O m u) O O @ U W N o LL Q M O O O W Y X d W 'y d > (U M d' (n _ d "O d' > p L 'O > CC U E a ' (n D d O m N d O Z d C _ oj} U c C O 0 O O N _ COa @ X a - y C a @ Y O f0 (nm C c2 > (n Q K C (n d Z Q w O u) Q N J m m E a O N N M C o Q a Y J O. d@ d N N 'O E d O (n Q L O O) LL ._ d T d d > d 'O m y E E J Q J LL o c y ..d.. d . �- o C o C o � o .-. E y y J d o c d E d o d 2 @ 0 C7 � d E, Q a o a ¢ o (» 2 o o o 'm o `o - a �° - o d U Y U E m U a > in E 3 m o y y (- o o E 0 o p U M = o @ y T m d O 3 U y6 y J c . @ N N N d =@ 65 N a d o K d O C >C_ > Y U O c u) d U . E E LL LL LL --@- O m o' D7 L_ m 0 J m U m OU�d U U U 0 O ¢ 3 u <'n a ANT m �'m e U m o o E a c E `m E „ E V V m E FE «r =8 (i N C o O W O o co o O 0 o O o o (O O O O O o N o 0 (D 0 0 (o 0 o '7 0 O (O 0 O c0 0 O O 0 o 0 O O 0 O O N a N M U -p c @ > O C O O r M Vi N - M r O t0 N O Q) V O N (O N (p V O r co O N V co (O V O '} M (p O N ¢ O � J C A (A 69 (A (A EA EA EA EH EA 69 fA EA fA EA (A EA 13 C N N O O m O O O O O W O O O O O O O �q O O ' O O N O O R O O M O O O o O M O O N O O lc (p o O N M O O W O� od O ¢ N Z � @ » + + (s U m O m C D_ J a O ° O � O U @ O O d N O O U C � E O @ j U O N U ..@.I Z @ LL (A cm C U O. C M O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O U d N co 'It 't O ° N O O ((q W ( O ° N O W 1 O O W C U C_ O � t0 C J W N > Q O O N J U @ fA fA fA fA (A (A fA EA fA 69 fA fA fA fA fA 69 U c J 3J (D .N o E END 'p m N J U C O C � E(� > O` j o.0 c • Ed � > ti o U) C C U D d 0 Z @ M � O LL V3 Z d m 2 U C d C O A E O p LL C ° z N a` > U .ia O LL @ U C @ � O o � L J Z = LL @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > c C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ @ > C C @ > - N p - O 'O c N I N Q O > Mj N U N >> > U M N J C U cn ° (° J �m d C m c `o 'O O m C °' O Q O N c m> N m N c N ¢° °- -o O U O 0 N'. O ° w m U s .s E @y m m _o O ° mm ° r `oo ai 'T ° ° o ( E (�03 U z o Z E a� c .E E . @ c o (D E zUIr 0 CO 19 O M LU o (p a� o � o @ o °¢ 5 �m c(n @° d ¢ Z E o m w j u, ll in J ¢ uj M O 00 O _ W Y LL1 :y N (U M (n °m M L > a E ° 'O o .o m N oa m @ z O ° ° p o c c (n m �n N x o a� T > @ Q s O to N M: y ` 6 E z (an a 'p 0 d ti a i9 °- a vi (o of .00 d m -° d @° L O m -p co Q c O ° E Q w .O O O Q J d E O N N M Y a Q J J d N U @ - O ] °' F- N U m LL ._ = `m T N a> a� > Q @ . U o f J ¢ LL :7 0 Q: 0 o o c o E y y m° m u m i E d ° a` w >° c C7 K v E@ a d F (a c o o a 6 m U ° Y U E L . a T a m E p C7 E d U p ~ N N U U M c U m U d (n - -_ YO @ m °' (n O m e N O 0' � O U c C N Y 3 d O p (n U N OU E @ LL LL o m _ 'O 0 00 cYi O C a N U N �. lc L @ U U a 71 U g O '" O m ¢ m 3 O cn ¢ (n U > n �rC 0 U m E a m €8 � E E V o R E E LL L G o _ E x o Mayor S. Scott Vandergrift City Manager Robert Frank February 6, 2013 be C , -iter of Good L. � g Commissioners Gary Hood, District I Rosemary Wilsen,DistricU Rusty Johnson, District 3 Joel Keller, District 4 ADDENDUM NO: ONE (1) CITY Or OCOEE RFP 913 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES This addendum consists of eleven (11) pages, including the attached Irrigation Systems listing, revised Location Maps, and revised Exhibit C — Price Proposal Form, and shall modify and become a part of the original RFP documents for the Landscaping, Landscape Maintenance, and Mowing Services. Respondents shall acknowledge receipt of this Addendum in the space provided on page 17 of the RFP documents, Failure to do so may subject the Respondent to disqualification. The RFP opening date remains the same. Revised Exhibit C — Price Proposal Form, page 28 Exhibit C — Price Proposal Form is hereby replaced in its' entirety with the attached revised page 28, Price Proposal Form. Respondents must use the revised Price Proposal Form; your proposal will be disqualified for failure to use the revised Price Proposal Form. Location Map Revisions: Replace the following Location Maps with the attached revised Location Maps, Location 4: Defined the limits of Starke Lake Park South to Lafayette St. Location 5: Defined the Health Center mowing includes the grassed parking lot next to the clinic. Location 9: Extended the limits on Silver Star Rd. west and east to include what is covered under our FDOT maintenance agreement. Answers to questions received and /or amendments to the RFP documents are as follows: Q1. I just wanted to double check if mulching these sites is included in this contract, or not? The bidding document makes no reference to it, but I just wanted to make sure. Al. Mulching is not part of the maintenance contract. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 plione: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org Q2. Can you provide any Addeudums to the contract that was not shown on the City's website as the scope of services had changed since the start of the contract in 2007 (i.e. Services on Blackwood Ave., Landscape added on Clarke Road, Silverstar, etc.)? A2. The current maintenance contractor took on the additional work at no charge to the City, thus no change orders were added to the contract. Q3. Irrigation inspections are included as part of the RFP, and it goes without saying that the contractor is responsible for any damage they cause, however what is the procedure for routine repairs, or major repairs? A3. The City's Parks department would make repairs to the irrigation system, or possibly contract with the maintenance contractor if the service was offered. Q4. What is the current contract price, allotted budget amount? A4. Last fiscal year (ending 9/30) the contract price was $211,128.00 /annually, which is also the current amount the City is paying. Q5. With regards to the Bid Security, the RFP states that in lieu of providing a bid security the respondent may provide documentation that their business has been active with the Secretary of State of Florida for a minimum of three years. What type of documentation do you need? Can I go on SiJNBIZ.org and print out our Company service information for you that states how long we have been in business? A5. Yes. Q6. What is the start date of this contract`? A6. May 1, 2013. Q7. My question is the City willing to sub- divide the contract? A7. The scope of this contract is not large enough to justify awarding portions to multiple vendors. The intention is for the City to have a single point of contact for the landscape services. Q8. On page 22 under Weed Control paragraph I- (Hand pull weeds) Are we allowed to use a selective herbicide for the control of weeds that is labeled to be applied over certain types of landscape material? A8. Herbicide may be used only following a written request from contractor and subsequent approval by the Parris & Recreation department. Q9. On page 23 under Professional Licenses - This means that the Contractor bidding the job must have the License and cannot sub out the work to a subcontractor with a license? A9. Correct. Q 10. On page 24 under Definitions - Clean all catch basins - Do you have a number of catch basins to be cleaned and could a Representative meet with us to show us exactly what is expected? A10. "Cleaning catch basins" in this instance refers to removing any surface debris blocking the drains. No cleaning inside the drainage structures is expected. RFP 13001 Landscaping_Services_Addendum_I Q11. On page 26 under Special Contractor Requirements - Could a Representative supply us with the number of clocks, types of clocks and the number of zones per clock? A11. See attached Irrigation Systems listing. Q12. I noticed the new RFP has additional properties than the current contract (from Valleycrest) i.e Palm Park(14). Is this (Palm Park) currently under a different contract? Is there information on that contract on your site? Al2. Palm Park was added to the current contract in 2008, it is not under any other contract. The current maintenance contractor took on the additional work at no charge to the City, thus no change orders were added to the contract. Q13. Was the current landscaping company planning on putting in mulch around the new plant material for the medians on Maguire, for weed suppression? A13. Yes. Q14. Is the new landscaping on Maguire part of the current contract. A14. The maintenance of the Maguire Road medians is part of this contract (see proposal form page 28). However, providing and installing the new landscaping for Maguire Road is a separate additional project, and not part of the current contract. Providing and installing new landscaping (plants, trees etc.) requested by the City throughout the term of this contract will be a negotiated addition to the maintenance of the landscaping. Q15. Would you have the proposal documents in Word so that it would be easier to type all the information that you requested from the computer? The information on Demand Star is in PDF. Al 5. The City does not provide the documents in Word due to errors and changes being made by the contractors to the documents and bid form prior to submission. The RFP states you may use additional pages for reference lists etc. Q16. Is all the jobs on the roadways the Medians Only or is there some ROW along the sides of the roads and if there are any ROWS could you assist us on which roads they would be? A16. Medians only. Q17. Map #4 is the ditch behind the Human Resources Building included? A17. No. Q18. is there any Palm Tree trimming required or Pruning of the Crape' Myrtle trees? A18. The only tree trimming required is to maintain lines of sight for motorists. The City prefers the Crape Myrtle trees to maintain a natural look. Q19. Does anyone apply mulch to help assist for weed control and to help hold in moisture in the sandy soils? A19. Mulching would be at the direction of the City and a negotiated addition to the contract if so directed. UP 13001_ Landscaping_Services_Addendum_I Q20. After reviewing the bid packet, we noticed there was no tree work detailed accept the lines describing the work for pruning. There was height requirement as per DOT, we saw, but is there anything else that should be noted? A20. Tree maintenance consists of pruning to maintain the regulatory safe lines of sight through the landscaping. Q21. The Crape Myrtles have not been trimmed so our questions is do you want those Crape Myrtles trimmed or do you prefer that they are left natural with no trimming? A21. See A18. The City prefers the Crape Myrtles grow natural. Q22. On Maguire Road we noticed that there are new plants and mulch that has been installed, Or you looking for a rate for mulch installation and a labor rate for plant installation? A22. See Al, A13, A14 and A19. Providing and installing new landscaping requested by the City throughout the term of this contract will be a negotiated addition to the maintenance of the landscaping. Q23. Are you wanting a labor rate for irrigation on this bid? A23. Providing and installing new irrigation requested by the City throughout the term of this contract will be a negotiated addition to the maintenance of the landscaping. Q24. In the bid packet on Demand Star there is no mention that we could find of mow cycles, does that mean the landscaper uses their own discretion when the grass needs to be cut? A24. The maintenance contractor must maintain the landscaped areas to ensure the grass height parameters are met as outlined in the scope of services. Q25. At the cemetery we noticed that it appears that around the tombstones and grave markers they have been treated with some form of herbicide, Are we to assume that this practice of treatment is allowed for the cemetery? A25. The contractor will be permitted to treat areas around the grave markers and grave stones with an approved herbicide, provided that they not exceed three (3) inches in width for the treated area. Q26. Is Roundup -Pro herbicide product approved by the City? A26. Contractors must use any and all herbicides, including Roundup -Pro herbicide, in accordance to the product label and manufacturers recommendations. Q27. Would companies such as True Green and Massey be an approved sub - contractors under us? A27. Yes, provided they are properly licensed to perform the work they are being used for as a sub - contractor. Q28. Does the City have an approved list of herbicides? A28. The City does not have a list of approved herbicides, however, the contractors must use any and all herbicides, including Roundup -Pro herbicide, in accordance to the product label and manufacturers recommendations. RFP 13001_ Landscaping_Services_Addendum_1 4 Q29. Is there a governing agency that approves herbicides? A29. Yes, Florida Department of Agriculture and Consumer Services. - Io ce Tol eft, CPPB Purchasing Agent Attachments: Revised Location Maps #4, #5, and #9 Irrigation Systems Listing Revised Exhibit C —Price Proposal Form cc: RPP Evaluation Committee RPP 13001_Landscaping_Services Addendum_ 1 EXHIBIT "C" PRICE PROPOSAL FORM (Revised in Addendum #1) RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES Location Location Operations Annual Cost Number Per Location 1 Fire Station 25, 563 S. Bluford Ave. Landscape 2 Fire Station 26, 1500 N. Clarke Rd. Landscape 3 Fire Station 39, 2500 S. Maguire Rd. Landscape 4 City Hall Complex, 150 N. Lakeshore Dr.: City Hall, West Annex, Community Center, Maguire House, POWER Park, Bill Breeze Park, Starke Lake Park extending south to Lafayette St. Landscape 5 Health Center, 17 E. Oakland Ave., including grassed parking lot along Bluford Ave. Landscape 6 Ocoee Cemetery, 368 E. Geneva St. Landscape 7 Clarke Rd. Medians, SR 50 to AD Mims Rd. Landscape 8 Maguire Rd. Medians, Jordan Rose Ave. to Turnpike Bridge Landscape 9 Silver Star Rd. Medians, Olympus Dr. to Woodhaven Ct. Landscape 10 Ocoee Crown Point Rd. Medians, southern terminus at High School to Westyn Bay Blvd. Landscape 11 Old Winter Garden Rd. Medians, Maguire Rd. to Hempel Ave. Landscape 12 McKey St. Streetscape, Kissimmee Ave. to Bluford Ave. Landscape 13 Blackwood Ave., Medians, Old Winter Garden Rd. to SR 50 Landscape 14 Palm Park, 529 Palm Drive Landscape 15 Ocoee Police Station, 646 Ocoee Commerce Parkway Landscape Proposed Total Annual Cost: $ Firm Name Prepared By: RFP13001_Landscaping_LandMaint Mowing 28 City of Ocoee RFP #13 -001 Landscaping, Landscape Maintenance, and Mowing Services — irrigation Systems RFP Location Reference Number of Timers Type of Clock Number of Zones #1 - Fire Station 25 - Bluford Ave. 1 Hunter Timer 16 zones #2 - Fire Station 26 - Clarke Road 1 Hunter Timer 16 zones #3 - Fire Station 39 - Maguire Road 1 Rain Dial Timer 6 zones #4 - City Hall Complex 1 Clock #1 Sterling Timer 5 zones #4 - City Hall Complex 1 Clock #2 Rainbird Timer 7 zones #4 - City Hall Complex 1 Clock #3 Rainbird Timer 4 zones #4 - City Hall Complex - Lift Station Clock 1 Hunter Timer 4 zones #4 - City Hall Complex - Maguire House 1 Rain Dial Timer 11 zones #5 - Health Clinic 1 Rain Dial Timer 11 zones #6 - Cemetery None None None #7 - Clark Road North Half 2 Hunter Hybrid Timers 5 zones /timer #7 - Clark Road North Half 1 Hunter Hybrid Timer 6 zones #7 - Clark Road North Half 1 Hunter Hybrid Timer 8 zones #7 - Clark Road South Half 1 Rainbird Timer 12 zones #7 - Clark Road South Half 4 Hunter Battery Timers 2 zones /timer #7 - Clark Road South Half 1 Hunter Battery Timer 4 zones #7 - Clark Road South Half 2 Hunter Battery Timers 5 zones /timer #7 - Clark Road South Half 4 Hunter Battery Timers 3 zones /timer #7 - Clark Road South Half 1 Hunter Battery Timer 1 zone RFP13001_Landscaping_Addenduml #8 - Maguire Road Medians 2 2 Hunter Battery Timers 2 zones /timer #8 - Maguire Road Medians 5 Rainbird Timers 4 zones /timer #8 - Maguire Road Medians 1 Rain Dial Timer 4 zones #8 - Maguire Road Medians 1 Hunter Timer 4 zones #9 - Silver Star Road Medians 2 Toro Battery Timers 3 zones /timer #9 - Silver Star Road Medians 1 Hunter Battery Timer 4 zones #9 - Silver Star Road Medians 1 Hunter Battery Timer 5 zones #10 - Ocoee Crown Point Rd. Medians 1 Rainbird Timer 12 zones #11 - Old Winter Garden Rd. Medians 7 Hunter Battery Timers 3 zones /timer #11 - Old Winter Garden Rd. Medians 5 Hunter Battery Timers 5 zones /timer #11 - Old Winter Garden Rd. Medians 2 Hunter Battery Timers 1 zone /timer #12 - McKey St. Streetscape 1 Rainbird Timer 4 zones #13 - Blackwood Ave. 2 Rainbird Timers 16 zones /timer #13 - Blackwood Ave. 1 Rainbird Battery Timer 1 zone #14 - Palm Park None None None #15 - Ocoee Police Department 1 Irritrol Timer 18 zones RFP13001_Landscaping_Addendum1 Location Number 4 City Hall Complex 150 N. Lakeshore Dr. r.".w Landscaping Area Additional Area Mayor S. Scott Vandergrift City Manazer Robert Frank . -- -fn__ , Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. feller, District 4 CITY OF OCOEE REQUEST FOR PROPOSALS RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES TABLE OF CONTENTS RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES RFP DOCUMENTS Section Page Legal Advertisement Proposal Instructions General Terms & Conditions Summary of Litigation *, p. 17 Acknowledgement of Addenda*, p.17 List of Subcontractors *, p. 17 Equipment Listing *, p. 18 References /Experience *, p. 18 SCOPE OF WORK, PROPOSAL FORM, AND PROPOSED CONTRACT 3 7 -20 Section Page Exhibit A — Scope of Work 21 —26 Exhibit B — Location Maps (16 pages, pdf version available on Demandstar) 27 Exhibit C — Proposal Form* 28 Company Information and Signature Sheet *, p. 29 Exhibit D — Proposed Contract 30-36 *Submit with Proposal End Table of Contents RFP13001 _Landscaping_LandMaint_Mowing 2 Request for Proposals, Legal Advertisement The City of Ocoee, Florida (City) is soliciting sealed proposals for RFP #13 -001 Landscaping, Landscape Maintenance, and Mowing Services. Proposals will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on February 12, 2013. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and the names of the responding firms read aloud at that time. No Pre - proposal Conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Onvia/Demandstar by accessing the City's website at http: / /www.ocoee.org under Finance Department /Purchasing. Partial sets of the documents required for submitting a proposal will not be issued. By using Onvia /Demandstar, prospective respondents will be provided with all information regarding this RFP and addenda and changes to the project requirements. Membership with Onvia/Demandstar is not required to submit a proposal; fees may apply for non - members. Persons other than prospective respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Beth Eikenberry, City Clerk, Orlando Sentinel January 13, 2013. RFP13001 _Landscaping_LandMaint_Mowing 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES A. Sealed proposals for RFP #13 -001 will be received by the City of Ocoee, hereinafter called "City," from any person, firm, corporation, or agency, hereinafter called "Respondent," submitting a proposal for the services being solicited. Each Respondent shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink; do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal, either as a principal, member of the firm, or general partner. If the Respondent is a corporation, the proposal 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 RFP should be addressed in writing to the Finance Department /Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905 -3100, extension 1516 and email jtol1 bertQci.ocoee.fl.us and must be received not later than February 5, 2013, at 2:00 p.m. in order to receive an answer. Any clarifications /changes will be only through written addenda issued by the Purchasing Agent. Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the proposal award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm planning to provide services. The proposal shall be presented as one (1) original and four (4) copies. The entire proposal package shall be received by the Finance Department /Purchasing not later than 2:00 P.M., local time, on February 12, 2013. Proposals received by the Finance Department/Purchasing after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a single sealed envelope /package, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance Department/Purchasing Attention: Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 D. Pre - Proposal Conference: None is scheduled at this time. E. Proposals will be reviewed by a selection committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be noticed publicly and on Demandstar. The selection committee shall supply a ranked list of the proposing firms and a recommendation regarding which firm should be awarded the RFP13001 _Landscaping_Land Mai nt_Mowing 4 term contract by the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a proposal constitute public records under Florida law. F. All Respondents shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Respondent has complied with the instructions of this RFP. The failure or neglect of a Respondent to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the contract documents or the scope of services. Proposals shall be in compliance with the contract documents and scope of services. All costs to prepare and submit proposals shall be the responsibility of the Respondent and the City shall make no reimbursement of any kind. H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be distributed via Demandstar. It shall be the responsibility of each Respondent to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals 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 RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP 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 RFP Documents shall not bind the City. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal 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 the Respondents; c) Being in arrears on any 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 that, in the City's judgment and sole discretion, raises doubts as to the Respondent's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its proposal. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime RFP13001 _Landscaping_LandMaint_Mowing 5 may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an award 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. [See Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal that they consider confidential and /or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. L. ACCEPTANCE AND AWARD. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re- advertise for new proposals. The City may accept any item or group of items of any proposal, unless the Respondent qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent(s) which, in the City's sole discretion, is (are) the most responsive and responsible. The City reserves the right, as an aid in determining which proposals are responsible, to require a Respondent to submit such additional 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 selection of any and all proposals for acceptance and award. (Remainder of page left blank intentionally) RFP13001 _Landscaping_LandMaint_Mowing 6 RFP #13 -001 GENERAL TERMS & CONDITIONS: BID SECURITY: a) In lieu of providing a bid security, the Respondent may provide documentation that their business has been active with the Secretary of the State of Florida for a minimum of three (3) years. Respondent warrants by virtue of bidding the prices in his bid response will be good for an evaluation period of ninety (90) days from the date of bid opening, or: b) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check 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 proposal for a period of ninety (90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. c) In the event of withdrawal of said proposal within ninety (90) days following the opening of proposals, 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 RFP 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. d) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. e) The cost of the required Bid 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. 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 or until the 91s day after proposal opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check 2. PERFORMANCE BOND: Performance and Payment Bonds are not required. 3. 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. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every RFP13001 — Land scaping_Land Mai nt_Mowing 7 name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the Respondent uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the proposal price shall include all royalties or cost arising from the use of such design, device, or materials. 4. DEFAULT: As a result of proposals received under this RFP, 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 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. PRICING: Pricing should be provided as indicated on the Proposal Form attached as Exhibit C. Please note that alternate price proposals will not be accepted unless specifically called for on the Scope of Work and /or Proposal Form. Cost of preparation of a response to this RFP is solely that of the Respondent and the City assumes no responsibility for such costs incurred by the Respondent. The Proposal Form may not be completed in pencil. All entries on the Proposal Form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Respondent to clarify an illegible entry on the Proposal Form. If the Proposal Form requires that the proposed price, or constituent portions of the proposed price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Proposal Form should be provided by the Respondent and be correctly computed. If there is an arithmetical conflict between the unit price stated by the Respondent on the Proposal Form and the total price stated by the Respondent on the Proposal Form, the unit price stated by the Respondent on the Proposal Form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Proposal Form to calculate the total price, utilizing the unit prices that have been identified by the Respondent. The taking of such action by the City shall not constitute grounds for the Respondent to withdraw its proposal nor shall it provide a defense constituting discharge of the proposal bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Proposal Form. However, the City reserves the right to reject RFP13001 _Landscaping_LandMaint_Mowing $ Proposal Forms that are incomplete or contain information that is not required as being non - responsive. a) The prices 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; b) Unless otherwise required by law, the prices which have been quoted in this proposal 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; c) 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 proposal for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); d) 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 e) Respondent agrees that supplies /services furnished under this proposal, 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 proposal award. 0 The Respondent represents that the article(s) to be furnished under this RFP is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. 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 proposals. 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 proposal 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 a single Respondent according to the Evaluation Criteria contained in this RFP. 9. LITERATURE: If required by the scope of work or the specifications, descriptive literature /brochures RFP13001 _Landscaping_LandMaint_Mowing g shall be included with this proposal in order to properly evaluate make /model offered. Proposals submitted without same may be considered non - responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Respondent shall file a written proposal protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the RFP, its addenda, and other proposal documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications), if any. The Respondent shall clarify all questions concerning the design documents of the project prior to submitting its proposal. c) 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. d) 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, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: a) 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. Terms are Net 30 days after receipt of approved invoice. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C -0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. 12. 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. RFP13001 _Landscaping_LandMaint_Mowing 10 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) The Contractor must 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 daily excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and be secured to prevent displacement. i) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. j) All heavy equipment must have, where applicable: (a) back -up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. k) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. 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. 14. CONTRACT: a) The successful Respondent, herein also referred to as Contractor, will be required to enter into a contract with the City along the terms and conditions included in the proposed contract for the initial period of three (3) years, with two (2) automatic one - year extensions. After the initial three (3) year term, price adjustments will be allowed pursuant to the Price Adjustment provision of this Agreement. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional to those in the existing scope of work, to any third party or the City's own employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES a) Respondent certifies that it does not and will not maintain or provide any segregated facilities for the Respondent's employees at any of the Respondent's establishments, and that Respondent does not permit Respondent's employees to perform their services at any location under the Respondent's control where segregated facilities are maintained. Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of its Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. RFP13001 _Landscaping_LandMaint_Mowing 11 Respondent agrees that (except where Respondent has obtained identical certification from proposed contractors for specific time periods) Respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Respondent will retain such certifications in Respondent's files. b) 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: a) Respondent declares that the only persons or parties interested in their proposal are those named herein, that this proposal 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 a contract for the described services. b) Respondent certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding 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.) c) 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, Respondent agrees to immediately notify the City in writing. d) Respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) 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 proposal constitutes a firm and binding offer by the Respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to proposal, as defined by Section 287.012(l 1), 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 RFP13001 _Landscaping_LandMaint_Mowing 12 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 proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals 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." b) All Respondents that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS /LICENSES /FEES: a) Any permits, licenses or fees required will be the responsibility of the Contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee contractor registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. STANDARD 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 RFP13001 _Landscaping_LandMaint_Mowing 13 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 Injury 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 of Ocoee 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: $1,000,000, 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: FOR 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: RFP13001 _Landscaping_LandMaint_Mowing 14 7) 8) ■$1,000,000 PER OCCURRENCE ■$2,000,000 Aggregate -Including Employer's Liability and Contractual Liability Builders Risk: ■$100,000 Any (1) Location ■$1,000,000 Any (1) Occurrence Certificates of Insurance Certificate of Insurance Form (see sample below), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (Remainder of page left blank intentionally.) RFP13001 _Landscaping_LandMaint_Mowing 15 LIABILITY INSURANCE F acoR4. CERTIFICATE OF L cex -- T THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFER$ NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I A __..__.__— BE INSURERS AFFORDING COVERAGE HAIG 0 Contractor'a Noma r rn Addzeae - NSUaEP E. COVERAGES 11CP CUES CE iNJUR.wCE ­ED 8E HA N�.YSUE TO E1E.N9URE0 NANEU A9G�F iORTHE PGIICV PEHIOU �NO+CArtiD NOT'A'! ?HS1ANUiwG xE R Hl—T OR OniER DOCVNENT wRH RrJVECT TO wNICN Tws CFmlf KATE AUV BE SJUEU 0 NN ORT 1 11 THE .TERNORCoNURON O PLC __ _ SRC. . s_5o 000 f c lus NADf CX I CCCUR, NscNUE DRr s 1 000, 000 s2,00D,000 __.- ' Mun�cATE vE PEn � cTS- PAC; s2 000,00 v . sl 000. 000 E - D ALTOS oo' �H ^ J - X I ­U -IT- I T S To — swaaaet a. ', Enc Na sl 000,000 -. TE s1 000,000 ' X X ocom ! uNS N.De .—ND 11 ill 'T st+ P1. C RFP13001 _Landscaping_LandMaint_Mowing 16 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that 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. (Attach additional sheets, if necessary) 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any 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. RFP13001 _Landscaping_LandMaint_Mowing 17 23. 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. 24. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELEPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT, ETC (attach additional sheets if necessary). Have you any similar work in progress at this time? Yes_ No Length of time in business years months. Bank or other financial references: RFP13001 _Landscaping_LandMaint_Mowing 18 25. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Respondents shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Respondents with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of forty (40) 8.5 "x 11" pages (excluding front and back covers, dividers, and all forms included in this RFP), single- sided, portrait orientation, 12 -point font, and contained in a three -ring binder or other format amenable to easy photocopying. The page limit applies to the material contained in sections 1 and 2 of the proposal, as described below. The person signing the proposal on behalf of the Respondent shall have the legal authority to bind the Respondent to the submitted proposal. In order to simplify the review process and obtain the maximum degree of comparison, the Respondent must provide the following content when responding to the RFP: Section 1 — Company Information • Firm's history, number of years in business, etc. • List of all firm's key staff, their qualifications, and their role for this contract, provide resumes of key staff. • Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc., including a State of Florida Pest Control Applicator License. • Firm's sub - contractors, their qualifications, and their role in providing services. • List and quantity of firm's (and firm's sub - contractors' if applicable) type and quantity of equipment to be used for this contract, see Sections 22 and 23. Section 2 — Company Experience /References • List of firm's other current or recently completed similar services, to include services required in the Scope of Services Section 16, with other public or private agencies, see Section 24 of General Conditions: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. • List of at least three (3) client references to include organization name, description, contact person, telephone number (s), and e-mail address. • Litigation Summary, see Section 20. RFP13001 _Landscaping_LandMaint_Mowing 19 Section 3 — Price Proposal • Exhibit C Section 4 — Other Required Content • Forms listed on Table of Contents as to be submitted with your proposal. • Bid Security, see Section 1. • Acknowledgement of Addenda, see Section 21. 26. EVALUATION CRITERIA: The criteria for making an award recommendation are: 1. Experience and References (30 %) 2. Project Staff (25 %) 3. Project Equipment (25%) 4. Price proposal (10%) 5. Office Location (10%) The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary and may require oral presentations of firms. The City shall be the sole judge of the competency of Respondents. A City selection committee will evaluate each respondent's qualifications and will short - list and recommend to the City Commission a single firm, in ranked order of qualifications based upon the selection committee's evaluation of the responses and any client references. All Respondents shall be notified via Onvia /Demandstar or other means of staff's recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. The successful Respondent shall be required to execute an agreement which provides, among other things, that any plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and subsequent executed by both parties. ANTICIPATED SELECTION SCHEDULE 1/13/13 Request for Proposals advertised 2/05/13 Last day for questions 2/12/13 Proposal submission deadline 2 days later Proposals distributed to Selection Committee 2 -3 weeks later Selection committee meeting held Next meeting Top- ranked firm recommended to City Commission This schedule is subject to change at the discretion of the City. RFP13001 _Landscaping_Land Mai nt_Mowing 20 EXHIBIT "A" SCOPE OF WORK RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES SCOPE OF SERVICES I. SCOPE OF WORK UNDER PROPOSAL Contractor shall maintain the contractually covered landscaped PROPOSAL areas at the frequency rate prescribed with conventional production style mowing and lawn maintenance and equipment. A manicured professionally groomed appearance is the desired result. The City requires the highest maintenance standards with the contractor using the best practices. The contractor is expected to maintain this project with the highest quality landscape maintenance standards consistent with these specifications which surpass industry standards. The contractor's work will be inspected by the City on a regular basis to assure strict compliance with these specifications. The City will meet with the contractor as needed, but no less than on a monthly basis, to review the overall maintenance. The City will make periodic inspections and provide reports indicating items that need to be addressed and the contractor is responsible to complete in a timely manner and provide status reports. 2. MOWERS, EDGERS AND OTHER POWER MAINTENANCE EQUIPMENT All mowers shall be adjusted to 2 1/2" or 3" cutting height as directed by CITY, shall be in good repair, shall have no oil or gas leaks, and shall be equipped with mulching attachments and sharp blades. All mowers must be mulching -type mowers with no discharge allowed, or all clippings must be manually removed. All equipment must be maintained in sound working condition in order not to exceed comfortable decibel levels or as determined by the City at its sole discretion. All equipment shall meet all applicable manufacturers' safety standards for operation while in use at all times. Edgers shall be in good repair, shall have no oil or gas leaks, and shall provide a clean straight edge not more than 1/2" away from walks and edge of pavement. 3. TURF AND LAWN MAINTENANCE STANDARDS AND PRACTICES Mowing of St. Augustine, Zoysia and Bahia lawn areas. Pick up and dispose of litter within all areas to be maintained (not limited to bags, cans, and paper) prior to mowing. Contractor shall recycle whenever possible. Use string trimmer for areas not accessible to mowing equipment and cut to a 2 1/2" or 3" height so as to be consistent with the mowed areas. Trim around poles, guardrails, and other fixed objects within road right -of -way. RFP13001 _Landscaping_Land Mai nt_Mowing 21 Remove and properly dispose of all grass clippings, leaves, weeds, undesirable plant growth, and other debris from sidewalks, curbs, gutters, catch basins, medians, right of ways, and streets. Weekend mowing is not allowed unless specifically authorized in writing by the City. Wind -row mowing patterns are not permitted. Only rotary mowers are acceptable. Frequency of service is required to maintain a 2 %" or 3" height with a maximum I" growth between cuts. 4. OTHER LANDSCAPE MAINTENANCE STANDARDS AND PRACTICES Edging and Trimming Edge mechanically as required, to maintain a neat, clean appearance. Chemical edging is prohibited without prior written request from contractor and subsequent approval by City. Maintain shape of planting beds and tree rings as originally designed. Trim shrubs and ground cover, as needed, to meet the criteria set forth in FDOT Index 546 (latest revision), which mandates a maximum height of 24" from top of adjacent pavement. Cut back overgrowth of shrubs and trees that extends into sidewalks or the road right -of -way preventing clear line of sight. Trees, shrubs and other landscaping plants are not to be cut or abraded. Weed Control Hand -pull weeds in shrub, flower and ground cover areas, as needed to maintain a clean appearance. All weeds that appear within sidewalk or curbing expansion joints are to be continually controlled through the use of herbicide. Apply only approved herbicides, as needed to control weeds in parks, medians, sidewalks, decorative pavers, bullnoses, curb, catch basins, and gutter areas. Trees and palms within lawn area: No chemical edging is allowed around trees and palms within lawn areas. Do not use string trimmers adjacent to trunks in order to avoid trunk damage. Maintain all tree and shrub beds in a weed free condition by hand pulling, at each maintenance visit. Nut sedges shall be controlled by a product formulated specifically for their eradication. No green weeds shall be visible in any landscaped beds on the final day of each month. Haul away all trimming debris from site, and properly dispose of at contractor's expense. RFP13001 _Landscaping_Land Mai nt_Mowing 22 Clean -up Using a mechanized low- decibel blower remove all debris from all walks, drives, roads, bicycle paths /lanes, and pedestrian areas whenever on site. Remove all dead palm fronds whenever on site. Remove all excess soil, trimmings, debris, and equipment from site after each visit. Remove surface debris from top of catch basin grates. Contractor to report to City any visible blockage inside catch basins All debris removed from the City is to be disposed of at an EPA and State of Florida approved dumping site, at Contractor's expense. Contractor to provide City with report every month detailing total cubic yards of debris and trash collected from right of ways and streets. Blowing of clippings or leaves onto the street is not allowed. S. REGULATIONS AND STANDARDS Contractor shall be responsible for complying with regulations of all local, state, and federal agencies having jurisdiction over any portion of the work to be performed under this contract. The contractor shall meet or exceed the applicable requirements of the latest revision to the following codes and specifications published by the following organizations: FDOT Florida Department of Transportation OSHA Occupational Safety and Health Act EPA Environmental Protection Agency All State and Federal labor standards and practices, as applicable 6. PROFESSIONAL LICENSES The contractor must possess a Florida Pest Control Applicator License issued by the State of Florida for Lawn and Ornamentals and keep said license current throughout the term of the contract. 7. DEFINITIONS If the contractor intends to use sub - contractors to perform any work on this contract, these sub - contractors are required to be pre- approved by the City, at its sole discretion. Maintenance as defined for PROPOSAL purposes shall include: Mowing, weeding and edging of turf areas; flower and shrub bed weeding; hedge trimming; litter, trash, and landscape debris removal and disposal. Additionally, the contractor will also be responsible for providing the following services under the PROPOSAL with no extra labor, equipment, fuel, or travel charges to the CITY: RFP13001 _Landscaping_LandMaint_Mowing 23 Clean all catch basins while on -site. Pick up all trash and litter while on -site and submit a log indicating estimated amounts in cubic yards per NPDES requirements. Meet with City staff as directed. Quarterly landscape and irrigation inspection reports. Maintain tree rings around all trees not to exceed 36 ". Chemical edging is not permitted. 8. CONTRACTOR STAFF TRAINING AND EXPERIENCE The contractor will provide staff capable of performing work at the highest standards of horticultural and landscape maintenance excellence. Key staff shall have current knowledge of best management practices regarding: safety, hazardous materials spill response, plant health, pruning, tree and shrub care, integrated pest management, pesticide application, turf management, parks and irrigation maintenance. The City reserves the right to demand the replacement of contractor's staff who do not meet the City's standards for safety, professionalism, or horticultural knowledge. All work shall be performed under the direct on -site supervision of a qualified landscape professional with a minimum of ten (10) years combined horticultural education and experience as defined herein. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). The supervisor assigned must be identified by name and provide his or her cell phone number to ensure accessibility, coordination and continuity. All pruning will be performed by, or under the direct on -site supervision of, staff with proper documented education and training in proper pruning techniques. Pruning of trees greater than six inches DBH will only be performed under the supervision of an ISA certified arborist. The certified arborist shall be on site at all times when pruning occurs. Certifications will be provided to the City prior to award of contract. 9. DEFECTIVE WORK The Contractor shall promptly correct all work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. The Contractor shall bear all costs of correcting such rejected Work. In the event that Contractor fails to timely mow or otherwise maintain a portion of the work, then the City, at its sole discretion and without waiving any other rights or remedies under this Agreement, may deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement such amount equal to what the Contractor would have charged for doing the work, plus 15% of such amount. RFP13001 _Landscaping_LandMaint_Mowing 24 10. OTHER WORK 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. 11. 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. 12. TRAFFIC CONTROL Compliance with all traffic control requirements per the latest edition of the Manual on Traffic Control Devices (M.U.T.C.D.) and the Florida Department of Transportation standards is required. If temporary lane closures become necessary, Contractor shall obtain prior authorization from City's Public Works Director before commencing work. Work that effects traffic lanes shall not be performed between 7:00 -9:00 AM and 4:00 -6:00 PM in the peak direction of traffic unless otherwise permitted by City's Public Works Director. 13. DAMAGE TO PROPERY 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. 14. PRICING Contractor shall provide an annual dollar amount for each location listed on the Proposal Form of this RFP 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 proposal. After the initial three (3) year term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment provision of this Agreement. RFP13001 _Landscaping_LandMaint_Mowing 25 15. ADDITIONS 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 Proposal 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. 16. SPECIAL CONTRACTOR REQUIREMENTS Contractor shall demonstrate the ability to perform limited basic landscape and irrigation design services as requested by the City by providing examples of previous experience of similar projects. Contractor shall also demonstrate the ability to perform landscape and irrigation installation services as requested by the City by demonstrating previous experience in performing previous projects. Contractor shall perform a monthly irrigation inspection and test. Results of inspection and test will be provided in a written report to the Parks Manager detailing any required repairs. Contractor shall identify key staff which will be involved in the daily management of the work. End of Scope RFP13001 _Landscaping_LandMaint_Mowing 26 EXHIBIT "B" LOCATION MAPS (PDF VERSION AVAILABLE ON DEMANDSTAR) RFP13001 _Landscaping_Land Mai nt_Mowing 27 EXHIBIT "C" PRICE PROPOSAL FORM (Revised in Addendum #1) RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES Location Location Operations Annual Cost Number Per Location 1 Fire Station 25, 563 S. Bluford Ave. Landscape 2 Fire Station 26, 1500 N. Clarke Rd. Landscape 3 Fire Station 39, 2500 S. Maguire Rd. Landscape 4 City Hall Complex, 150 N. Lakeshore Dr.: City Hall, West Annex, Community Center, Maguire House, POWER Park, Bill Breeze Park, Starke Lake Park extending south to Lafayette St. Landscape 5 Health Center, 17 E. Oakland Ave., including grassed parking lot along Bluford Ave. Landscape 6 Ocoee Cemetery, 368 E. Geneva St. Landscape 7 Clarke Rd. Medians, SR 50 to AD Mims Rd. Landscape 8 Maguire Rd. Medians, Jordan Rose Ave. to Turnpike Bridge Landscape 9 Silver Star Rd. Medians, Olympus Dr. to Woodhaven Ct. Landscape 10 Ocoee Crown Point Rd. Medians, southern terminus at High School to Westyn Bay Blvd. Landscape 11 Old Winter Garden Rd. Medians, Maguire Rd. to Hempel Ave. Landscape 12 McKey St. Streetscape, Kissimmee Ave. to Bluford Ave. Landscape 13 Blackwood Ave., Medians, Old Winter Garden Rd. to SR 50 Landscape 14 Palm Park, 529 Palm Drive Landscape 15 Ocoee Police Station, 646 Ocoee Commerce Parkway Landscape Proposed Total Annual Cost: $ Firm Name Prepared By: RFP13001 _Landscaping_Land Mai nt_Mowing 28 RFP #13 -001 COMPANY INFORMA /SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMPANY NAME AUTHORIZED SIGNATURE (manual) NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual Corporation (Specify) Sworn to and subscribed before me this day of Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Partnership 20 Signature of Notary Public Printed, Typed or Stamped Commissioned Name of Notary Public Other RFP13001 _Landscaping_LandMaint_Mowing 29 EXHIBIT "D" PROPOSED AGREEMENT FOR RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES THIS AGREEMENT FOR LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES (this "Agreement ") is made this day of , 2013, 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 corporation, whose mailing address is (hereinafter referred to as the "Contractor "). WITNESSETH: WHEREAS, the City desires to enter into an Agreement with the Contractor to perform the work set forth in that certain Request for Proposals RFP #13 -001 (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 Proposal, the Contractor's Proposal and any amendments thereto being attached hereto as Exhibit "B " NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the parties hereto, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Scope of Agreement. The terms and conditions of Exhibit "A attached hereto as well as the terms and conditions of Exhibit "B" attached hereto are incorporated by reference herein as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, labor, supervision, and consumables to complete the Work. Section 2. Term of Agreement. This Agreement shall consist of one (1) initial three (3) year term beginning on (the "Effective Date "), with two (2) separate automatic one -year extensions, for a total of five (5) years, unless terminated by the City upon the issuance of written notice by the City to the Contractor provided not later than thirty (30) days prior to the expiration of any renewal year term. The City shall have the option of extending the term an additional one (1) year. Each term is renewable with the condition that the City's obligation to pay under this Agreement for each year is contingent upon the City in its good faith judgment having sufficient funds to make an annual appropriation for the work to be provided under this agreement. 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 three (3) year term of this Agreement. After the initial three (3) RFP13001 _Landscaping_LandMaint_Mowing 30 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 #RFP 13 -001 Landscaping, Landscape Maintenance, and Mowing Services. 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 RFP13001 _Landscaping_LandMaint_Mowing 31 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. ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANTABLE AND BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK PERFORMED UNDER THIS AGREEMENT. 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 RFP13001 _Landscaping_LandMaint_Mowing 32 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. F. Correction of Work. The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. The Contractor shall bear all costs of correcting such rejected Work. In the event that Contractor fails to timely mow or otherwise maintain a portion of the work, then the City, at its sole discretion and without waiving any other rights or remedies under this Agreement, may deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement such amount equal to what the Contractor would have charged for doing the work, plus 15% of such amount. G. Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any sub - contractor to the extent that such books and records relate to the performance of this Agreement or any sub - contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under this Agreement and by the sub - contractor for a period of three (3) years from the date of final payment under the sub - contract unless a shorter period is otherwise authorized in writing. H. Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. I. Safety Measures. The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workers and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. J. Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. K. Price Adjustments. Pricing is firm for the initial three (3) year term of this agreement. For the renewal terms of this Agreement, if the Contractor proposes to make a price adjustment, the Contractor shall first give the City written notice thereof, with RFP13001 _Landscaping_LandMaint_Mowing 33 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 renewal 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 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. No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 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. L This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. J. Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contractor and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning RFP13001 _Landscaping_LandMaint_Mowing 34 or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. K. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. L. The undersigned hereby certify that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted proposals 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. M. 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. (Signature Page Follows) RFP13001 _Landscaping_LandMaint_Mowing 35 IN WITNESS WHEREOF, Contractor and the City have caused this Agreement for Landscaping, Landscape Maintenance, and Mowing Services to be executed by their duly authorized officers as of the day and year first above written. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: BY: NAME: TITLE: APPROVED: BY: S. Scott Vandergrift, Mayor 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 2013 SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD Oil , 2013, under Agenda Item END OF SECTION RFP13001 _Landscaping_LandMaint_Mowing 36 General Landscaping Location Map RFP CLARCONAOCOEE RD Y zz n z 0 a W RST RD C/) w AOM1MSRD IL 'u5 0 z LLJ a � a a O v w w O U � O ug WEIR STAR R Q K O K � U- J Q fL ORLANDO AV STORY RD GENEVA ST w 0 0 O MAINE ST Ja W COLONIAL DR 0 Y BV TG� .O�CC EAST irrrr�r Q W LU W ROBERSON RD � Landscaping Locations 0 1,0002,000 4,000 Feet Ocoee City Limits Location Number 1 Fire Station 25 563 S. Bluford Ave. If "I 71 _„ M W Orlando A V 4.11 moire StatiO 5 #dMj - � , �• �'�, Q d - a `o mob rm jr At Columbus Street SF i � y f P 0 25 50 100 Feet W Landscaping Area Location Number 14 Palm Park 340 Ocoee Apopka Rd 4 ow 4 A f '40 4i AL.n I Aft'r .' EF1 9 0 2550 100 Feet 0 E7 Landscaping Area I PROPOSAL FOR LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES CITY OF OCOEE (RFP #13 -001) February 12, 2013 Presented to: Joyce Tolbert, Purchasing Agent City of Ocoee ORIGINAL cre US ValleyCrest Landscape Maintenance 0 1 4 1h T ValleyCrest Landscape Maintenance February 8, 2013 Joyce Tolbert, Purchasing Agent City of Ocoee Finance Department /Purchasing 150 N. Lakeshore Drive Ocoee, Florida 34761 -2258 RE: City of Ocoee RFP #13 -001 Dear Joyce: 4777 Old Winter Garden Road Orlando, Florida 32811 tel: 407 292 -9600 fax: 407 291 -4966 www.valleycrest.com The landscape at City of Ocoee is a lasting influence and first impression for your residents and visitors. That makes your choice of a landscape services partner very important. At ValleyCrest, we take the responsibility of creating great impressions to our properties. We don't want to maintain your property -- anyone can do that. We want to improve your property over time by delivering great service, collaborating with you on areas of improvement and exceeding your expectations. ValleyCrest has been delivering award winning service to properties in Florida for over three decades so we understand the value you want to present. HOW WE'LL IMPROVE THE LANDSCAPE 1. A landscape maintained by ValleyCrest will increase the land value of the property. We focus on the details like crisp lines, healthy plants, beautiful flowers, and vibrant colors that make a noticeable difference. This means we don't just deliver the service; we deliver the service with the purpose of making sure your residents notice the beauty they encounter to improve their overall value of investment. 2. With ValleyCrest, you'll have the best resources in the industry with expertise in horticulture, agronomics, design, irrigation, tree care, storm preparation and sustainability solutions. ValleyCrest and its employees hold certifications and accreditations including landscape maintenance, irrigation, tree care, pest control and LEED. In addition, you'll have the expertise of one of the best horticultural PhDs in the industry. 0 ; ValleyCrest Landscape Maintenance RESOURCES & EXPERTISE We will be your eyes on the ground to watch for problems as they arise and to offer creative solutions that achieve your goals while providing the safest, most cost - efficient and aesthetically appealing landscape possible. When a catastrophe occurs, ValleyCrest crews are trained as a first responder in Florida. We are able to call on regional and national resources including equipment and manpower to meet your immediate demands. A SEAMLESS TRANSITION To make sure we achieve your goals, Jason Haydu, Senior Account Manager will directly oversee the crew and support staff, ensuring that your service specifications are carried out while proactively communicating with your team along the way. An outline of work will be created for all areas which will increase productivity and help our crew's complete work promptly so disruptions to guests are avoided. MAXIMIZED PERFORMANCE Our goal is to provide cost effective, highly professional landscape maintenance services that exceed your expectations. Our management, crews, and support staff receive continuous training to ensure we maintain your landscape in a healthy, tropical splendor throughout the year. We accomplish this through the utilization of several proprietary systems that enhance our communication and performance. Our rigorous safety and training programs are designed to keep our crews out of harm's way preserve a safe environment on your property and ensure the long -term vitality of your landscapes. Thank you for the opportunity to submit this proposal. Feel free to contact me at (407) 702- 4949 or by email at schapman valleycrest.com Lrel Senior Business Developer J son Haydu, Senior Account Manager I ; ValleyCrest Landscape Maintenance PROFESSIONAL RESOURCE ValleyCrest has the professional resources, local expertise, and a long history of creating beautiful landscapes in Orlando that makes us a great partner for the City of Ocoee. ValleyCrest fully understands your expectations for first -class service and will deliver the level of performance you demand. Our partnership will guarantee the stability of your maintenance operations as well as offer innovative recommendations for landscape improvements. Our competitive advantages include: • Deep experience in road way maintenance through out the county • Proven success in seamlessly transitioning complex properties and executing flawlessly • A comprehensive customer satisfaction program where your feedback is collected via a third -party company • The best horticulture, agronomics, tree care, water management and irrigation talent in the industry • Proprietary systems and processes designed to maximize performance and communication • A collaborative relationship with City of Ocoee so we are closely partnering and developing long -term, cost - effective strategies Unmatched sustainability expertise and environmentally - friendly horticultural best practices that support Florida initiatives :f ValleyCrest Landscape Maintenance YOUR FULL SERVICE LANDSCAPE EXPERT Over the past 60+ years, ValleyCrest Landscape Companies has become the most trusted name in our industry. We are relied upon to design, maintain and enhance unique places of lasting beauty across the country and around the world. Our track record has demonstrated our unparalleled knowledge and technical ability, outstanding customer service and retention, relentless execution and a true understanding of customers' needs. With over 10,000 employees and more than 100 locations in 23 states, ValleyCrest provides more landscape services to more customers than any other company in the business. ValleyCrest's primary landscape service offerings include: LANDSCAPE DESIGN AND PLANNING • Landscape architecture • Master planning • Sustainable design • Theme development • Design guidelines • Handscape • Site furnishings selection LANDSCAPE CONSTRUCTION • Pre - construction planning • Integrated design -build • Concrete & hardscape • Sports field construction • Irrigation installation • Fountains and water features DESIGN 001 $, ValleyCrest Landscape Maintenance OPERATIONAL PHILOSOPHY ValleyCrest is a client- focused, horticultural organization. Our mission is to cultivate long -term, mutually beneficial relationships with our clients and our employees. Success in our mission will promote enhancement of our client's business and create more opportunities for our company and our employees. To fulfill our mission, we strive to: • Meet and exceed our client's expectations. Remain the industry's leader in quality, technology and service innovation. • Provide a full -range of cost effective solutions for our clients. ► OPERATIONAL PRIORITIES • Identify and actively seek clients who value our level of commitment. • Design our systems to meet the needs of our clients and operate with the highest productivity. • Help our clients create and sustain value through their landscapes. • Select, train and retain employees capable of executing our mission, and reward and promote superior performance. $; ValleyCrest Landscape Maintenance EXPERIENCE THE DIFFERENCE IN QUALITY We strive to be the landscape service provider of choice in Central Florida. In large part, our ability to offer unmatched quality to our customers has been attributed to the tools and systems we have developed over our 60 -year history. The primary systems that support our quality standards include: COMMUNICATION SYSTEMS QUALITY EVALUATIONS CUSTOMER SATISFACTION Proactive communication that allows us to be highly responsive to emergencies, special requests and acts of nature TRAINING PROGRAMS Intensive skills, customer relations, and quality training ensure our team can consistently exceed your expectations Management led evaluations that ensure our internal quality standards are met and our employees can achieve continuous improvement SAFETY STANDARDS Training and incentive programs ensure your property remains hazard free and our employees can return home safely. Empirically measured customer satisfaction that is taken seriously. Our goal is 100% satisfied customers W ValleyCrest Landscape Maintenance OUR EYE IS ALWAYS ON QUALITY AND CONTINUOUS IMPROVEMENT One of the successful ways ValleyCrest ensures quality performance is by utilizing a structured self - evaluation process. Our Quality Evaluation Form is used by a senior manager to periodically review the property and score the crew's performance. The crew's compensation is based in part on the success of their job's quality ratings. Action plans are created to make sure the job quality is continuously improved. Customer contact: Phone: Top 3 Customer Priorities: 1 5 2 3 a SUMMARY CUSTOMER PRIORITIES 15 TURF QUALITY 15 TREE & SHRUB CARE AND PRUNING 10 SEASONAL COLOR 15 BED DETAIL 5 HARDSCAPE DETAIL 5 TRASH DETAIL 10 IRRIGATION 10 OVERALLAPPEARANCE 10 PPE and EQUIPEMENT 5 POSSIBLE POINTS 100 TOTAL POINTS AWARDED SCORE (POSSIBLE POINTSITOTAL POINTS AWARDED) 'Co C TURF QUA LI ry Turf Appearance 5 Exc0em colorzrd vigor 4 Slightly on color but uniform 3 Need. femli.3tlan 2 St-. eked from poor fed li_er application 0 Un3acealab'is Section Points_ Weed Control 4 Exce''lent, weed 1•ee turf 3 Minorbroadleaf. minor grassy weeds 2 Minor weed proolem•, 1 cr2weedsper 1,70,2 mostofjob I Needs substantial seed control 0 Una .... Ub'e Section Points Mowing 3 Exceilent appearance. good mow patterns, Beta I or sp overal. No pattern mowing. othenv se crisp. minor sca p ng 1 Fair appearance, some ruY.Ing, sca'p spots and unevenness 0 Clippings visible. is, dull blades g Una coep'.ab'e. Mowerdamage to trees crfixtuws Section Points_ Overall Appearance 3 Perfect lush color, exce lentpailerns crisp dotal Good co'.or, minor weeds. details ok 1 S- ightty o5coloror minor light stress. deto l marginal 0 Over watering, off color, stress in key areas. 0 Needs ferilixer(steaked or overdue). weeds, deta'i weak 0 Poor overall appearance, weeds. not uniform, not acceptable Cenrinn Pninrc BED DETAIL C Crisp Bed Lines, deep edges. weed free 4 Smal ;weeds. good edges, stre girt lines Edges reed to be tighter, some uneven, weeds Present 2 Crooked lines, same big weeds 0 Unacceptable TOTAL POINTS HARDSCAPE DETAIL Perfect -no weeds In sioewa ks. curbs asphau t, eto, 4 A few small 'weeds. but all sprayeo ., A few small weeds, but rot sprayea yet 2 Same b g weeds 0 Unacceptable TOTAL POINTS TRASH DETAIL 10 Excepficnelly Clean - No Trsh e Entryways c can no neat. minima limbs, etc. e M nor itter problems. relatively new 4 Some limbs, trash, pine cones 2 Unsightly, older trash and debris on site 0 Unaaaept3ble TOTAL POINTS_ IRRIGATION 'C Clocks mapped. proper water mar,a gemem e Not 100'16 ... e.ge. overwatedng etc.. b No Maps. too wet or dry 2 Dry turf, zones not worEkng TOTAL POINTS_ OVERALL JOB APPEARANCE 1, Excellart curb appeal - ri.p. clean, green, no -..ety hmards P Very good cu•b appeal -very few production deficiencies Curb appeal CK, not noticioly different from r g*o pro penes 4 Ee'cw average 2 Poor overall B Unaocept.tle TOTAL POINTS CREW SAFETY PP &E on aU crew r. embers, truck and equipment coned and looked C Unacceptable TOTAL POINTS_ PROPERTYHOTES W ValleyCrest Landscape Maintenance CONSISTENCY IN QUALITY EFFICIENTLY DELIVERED Our goal is to consistently offer the best value in the marketplace by providing unmatched service, a customized approach focused on your specific priorities and a well maintained landscape you and the community are proud of — all while meeting your predetermined budget parameters. Doing this requires operational excellence. The operational practices that allow us to consistently meet our customers' expectations include: • The industry's top talent — When selecting teams for each property, we match the specific landscape needs with our most appropriately experienced talent. At ValleyCrest, we have a deep pool of talent. We recruit from the top horticultural and landscape schools in the country and have an all encompassing training program that ensures our crews perform at their peak year round. • State -of- the -art equipment — Our crews operate high quality and well maintained equipment and are trained to use the most effective tool for each task on your property. The result — a better end product achieved with greater efficiency and fewer injuries. • Horticultural excellence — Plant material looks and performs its best when maintained properly. Our horticultural experts understand the science of landscape maintenance and will ensure the plant material on your property receives the proper care for each season and as unexpected circumstances arise. • Innovation — Lead or follow; we choose to lead. ValleyCrest seeks out and tests the latest technology so we can help our customers reduce operating costs, benefit from greater efficiencies and have all around healthier and higher performing plant material. • Systematic operations — We deploy ValleyCrest's Production System (VPS) to ensure our crews focus on your priorities and important details are not overlooked. In our process, we design the most effective path of motion for the work to be performed, specify the equipment to be used and supply our crew with detailed site plans that show their daily, weekly and monthly activities. • Continuous improvement — We routinely evaluate for safety, quality and effectiveness in a persistent effort to be better today than we were yesterday. Macro view of work is converted into daily work schedules complete with micro level path of motion maps. ri ValleyCrest Landscape Maintenance COMMUNICATION CATERED TO YOUR STYLE To ensure a successful partnership, effective communication is one of our top priorities. We have found the best way to keep our customers highly satisfied is to always make sure we understand your current needs and priorities. We believe strongly in being proactive in our communication and have designed several forms and checklists our customers find valuable for staying apprised of their landscape status and maintenance activity. Additionally, we are equipped to respond quickly to new and unexpected needs as they arise. PROACTIVE COMMUNICATION • Walk your property with you to continually be aware of your priorities • Supply staffing, irrigation and horticultural schedules weekly • Report our daily maintenance activities as often as you prefer • Provide digital photos to verify technical issues, damage and plant and tree health Job Start -Up Safety I.Wltbn Valle�Crest rana.aY armmHmm 9rMArha Customer Prosle pvaea. prr Oraaxaa pLrl.,a«a. pr=.a pear paw.w. prnme<'+'w. p— [3— M abab�M.MMeM�Mw9: bNHrybafymo-ar r aware. v.ra, e wwa.. d =w..arue w ria am.a.n ap.ua«L - =ay-1. Cuatam —a-V af.w`rwN Lc+llav d asr Wamn Om.ad4r.m.v Tnnrg levian. Ndec A J ValleyGest a ampamaauN �w sir aaaa: a �� y.umwmv. neaenma. ' Goals noumNe N.rweimr wheN m. aw low p mepam Ve hgnaepmLnk wdmemDrlMrma w, D ❑ ❑ rraabom .raxar aemM pN ra.<raro.orcr ❑ ❑ RenwwM mnpy barl /mM, awn M•aemz ❑ O .f '�o1a'mamaarrNa.anamOUSeeaa ❑ D aniree sra wmz i ❑ ❑ SM1fubr .m mrye mum Niw.e tw fb ❑ Q n.aesawezm�m ❑ Q cwa.. srwme ❑ ❑ w.aoa��*«e mrn.w,axare,m ❑ ❑ .aa`wa , nwa.a co.a.0 ❑ ❑ ran rt.awem � ❑ ❑' ��, �w am.is M,Ja n....Ynma om.W.aQP"V..c. ❑ ❑ Gomel Cover ea No x pwvmm�shls R bn a ❑ E _ amrraaawey eom Jraiv, vew; aavb. amm.W.rma.m�m. m,rmr MM ❑ ❑ — cold H^ o..� 4en �ama0+ ❑ ❑ — maaR s�oucm�.eYW da� ❑ ❑ ValleyGeat o 4 ❑ Lex. .roe�ai».crroa ValleyC.rest ❑ rgaa ❑ a.,e, rNaw.a,..m. a.�>n it e< xero..w ❑ Gw a..a N,rreNrrr..rwmwmur �.. c..a ca..n ❑ L.�. �.aa,mrwmaaar.,�rmm .ao.. ❑ o� r,m�wa.,�awvae. a aww.,. Q ��e r , wre�za 30 Day Fotl w Up ,.a, aaaNC�.aar.ao,nmNO � °••m � ., w O e.R Ho'a dq.wMapm.m, mew a ampamaauN �w ❑ Lkaa.nun nzsaivea blue '... a �� y.umwmv. neaenma. ' •L.n.,,m a,u..a >rut sreasa ❑ oe omowna � Q � naa'fae+Dn.nWinrce LVez+q no oax Nam raan ❑ MnN Q a asu spwh+maaee ❑ a. sdn.yta: omnnrmwl . aav, i, r.m�w ew.e eep e.eepwm.row '.. a wnua mawm p are ' HaNarape � r.. is emawnlnn^n ❑ c an sr/a <a ❑ T ,,�. r awaa.r,.a..aew ❑ are, — I X.r.Ma Rg13 ❑ i I ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ,1 0 ValleyCrest Landscape Maintenance SAVING WATER MAKES CENTS Water is money and every drop counts. Thus, we will water your plant material based on actual need, no more, no less. Our water management expertise has helped our customers save significant amounts of water, which translates to significant savings. We will start with a thorough assessment of your current irrigation system and offer our recommendations for better managing your water supply. This includes: • Perform a detailed irrigation evaluation of your current system • Calculate potential savings based on past water usage and landscape needs • Create a customized water management plan that ensures uniform coverage, reduced runoff and efficient operation • Assess plant palette and make recommendations that can reduce overall water consumption Recording results from water cup testing • Recommend smart controller options appropriate for your property with detailed information on pricing, water savings and other additional benefits you can expect • Monitor existing and /or new system for stuck valves, breaks and other inefficiencies to prevent water -use waist and damage Adjusting a sprinkler head for proper coverage 'A 0 .2 ValleyCrest Landscape Maintenance Entering smart controller parameters EMERGENCY RESPONSE TEAM READY WHEN YOU NEED US With dozens of locations across Florida and more than 2,000 employees in the state, we can dispatch faster than other landscape service providers in the event of a catastrophic situation, including but not limited to hurricanes, tornadoes / water spouts, and severe weather. When a catastrophe occurs, your local Senior Branch Manager, Robert Maier, will personally draw on resources and pull equipment from within the ValleyCrest network to ensure your property is quickly, properly and safely serviced. JACKSONVILLE SANTA ROSA BEACH BOGGY CREEK EMERALD COAST Or-ALA OLDSMAR TAMPA \ SUN CITY _`` BRADENTON - LONGBOAT KEY SARASOTA VENIC LEESBURG VOLUSIA WEST ORANGE LAKE MARY ORLANDO LAKE BUENA VISTA TREASURE COAST WELLINGTON STUART NORTH PALM BEACH DELRAY BEACH CORAL SPRINGS MIAMI FT. KENDALL PEMBROKE HOMESTEAD Resources from branch offices throughout Florida will be available in the event of an emergency to ensure our customers have access to crews and equipment quickly. :i: ValleyCrest Landscape Maintenance PROTECTING YOUR TREES ONE OF YOUR MOST IMPORTANT INVESTMENTS You can count on us to preserve your trees, enhance their appearance, increase their production, improve safety and reduce liability — all to protect one of your most important investments on your property. Our ISA Certified Arborists offer a comprehensive set of services and will be available to you for everything you may need to keep your trees healthy and beautiful. Tree Care services include: • Tree pruning • Soil and tissue analysis • Annual and 3 -5 -year budget planning • Cabling and bracing • Emergency storm clearance • Tree removal and stump grinding • Inventory and management plans • Insect and disease control • Nutrient management • Fertilization • Transplant and relocation • Nuisance fruit production control • Hazard evaluation and management vi ValleyCrest Landscape Maintenance Tree care consultation Crew pruning a tree Tree trimmed for proper building clearance A CUSTOM COLOR PROGRAM FOR YOUR BRAND AND BUDGET On a per- square -foot basis, color plantings are usually the most intensively managed element of a landscape. There are ways, however, to develop an outstanding color program that makes a strong return on the investment. Color themes may be used to complement buildings, company colors or the appropriate season of the year. The number of potentially successful color schemes is many, but we'll put together a proposal based on your input — and deliver a customized, cost - effective plan that's uniquely yours. With careful planning, we can offer City of Ocoee a well- designed and maintained seasonal color display that: • Creates aesthetic excitement • Provides an individual identity to the property • Attracts the attention of tenants, residents, employees, guests and the general public • Complements a well- maintained landscape • Creates a pleasing atmosphere • Makes an eye- catching statement about the property • Adds value to the property 0 ValleyCrest Landscape Maintenance O L am 4) L � \ ! cr ' �ua I „�. 7 a L- li i . i 1 a . i' • � 1a a + d •M ay e LO s - as 1 a. ,_ Q ar, 51- M E CAI 0 0 Cl) 0 uj Cl) 0 a. 0 03 0 Cc 1p E ar, 51- M E CAI 0 0 Cl) 0 uj Cl) 0 a. 0 :W ,. 0 �O C U � C1 N E (D � U C � c..4 CL u N W o fl- o C) N t O U O C �0. U � --- a 2 O L Oa ,I N ea L V to d1 O .n O c a k = L �� o • ■ f �, if( N ea L V to d1 O .n O c a k = L �� o CUSTOMERS SOLD ON VALLEYCREST In our effort to provide the best possible landscape service in town, our customers have become raving fans. But don't take our word for it. Ask them yourself! City of Ocoee Stephen Krug, Director of Public Works SKrug @ci.ocoee.fl.us Phone: (407) 905 -3170 ValleyCrest Customer for 5 years VCM provides landscape maintenance service to the existing portfolio included in the request for proposal. Plantation at Leesburg Dennis Latiak dlatiak @plantationhoa.org Phone: (352) 326 -1250 ValleyCrest Customer for 20 years VCM provides landscape maintenance service to common areas and roadways in the community. City of Tavares Joey Graham jgraham @tavares.org Phone: (352) 516 -7553 ValleyCrest Customer for 3 years VCM provides landscape maintenance service to the common areas and parks. - - - -- Original message---- - From: Joey Graham <jgraham @tavares.org> To: Jason Haydu <JHaydu @valleycrest.com> Sent: Thu, Feb 7, 2013 08:51:50 EST Subject: RE: Favor to ask from ValleyCrest To Whom It May Concern, ValleyCrest has been providing the City of Tavares landscape management services for the last three years. The scope of ValleyCrest services include lawn care, fertility, disease and pest control. They also mulch, prune, maintain shrub areas and inspect the irrigation system monthly. I am 100% satisfied with the performance of ValleyCrest and highly recommend them for their landscape management services. Thank you, Joey Graham Tavares Seaplane Base/Marina Manager 352 -516 -7553 Legacy of Leesburg Leesburg, Florida ValleyCrest Landscape Maintenance has maintained this property for the last nine years. Our full service landscape management includes turf, shrub and tree maintenance, water management, color design and installation, tree care and agronomics (fertilization, disease and insect control). We currently maintain over 900 homes on a weekly basis providing mowing services to the homes. Best Management Practices are executed throughout the entire property. They are very responsive to any issues that arise in relation to their services. Jason has displayed wide ranging knowledge of all issues and the ability to provide guidance to making improvements to the appearance of the community. DENNIS MASCH, LCM- LEEGACY OF LEESBURG CUSTOMERS SOLD ON VALLEYCREST CUSTOMERS SOLD ON VALLEYCREST Clermont Yacht Club Clermont, Florida ValleyCrest Landscape Maintenance has maintained this prominent community located in Clermont for the last seven years. Our full service landscape management includes turf, shrub and tree maintenance, water management, color design and installation, tree care and agronomics (fertilization, disease and insect control) for both the common area and the townhomes. Best Management Practices are executed throughout the property with an emphasis on the detail of the shrubbery beds with in the community. Trevia Erquitt, Community Association Manager Sentry Management, Inc. OUR COMMITMENT TO OUR COMMUNITY ValleyCrest values our partnership over the last five years (5) with the City of Ocoee. The entire City of Ocoee maintenance team has made a commitment to the community and the city to provide the best possible maintenance service. YOUR TEAM The crew hand selected to maintain City of Ocoee has the skills and experience necessary to meet your specific needs and expectations. City of Ocoee Robert Maier Senior Branch Manaaer Jason Haydu Senior Account Manager Lauren Morris Irrigation Account Manager Luis Ocana Enhancement Manager Kathy Dubel Tim Harris Seasonal Color Specialist Landscape Designer Victor Toberguia Production Manager Nigel Perez Crew Leader 0 ValleyCrest Landscape Maintenance YOUR ACCOUNT MANAGER Your Single Point of Contact for the City of Ocoee portfolio will be Jason Haydu. Jason currently supervises landscape maintenance business throughout Clermont and has been a key member of the ValleyCrest Team for over 7 years. Over this time Jason has been involved in maintenance, renovation, design, installation, irrigation management, and tree care on all of his properties. Education • Graduated from University of Florida • Bachelors in Food and Resource Economics specializing in Agri- Business. • Landscape Maintenance internship • MOT certified • Certified Best Management Practices, • Florida Pest Control Spray license • Valley Crest Production Systems • Account Manager training program ia19 "r WnrRMIWA eLWmml � �rinllun YR G9rvlwr M.+n tnotria.Y.9A K91 RwTWL IAWK a ItAYDD YALLOY-Wr LA`uDsCM6 LrArN3tNAKCE. IIIC ID CARD nW.nto c1, as nn «� tnn.ne rrororD , luenr u: i w rur. rse�uD e, n Primary Focus — • Customer Satisfaction • Landscape design & Maintenance • Producing & sustaining healthy blooming plants • Focal themes and flowing color. • Enhancing properties to increase both aesthetic & property values r UFI F�IAR1Ik1 error ` Certificate of Training °°• ��. ov1223-1 Best Management Practices V -4 —n Florida Green Industries CN 2123 The undersigned hereby acknowlcdgcs that Jason Haydu� has successfully mgt all rcyuirements -ecssary to be fully tndncd through the Green Industries Best Management Practices Program developed by the Florida Department of Frroironmrntal Protection with the University of Florida Institute of Fond and Agricultural Sciences. Donald P. Rainey „ B. Trouunm !�i!/AVVLiA� •� Y IES.. J111G u� \ \�lXO�SIJ /lAl'l4 1ti�11 Site Responsibilities - Jason will be on site regularly, will schedule site walks and generate communication tools for your community. He will be responsible to develop weekly schedules for the maintenance teams, and all the support services such as irrigation and arbor care required to keep your property looking the best in the neighborhood. YOUR PRODUCTION SPECIALIST lour Production Specialist will be Victor Tuberquia, who has been Jason's Production Specialist for the City of Ocoee properties for over 5 years. This role is utilized by ValleyCrest as another set of qualified eyes to assist the Account Manager to ensure each site receives the proper care it needs. Victor currently supervises landscape maintenance business with Jason throughout Ocoee, and has been a key member of the ValleyCrest Team for over 6 years. In addition, he has over 15 years of Landscape Experience. Over this time Victor has been involved in maintenance, renovation, design, installation, irrigation management, and tree care on all of his properties. Education • MOT certified • Certified Best Management Practices • Florida Pest Control Spray license • Irrigation Certification • Valley Crest Production Systems • Bilingual ft- WFb— Dewr W of UNW40MENTAL PWIECT'OF Victor Tabergois Wyao-1 0 \�•:.I Ml1 ap11iM a Y R1 nM W� W Fl a eahe r • I YYMYJ YNO(.P4FF —mot Primary Focus - • Customer Satisfaction • Landscape design & Maintenance • Producing & sustaining healthy blooming plants • Focal themes and flowing color. • Enhancing properties to increase attraction STATE W FLORIDA ar syrowmYY Ye wRmYY •culn � Enll FEVIOMOLOGYAFFlT CONTPUL VICIOR TUBERQULI VALLEYCREST LANDSCAPE MAWTL�'ANCE, WC lu cwao xoLUER JE151— THEfEEREpUIREORYC RY. FOP THE YFPIO. Emus J .Jau Site Responsibilities - Victor will be on site regularly, with the main responsibility of working hand in hand with Jason on quality control as well as assisting in scheduling maintenance tasks week in and week out. Victor has the capability of repairing irrigation, irrigation clock programming, and identifying pest and other site issues with the turf or ornamentals. He also communicates directly with the crew on a daily basis. T &Y.I: \'IXG UNTIFICAT10N 1 illryLell ��IEInT �IY�rfTKxIR Trrin. ilun inL': 1 Canq¢hu Ponnn YOUR CREW LEADER (ou're on site Foreman will be Nigel Perez. Nigel currently supervises landscape maintenance business for the City of Ocoee and has been a key member of the ValleyCrest Team for over 3 years. Over this time Nigel has been involved in maintenance, renovation, installation, irrigation management, and tree care on all of his properties. Education • MOT certified • Certified Best Management Practices • Florida Pest Control Spray license • Valley Crest Production Systems • Bilingual MCir�y 'rr• +«wr•rl.r e0r wr�.wr •+A .i..�w.(�l+rAra •..ate a�laa �I.�,rr Er•.rr a. rrr ww� ..H Stale of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Nigel Perez G V14202 -1 6V 14202 — � � nr GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Primary Focus — • Customer Satisfaction • Landscape Maintenance • Producing & sustaining healthy blooming plants • Focal themes and flowing color. • Supervising his crew • Attention to detail on his accounts STATE OF FLORIDA i1rP1r F IME )LYrr ee hSTCONI $RNirn DuxEnuoE rvTDAroLOar aresrcoRlxDE 1 NIGEL PEREZ VALLEYCREST LANDSCAPE MAINTENANCE, INC ID CARD HOLDER 1EF?"W HAS PAID THE FEE REOUIRED CNAPTER 02 MR THE PIKEDD E. \PIRInG AI�Y)SEI3 �` Site Responsibilities - Nigel will be on site regularly, and be the person directly in charge of a crew of ValleyCrest employees who will maintain the City of Ocoee sites. He interacts daily with Victor and Jason on their maintenance schedules they have relayed to him. He has many years of experience in landscaping as well as training with ValleyCrest which makes him capable in identifying landscape issues such as pest and disease as well as irrigation which he communicates to Victor and Jason daily. YOUR SENIOR BRANCH MANAGER four Branch Manager for the City of Ocoee portfolio will be Rob Maier. Rob currently manages landscape maintenance business throughout Ocoee and has been a key member of the ValleyCrest Team for over 17 years. Over this time Rob has been involved in maintenance, renovation, design, installation, irrigation management, and tree care on all of his properties. Education • AA Degree State University of New York at Morrisville • Landscape Maintenance internship • MOT certified • Certified Best Management Practices, • Florida Pest Control Spray license • FNGLA Certified Landscape Contractor • Account Manager training program Primary Focus — • Customer Satisfaction • Quality Control Safety Monitor Productivity A LIT Hob Maier ti Site Responsibilities - Rob will be on site reviewing quality control and customer satisfaction. Rob manages all aspects of operations for the branch. He will provide the support services do keep your property looking the best in the neighborhood. Hobbies and Interests - • Go Cart Racing • Spending Time with the Family YOUR LANDSCAPE ENHANCEMENT ACCOUNT MANAGER Tim Harris (Enhancement Account Mgr.) will facilitate landscape design, estimating & proposals for landscape enhancement projects for the City of Ocoee. Tim has an extensive knowledge of horticulture and has evolved into a landscape designer during his career, creating award winning sustainable landscapes throughout Central Florida and has been a key member of the ValleyCrest Team for over 15 years. Education & Industry Involvement • Graduated from University of Florida • Bachelor of Ornamental Horticulture • Monrovia Nursery - California Internship (U of F) • Florida Certified Landscape Contractor #84 • Account Manager training program • Florida Certified Landscape Contractor Exam Judge • Corel EarthScapes Digital Imaging Program Artist • Corel EarthScapes Digital Imaging Program Instructor • ValleyCrest Landscape Enhancement Training Instructor • ValleyCrest Landscape Enhancement Core Committee • Currently seeking Florida Certified Landscape Designer Certification The Florida Nursery, Growers & Landscape Association 7 im Harti FNGLA Certified Landscape Contractor (FCLC) Primary Focus — • Customer Satisfaction • Landscape Design, Enhanced Digital Imaging, Estimating & Sales • Enhancing properties to increase both aesthetic & property values Customer Responsibilities — Tim will provide comprehensive landscape design services including design consultation, design documents, enhanced digital imaging & pricing. He will also be responsible for design project management for landscape enhancement projects, working closely with Jason Haydu — Maintenance Senior Account Manager & Luis Ocana — Enhancement Senior Account Manager, to assure a successful, beautiful landscape installation, exceeding our client's expectations. YOUR TECHNICAL SUPERVISOR Kathy currently supervises landscape maintenance Technical Service and our seasonal color programs throughout the Orlando Metro Area for all the ValleyCrest Teams and has been a key member of the Orlando Team for 25 years. • Education — Kathy graduated from University of Florida > I CII +ll I I aM111H tG1pir1iourst rr AW dim" nY Lawlor irr7un al Nl al Ia a• lalw M +rf.1 a 1,11111TMI4 W1 M YI1 112►\I Ilw r -113 III 2NT1.nn Al I CON I Into WI a I "M+uei I , a.11 1_�i` U'.I +Ir('k1i >I.�M1� + +I. it I.11Yr.IFIr hY 2.:012 A • 1'11:1 N \ IA N1 I r— rYal•.a��sl lard pl'1'P.Y 11 \Y11 11 ♦lK -♦ �' 1:'1: l� with a degree in Agriculture. Kathy has tenure with ValleyCrest Landscape Maintenance in excess of 25 years. Through continued education, she acquired Certified Pest Control Operator status from the State of Florida and is certified in Florida Best Management Practices. Kathy is always looking for continued Education to stay current in the industry. ldol>c4! -tom! !A&F !,4&t W"1W l -.lWW • Interests & Hobbies Kathy and her family are part of the gentleman farmers group. She raises chickens and goats for eggs and soap. As a diehard Gator fan during football season she can be seen in the ValleyCrest Office tormenting the Seminole fans as her primary entertainment. Primary Focus — Kathy's prime focus is Technical Service and Community Safety. Being proactive, she will assist the Team in scheduling jobs effectively and monitor productivity minimizing disruptions to the residents, while keeping the property, visitors and ValleyCrest workers safe while we are on site. ll ll! rIa /I IIMI Ili arwoorla d ag1":Vrf no Cnemmrr toriftas MAXIM UI D"01101AM. V A 0 M- cpNrppE, :re rLx. Gx nl.rLll,2u rrAaf wrtl, I nr. 113 (.kM MOLDER N.ANED MOW ILU It f l LNIU Ek T1 r. OF CHAP ITA+221 OR TIM MUM F_iPIR!N / alal 31, ]u11 AT 1 ,.1ILTY[ll.n 1.lnWAM Vw - ftS/Al r on.ANDO. r1 12111 T A'1C rr?I R a'tlLL C•anird np.. —. 4AL.f.YCRMT 1 AMIX431 V,AAIEA'1DC7 \ �:? Llela •a rerr�e a,,len/v pn r?rLAI.IpLR /_ l.Sll .vaa[ x R tI,aKC!Mr'4Sgi1M 0 OF nnauTl ..a" Certificate of Training Best Management Practices ` Forida Green Industries � �� It �alhiccn Ihduf : JJ ldol>c4! -tom! !A&F !,4&t W"1W l -.lWW • Interests & Hobbies Kathy and her family are part of the gentleman farmers group. She raises chickens and goats for eggs and soap. As a diehard Gator fan during football season she can be seen in the ValleyCrest Office tormenting the Seminole fans as her primary entertainment. Primary Focus — Kathy's prime focus is Technical Service and Community Safety. Being proactive, she will assist the Team in scheduling jobs effectively and monitor productivity minimizing disruptions to the residents, while keeping the property, visitors and ValleyCrest workers safe while we are on site. ll ll! rIa /I IIMI Ili arwoorla d ag1":Vrf no Cnemmrr toriftas MAXIM UI D"01101AM. V A 0 M- cpNrppE, :re rLx. Gx nl.rLll,2u rrAaf wrtl, I nr. 113 (.kM MOLDER N.ANED MOW ILU It f l LNIU Ek T1 r. OF CHAP ITA+221 OR TIM MUM F_iPIR!N / alal 31, ]u11 AT 1 ,.1ILTY[ll.n 1.lnWAM Vw - ftS/Al r on.ANDO. r1 12111 T A'1C rr?I R a'tlLL C•anird np.. —. 4AL.f.YCRMT 1 AMIX431 V,AAIEA'1DC7 \ �:? Llela •a rerr�e a,,len/v pn r?rLAI.IpLR /_ l.Sll .vaa[ x R tI,aKC!Mr'4Sgi1M YOUR IRRIGATION SUPERVISOR Lauren currently supervises all Irrigation maintenance business throughout the Metro Orlando Area and is a key member of the Orlando Team. Lauren manages all the Irrigation Service and design Team and is involved in maintenance, renovation, design and repairs for Scott and the other valued Clients and Account Managers in Orlando. • Education - Lauren graduated from the University of Tennessee with a degree in Landscape Design and Ornamental Horticulture. Through continued education, she acquired an IA THE IRRIGATION ASSOCIATION C —ifies That On November 14, 2004 Lauren Morris, CLIA Successfully Cumplctcd All The N—my Requircmenta And Should henceforth He Recognired As A CERTIFIED LANDSCAPE IRRIGATION AUDITOR A - ` �- Clan. (cnifn.Jon Ne.N Certified Irrigation Designer, Contractor, Auditor State of Florida, Back Flow Assembly Tester and is Certified in Florida Best Management Practices. Lauren is always looking for continued Education to stay current in the industry. • Interests & Hobbies Lauren's loyalty lies directly with the Tennessee Vols and during football season you will find her with her orange jersey rooting her boys to victory. During the off season her girl keep her occupied sew �Yh�._.. YfllGrfld�� IRRIGATION ASSOCIATION July 11, 2003 Lauren Morris Has .,,d th &ug.- -.I Certified irrigation Contractor • Primary Focus — Lauren's prime focus is Customer Service and Community Safety. Lauren assists and will schedule all irrigation service requirements effectively and monitor productivity minimizing disruptions to the residents, while keeping the property, visitors and ValleyCrest workers safe while we are on site. Florida Tr� is � �� e r �_�f �ies th, I � s � has can — � l� =d the Star' £anr&cape - Workshop and is cont»httedto designintl efficient Liiiaccapes for, lYater Star •prefects. SiyglvC . • 1, ', .__.- 4a Green SoIuUOT, nc Site Responsibilities - Lauren will be onsite to review the mapping of the system, conducting the initial irrigation audit and work closely with the clients to optimize the current system while recommending opportunities to improve your Irrigation System. BEST MANAGEMENT PRACTICES BMPs are based on a science -based program for green industry workers such as lawn -care and landscape maintenance professionals which were developed by the University of Florida IFAS Florida - Friendly LandscapingTM. BMPs teach environmentally safe landscaping practices that help conserve and protect Florida's ground and surface waters. They can also protect Keene's Pointe Residences' investments, increase the beauty of your landscape and protect the health of the environment while providing a satisfied guest experience. BMPs will ensure we design a plan that works best for your community Led by Barry Troutman, PhD and Vice President, Technical Services for ValleyCrest who is based in Orlando, the technical services team can be one of your greatest resources. Dr. Troutman designs and reviews all custom fertilizer and insect control programs for our clients. Dr. Troutman oversees our integrated pest management program (IPM) including all chemicals and fertilizers approved for use by ValleyCrest. Working with the University of Florida, Dr. Troutman is an active member of the research team involved in BMP and major environmental issues that affect Florida today, turf issues and types, insect resistance and water management. Committed to fostering knowledge and support, Dr. Troutman is available to consult with you on your specific horticulture and agronomic needs. TEAM MEMBER JOB TITLE Dr. Barry Troutman Vice President, Technical Services Robert Maier Kathy Dubel Lauren Morris Jason Haydu Victor Toberquia Senior Branch Manager Technical Service Manager i Irrigation Service Manager Senior Account Manager Production Specialist CERTIFICATION BMP Certified Instructor BMP Certified BMP Certified Instructor BMP Certified BMP Certified BMP Certified 10 ValleyCrest Landscape Maintenance VALLEYCREST EMPLOYEE BENEFITS Since 1949 ValleyCrest has built, maniained and beautified some of Americ's most districtive landscape. With more than 55 years of experience, no other landscape company in America can claim greater depth of expertise or a more comprehanesive track record of effectiveproblemsolvingandconsistemexecution. ValleyCrest is committed to providing our team members with a supportive and safe work environment for personal and carrer growth . As a valued team member, we will make every effort to insure that we provide the benefits, training and education that is an important part of the stability of our maintenance operation. ValleyCrest employee benefits are highlighted below: • Medical and Dental Insurance • Flexible Spending Accounts Life Insurance • Short Term Disability (STD) • Long Term Disability (LTD) 401 (k) Savings and Retirement Plan • Paid Time Off • Family Leave of Absence • Paid Vacation • Paid Holidays • Personal Days • Sick Days 1 0 ValleyCrest Landscape Maintenance TRAINING YOUR TEAM TO EXCEED YOUR EXPECTATIONS We understand that well trained and tenured Nk team members provide outstanding quality and customer service. To that result, our Gardener • training program is designed around ValleyCrest's core values as depicted below. Every Gardener on your team is required to complete our certification program which prepares your crew with the skills to perform quality work, safely and to your complete satisfaction. Gardeners are offered training to progress along a career track within ValleyCrest. We have found that our career progression opportunities and training motivates our team members to perform at their peak and remain committed to our company and our customers. FIELD TRAINING & DEVELOPMENT PROGRAM ValleyCrest Companies commitment to training incorporates positive discipline and a focus on Quality and Results. Training provides our employees with knowledge, ideas, and tools to deliver outstanding customer service and performance. The focus of the training courses evolves around our Core Values: - Safety - Integrity - Teamwork - Quality - Innovation - Performance - Customer Focus - Employee Focus The training includes key topics such as: - Customer Satisfaction - ValleyCrest Culture - Operations - Horticulture - Crew management - Financial Management - Business Development 17 ValleyCrest Landscape Maintenance As a company we understand highly trained employees provide outstanding customer service. Our philosophy is to train and re -train our employees. Continuous training contributes to improved morale and retention. Over 1/3 of our workforce has been with the company for 10 years or longer. ACCOUNT MANAGER TRAINING PROGRAM Management training includes both formal training in group settings, ongoing training support available on line and in field shadow programs. Account Managers at ValleyCrest Landscape Maintenance undergo a 5 course training regimen consisting of a total of 15 classroom days. Newly hired horticulturalists work through a detailed learning process over 2 years to learn the skills of an Account Manager. VCLM President, Roger Zino and Vice President, Nada Duna discussing quality inspections with an Account Manager class OPERATIONS MANAGER TRAINING PROGRAM Operations Managers at ValleyCrest Landscape Maintenance undertake a 4 training session consisting of a total of 14 days. Each session focuses on a specific discipline - Employee Leadership - Client Relations - Operational Excellence - Financials Each manager performs pre -work and follow -up testing for each program with a certification process conducted by senior managers at the end. Account Managers work through a detailed learning process providing the skills necessary to succeed as an Operations Manager. IRRIGATION TRAINING Regional Irrigation Leaders complete 5 sessions of training consisting of a total of 25 days. The Regional Learning how to conduct a water audit Irrigation Leader provides certification training to Irrigation Technicians on the mechanics of an irrigation system, conducting a monthly inspection and repairing components. mu,. 01 ValleyCrest Landscape Maintenance GARDENER TRAINING PROGRAM The Gardener Training Series provides consistent training of landscape maintenance employees across all of our operations nationwide. The series allows for significant hands -on training at all levels, providing a specific career path for entry-level operations employees. The purpose of this program is to develop associates who safely and successfully perform job requirements, without direct supervision, to the complete satisfaction of the client. Training Series Progression: • Gardener 1 — Focuses on the employee's orientation to ValleyCrest Companies, completing the "Basic Gardening Skills Certification" and certification on the basic pieces of power equipment. Certification requirements include a checklist of over 100 points, a field evaluation and a written test. • Gardener 2 — Centers on quality work standards, quality client relations, completing the "Advanced Gardening Skills" and certification on advanced pieces of landscaping power equipment. • Gardener 3 (Lead person) — Focuses on developing competency in basic supervisory skills, learning necessary ValleyCrest forms, becoming certified in irrigation systems management and basic pruning. • Gardener 4 (Crew Leader) — Centers on developing competency advanced pruning, plant identification, chemical application and becoming certified on truck and trailer, large riding mower and aerator. • Gardener 5 (Senior Crew Leader) — Focuses on developing advanced supervisory skills, managing field operations, maintaining equipment and fine - tuning crew training skills. • Gardener 6 (Production Manager) — Centers on assisting the Production Trainer on field training, demonstration of advanced supervisory skills, project quality, crew productivity and crew safety. • Gardener 7 (Production Trainer) — demonstrates competency on Team Training, Team Safety, Team Productivity and Team Communication. Must be certified in Irrigation Management, Seasonal Color Maintenance, Pruning Techniques and Production Cross Training. The Production Trainer is responsible for recruiting, hiring and training of crew level employees to ensure a high quality workforce and high retention. 'D ValleyCrest Landscape Maintenance OUR FOCUS ON SAFETY Safety is the number one priority at ValleyCrest Companies. We are committed to providing a safe working environment for our employees. Each branch has one dedicated employee serving as Safety Officer. Weekly national safety conference calls are held with the President, Regional Managers, Branch Managers, Regional Safety Officers and Branch Safety Officers to review incidents and determine proactive training for further prevention. Through dedicated personnel and leading edge programs providing safety training, the safety record for ValleyCrest Companies remains outstanding. Our self- insured program consistently returns the maximum dollars permitted under the law. ValleyCrest's executive management is so focused on the safety of our employees they have a unique tradition... giving away Ford trucks to safe workers! Field employees with a perfect safety record for the year are eligible for a random drawing for one of five new trucks. This has become an annual event at ValleyCrest Companies. VALLEYCREST COMPANIES PRESENTS FORD TRUCKS TO SAFETY WINNERS Nation's leading landscape company rewards employees for working safely. SAFETY TRAINING The following is supporting evidence of our commitment to safety and how we communicate and reinforce "best practices" at every level and employee job type in our operation. ValleyCrest Weekly Tailgate Meetings Weekly tailgate meetings play a vital role in keeping safety topics and practices on the minds and in the hearts of our employees. They provide meaningful and relevant information to keep our crews informed about our safety program, and aware of any accidents or near misses occurring within the last week. These meetings also provide a platform to discuss potential dangers on the job, how to avoid accidents and injuries, what to do in case of an accident or injury, as well as provide documentation of participation in the program. man = W& As part of the overall safety program, these meetings spearhead our consistent commitment to the health and safety of our employees, clients and the public. How We Communicate Safety Crew Leaders present safety topics during weekly field meetings with the entire crew. This includes landscape maintenance, irrigation and enhancement crews, as well as tree care services. Including questions during the meeting can help assure they understand the topic as well as maintain their interest. Incorporate "Q & A" especially with the photos provided which indicate the proper and improper scenarios for our operations. Meetings are documented using the "Weekly Safety Tailgate Meeting" form available in English or Spanish from the intranet and the Corporate Safety Manual. The completed report is submitted weekly by the Crew Leader to the Branch Safety Officer or Office Manager. On -site safety meetings should also be held more frequently with crews on the job site. During these visits general topics are also reviewed such as housekeeping, setting good examples, maintaining a safe work site and reviewing expectations for the site. Key Safety Topics Topics for discussion are issued by the Safety Officer or Office Manager from the weekly conference calls. Branch offices also include other information relating to the tasks currently being performed. Other topics may include "Working in Hot Weather" when temperatures and /or humidity are high, and "Hand Tool Safety" when planting and hand work is scheduled. Wearing a Seatbelt Avoids: • Safety citations and traffic violations. • ValleyCrest driver points which could lead to possible suspension of driving privileges. • Court and traffic school costs. • Injuries during an accident Most importantly wearing a seat belt improves your chance of returning home at the end of the day. Rider Mower Safety is Important: Mowing too close to sudden drop -offs, steep inclines, retaining walls or unstable ground surrounding ponds and drainage ditches can cause loss of traction and control. Making these choices can result in serious injuries or fatalities. "Driving in the Safety Zone" means staying clear of high -risk situations and hazards, like steep slopes and sudden drop -offs near water. The Timing of Safety Meetings is Important Meetings are conducted when all crewmembers can be brought together (i.e. when first starting work or just before lunch). Meetings are usually at the start of the workweek to set the tone for the rest of the week. These meetings are also a good time to review known dangers on the site as there may be new crew members and changing conditions on our jobsites. We ensure our branches are conducting effective weekly tailgate meetings. Participating with our crews is mandatory and encourages safe practices — these 15 - 20 minutes each week make a difference. The ValleyCrest Safety Department demonstrates our commitment to: • Provide a safe work environment and safety culture that places the highest level of value on the health and welfare of our employees. • Instill a sense of ownership and encourage excellence in all aspects of safety. • Provide safety and regulatory compliance training that insures our employees have the tools to perform in a safe and productive manner. • Promote safety as each employee's responsibility and endorse as a way of life at work and at home ....because it's the right thing to do. 1 1 lo TRAFFIC' T o- t • _ t City of Ocoee Equipment List Route Trucks Ford F150'/ Ton Pick Ups Ford F250 3 / Ton Pick Ups Ford F350 Trucks Ford F550 — F850 Trucks Ford Leaf Truck with 35 hp vacuum MOT Traffic Control signal Spray Trucks Ford 450 RC Spray Truck with 2 Lesco skid mounted sprayers -300 gallons, 600 gallons 50 gallon Lesco Sprayer Skid Mount Irrigation Truck Ford F250 SC XL Ford Van Dump Body Trucks Ford F450 Trucks Trailers Custom Built Equipment Trailer Weld Rite 16' Batwing Trailer 10' Flatbed Rayside 16'x6' Weld Rite 16'x6' 20' Enclosed Trailer Mower Equipment 24" Mower Push 36" Scag Walk behind Mowers 52" Scag Walk behind Mowers52" Scag Rider Mowers All equipment is less than five years Field Equipment Stihl Articulating shears Hand shears Straight shears Back pack sprayers Fertilizer spreaders Hand spreaders Walk behind spreaders Riding fertilizer spreaders Stihl Back pack blower Stihl String trimmer Stihl Edgers Turbine Buffalo Blower r �-J w Large Equipment (4 Polecat Aerial Lift (2) Kubota 8520 Loaders (5) Bandit 1590 Brush Chipper (1) Vermeer SC352 Stump Cutter (3) Skid Steer Loaders & 72" Utility Vehicle (8) John Deere Gators old and is on a regular preventive maintenance schedule. EXHIBIT "C" PRICE PROPOSAL FORM (Revised in Addendum #1) RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES Location Location Operations Annual Cost Number Per Location 1 Fire Station 25, 563 S. Bluford Ave. Landscape $ 7608.00 2 Fire Station 26, 1500 N. Clarke Rd. Landscape $2536.00 3 Fire Station 39, 2500 S. Maguire Rd. Landscape 4 City Hall Complex, 150 N. Lakeshore Dr.: City Hall, West Annex, Community Center, Maguire House, POWER Park, Bill Breeze Park, Starke Lake Park extending south to Lafayette St. Landscape $50720.00 5 Health Center, 17 E. Oakland Ave., including grassed parking lot along Bluford Ave. Landscape $2536.00 6 Ocoee Cemetery, 368 E. Geneva St. Landscape $19,020.00 7 Clarke Rd. Medians, SR 50 to AD Mims Rd. Landscape $ 30432.00 8 Maguire Rd. Medians, Jordan Rose Ave. to Turnpike Bridge Landscape $15,216.00 9 Silver Star Rd. Medians, Olympus Dr. to Woodhaven Ct. Landscape $15,216.00 10 Ocoee Crown Point Rd. Medians, southern terminus at High School to Westyn Bay Blvd. Landscape $10,144.00 11 Old Winter Garden Rd. Medians, Maguire Rd. to Hempel Ave. Landscape 12 McKey St. Streetscape, Kissimmee Ave. to Bluford Ave. Landscape $ 1268.00 13 Blackwood Ave., Medians, Old Winter Garden Rd. to SR 50 Landscape 6340.00 14 Palm Park, 529 Palm Drive Landscape 15 Ocoee Police Station, 646 Ocoee Commerce Parkway Landscape $ 6340.00 Proposed Total Annual Cost: $ 190,200.00 Firm Name ValleyCrestLandscape Prepared B y Robert Maier Maintenance, Inc. RFP13001 _Landscaping_LandMaint_Mowing 28 RFP #13 -001 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. V int - COMPA NAME TELEPH NE (INCLUDE AREA CODE) AUTHORIZED SIGNATURE (manual) Robert Maier NAME /TITLE (PLEASE PRINT) _ 4777 O ld Winter Garden Road STREET ADDRESS Orlando, FT, 32811 CITY STATE ZIP 407 291-4966 FAX (INCLUDE AREA CODE) rmaier @valleycrest.com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: FEDERAL ID # �fJ -- A4723 Individual x Corporation (Specify) Partnership Other Sworn to and subscribed before me this day of , 20a. Personally Known V or Produced Identification Notary Public - State of (Type of Identification) County of Signature ofNotary Public Printed, Typed or Stamped Commissioned Name of Notary Public BONNIE J. MEEHAN MY COMMISSION # EE 219608 EXPIRES: November 17, 2016 Bonded Thru Notary Public Underwriters RFP13001 - Land scaping_Land Mai nt_Mowing 29 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that 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. (Attach additional sheets, if necessary) There have been- 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated February 6, 2013 No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any 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. RFP13001 _Landscaping_LandMaint_Mowing 17 23. 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. Pl Pase s^PP a co mpletQ list Lf ecltliPment ljndQr Tah I Prn�Ar"t F. L1j PMenf 24. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELEPHONE NUMBER/EMAIL ADDRESS /NAME OF CONTACT, ETC (attach additional sheets if necessary). Please sge _r f r n s and r .f rral 1 et undpr Tab 1 Experience and References Have you any similar work in pprogress at this time? Yes x No _ Length of time in business years months. Bank or other financial references: See under Tab 4 Price Proposal RFP13001 _Landscaping_LandMaint_Mowing 18 CREDIT REFERENCES Firm Name: ValleyCrest Landscape Maintenance, Inc. Address: 24151 Ventura Boulevard Calabasas, CA 91302 Phone: (818) 223 -8500 Date Incorporated: April 30, 1970 Principal: Roger Zino, President 24121 Ventura Boulevard Calabasas, CA 91302 Type of Business: Landscape Maintenance Date Started: (Parent company started in 1949) Own /Rent Building: Own Bank: Bank of America 800 5th Avenue Seattle, WA 98104 -3185 Fax # (206) 585 -5454 Name on Account - ValleyCrest Companies General Account #: 14591 -26396 Dun & Bradstreet #: 06- 625 -4509 Trade References: Velotta Uniform Sales 820 E. 70 St. Cleveland, OH 44103 (216) 621 -4900 Hilton Garden Inn 24150 Park Sorrento Calabasas, CA 91302 (818) 591 -2300 Columbia Business Forms 1493 N. Montabello Blvd. Suite 202 Montabello, CA 90640 (323) 721 -7942 Rev. 2/11/13 `�, VALLEYCREST LANDSCAPE MAINTENANCE, INC. a Colorado corporation Company: 325 Directors .................................................................... ............................... Richard A. Sperber ........................................................................................... ............................... Roger J. Zino Officers Chief Executive Officer and President ................................ ............................... Roger J. Zino Senior Vice President .................................................... ............................... David L. Hanson VicePresident .................................................................. ............................... Karen M. Klein Secretary and Treasurer ................................................ ............................... Anthony Garruto Vice President, Assistant Secretary and Assistant Treasurer ............................ Eric J. Rosen Vice President, Assistant Secretary and Assistant Treasurer .......................... Marc R. Lisker Vice President, Assistant Secretary and Assistant Treasurer ........................ Marcello Liguori Date of Incorporation ..................................................... ............................... January 3, 1972 COState I.D. Number ......................................................... ............................... 082112.00 -0 CO Corporate I.D. Number ............................................... ............................... 19871251562 FederalI.D. Number ............................................................. ............................... 84- 0617653 VALLEYCREST LANDSCAPE MAINTENANCE, INC. a Florida corporation Company: 350 Directors .................................................................... ............................... Richard A. Sperber ........................................................................................... ............................... Roger J. Zino Officers Chief Executive Officer and President ................................ ............................... Roger J. Zino Senior Vice President and Assistant Secretary ................. ............................Gary L. Tungate VicePresident ............................................................. ............................... John P. Anderson Vice President ............................................................ ............................... Larry D. Blackburn VicePresident ........................................................... ............................... Brandon R. Bryson Vice President ......................................................... ............................... Charles L. Gonzalez VicePresident ................................................................. ............................... Ray P. Keenan VicePresident .................................................................. ............................... Karen M. Klein VicePresident ............................................................ ............................... Barry C. Troutman VicePresident ................................................................. ............................... Keith F. Wilson Secretary and Treasurer ............................................... ............................... Anthony Garruto Vice President, Assistant Secretary and Assistant Treasurer ............................ Eric J. Rosen Vice President, Assistant Secretary and Assistant Treasurer .......................... Marc R. Lisker Vice President, Assistant Secretary and Assistant Treasurer ........................ Marcello Liguori Date of Incorporation ................................................ ............................... December 15, 1988 FL State Corporation Number .................................................... ............................... K51636 FederalI.D. Number ............................................................. ............................... 95- 4194223 Revised November 2012 Page 11 of 16 �® DATE (MM/DD/YY) CERTIFICATE OF LIABILITY INSURANCE , 04/01/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 'PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and anditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Alliant Insurance Services, Inc. NAME: 333 South Hope Street, Suite 3750 PHONE FAX Los Angeles CA 90071 (A/C No. Ext ): (213) 443 - 2440 (AlC, No): ..err INSURED ValleyCrest Landscape Maintenance 24151 Ventura Boulevard Calabasas, CA 91302 ADDRESS: INSR LTR INSURER(S) AFFORDING COVERAGE INSURER A: ACE American Insurance Company NA # INSURER B: ACE American Insurance Company INSURER C: ACE American Insurance Company INSURER D: X COMMERCIAL GENERAL UABIUTY CLAIMS MADE OCCUR HDO 624548375 04/0112012 04/01/2013 INSURER E: $1,000,000.00 $5,000.00 INSURER F: X CONTRACTUAL LIABILITY COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: rule re r NOTWITHSTANDING MAY LIMITS V „vJVRF vVC LIJICU t5rLVVV I BtEN 155UED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY EFFECTIVE POLICY EXPIRATION INSR WVD POLICY NUMBER DATE (MM/DD/YYYY) DATE (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000.00 X COMMERCIAL GENERAL UABIUTY CLAIMS MADE OCCUR HDO 624548375 04/0112012 04/01/2013 DAMAGE TO RENTED PREMISES Ea occurrence MED EXP An one person) (Any p ) $1,000,000.00 $5,000.00 A X CONTRACTUAL LIABILITY PERSONAL & ADV INJURY $1,000,000.00 X XCU HAZARD GENERAL AGGREGATE $2,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGO $2,000,000.00 POLICY X PROJECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa accident $2,000,000.00 X ANY AUTO ISA H086809DS 04/01/2012 04/01/2013 BODILY INJURY Per person B ALL OWNED SCHEDULEDAUTOS AUTOS BODILY INJURY (Per accident) HIREDAUTOS NON -OWNED AUTOS PROPERTY DAMAGE nn n Per accident UMBRELLA LIAB OCCUR EACH OCCURENCE EXCESS LIAB CLAIMS -MADE AGGREGATE DED RETENTION WORKERS' COMPENSATION AND C EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERlEXECUTIVE N OFFICER/MEMBEREXCLUDED? WLRC47006582 04/01/2012 04/01/2013 X WC STATU TORYLIMRS ER O E.L. EACH ACCIDENT $1,000,000.00 (Mandatory in NH) byes, describe Older DESCRIPTION OF OPERATIONS below E.L. DISEASE — EA EMPLOYEE $1,000,000.00 E.L. DISEASE — POLICY LIMIT $1,000,000.00 Other DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required). Policy Provisions include a 30 day cancellation notice. Proof of Current Insurance Coverages SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE SAMPLE INSURANCE CERTIFICATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I AUTHORIZED REPRESENTATIVE ,4e 7"vraaee Sew4w, %x. ACORD 25 (2010105) ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD `o V U/ O - V x P v s s a m m ' v c v t 3 m V 0 O h - Y a u V ' U1 h s f- `S Val IeyCrest Landscape Maintenance 4777 Old Winter Garden Road Orlando, Florida 32811 tel: 407.292.9600 fax: 407 291.4966 Vepartment of 21gricuiture anb Consumer berbiceg BUREAU OF ENTOMOLOGY & PEST CONTROL Date File No. Expires July 6, 2011 JB3490 May 31, 2012 THE PEST CONTROL FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: May 31, 2012 AT 4777 OLD WINTER GARDEN RD ORLANDO, FL 32811 VALLEYCREST LANDSCAPE MAINTENANCE Lawn and Ornamental 4777 OLD WINTER GARDEN RD ORLANDO, FL 32811 L ADAM I {. PUTNAM, COMMISSIONER STATE OF FLORIDA 711ewartment of £1griculture anb Congumcr babiag BUREAU OF ENTOMOLOGY & PEST CONTROL Date File No. Expires May 20, 2011 JF8006 June 1, 2012 THE CERTIFIED PEST CONTROL OPERATOR NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: June 1, 2012 KATHLEEN R DUBEL Lawn and Ornamental 3404 PAULETTE STREET APOPKA, FL 327I2 ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA Otpartntent of 0griculturt aub Congututr 4trbitx5 BUREAU OF ENTOMOLOGY & PEST CONTROL VALLEYCREST LANDSCAPE MAINTENANCE, INC 4777 OLD WINTER GARDEN RD PEST CONTROL FIRM JB3490 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING May 31, 2012 COhM ISSIONER BUREAU OF ENTOMOLOGY & PEST CONTROL 1203 GOVERNOR'S SQUARE BLVD, STE 300 TALLAHASSEE, FLORIDA 32301 v�� ValleyCrest Landscape Maintenance STATE OF FLORIDA Department of £1gritutturt anb Congumer Zerbims BUREAU OF ENTOMOLOGY & PEST CONTROL Date File No. Expires May 20, 2011 JF8006 June 1, 2012 THE CERTIFIED PEST CONTROL OPERATOR NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: June 1, 2012 KATHLEEN R DUB EL Lawn and Ornamental 3404 PAULETTE STREET APOPKA, FL 32712 ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA 3kpartment of Agriculture anb QCongumcr berbitcg BUREAU OF ENTOMOLOGY & PEST CONTROL KATHLEEN R DUBEL CERTIFIED PEST CONTROL OPERATOR JF8006 I PAID THE FEE REQUIRE BY C 482 FOR THE PERIOD PFRINQ June 1,2 2 Signature COMMISSIONER Wallet Card - Fold Here BUREAU OF ENTOMOLOGY & PEST CONTROL 1203 GOVERNOR'S SQUARE BLVD, STE 300 TALLAHASSEE, FLORIDA 32301 4777 Old Winter Garden Road Orlando, Florida 32811 let: 407.292.9600 fax: 407.291.4966 www. val leycrest.coni STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 1940 NORTH MONROE STREET .�'`�.. TALLAHASSEE FL 32399 -0783 LEATHERS, WILLIAM ARTHUR VALLEYCREST LANDSCAPE DEVELOPMENT INC 2102 STURBRIDGE CT WINTER SPRINGS FL 32708 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! CLO CA DETACH HERE MEN t ,: l )JAIL a, --.+� � # i SI kRT KAPP � AoO� L3 mca 'T( a X11 ` fi w __ _ f / fr )! . f r )' � 1 - J C 411 J Q 1 d .1����� LIEX 'N VCR AIR WSPLAY-ASPEQUIRED 6Y . � \ _ Q B C �kro C/3� \ M / < 0 b § «moo ;T, �2. ® \ § �H UD ( § co k koz CQ \ k2 am § 2 a § ° §\ %\ am / o $ k //R \/ Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: Xinne, legal staltus told addrlag) (Xame, legal sltrrus turd principal phice r jbuslirecti) Liberty Mutual Insurance Company ValleyCrest Landscape Maintenance, Inc. Interchange Corporate Center 4777 Old Winter Garden Road 450 Plymouth Road, Suite 400 This document has Important Orlando, FL 32811 Plymouth Meeting, PA 19462 legal consequences. Consultation Mailing Address for Notices with an attorney Is encouraged Liberty Mutual Insurance Company with respect to Its completion or OWNER: 330 N. Brand Blvd. modification. (Nance, 107alstatuscntdaddress) Glendale, CA 91203 Any singular reference to City of Ocoee Contractor, Surety, Owner or 150 N. Lakeshore Drive other party shall be considered Ocoee, FL 34761 -2258 plural where applicable. BOND AMOUNT: $ 1,000.00 -One Thousand and No /100 PROJECT: (Name, location or address and Project number, ljaf)J Landscaping, Landscape Maintenance and Mowing Services Ocoee, Florida Bid #RFP -13- 001 -0- 2013 /JT The Contractor and Surety arc bound to the O%vncr in ilia amount sct forth above. for the payment of which the Contractor and Surety bind themselves. their licirs, exectitors, administrators, successors and assigns, jointly and severally, as provided herein. Tito conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract vAth the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such Iarger amount for which the Owner may in good faith contract with another party to perlbnn the work cowered by said bid, then this obligation shall be null and void, otherwise to remain in lull lbrce and ellect. The Surely hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver ofnohce by the Surety shall not apply to any extension exceeding, Sixty (60) days in the aggregate beyond [lie time lbr acceptance or bids spe cifi ed in the bid d and the Owiler and Contractor shall Obtain th Surely's consent lot an extension beyond si xty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the temi Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project. any provision in this Bond conflicting %ilh said statutory or legal requirement shall be deemed deleted herel'nxn and provisions conibriiing to such statutory or other legal requirement shall be deemed incorpo waled herein. When so famished, the intent is that this Bond shall be construed as a Statutory bond and not as a common law• lxltid. Signed and scaled this 7th day of February, 2013 ri1'intess) 4 11 1 ) isa T orr on ValleyCrest Landscape Maintenance, Inc (P)Irrdpall J a (Sea /) o:�'�'� (Title) Liberty Mutual Insurance Company (5'urely) (.Saari) 1 By: ti (rifle) Maria Pena, Attorney -in -Fact "054/AS 0110 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ) ss County of Los Angeles ) On FEB 7 2013 , before me, Noemi Quiroz Notary Public, personally appeared Maria Pena , who proved to me on the basis of satisfactory evidence to be the persons) whose name{) is/ar-e subscribed to the within instrument and acknowledged to me that #e�she y executed the same in 4+s/her authorized capacity{+eo, and that by 44/her signatures) on the instrument the personks), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. NOENII QUl ,9Oz Commission # 1940525 Notary Public - California z z :��• z z Y� Los Angeles County My Comm. Expires Jun 26, 2015 (Seal) Signature: �.Noemi Quiroz, Notary P+lic THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5525175 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY Certificate No. KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint C. K. NAKAMURA; E. S. ALBRECHT, JR.; LISA L. THORNTON MARIA PENA; NOEMI OUIROZ ....................................... ............................... all of the city of LOS ANGELES , state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of August , 2012 cN a °r J L 7 � v � At! Ft Jr��v IPJS(t�s�pti "d5l.gayA �cgt3iAh/( e5q g :Lj �Ltf C4� 1 ? k YtsW oiv iE:ti pOECO2 STATE OF WASHINGTON COUNTY OF KING American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company By: Gregory W. Davenport, Assistant Secretary m On this 20th day of August , 2012 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and 5 2 Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being v > authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. v m IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. By: O -- KD Riley, Not Public This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance D Company, Liberty Mutual Insurance Company, WestAmerican Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ;t ar ARTICLE IV- OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject 5 s to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, Y acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective 5 to powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under 7 0 the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. e c ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, v seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorney -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies. is in full forre and affart and ham ant haan ravnkorf TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this t NN F)p� 6rA �KY INSU�� ��y iN3UAq � ��� kt ? EhI� Q' �CitPCRtr Y3 U er ��RP4g7,YF cRr+ `?.t � � / � ! St!./A.t'• q.� P 0 b a aC 1P �GQ17" °'y� tftAk�d tasslc sic` °r +ENE, a ���NGEG POA -AFCC, LMIC, OCIC, PIC 8 WAIC LMS 12873 041012 day of FEB 7 29 By: 44 David M. Carey, Assistant Secretary R N N m c N 3 c ca O vcn d W a " O. +o aM o� 3� O E a N O r w- O C d r av Mm y o �co tr ' ` N w co 0 Oo vT- o CID i ,L Carol kine maintenance ` inc. Q Full Service Contractors Since 1960 Submittal To: City of Ocoee Response To. Request for Proposal RFP# 13 -001 Landscaping, Landscape Maintenance and Mowing Services Submitted By: Carol Ding Landscape Maintenance, Inc. 7032 Old Cheney Highway Orlando, F132807 407- 275 -6200 7032 OLD CHENEY HIGHWAY -V ORLANDO, FL 32807 -6298 www.carolkingseapes.com N }A.n. NMw Grn.. (407) 275 -6200 FAX: (407) 273 -4348 Section I- Company Information Carol king Phone: (407) 275 -6200 maintenance inc. d J Fax: (407) 273 -4348 Full Ser vice Contractors Since 1960 www.carolkingscapes.com Carol King is a family owned and operated company. The three principals are Jerry, Bruce, and Randy Bachand. Along with a staff of dedicated professionals the family actively manages the company. Involved ownership gives us an advantage over our competitors in the areas of customer awareness, customer service and quality control. Currently in our fifty -third year of operation our dollar volume places us among the nation's most prominent landscape maintenance contractors. In Central Florida Carol King Landscape Maintenance, Inc. is one of the oldest and largest landscape management firms. With a staff of 140 year round employees and a variety of well trained seasonal workers, we have the knowledge and experience to provide a wide range of Green Industry Services. Our offerings include landscape maintenance, design/build landscape construction, landscape renovation, irrigation management, horticultural services and tree care /maintenance. We are proud of the many accolades we have received nationally. In 1998, Landscape Management Magazine selected Carol King as an "LM 100 ", one of the top 100 companies in the green industry, based on quality of service, availability of resources and accessibility of ownership to customers. The April 2004 issue of Lawn & Landscape Magazine did a feature story identifying Carol King as one of the most successful family run green industry companies in the nation. Since 2004 Carol King has been listed annually as one of the top 100 companies in the Nation in total dollar volume of work sold by the leading trade journals in our profession, Landscape Management Magazine and Lawn & Landscape. And most recently in 2009 we received two National safety awards from The Professional Landcare Network. Financial and historical business information about us may be obtained from our primary bank, Banco Poplar Bank of Florida (Lake Underhill Branch); our insurance agency, BB &T/ J. Rolfe Davis & Associates, Mark Holmes agent; our bonding company, Florida Surety Bonds, Dunn & Bradstreet and any number of industry trade associations, including the Professional Landcare Network, Florida Nursery Growers & Landscape Association and The Florida Irrigation Society. Additional information is available upon request, including business references, financial statements, etc. We invite your careful scrutiny of our company. Our reputation has been earned over fifty years and is a source of considerable pride. We are confident a thorough investigation will convince you of the value a relationship with Carol King will have. If you are interested in a local, family operated company with an unmatched history of stability, dependability and longevity please consider us! We look forward to further discussions, which might enable us to earn your business. Sin rely Y,06s, Chris Tocco Business Development Coordinator List of Key Individuals Responsible for the Work 1. Michael West — Operations Manger Responsible for scheduling the crews to perform the work, overseeing the account manger for the job, overseeing the work quality, communicating with the customer monthly to make sure everything is being handled. 2. Tim Dunagan — Account Manager Responsible for the day to day management of the entire job, directly overseeing the crews weekly, directly communicating with the customer, overseeing the work quality on a weekly basis, providing proposal to the customer. 3. Pete Skwyra — Irrigation Manager Responsible for scheduling the irrigation techs monthly to perform the irrigation inspections, overseeing any irrigation problems or issues, turning in monthly reports for the customer. Project Staffing Carol King employs three men crews to perform all of the maintenance services. The crews consist of a crew foreman, a lead man and a laborer. Depending upon the growing season we would utilize one or two of these crews to get all your weekly work done. In addition, we would send out mowing support for the City Hall complex to help mow the empty fields and the parks. These crews are made up of one or two -man crews that use larger riding mowers. Our irrigation department would assign one tech for the project that would inspect the systems at each location monthly. Michael T. West Jr Summary of Present Carol King Landscape Maintenance Orlando, Fl. qualifications Operations Manager ■ Responsible for the estimating, bidding sales for both external and internal customers. ■ Responsible for daily schedules and operations of Division. Manages 4 Account Managers and 9 Landscape crews. Professional 2008 -2010 Southern Turf experience Account Manager • Managed 27 crew members • Oversaw $1M in contracts • Managed landscape, irrigation and pest control techs 2004 -2008 The Brickman Group Orlando, FL Professional memberships Operations Manager • Managed 19 crew members • Responsible for hiring, training, scheduling • Oversaw $1.3M in contracts 1992 -2004 Landscape Crew Member o Certified Pest Control Operator Lic# JF163808 References Are available and will be presented upon request 2908 S. Dean Road Orlando, Florida 32825 Phone 407 - 702 -5922 E -mail twobuzy @aol.com Tim Dunagan ■ Managed multiple crews. Summary of ■ Managed scheduling of crew routes on a conservative basis. qualifications ■ Manager billing, invoicing, accounts receivables and all office skills. ■ Managed vehicle and equipment preventative maintenance. ■ Managed bidding and proposals. ■ Managed hiring and firing of employees. ■ Managed training and safety issues of all employees. Education 1977 -1980 Boone High School Orlando, Florida 1980 - Present Multiple safety courses, management courses, military weapons courses, range safety courses, human relations courses, leadership courses, NCO courses, inventory management courses, and many other non - related courses. Professional 2005- Present Carol King Landscape Maint. Orlando, Florida experience Account Manager Responsibilities included but are not limited to handling numerous crews, properties, safety instruction, vehicle maintenance, both internal and external customer communications. 1987 -2005 Orlando Executive Landscaping Orlando, Florida Manager Handled crew management, route schedules, hiring, training, bidding, public relations, invoicing /accounts receivables, quality control, and Vehicle and equipment preventative maintenance. 1989 -1996 Walt Disney World Western Show Orlando, Florida Stuntman /Show Manager Managed and performed in stunt shows, handled show quality, training And scheduling. 1984 -1988 Lockheed / Martin Aerospace Orlando, Florida Managed second shift expediting for Copperhead Missile program. In charge of expediting war heads and control sections through manufacturing Objective To be involved in a well organized, established team where I can share my knowledge and experience. Peter Skwyra Summary of 2000- Present Carol King Landscape Maintenance Orlando, Fl. qualifications Irrigation Manager • Responsible for the estimating, bidding sales for both external and internal customers. • Responsible for daily schedules and operations of Division. • Responsible for inventory in the Irrigation Division. Professional 1996 -2000 Complete Irrigation Warwick, RI experience Irrigation Foreman • Handled day to day schedules for my Irrigation Team. • Resolved issues with my team that Professional ♦ Backflow Prevention Tester Certificate number A03 -07 -6575 memberships ♦ Orange County Irrigation License 1812 - 0589094 ♦ Osceola Count Irrigation License 33558 ♦ Irrigation License IS0000310 ♦ FIS Certified Irrigation Auditor References Are available and will be presented upon request COMPANY LICENSES AND CERTIFICATIONS HELD • State of Florida Certified Pest Control Operators: • License as Dealer in Agricultural Products: • Peter Skwyra, Card Holder Licensed Irrigation Contractors: • State Certified Back Flow Contractor Pete Skwyra: • Bruce Bachand - Florida Certified Landscape Contractor: • Randy Bachand — ISA Certified Arborist: • Randy Bachand — FNGLA Certified Horticulture Professional: i Bruce Bachand — Certified Pest Control Operator: #3774 #69411 -2 #IS000310 #A03 -07 -6575 #C66 -227 #FL -5575A #5586 • Professional Landcare Network — Certified Landscape Professional � State of Florida - =_ Department of Agriculture and Consumer Services Division of Marketing and Development /Bureau of License and Bond Issue Date: 11/27/2012 850- 488 -4101 Fee Amt Paid: $300 e � eou we Tallahassee, Florida FEIN: 59- 1755597 POST LICENSE License as Dealer in Agriculture Products Effective Date: 1 211112012 CONSPICUOUSLY GOOD FOR ONE LOCATION This license is issued under authority of Section 604.15- 604.34, Florida Statutes, to: License # 69411 - 8 CAROL KING LANDSCAPE MAINTENANCE, INC. DBA: CAROL KING LANDSCAPE MAINTENANCE, INC. 7032 OLD CHENEY HWY OR LAN D O, FL32807 -6218 Commodity Code: 11 1 Bonding Company: MERCHANTS BONDING CO. (MUTUAL) Bond Amount: $72,000 Field Representatives: TIFFANY OGLETREE ADAM H. PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the dealer in agricultural products whose name and address are shown above, has paid the required fee and has made an approved surety bond to the Commissioner of Agriculture as required by Sections 604.15- 604.34, Florida Statutes, and is hereby granted this license as Dealer in Agricultural Products as defined in Section 604.15, Florida Statutes. This license is for a one year period. / \ ) \ CT \ @ rD \ \ 0 / 0-MZ \ ? /(§ m m gy m §§ m §z_ g -<j§ { = m \ \ § M G j \0 \} m 3 E rD \ d /X r , 0 \ D z < & e x ƒ 0 3 0 \ ,0 m 00 /} i G \$ O e =\� ¥ _ k / \) O rD �{� m m }- § k %[ r - 0 %® c \ �® :$_ m � \ - @ \ m °) cn Cl Q Ej = CD M \ �§ \x m ° L X 3 ®$ /m m ; & 0 n � 3 m CL r- +J CL r 0 %$ JD O / r § / (D 3 . 0 & 0 OD \C / \\ «� \\ \- -- ® 0 0 2. /� §/G /$/ §o/ §k/ Io � CD /E S\? m/f § \/\ e ~ k o = e � \ % E $$ w b / / \k e GGk \ 0 / 0-MZ \ ? /(§ m m gy m §§ m §z_ g -<j§ { = m \ \ § M G j \0 \} m 3 E rD \ d /X r , 0 \ D z < & e x ƒ 0 3 0 \ ,0 m 00 /} i G \$ O e =\� ¥ _ k / \) O rD �{� m m }- § k %[ r - 0 %® c \ �® :$_ m � \ - @ \ m °) cn Cl Q Ej = CD M \ �§ \x m ° L X 3 ®$ /m m ; & 0 n � 3 m CL r- +J CL r 0 %$ JD O / r § / (D 3 . 0 & 0 OD \C / \\ «� \\ \- -- ® 0 0 2. /� a s- § zo ? \ \] \ /=§G m 222\ m OD C / w=�\ \ / j ET � \M \ 0 \ > \\ O $ §* 0 6 ! §§ j \\ b j _2 x � \ \ m \a = ° 0 � z \8 O' / I / r' �< O (D ID m m \- - % k A( r 0 %e \ ;0 rD E / 7J �ET @i \ o 0 ( : \ � CD §) c —a, @ �. §E* m 3L cn cn 0 / \CD ƒ �/ ., \ /g am , \/ CL \k . \� � / � k ƒ (D \ � \\ & 0 R � 2¥ /, c /ƒ \�_: -- I O E 2.� \� % � . �� \\\ �o \z� � �\ S\? § o/\ e/« e ~ k \ G 2 > / $ m $$ b \ 88G a s- § zo ? \ \] \ /=§G m 222\ m OD C / w=�\ \ / j ET � \M \ 0 \ > \\ O $ §* 0 6 ! §§ j \\ b j _2 x � \ \ m \a = ° 0 � z \8 O' / I / r' �< O (D ID m m \- - % k A( r 0 %e \ ;0 rD E / 7J �ET @i \ o 0 ( : \ � CD §) c —a, @ �. §E* m 3L cn cn 0 / \CD ƒ �/ ., \ /g am , \/ CL \k . \� � / � k ƒ (D \ � \\ & 0 R � 2¥ /, c /ƒ \�_: -- I O E 2.� \� % � . 3 (D M 0 rD CL 0, rD rD a S x x n 0 CD O Ca O�DO D ON D<�D 0 ;u0 r�;ur Q O cl po Z D � o 0 r m�CX C/) p D wZ D C) E5 Cl) �= m � O •--I w w m J= 4 0 .p T m �Itn p� fn o cn cn N 0 0 0 0 p O O O O O O O O N Oomn w z OD O r D ooZ z O O r =m0 `m m;u z C :) J N C � D ou m m z 0 -� m =o n 0 0 To rn o N S n ) I o G N N `r z o Y _ X !D Q m a _ D X „ a v a 0 ° Y O 1 3 ° — m o 0 to Z Z m ° r 177 N O O S � � {� O U7 C C O O O S O O Nd r 5 :3 � 11 0 rD 0 3 s Cr ID m m �R — X Wa � ox r O —� O c N m M � -o a �• < a CD Oo CD c � C x N m n_ �� o' 0 , 00 O �a v 0 M _ a 7 F Ju N CL W r•F a� 0 CL O n 0 a - rD C C 1 O 3 6 r O r ,O (Q CD o o U) Q O 1 r l r / � O S rD w TI � s CY) a O a M O ^• !D D C ° w - ITT: -I OXD�vO C) ON x0r D<DD w ! p rp�r 0 < 0 C) 0n m�OD 0 Om �U) z wZ DD CO c (D O •--I n m J= 4 m T m w � o � D ;' Z m v� o al c�i, poop z D N O O O p O O O O Z n N m ffl Ol O 0 0 s m . r O m m w QJpOC� W 0 Z IS X OD D ooz z 0 0Z O rr-- =mom m wz� pi z o J NG y C -p m z 0 a — D J � FD• 7 -” N VI 0 rD 3 X � r ID Q * m m X W Qa n o O 00 CD 0 01 CD a 0 N _ O O ! O Lo C C S O Ln rD 0 `° 0 0 w T ox n, W �7 3 c.N m�� fn ° ° �• < a CD (Da N OO N N m a w I CD �a n m = C 5 N N Q. W C 3 r rD O� O a m� c O r) ! O rD La co a CD 0 w o O O O O f Q � O rD d � 3 vp O O. "S O ^•1 �r STATE OF FLORIDA Otpartment of Sgricu[ture anb Consumer acrbice5 BUREAU OF ENTOMOLOGY & PEST CONTROL Date File No. Expires May 29, 2012 JF5586 June'l, 2013 THE CERTIFIED PEST CONTROL OPERATOR NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: June 1, 2013 BRUCE GERALD BACHAND Lavern and Ornamental 7237 BLACK BULL LANE ORLANDO, FL 32835 ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA department of 0gricutture anb ((Consumer .6erbice5 BUREAU OF ENTOMOLOGY & PEST CONTROL Date File No. Expires December 3, 2012 JB3774 December 31, 2013 THE PEST CONTROL FIRM_NAMED BELOW- -HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: December 31, 2013 AT 7032 OLD CHENEY.-HIGHWAY ORLANDO, FL 328Q7 -6200 - CAROL KING LANDSCAPE MAINT INC Lawn and Ornamental 7032 OLD CHENEY HIGHWAY ORLANDO, FL 32807 -6200_ ADAM H. PUTNAM, COMMISSIONER STATE OF FLORIDA i of Z(gricufture, anb Cotl5umer Strbire5 BUREAU OF ENTOMOLOGY do PEST CONTROL CAROL KING LANDSCAPE MAINT INC 7032 OLD CHENEY HIGIiWAY PEST CONTROL FIRM JB3774 HAS PAID THE FEE REQUIRED BY CHAPTER 482• FOR THE PERIOD EXPIRING December M, 2013 Signature COMMISSIONER Wallet Card - Fold Here BUREAU OF ENTOMOLOGY & PEST CONTROL 3125 CONNER BLVD, SUITE N TALLAHASSEE, FLORIDA 32399 -1650 - -------------- OW (D / V �" 1 =�� '� .,e- ,, = •t 6-n � s�K ,s K` t t6 r�'.r.r.r �r 6 6` - � �. �� �• --h CD CD (D 0 k�J (D rD uj I I Y � ��• n � I �� _ � _ • . A, CD v 0 0 Z I i rD' rD =1 ' � it _ 1 � +. r-r; � � n � � ' �f - 1 0 CD (b 0 lb 9- (D (D (D W 0 0 Ln U) U) (D m m 0 00 N Q V) _ n CD 0 U CD _ _ 0' O C) 3 CD CD O _ 0 � � C N rt O n (V O O -I 0 O 7 e n l 1 r z n rn r rD z A 1 O oo, N i m z 4 n' m W Zzi � rn V n (V O -I 0 O 7 e n l 1 r z W (V -I 0 n z V 6.1 rn : Z � o \ RO C- U) n o � � O N n. N � J r-t O m -�` m 7v m z r) m --I 70 C a �Ir L- m � ( N � O N O O V Eritlfi l o- n Q O r) 0 c t D T ^ 4 (D CD N n N N Q n r C� K" MN C n =r %I . I W, CD CL- Cl- CD Q 0 S.1 �•J m c� '7 �IDUO1SS tY' r.. U. O r' M Or co b o co rt CTI o (31 CS D r t - n o o a � t � T rp � O `° 41 m U g C m P G N O CO E ;7 N O CC) r-r CD 0 O C W CD C O D -, L C W N � N CD (D o ■ c C: o o co C7 Q N CD � m C C O �. CD CL O C/) CL (� 3 v v �_ p C (D M r+ 0 n `< n v (D (D CD Q W CD �- :3 3 CD CD �_, t O 3 O 0 X 3 0 a 0 �--r n 'a C) Q1 o : 0 a1 C ■� ■ n A) - h �• 0 CD W v� o t CD �. < -� w 0 0 0 C r N Q Q o - � T Q Z Q H Z' m a� ID � mm 0 ti n CD 0 �o O� O V w O O w M M 5 z M O m �y r CL n 0 i 0 n , O NSA CD CT O r rnrn 'r' (D a z =q m Z D Z A m z A n a 0 r z G) z v n a rn j O a ^* O � zi `t Q � Q r ) j Q (D j O ;o n O' �o 4� l n OWNED EQUIPMENT LIST CAROL KING LANDSCAPE MAINTENANCE, INC. 35 — 48" Walk Behind Mowers - Years 2004 — 2011 Lesco Mowers 17 — 52" Stand -On Mowers — Years 2003- 2010 John Deere and Wright Stander 9 — 36" Walk Behind Mowers — Years 2003 — 2010 Lesco Mowers 14 — 72" Zero Turn rotary mowers — Years 2003 — 2011 Lazer and John Deere 8 — 60" Zero Turn rotary mowers— Years 2004 — 2011 Lazer and John Deere 6 — 52" Zero Turn rotary mowers — Years 2005 — 2011 Lazer and John Deere 2 — 72" Eleven Blade Reel Type Riding Mowers — Years 2004, 2006 2 — 24" Walk Behind Reel Mowers — Years 2007 20 — 21" Push Mowers — Years 2009 - 2010 1 — 10.5' Bat Wing Tractor — Year 2005 1 — 12' Bat Wing Tractor — Year 2011 2 — 6' Bush Hogs — Years 2000 377 — Pieces Misc. 2 —cycle power equipment (blowers, hedge shears, edger's, string trimmers (weed eaters), etc — Years 2008 — 2011 Mostly Stihl some Husqvarna 77 — Various Trucks Including six dump type one ton or greater and twenty -nine pick -up '/z ton or greater — Years 2000 - 2011 41 — Various Equipment Trailers minimum 5' x 10' — Years 1999 - 2010 6 — Chemical Spray Rigs including 1 18' boom sprayer — Years 1999 - 2008 1 — 5' Core Aerator — Lesco Pull Behind — Year 2005 1 — 48" Slice Blade Aerator — Year 2003 1600 — Gallon Water Truck — Year 1994 500 — Gallon Water Trailer — Year 2005 9 — Utility Vehicles — Years 2004 - 2008 2 — Trenchers — Years 2002, 2006 2 — Front End Loaders — Years 1999, 2001 3 — Skid Steer Tractors — Years 1999 - 2007 1 — Power Roller — Year 1999 1 — 48" Verticutter — Year 2005 1 — Tiller — Year 2000 29 — 3 to 4 gal. Back Pac Herbicide Sprayers 2 — Chipper Box Trucks — Years 2000, 2005 3 — 4" to 18" Capacity Chippers — Years 2000 - 2010 2 — Aerial Bucket Lifts 27' to 45' — Years 2000, 2006 1 — Hydraulic Tree Auger — Year 2006 2 — Tree Booms — Year 2002 3 — Pallet Forks — Years 2001 - 2004 2 — Hydraulic grapples — Years 2004, 2008 Section 2- Company Experience /references Carol King Landscape Maintenance, Inc. Client Reference List for City of Ocoee Orange County Parks & Recreation Contact: John Robb Phone #: 407 - 254 -9324 Email: john.robbgocfl.net Contract Duration: Over 20 yrs Plaza International — DBC -PI Development Contact: Herb VonKluge Phone #: 407 -351 -1717 Email: hvk@brooksville.biz Contract Duration: Over 20 yrs O.U.C. Contact: Thomas Johnson Phone #: 407 -434 -4030 Email: tiohnson@ouc.com Contract Duration: 5 yrs Carol King Landscape Maintenance, Inc. Current Project Reference List for City of Ocoee City of Winter Park Contact: Norm Brown Phone #: 407 -599 -3252 Email: nbrowngcityofwinterpark.org Contract Description: We provide mowing and landscape services for their two cemeteries Pineywood and Palm. Pineywood is located at 1900 S. Lakemont Ave. and Palm is located at the corner of New York and Webster. We do all the mowing, edging, string trimming, hedge trimming and blowing off in and around the entire property including the headstones. Project is currently on- going. Seminole County Parks and Leisure Services Contact: Bill Pandos Phone #: 407 - 665 -2176 Email: wpandoskseminolecountyfl.gov Contract Description: We provide mowing and landscape services for various trails and trailhead parks throughout all of Seminole County. Service includes mowing, edging, string trimming, bed detail, trash/litter removal, fertilizing shrubs and herbicide application. Project is currently on- going. Myrtle Creek Development District Contact: Dave Entler Phone #: 407 - 463 -2270 Email: dentlerglakenona.com Contract Description: We provide mowing and landscape services 52 weeks per year which includes both right -of -way and medians on Lake Nona Boulevard. The section we maintain starts at Narcoossee road and ends just before the 417 overpass. We do all the mowing, edging, string trimming, bed detail, trash/litter removal, fertilization of turf and shrubs, weed and pest control, monthly irrigation inspections and repairs, herbicide application, annual installation, tree trimming, mulching and landscape installation. Project is currently on- going. Section 3- Price Proposal EXHIBIT "C" PRICE PROPOSAL FORM (Revised in Addendum #1) RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES Firm Name Carol King Landscape Mai-nt., Inc. Prepared By: Chris Tocco RFP13001_Landscaping_LandMaint Mowing 28 Location Location Operations Annual Cost Number Per Location 1 Fire Station 25, 663 S. Bluford Ave. Landscape $11,803.50 2 Fire Station 26, 1500 N. Clarke Rd. Landscape $ 3,681.00 3 Fire Station 39, 2500 S. Maguire Rd. Landscape $ 3,681.00 4 City Hall Complex, 150 N. Lakeshore Dr.: City Hail, West Annex, Community Center, Maguire House, POWER Park, Bill Breeze Park, Starke Lake Park extending south to Lafayette St. Landscape $29,848.00 5 Health Center, 17 E. Oakland Ave., including grassed parking lot along Bluford Ave. Landscape $ 3,501.00 6 Ocoee Cemetery, 368 E. Geneva St. Landscape $16,074.00 7 Clarke Rd. Medians, SR 50 to AD Mims Rd. Landscape $27,288.00 8 Maguire Rd. Medians, Jordan Rose Ave. to Turnpike Bridge Landscape $12,924.00 9 Silver Star Rd. Medians, Olympus Dr. to Woodhaven Ct. Landscape $ 8,122.50 10 Ocoee Crown Point Rd. Medians, southern terminus at High School to Westyn Bay Blvd. Landscape $ 9,963.00 11 Old Winter Garden Rd. Medians, Maguire Rd. to Hempel Ave. Landscape $ 5,796.00 12 McKey St. Streetscape, Kissimmee Ave. to Bluford Ave. Landscape $ 5,436.00 13 Blackwood Ave., Medians, Old Winter Garden Rd. to SR 50 Landscape $ 2,898.00 14 Palm Park, 529 Palm Drive Landscape $ 8,037.00 15 Ocoee Police Station, 646 Ocoee Commerce Parkway Landscape $ 6,642.00 Proposed Total Annual Cost: $ 155,695.00 Firm Name Carol King Landscape Mai-nt., Inc. Prepared By: Chris Tocco RFP13001_Landscaping_LandMaint Mowing 28 RFP #13 -001 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. Carol King Landscape Maintenance, Inc. 407-275-620D COMPANY NAME AU ED S ATURE ( ual) Bruce Bachand, Vice President NAME /TITLE (PLEASE PRINT) TELEPHONE (INCLUDE AREA CODE) 407-273-4348 FAX (INCLUDE AREA CODE) info@carolkingscapes.com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: 7032 Old (money Hwy. STREET ADDRESS Orlando, FL 32807 CITY STATE ZIP FEDERAL ID # 59- 1755597 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this 11th day of February , 2013 Personally Known - or Produced Identification Notary Public - State of Florida (Type of Identification) County of Orange I E RA - Sijnafure of otary Publi4i 1L F. WHAND NorARr Pvauc - STATE of FI NWA COMMISSION # EED02672 EXPIRES &21/2014 Printed, Typed or Stampe om IMHA Name of Notary Public RFP13001 _Landscaping_LandMaint_Mowing 29 Section 4- Other Required Content 20. SUMMARY OF LITIGATION: 21 22 Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that 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. (Attach additional sheets, if necessary) N / A ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. 1 Dated No. Dated No. Dated February 6, 2013 LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: N / A (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any 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. RFP13001_Landscaping_LandMaint Mowing 17 23. 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. See Attached 24. REFERENCEWEXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELEPHONE NUMBER /EMAIL ADDRESS /NAME OF CONTACT, ETC (attach additional sheets if necessary). See Attached Have you any similar work in progress at this time? Yes X No Length of time in business 53 years months. Bank or other financial references: Regions Bank Luis Carlos Daughtery 407- 314 -9728 RFP13001 _Landscaping_LandMaint_Mowing 18 If awarded the contract, the performance bond will be issued on an annually renewable basis. Non - renewal by the surety does not constitute default. THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart 0 A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS that we Carol King Landscape Maintenance, Inc. (Here insert full name and address or legal title of Contractor) 7032 Old Cheney Highway, Orlando, FL 32807 -6298 as Principal, hereinafter called the Principal, and Merchants Bonding Company (Here insert full name and address or legal title of Surety) 2100 Fleur Drive, Des Moines, IA 50321 -1158 a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N. Lakeshore Drive, Ocoee, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of One Thousand Dollars and 00/100 - - -- Dollars ($ - -- $1,000 - -- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) RFP -13- 001 -0- 2013 /3T, Landscaping, Landscape Maintenance, and Mowing Services, NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed thi 12th day of February 2013 Carol King Landscap aintenanca, Iryc. c� (Seal) �-- r'' r(Titl e) ZVicoPr (Witness) 0�' Ce Bachand erl t C Merchants Bonding Company 1 (Sure (Seal) (Witness) J 0"�_ ® a f (Title) Gloria A. Richards, Attorney -in -Fact and Florida Licensed Resident Agent AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 0 Printed on Recycled Paper 9/93 MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint, individually, Jeffrey W. Reich, Susan L. Reich, Teresa L. Durham, Kim E. Niv, Leslie M. Donahue, Patricia L. Slaughter, Don Bramlage, Gloria A. Richards, Lisa Roseland, Cheryl Foley of Maitland and State of Florida their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -In -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this Instrument to be signed and sealed this 12th day of January , 2012 . STATE OF IOWA COUNTY OF POLK ss. ,0` 4 1004 �`•; 2C43 f.n A' ;�O.oRPOq • •y y 1933 b c; MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By 774— President On this 12th day of January 1 2012 before me appeared Larry Taylor, tome personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT It Commission Number 770312 �.• ' My Commission Expires ° October 28, 2014 JL Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of February I . 2013 POA 0014 (11/11) 11 444N 4X- 0 tt: ` .gip ?O\� p AA �O9'• • h • y 1933 • J •ham/• Secretary CAROKIN -01 CLEWIS ,acoRn CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDYYYY]1 1 413012012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer-rights to the certificate holder In lieu of such endorsement(s). PRODUCER License # L069586 NAME CT PHONE (407) 869 -4200 AIC No): (407) 862 -7656 Afc Ex Morse Insurance Agency, Inc 1000 Wekiva Springs Road E-WRIL Longwood, FL 32779 ADDRESS: INSURER($) AFFORDING COVERAGE NAIC $ 1,000,000 INSURERA:Allied P&C /Nationwide Ins 42579 HIED FRCP (Any one person) INSURED INSURERB:Guarantee Insurance Company $ 1,000,000 INSURERC: Contractuall-lability Carol King Landscape Maintenance Inc. Maintenance Inc. 7032 Old Cheney Highway INSURERD PRODUCTS- COMP/OP AGG $ 2,000,000 COMBINED Ea accident SI NGLE LIMIT Orlando, FL 32807 INSURERE: $ BODILY INJURY (Per accident) $ - M:R=TY DAMAGE Per accident) INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTOTHE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIYYY MIDDIYYYY LIMITS A A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X XCU Included GLP05904721566 BAPC5904721566 11/30/2011 11/30/2011 11/30/2012 11/30/2012 EACH OCCURRENCE $ 1,000,000 PREMISES Eaoccurrence $ 100,000 HIED FRCP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 X Contractuall-lability GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY XC7 LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X HIREDAUTOS X AUTOSED PRODUCTS- COMP/OP AGG $ 2,000,000 COMBINED Ea accident SI NGLE LIMIT $ $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ - M:R=TY DAMAGE Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CAP5904721566 11/30/2011 11/30/2012 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVEYa OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 351- 0788 -112 4/30/2012 4/30/2013 X TORYLI O ER E.L. EACH ACCIDENT 500 000 $ , E.L. DISEASE -EA EMPLOYEE 500 000 $ , E.L. DISEASE - POLICYLIM IT $ 500,000 A Leased /Rented Equip. CIMP5904721566 11/30/2011 11/30/2012 Lsd /Rntd 100,000 DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) FOR INFORMATION ONLY P`GO-n C,/"ATC un] r1Co CANCELLATION Carol King Landscape Maintenance Inc 7032 Old Cheney Hwy Orlando, FL 32807 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE W I VOO-GU -U /1t %Jf%LJ r.,, .... -. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD l` cc OF CENTRAL FL OR I DA, INC. Landscaping, Landscape Maintenance, and Mowing Services for: . Of'Go ve - 0. ' mom I ON & Florida THE CITY OF OCOEE REQUEST FOR PROPOSALS RFP #13 -001 C/O City of Ocoee Finance Department /Purchasing 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 Prepared By: Kevin Campbell Kevin @groundtek.com 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 OF CENTRAL FLORIDA, INC. February 8, 2013 City of Ocoee Finance Department/ Purchasing Attn: Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 RE: Landscaping, Landscape Maintenance, and Mowing Services Dear Mrs. Tolbert, Thank you for the opportunity for Groundtek of Central Florida, LLC. to submit the attached proposal for all of your lawn care and Grounds Maintenance needs. This proposal will ensure all of your grounds maintenance needs will be met in a timely and professional manner. I will be serving as your main point of contact. I have been involved in landscape management for over 18 years and do everything to keep the best interests of you and your employees, visitors, and residents in mind. I look forward to possibly doing business with you and The City of Ocoee. I know Groundtek wil' serve as good stewards for your property. Beyond being a drug free work place, we are also a Tobacco free work place. Also because of our work for Defense Contractors, all of our employees go thru a thorough back ground check prior to employment. We also have a schedule of weekly and monthly safety meetings. All employees are uniformed and easily recognizable. Our company has been headquartered within the city limits since 1992 and the city is home to our ownership and many of our employees. I would be happy to meet with you and /or any of the members of the evaluation committee to answer any questions you may have. Respectfully Submitted, s6eV'4 - # 4,%5. &6*j*-tW Kevin Campbell Business Development / Management Mobile: (321) 388 -7731 Kevin @Groundtek.com 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 OF CENTRAL FLORIDA. INC. STATEMENT OF EXPERIENCE Founded in 1987, our family owned and operated full - service company is built upon commitment to our clients and a dedication to quality performance. This means we spare no effort in meeting your needs and requirements — from site preparation, to irrigation installation and maintenance, landscape design and installation, pest control and fertilization and complete landscape management. Lockheed Martin Information Systems- Orlando Facilities Since 1991 we have maintained the Lockheed Martin Information Systems properties at the East facilities location This is a large contract of all types of grounds maintenance, such as large acreage mowing, finish mowing, edging fertilization, pest control, installation of beautiful flower- beds, tree care and trimming, daily litter policing, trash removal and disposal, mulch installation and of course irrigation. This location has become a high profile flagship office and development complex for Lockheed Martin in Orlando. Lockheed Martin Fire Missile Control — West Facilities Since 1991 until Spring of 2010 we have also maintained all landscaping needs for this property, this is also a very large project formerly exceeding 2500 acres. We maintained all the landscape such as finish mowing, fertilization, pest control, and irrigation, Tree and shrub trimming and installation of flowerbeds to achieve a well manicured look to the buildings. This location added a new research and development multi story office complex for which Groundtek provided all landscape maintenance. Groundtek of Central Florida also holds various contracts for services with Orange County, Lake County, Osceola County, City of Orlando, City of Winter Park, City of Altamonte Springs, City of Maitland, The Central Florida Regional Transportation Authority, and The Florida Department of Transportation. We also serve many private Property Owners Associations, Town Home Associations, as well as grounds maintenance services for complete communities over 250 homes. For the past twenty four years we have provided our full range of services to various large governmental contracts and as well as private customers. We have an excellent track record and plan to continue to grow and provide the best service possible to all of our customers regardless of the size of the project. We are proud of the fine reputation we have earned at Groundtek in the past 25 years, and we continually work hard to maintain the respect and trust of the customers we serve. 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 OF CENTRAL FLORIOA, INC. Key Personnel George Bori as President and CEO is actively involved in the daily operations assuring the high integrity and values he has established are carried consistently throughout the company. At a young age for over eight years George was the Farm Manager in full charge of 138 acres of orchards. In 1987, after moving to Florida, and in desperate need to find suitable employment to support his wife and 5 children, he developed a landscape services company without any financial backing (Bori Enterprises). Three years later his brother's company, Central Florida Excavating merged with Bori Enterprises to form Groundtek of Central, FL. Inc. George Bori has performed all duties from management, to procurement of contracts, equipment maintenance and repairs, and quality control to ensure customer satisfaction. He has managed subcontractors to perform other work in construction jobs, such as lighting /electrical, road repair, concrete repair, fence installations and repairs, small building construction and a diverse list of other miscellaneous work, from site development, to total job completion. George has an extensive knowledge of the Horticulture and Landscape Industry. He holds a Florida State CPO license. He became an appointed member of the Horticulture Advisory committee for Orange County, Florida under the University of Florida Cooperative Extension Service, Celeste White extension agent. He is an innovator. He has conceived, prototyped and developed various types of equipment for the landscape industry, some currently being sold nationally. Some of this equipment includes a highly efficient and productive curb and roadside edger for large roadway contracts, a slope mower for steep inclines, a forced air ornamental plant sprayer for landscape beds along high speed roadways, and an ornamental grass mulcher to process the cord grass trimmings and other generated debris into usable mulch to go back into the landscape beds, With strong ability for fiscal restraints and conscientious financial management, George Bori runs the company with no significant debt and is always focused on providing the company's employees with the best possible equipment, work environment and other benefits. 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 ..'�•!.y Wiz:. OF CENTRAL FLORIOA. INC. Key Personnel Cont. Gregory Bori (Vice President and COO) — With over ten (10) years of progressive experience of management in the Landscape Industry and Asset Maintenance Contracts, Gregory has a solid background in preparing proposals, estimates and bids. He is a FNGLA Certified Landscape Contractor, Certified Arborist, Lawn and Ornamental Pest Control and is Advance MOT Certified. He started out preparing landscape designs and recommendations and then joined Groundtek in January 1997. He manages contracts, performs quality reviews for workmanship and contract compliance, and prepares bid packages, proposals and estimates for various cities, counties and the Florida Department of Transportation within the Central Florida area. Gregory has taken the lead role in management of the Turnpike contracts where Groundtek has responsibilities and has been involved in the turnover of construction contracts to maintenance. Gregory is an effective administrator and problem solver, with a sharp eye for detail and a full understanding of what a quality job entails. Kevin Campbell (Senior Contracts Manager Business Developer and Quality Manager (QM)) — Since joining Groundtek over three years ago, Kevin is involved with estimating, sales, and performs operation management duties, is the business developer and handles customer relations. Prior to joining Groundtek, he was an account manager for a world class golf community performing budget forecasting, operations management, development of team members, providing communication with property managers and sales. He has held other positions as sales manager, construction superintendent, and landscape maintenance manager for various firms and lead horticulturist with Universal Studios. Kevin Campbell is a very detail oriented, highly efficient manager and has a keen eye for safety issues and compliance. 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 OF CENTRAL FLORIDA, INC. REFERENCES Lockheed Martin Information Systems — East Contact: Freddie Pedroza Address: 12506 Lake Underhill —Mail Point 288 Orlando, Florida 32825 Telephone: (407) 306 -7555 Email: wilfredo.pedrosa @lmco.com Date of Completion: Ongoing since 1991 to present Contract amount: In excess of $350,000.00 per year. Job: Landscape Maintenance, Tree Trimming, Irrigation and Pest Control City of Orlando — Parks Department Contact: Alan Curran Address: 1206 W. Columbia Street Orlando, Florida 32805 Telephone: (407) 929 -6511 Email: alan.curran @cityoforlando.net Date of Completion: Ongoing since April to present Contract amount: In excess of $650,000.00 per year. Job: Landscape Maintenance, Tree Trimming, Irrigation Pest Control, and litter Removal City of Orlando — Recreation Department Contact: Michael Wilson Address: 595 North Primrose Drive Orlando, Florida 32803 Telephone: (321) 388 -6524 Email: michael.wilson @cityoforlando.net Date of Completion: Ongoing since October 2010 to present Contract amount: In excess of $395,000.00 per year. Job: Complete Athletic Field Maintenance, and Minor Park Maintenance Cumbrian Lakes Homeowners Association Contact: Theresa Sutherland Address: 3724 Cumbrian Lakes Drive Kissimmee, Florida 34746 Telephone: (407) 346 -2245 Email: theresa @sutherlandmanagement.com Date of Completion: Ongoing since August 2010 to present Contract amount: In excess of $185,000.00 per year. Job: Complete grounds maintenance of an over 250 home subdivision. Including the mowing, pest control, and irrigation of all homes and common areas. 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 OF CENTRAL FLORIDA, INC. Rosewood Homeowners Association Contact: Michelle Collier Address: 2884 South Osceola Avenue Orlando, Florida 32806 Telephone: (407) 782 -7043 Email: mcollier @worldofhomes.net Date of Completion: Ongoing since 2009 to present Contract amount: In excess of $41,000.00 per year. Job: Landscape Maintenance, Tree Trimming, Irrigation and Pest Control 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 February 6, 2013 City of Ocoee Finance Department /Purchasing Attention: Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 3761 RE: Landscaping, Landscape Maintenance, and Mowing— RFP #13 -001 Dear Mrs. Tolbert, It is a genuine pleasure and honor for me to submit a recommendation for Groundtek of Central Florida, for award of RFP #13 -001. I have worked closely with Groundtek for over 7 years as Sexton for the City of Orlando's Greenwood Cemetery. During this time, Groundtek has served as good stewards for our nearly 100 acre cemetery, park and wetlands area. Over this time, I have experienced professional service, excellent communication and overall value. Greenwood Cemetery is a focal point in the city for residents and historians to visit and walk through our well maintained landscape. As a property owner and long time resident of West Orange County, I would be pleased to see Groundtek perform the work described in the RFP. They are a resident company in the City of Ocoee, their ownership and many of their employees also call the City of Ocoee home. PleaseXel fret, to contact me if any further information is needed. Si lna d F. Price S on/ Archives Manager Greenwood Cemetery City of Orlando 4� FLORIDA . H'V BONDS, INC, 620 N Wymore Road Suite 200 Maitland, FL 32751 (407) 786 -7770 a Fax (407) 786 -7766 1326 S. Ridgewood Avenue, Suite 15 Daytona Beach, FL 32114 (386) 898 -0507 ♦ Fax (386) 898 -0510 March 28. 2011 City of Winter Garden C/o City Commission 300 W. Plant Street Winter Garden, Florida 34787 RE: Groundtek of Central Florida, Inc. To Whom It 'May Concern. Toll Free (888) 786 -BOND ♦ Fax (888) 718 -BOND www.FloridaSuretyl3onds.com We are pleased to give Groundtek of Central Florida, Inc. our highest recommendation. Our agency has been handling the bond requirements for Groundtek of Central Florida, Inc. since 2000. Bonds are currently written through United hire which is Best Rated ­AX' and has a Treasury Listing of Si4.204,000. We are pleased to give this excellent firm our highest recommendation. We anticipate no difTIeultiCS in providing surety bonds for Groundtek of Central Florida. Inc. in the 53,000,000 sin�olc. $8,000.000 aggregate range. This letter is not a commitment to provide any bonds unless all underwriting requirements including contract review are met prior to issuing any bonds. Neither our agency, nor the surety are liable for any damages relating to this letter or project. The record of Groundtek of Central Florida, Inc. is Outstanding. I respect George Bori for both It is integrity tool knoNrledge in the grounds maintenance indusu Based On Our experience and knoN\ Icd ,c of Groundtek of Central Florida. Inc.. I am confident that N will be l lea,Cd with their proven abilities to pertonn. and \01intianess to coullcrate. Geor�_e Bori has a reluttation l'(tr tine qualit\ \Norknianship. meetin, pro CCL budgets. prompt pa} meat ol'bill,. and Ilor completing projects on or betbre completion dates. Should you have any quc,tions. please do not hesitate: to contact ntc. Sincerely. Kim E. Niv Vice President Jmoss, ., rusick & - Associa-t 11C Cer( i i 1 lilic .."I c c o u 111 an IS oik tits It.t). \\ ittty, Park, 1 I'I!��nr .;tt;- i,_I -i -;� I I f�a� •1u7- t rl•t - (,(t__' 11111,•kruaick Loin City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 To whom it may concern We are writing this letter to confirm the financial solvency of rroundtek of Central Florida, Inc. We have been the accountants for Grouncitek of Central Florida, Inc., for over 10 years. During this period they have maintained a significant equity balance. The balance was approximately 51,605,000 as of December 31, 2009. In addition, they have maintained a positive working capital position. The balance was approximately $542,000 as of December 31, 2009 Sincerely, W. Ed Moss. Jr . CPA 2011-03 -28 17:59 >> 0453110877974400 P 1/1 CHASE CP Business Banking 420 S Orange Avenue Suite 270 Orlando, Florida 32801 March 28, 2011 RE: Groundtek of Central Florida Inc. To Whom it May Concern - This letter is to confirm that Groundtek of Central Florida Inc. is a client of JPh4organ Chase in good standing, and has maintained a satisfactory banking relationship with our bank since April 2010. Groundtek of Central Florida Inc, currently has deposits in excess of $400,000 and maintains a credit relationship with the bank of $600,000, of whicl, $0 is currently owed. If you have any questions, or need additional information, please do not hesitate to contact us directly. Sincerely, Adrian A. Nui;ra, Vice PrP' +ir3ent Relationship Manager 420 5 Orange Ave Suite 270 Orlando, F132801 (407) 408 — 4368 Adrian.A.N'uno @JPMChase.com Jacquelin- Tviancilla, AVP Business Banker 1784 E Silver Star P,oad Ocoee, FI 34761 (407) 808 - 7407 Jacqueline.Mancilla @Chase.corn Z O 0 e v n 4 7 to 7 d n� A n O O m O 7 O M � M � W Mme+ J 1 h� y l V u m l Cu LA Ln C n n rD fi c_ n 0 3 ' !D rD Q S rD (D rD rD Z3 0 C r D rD Q rr !D x OJ D W 1 Q D n a n m rD C�J O ww w' 1V O 0 m z 0 :0 4;::: as 14 �d a I/ fZ 0 0 m o' 0 1� N O 00 N 0 n 1 r l 1 h�l O a FBI T v N N n n N c n O 3 a rD N C (D O c 0' rD Q S (D m a cu Q. D n v fl.. (D 3 `G C Q. (D O 1 1 • O O 1 1 O 9 0 m s d n 0 Y CL A n 0 0 b 0 O 0 o O t �I �I 1 y O Z n 0 y n y O O c n n rD L , c_ n O 3 (D m Q S rD c m 3 rD 7 O c r-f Go Q D n v a m Gl C CL O C�J O ow S cn r+ 0 m n Y I rt rt ' ol • ::rid .. • . .. • .. • � .. . �;�,. :. :",��:•:' • .. • : . _ :a tA �• coo; .. . •�' .1. : ,�..,. � • O... .. '. ��+ , "(. 17 ... i :� IIN .. 7� O m O 3 d d La un A d 5' LA CD m N D n m r+ a. rD ull (D + r--F m � 1 V n r-r N o, N N c n n rD N LA C n O 3 U CL q. N O C rD Q. rD m a co CL s CL 1 Lo LU .-Y O v 0 rD Ul o� v a 7 LO O 1 ra) rn 4 mn �� • r+ Q 1 rn r+ r 1 � o l 2- ILI N tq r o " ONO AS ZAI AA rn MA o o e, ��. J /l� ���� /r,. �� \� /, �� 7 IH al 1 1 �tA' a; J � 1 .1C7� 1 ts' jIH ti'tY d I�a 1 1 ay, � r - 2l" j t� J1 , a It � j,',• •;� .Ar -� �1 A w� w � o o ff -, ►� -. '�-, 0 C N o� A � ' � -y Xi PJA, (,rfi, .r! i� T o ., IE+ t T� (�i r NIF+ ►� IF+X� 2 / r,wt 0 ti 1 tO o ati 2 ;3. Q ti lV C) C � 5 ;� r m o �Y' /. �s�� tip, �y ti� �,L� .� � y �� �t!� ��,, +, a3�Ye) N s Ilk C 0 1 n �IE fr. �IE �IE ft� f�, f C . f � Ikf s�,ti 'ft�T t FCS '� r w• (�IE �1- C F�t f� t- o p 0 C A � ' � -y Xi PJA, (,rfi, .r! i� T o ., IE+ t T� (�i r NIF+ ►� IF+X� 2 / r,wt 0 ti 1 tO o ati 2 ;3. Q ti lV C) C � 5 ;� r m o �Y' /. �s�� tip, �y ti� �,L� .� � y �� �t!� ��,, +, a3�Ye) N s Ilk C 0 1 n �IE fr. �IE �IE ft� f�, f C . f � Ikf s�,ti 'ft�T t FCS '� r w• (�IE �1- C F�t f� t- m c y v co S (D "O S O v N a f m a 0 . N CD Cl') I NNW n m C Ul w N rD JI � ... S _ rr M > c G. r. L' L' r� T J C- 0 C S n 7" C a �e N .p N 0 w n r C7 DJ CD z C 5 a y 0 O 0 CD Q v Z r N �P N c I Y ' 1 C r ; y O r CD N rn V r+ r+ rnrn `V — I CD CD 3 r+ 0 n 0 m r+ o' f'D O K O O W 0 CD U) r+ r+ !rt M� i! D D D A This CCrt:f!es that Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 911,201; Date Expires: 9 11 2016 Certificate #: 283S Instructor: Roger Sanders FOOT Provider # 110 t L Fr F N,iCi \ (E 5 P D Bc 433 v in FL ?.s /S�a- r a t ,thy L I k s This Certifies that ,- A , nct.� c Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 11201_ T Date Expires: 9 11 2016 Certificate #: 28'_•6 Instructor: Roger Sanders FOOT Provider # 110 S.Oct L•n4, rc F'h! F- jFIN) TEE -7C_G P 0 e.cx 933 Gcth.i FL 3s7 >= w w.. i7t•ty':.r Y. •. rrt In!DiR +S:f'e ry i.rAC f.t s Y S a t e t y L 1 k s d This Certifies that 4 ntplUp Gar!a Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 11 2012 Date Expires: 9 11 2016 Certificate #: 2833 Instructor: Roger Sanders FDOT Provider # 110 Saiery Lmns .nc Phi Fax IBM 7S84036 P 0 Box 933 Gotha FL 3A 734 w safetyhn4s net info0,.i?0yj'K% r.et S a t t l y L 1 N s This Certifies that ".Itu!o R3r,t.�r. Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 11 2012 Date Expires: 9 11 2016 Certificate #: 283 -1 Instructor: Roger Sanders FDOT Provider # 110 c S d T t l y L k 5 52 E . 1 . a ti 0 This Certifies that Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 11 2012 S Date Expires: 9 11 2016 Certificate #: 2840 Instructor: Roger Sanders FDOT Provider # 110 Safety L:n \� In- Phi Fax iSMi1 748 703o PO Bcx 933 Go' ht FL 347 wwesaferyi As rti ".t0�531ei }IinKS nt7 z Sattl y L 1 ks *� 1 n C i i 9 I Fis Certifies that Has Completed a Fonda DOT approved Maintenance of Traffic Interrnedlate course on 9 11 :'012 Date Expires: u 1 1 -016 Certificate #: 2841 Instructor: Roger Sanders FDOT Provider # 110 S a t E t y L 1 ti s This Certifies that Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 11 2012 Date Expires: 9 11 2016 Certificate #: 2838 Instructor: Roger Sanders FDOT Provider # 110 ' Setety or.k4 � ." Ph: Fax 18W) 768 7,136 P 0 Bcx 933 Gotha FL 34734 rnvw stet }!;nls net rvt 5af tt y L1 ks r n c 1 d n This Certifies that Leonar::u 5�,,;ecin ` Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 1 1.2012 z Date Expires: 9 11 2016 Certificate #: 2842 Instructor: Roger Sanders FDOT Provider # 110 S a r t t y Links I n c y This Certifies that Has Completed a Florida DOT approved Maintenance of Traffic !ntermed!afe course on 9 11 201 7 Date Expires: 9 11 2016 Certificate #:2 °43 Instructor: Roper Sanders FDOT Provider # 110 V S d 1 E t y l 1 R k s i t � ••�F. _ l n c This Certifies that ,arr .guih.r Has Completed a Florida DOT approved Maintenance of Traffic Intermediate course on 9 11:2012 Date Expires: 9 11 2016 Certificate #: 2844 Instructor: Roger Sanders FDOT Provider # 110 Sartty — links 1 n c L f; 11 ••� 1 1 1 �• • %'I 1 ICI y1.;�J 111 + � :•• .•� 1 ; / 111; • :',r` 1 l �Il••• i Us• �.. / ` 1I , • •/ I •/% • /I • /i Vii:: •��� r �I C •' ::: • Q l , ♦ I '. . �� ,i, . ��• , �, •. :'•��• Ii, I •. r' i ; n \11•I',:i: rl•, ! /•�,� rll, !/ • �, 17, !/: �, rll, ! / �, 111, 11111 / � 11111 / •� 11111 / •� rul, / � 1 �•r • �� (i, ,'i, I : : 1 1 I : �� :/; !/ All ! / �, (/, I /• rll, ! / �, rrl, / NS , 1111, / m I • • � � i, ! • • ♦ � i, I . • 1l� r �. .'.: � r it I . : J h ! /•�,� r 1, ! /i'�, 11, ! /'•,, rll, ! / �, 11, �1:,''ll�. 11 ••� 1 1 1 �• • %'I 1 ICI y1.;�J 111 + � :•• .•� 1 ; / 111; • :',r` 1 l �Il••• i Us• �.. 1 i •: •jl,' • rr! Ii- �' `• •• i •i ' Ilur �•I �Ilu �• / I n+' �� / '; 1 /' 1•I •lur �' / Irllr �•I Illlr �•I Illn / 1 1111 ,•/ I/ IIl1r ♦/ '; llr +1' �.I �l/lr �./ lull •1�1. + ,•,• ♦ +" �`.: I/ yr �, � I/ `�l �r , \ I/ �Ir �,:: � �1�1% , \• I/ 1 111 ,�• I/ 411 ,� I/ 1 11 1 ,� // lur ,/• 1111 � • I/ i�•• // �I/r � \. /! r•Ir 1 ' •�':: -� I ♦. ,��. �•. "' J :' I ♦ � �r J�• ' : ♦. 1 r J : ;�. .� : / ♦• ;1; .�� : •. � ♦� ` 1 r �� ; •,� •, ' •� d� •;::; ; ♦, "' ••� Y�•. !6 ' �' J� ✓: '.• �•. ' 1 ' J; •:: :• �•.. " .•�.•:•::•«✓ ♦. ' 1 � ••;.�::::': i 1 I r _ I • =S 1, 1� r d . I pr �l r _. Q Q n ca tv SL to tp r„ •o ^- r � VL r•. � cn r •a ClIa Irt to Ll O CK D w � r " = P� C � • O tSf. i 1 CD n O ` W r7 r•s` .—�. C7 •�t t•"f CD 1 i •: •jl,' • rr! Ii- �' `• •• i •i ' Ilur �•I �Ilu �• / I n+' �� / '; 1 /' 1•I •lur �' / Irllr �•I Illlr �•I Illn / 1 1111 ,•/ I/ IIl1r ♦/ '; llr +1' �.I �l/lr �./ lull •1�1. + ,•,• ♦ +" �`.: I/ yr �, � I/ `�l �r , \ I/ �Ir �,:: � �1�1% , \• I/ 1 111 ,�• I/ 411 ,� I/ 1 11 1 ,� // lur ,/• 1111 � • I/ i�•• // �I/r � \. /! r•Ir 1 ' •�':: -� I ♦. ,��. �•. "' J :' I ♦ � �r J�• ' : ♦. 1 r J : ;�. .� : / ♦• ;1; .�� : •. � ♦� ` 1 r �� ; •,� •, ' •� d� •;::; ; ♦, "' ••� Y�•. !6 ' �' J� ✓: '.• �•. ' 1 ' J; •:: :• �•.. " .•�.•:•::•«✓ ♦. ' 1 � ••;.�::::': i 1 I r _ I • =S 1, C Z p cr O T N Sll � Q SCa1 1 1 % CD o a ^ i � • ° m rD 1 r CD . z -- t 1 -- w - n CL y no " t > - 90 Y ! N iii co rD Ln � 0 71 z �~ ,` Ul Ul n V1 3 . u NN t s: d E ~ '� L _ � { - // II •`•`�! n 3 o n 0 a w n' c c A 0! 7 o " o a0 " } o 3 O "3 S < r o _1 D o �0' t > >� t4 o� n ad o^ a� J a 000 tA Q T Z n C. �n s� o r-I z o CD w p z 0 d y m x 0 ITI n z r r 0 d a K cr 0 0 N C!1 � M I TT�� J Vl r y 1 O y �d O r \ l�J O cr tsk tst Uk 0 to 9+ R -, n N N ] p t ? to r- 5 o z c a 7 o m n F a c A " ' r z� 05 ,� a A vi o O = =M r X r A � O G z 0 d y m x 0 ITI n z r r 0 d a K cr 0 0 N C!1 � M I TT�� J Vl r y 1 O y �d O r \ l�J O cr tsk tst Uk 0 to 9+ R Groundtek of Central Florida 858 Maguire Road Ocoee, _FL 34761 (407) 877 -7473 20. SUMMARY OF LITIGATION: 21 22 Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that 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. (Attach additional sheets, if necessary) ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO./CONTACT PERSON /PHONE #: (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any 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. RFP13001 _Landscaping_Land Mai nt_Mowing 17 23. 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. 24. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELEPHONE NUMBER/EMAIL ADDRESS /NAME OF CONTACT, ETC (attach additional sheets if necessary). Have you any similar work in progress at this time? Yeo No _. Length of time in business Z 4 _ years b months. Bank or other financial references: RFP13001 _Landscaping_LandMaint_Mowing 18 EXHIBIT "C" PRICE PROPOSAL FORM (Revised in Addendum #1) RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES Location Location Operations Annual Cost Number Per Location 1 Fire Station 25, 563 S. Bluford Ave. Landscape 5 C� 2 Fire Station 26, 1500 N. Clarke Rd. Landscape S i Z 5 D 3 Fire Station 39, 2500 S. Maguire Rd. Landscape r p p r 4 City Hall Complex, 150 N. Lakeshore Dr.: City Hall, West Annex, Community Center, Maguire House, POWER Park, Bill Breeze Park, Starke Lake Park extending south to Lafayette St. Landscape 5 Health Center, 17 E. Oakland Ave., including grassed parking lot along Bluford Ave. Landscape �5, 06 6 Ocoee Cemetery, 368 E. Geneva St. Landscape 'j iq " 6 � 7 Clarke Rd. Medians, SR 50 to AD Mims Rd. Landscape M Y00, 02 8 Maguire Rd. Medians, Jordan Rose Ave. to Turnpike Bridge Landscape 0 ,23i b a,-, 00 9 Silver Star Rd. Medians, Olympus Dr. to Woodhaven Ct. Landscape 10 Ocoee Crown Point Rd. Medians, southern terminus at High School to Westyn Bay Blvd. Landscape 0 9t � _ b 11 Old Winter Garden Rd. Medians, Maguire Rd. to Hempel Ave. Landscape �yt�� co 12 McKey St Streetscape, Kissimmee Ave. to Bluford Ave. Landscape 13 Blackwood Ave., Medians, Old Winter Garden Rd. to SR 50 Landscape )� `It 7� U b 14 Palm Park, 529 Palm Drive Landscape 15 Ocoee Police Station, 646 Ocoee Commerce Parkway Landscape —os p p Proposed Total Annual Cost: $ l� 0 5 Firm Name Prepared RFP13001_Landscaping_LandMaint Mowing i 0 , 28 EXHIBIT "C" PRICE PROPOSAL FORM RFP #13 -001 LANDSCAPING, LANDSCAPE MAINTENANCE, AND MOWING SERVICES Location Location Operations Annual Cost Number Per Location 1 Fire Station 25, 563 S. Bluford Ave. Landscape 2 Fire Station 26, 1500 N. Clarke Rd. Landscape 3 Fire Station 39, 2500 S. Maguire Rd. Landscape 4 City Hall Complex, 150 N. Lakeshore Dr.: City Hall, West Annex, Community Center, Maguire House, POWER Park, Starke Lake Park, Bill Breeze Park. Landscape 5 Health Center, 17 E. Oakland Ave. Landscape 6 Ocoee Cemetery, 368 E. Geneva St. Landscape 7 Clarke Rd. Medians, SR 50 to AD Mims Rd. Landscape 8 Maguire Rd. Medians, Jordan Rose Ave. to Turnpike Bridge Landscape 9 Silver Star Rd. Medians, Clarke Rd. to eastern City limit. Landscape 10 Ocoee Crown Point Rd. Medians, southern terminus at High School to Westyn Bay Blvd. Landscape 11 Old Winter Garden Rd. Medians, NN Maguire Rd. to Hempel Ave. Landscape 12 McKey St. Streetscape, Kissimmee Ave. to Bluford Ave. Landscape 13 Blackwood Ave., Medians, Old Winter Garden Rd. to SR 50 Landscape 14 Palm Park, 529 Palm Drive Landscape 15 Ocoee Police Station, 646 Ocoee Commerce Parkway Landscape Proposed Total Annual Cost: $ Groundtek of Central Florida 858 Maguire Road Firm Name Ocoee FL 34761 Prepared By: �► (407) 877-7473 RFP13001 _Landscaping_Land Mai nt_Mowing 28 RFP #13 -001 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS, AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. e �z� G �/ &o� Y' /G72 wIle COMPANY NAME AUTHO EJ�'SIGNATURE (manual) el e r (' oaT - Iltcz d aj"6 6K6 `1V AME/TITLE (PLEASE PRINT) �D7Q77 ���3 TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) 6��Z' E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: STREET ADDRE Owsr 66 :3q761 CITY STATE ZIP FEDERAL ID 4 5 - q - o'85 [ bG Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this ���. day of , 20 j Personally Known Z or Produced Identification JV t1� Notary Public - State of (Type of Identification) County of Signature of NoW Public rot �ar aye` /o WR07HY MWER # * MYCOMMISSIOtN�7 ##EE064557 Printed, Typed or of ' tIG`q Services Name of Notary Public RFP13001 _Landscaping_LandMaint_Mowing 29 THE AMERICAN INSTITUTE OF. ARCHITECTS Executed in 1 Counterpart AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS that we Groundtek of Central Florida, Inc. (Here insert full name and address or legal title of Contractor) 862 Maguire Road, Ocoee, FL 34761 as Principal, hereinafter called the Principal, and United Fire & Casualty Company (Here insert full name and address or legal title of Surety) PO Box 73909, Cedar Rapids, IA 52407 -3909 a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N. Lakeshore Drive, Ocoee, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of One Thousand Dollars and 00/100 -- -- Dollars ($ - -- $1,000 - -- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) RFP -13- 001 /JT, Landscaping, Landscape Maintenance, and Mowing Services, NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of February 2013 7 Groundtek of Central Florida, Inc. (Seat) (Pri,cipa)) -� fitness) j' �= ..k'�'� ;� V1 21 ode) United Fire & Casualty Company (Surety) (Seal) (witness) (Title) Cheryl Fole , Attorney -in- ct and Florida Licensed Resident Agent AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE Of ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 0 Primed on Recycled Paper 9/93 THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart to AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS that we Groundtek of Central Florida Inc. (Here insert full name and address or legal title of Contractor) 862 Maguire Road, Ocoee, FL 34761 as Principal, hereinafter called the Principal, and United Fire & Casualty Company (Here insert full name and address or legal title of Surety) PO Box 73909, Cedar Rapids, IA 52407 -3909 a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N. Lakeshore Drive, Ocoee, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of One Thousand Dollars and 00/100 - - -- Dollars ($ - -- $1,000 - -- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) RFP -13- 001 /JT, Landscaping, Landscape Maintenance, and Mowing Services, NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of February 2013 Groundtek of Central Florida, Inc. �' (Principal) (Seal) fitness) ' amide) United Fire & Casualty Company n (Surety) (Seal) (Witness) h (Title) Cheryl Fole , Attorney -in- ct and Florida Licensed Resident Agent AIA DOCUMENT A310 - BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 ® Printed on Recycled Paper 9/93 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint LESLIE M DONAHUE, OR KIM E NIV OR JEFFREY W REICH, OR SUSAN L REICH, OR TERESA L DURHAM, OR PATRICIA L SLAUGHTER, OR J GREGORY MACKENZIE, OR GLORIA A RICHARDS, OR DON BRAMLAGE, OR LISA ROSELAND, OR CHERYL FOLEY, ALL INDIVIDUALLY of MAITLAND FL its true and lawful Attorney(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Al 1 bonds not to exceed $25,000,000.00 and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney -in -fact. C AS L , T IN WITNESS WHEREOF, the UNITED FIRE &CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 27th day of January, 2010 4M CORPORAIE —•— UNITED FIRE & CASUALTY COMPANY o� sEAi. By State of Iowa, County of Linn, ss: On 27th day f Janua 2010, before me Vice President Y Y, personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. Mary A. Jansen Iowa Notarial Seal on number 713273 commissi I My Commission Expires 10/26/13 Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by -laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. , +try In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company ?�4 co"oRAIS�o' this day of FC b 20 °az —� —^ ,a SEAT. � Secretary BPOA0019 0611 Tolbert, Joyce From: Kevin Campbell <kevin @groundtek.com> Sent: Monday, February 25, 2013 8:03 AM To: Tolbert, Joyce Subject: Equipment List Attachments: Equipment List.pdf Joyce, Attached is our Equipment List. I did not notice that there was anything on Demandstar until today. Please contact me with any questions. 6VLs'- S. &Oro Business Development /Management Office: (407) 877 -7473 Mobile: (321) 388 -7731 qGIROUNDTC=K TRUCKS AND TRAILERS V# YEAR AND VEHICLE VIN NUMBER V -007 1999 FORD F-450 1FDXF46FXXED22945 V -010 1999 FORD E -350 1FDWE37FOXHBO6916 V -012 1999 FORD F350 1FOWF36FXXED52582 V -013 1998 FORD E350 1FDWE37F2WHB37101 V -015 1995 CHEVY ASTRO 1GCDM19W5SB234399 V -018 1994 INTERNATIONAL DUMP 1HTLKTVR7EHA60047 V -019 2000 FORD F -650 3FDNX6525YMA27830 V -020 2001 FORD F650 3FDNX65Y01MA16888 V -026 1999 FORD F150 1FTZF1721XNBO1516 V -028 1995 FORD F -800 1 FDXF80CXSVA42702 V -030 2000 BERING LID 15 KMFHB47A7YC119147 V -032 2001 FORD VAN 1FTSS34FOlHA10081 V -056 2000 FORD F650 3FDWX6530YMAG4419 V -057 1997 ISUZU CREW TRUCK JALC4B1K6W7003948 V -060 1997 ISUZU CREW TRUCK JALC4131 K7W7001061 V -064 2000 ISUZU JALB4B147Y7003652 V -066 03 ISUZU CREW TRUCK 4KLC4B1R83J801817 V -067 2000 ISUZU CREW TRUCK JALB413149Y7002566 V -068 2005 TOYOTA TACOMA 5TENX22N95Z052711 V -069 2001 ISUZU CREW TRUCK JALC41314X17001050 V -070 2006 GMC CANYON 1GTCS138468113149 V -071 2005 DODGE DAKOTA 1 D7HE48N05S169285 V -072 2003 ISUZU NPR JALC4B14437012502 V -073 2004 ISUZU NPR JAL841314847000172 V -074 2003 ISUZU NPR JALB4B14X37010443 V-075 2002 ISUZU NPR JALE5B14527900986 V -078 2002 FORD RANGER 1FTYR44UX2PA21820 V -079 2005 ISUZU JALB41316657001498 V -080 2005 ISUZU JAL1341316X57001567 V -083 2005 F350 MULT PURPOSE DUMP 1FDWF36P85EB08158 V -085 2008 HONDA RIDGELINE 2HJYK16398HSO6773 V -086 2007 HONDA ODYSSEY 5FNRL38827BO14276 V -089 2006 DODGE DAKOTA 1D7HW28K56S621675 V -090 2005 ISUZU NPR JALC4616457002623 V -091 2005 ISUZU NPR 18DB41316057004204 V -093 2006 FORD RANGER 1FTYR10DX6PA27806 V -094 2005 VERMEER BC1000XL CHIPPER 1 VRY 1119951006304 V -095 2007 FORD F150 1FTRF12247KD58968 V -096 2009 FORD RANGER 1FTYR10DX9PA03784 V -097 2005 ASTRO VAN 1GCDM19X25B124407 V -098 2005 ISUZU JAL1341316257015690 V -099 2011 TOYOTA TUNDRA 5TFRM5F15BX032364 V -100 JALC41316057010413 V -101 2005 ISUZU NPR JALC4B16157009142 V -102 2004 ISUZU JAL64814647012241 V -103 2009 FORD RANGER 1FTYR14DX9PA51344 V -107 2006 FORD F250 1FTSXZOP06EB63675 V -108 2005 FORD F250 1FTSX20P95ED12311 V -109 2006 FORD RANGER 1FTYR10D06PA93393 V -110 2004 FORD F250 1 FTNF20P924ED21916 V -111 2009 NISSAN ROUGUE JNSAS58T69W328189 V -112 2010 JEEP PATRIOT 1 J4NT2GBXAD516936 V -113 2010 TOYOTA TOCOMA 5TETU4GNXAZ678850 V -114 2003 CHEVY SILVERADO 2GCEC19V331129828 V -116 2004 FORD DIESEL 1FTSW30L44EC92795 V -119 2005 IZUSU NPR JALCAB16X57013447 V -120 2005 IZUSU NPR JALC4816357017243 V -121 2005 IZUSU NPR JALC4616557014313 V -034 1994 TRAILBOS TRANS 1T9DP3029R1118095 V -035 1992 HM SINGLE AXLE NOVINO200018136 V -036 2001 HM SINGLE AXLE NOVINO200190076 V -039 2001 HM 5TH WHL TRLER FLT5007TT V -040 2001 HM 5TH WHL TRLER FLT5008TT V -041 HOMEMADE TRAILER FLT5000UU V -042 2005 HM 5TH WHEEL FLT5001 UU V -043 10' HM SINGLE AXLE NOVINO200430523 V -044 16' HM DUAL AXLE NOVINO200430522 V -045 2005 BOX TRAILER NOVIN -NOT REGISTERED V -046 2006 HM DUAL AXLE novin V -054 2005 HM 16' DUAL AXLE TRAILER NOVINO200454895 V -055 2005 HM 10' SINGLE AXLE NOVIN 2004544352 V-063 2006 ASPT DUMP TRAILER FLT5007XX V -076 2007 HOMEMADE 5TH WHEEL FLT5012YY V -077 2007 HOMEMADE 5TH WHEEL FLT5011YY V -081 2007 HOMEMADE 5TH WHEEL FLT5005ZZ V -082 2007 IMPERIAL 33FT TRAILER iZ9TA25297J213173 V -104 NEW TRAILER NOVINO200930797 V -105 NEW TRAILER NOVINO200930798 V -106 NEW 5TH WHEEL TRAILER V -115 TRAILER N/A V -116 HOMEMADE TRAILER V -117 HOMEMADE TRAILER 2 CYCLE EQUIPMENT I S# MAKE CATEGORY CURRENT LOCATION S758 TANAKA GAS DRILL (AUGER) STORAGE SO44 TANAKA GAS DRILL (AUGER) STORAGE SO45 TANAKA GAS DRILL (AUGER) STORAGE S064 STIHL CHAIN SAW STORAGE S065 STIHL CHAIN SAW STORAGE 5093 STIHL STRING TRIMMER V -75 S095 STIHL STRING TRIMMER V -72 5103 STIHL P. HEDGE TRIMMER STORAGE S109 STIHL JEDGER V-79 S112 STIHL BLOWER V -74 S113 STIHL BLOWER STORAGE S115 STIHL STRING TRIMMER V-10 S116 STIHL EDGER V-72 S121 STIHL EDGER STORAGE S123 STIHL BLOWER V -57 5131 STIHL STRING TRIMMER STORAGE 5135 STIHL STRING TRIMMER STORAGE S136 STIHL HEDGE TRIMMER STORAGE 5137 STIHL P. HEDGE TRIMMER STORAGE 5139 STIHL EDGER STORAGE 5148 STIHL STRING TRIMMER V -79 5149 STIHL CHAIN SAW - POLE STORAGE 5151 STIHL TRIMMER STORAGE S152 STIHL SAW V -101 S158 STIHL EHEDGE TRIMMER STORAGE S159 STIHL G TRIMMER V -60 S 165 STIHL STRING TRIMMER V -10 S168 STIHL EDGER V -13 5170 STIHL EDGER V -79 S176 STIHL STRING TRIMMER STORAGE S177 ECHO STRING TRIMMER STORAGE S178 STIHL STRING TRIMMER STORAGE S179 STIHL STRING TRIMMER V -75 5182 STIHL STRING TRIMMER V -101 S183 STIHL EDGER V -69 S185 STIHL EDGER V -102 5186 STIHL EDGER V -72 S192 STHL STRING TRIMMER STORAGE S193 STIHL EDGER V -90 S194 STIHL EDGER STORAGE S195 STIHL EDGER V -73 S196 STIHL STRING TRIMMER V -73 S202 STIHL BLOWER STORAGE S203 STIHL CHAIN SAW - POLE STORAGE S204 STIHL CHAIN SAW - POLE STORAGE S205 STIHL CHAIN SAW STORAGE S207 STAR 50 LIMB CUTTER STORAGE S208 MAIBO LIMB CUTTER STORAGE S210 ECHO STRING TRIMMER SORAGE I S211 JD BLOWER V -26 3213 STIHL BLOWER STORAGE S214 STIHL BLOWER V -72 S215 STIHL BLOWER STORAGE S216 STIHL BLOWER V -64 S217 STIHL BLOWER STORAGE S218 STIHL STRING TRIMMER STORAGE S219 STIHL STRING TRIMMER STORAGE S220 STIHL STRING TRIMMER V -75 S221 STIHL HEDGE TRIMMER STORAGE S226 ECHO STRING TRIMMER STORAGE S227 ECHO STRING TRIMMER STORAGE S228 STIHL STRING TRIMMER STORAGE S231 STIHL STRING TRIMMER V -73 S233 STIHL EDGER V -73 S235 STIHL EDGER V -60 S236 STIHL EDGER V -102 S237 STIHL EDGER STORAGE S238 STIHL BLOWER V-79 S239 STIHL BLOWER V -90 S241 STIHL BLOWER V -75 S242 STIHL BLOWER V -74 S245 STIHL CHAIN SAW STORAGE S247 STIHL STRING TRIMMER STORAGE 5248 ECHO STRING TRIMMER V -73 5249 ECHO STRING TRIMMER STORAGE S250 ECHO STRING TRIMMER V -64 S251 STIHL CHAIN SAW STORAGE 5252 STIHL P. HEDGE TRIMMER V -64 S253 STIHL P. HEDGE TRIMMER V -75 S254 STIHL P. HEDGE TRIMMER V -90 S255 STIHL STRING TRIMMER V -72 S256 STIHL STRING TRIMMER STORAGE S257 STIHL STRING TRIMMER V-72 S258 STIHL STRING TRIMMER V -109 S259 STIHL STRING TRIMMER STORAGE S260 STIHL STRING TRIMMER STORAGE S261 STIHL STRING TRIMMER V -96 S262 STIHL STRING TRIMMER V -93 S266 STIHL BLOWER V -100 S267 STIHL BLOWER V -90 S269 STIHL BLOWER V-79 S270 STIHL CHAIN SAW - POLE STORAGE S271 STIHL CHAIN SAW - POLE STORAGE S272 STIHL CHAIN SAW V -10 S274 STIHL STRING TRIMMER V -64 S275 STIHL STRING TRIMMER STORAGE S276 STIHL EDGER STORAGE S277 STIHL EDGER V-74 S278 STIHL P. HEDGE TRIMMER V -90 S279 STIHL P. HEDGE TRIMMER V -101 5281 STIHL HEDGE TRIMMER STORAGE S282 STIHL HEDGE TRIMMER STORAGE S283 STIHL HEDGE TRIMMER STORAGE S284 STIHL HEDGE TRIMMER STORAGE S287 STIHL P. HEDGE TRIMMER V -66 5288 STIHL P. HEDGE TRIMMER STORAGE S290 STIHL CHAIN SAW STORAGE S291 STIHL CHAIN SAW V -102 S292 STIHL STRING TRIMMER V -79 S293 STIHL STRING TRIMMER V -64 S294 STIHL STRING TRIMMER V -102 5295 STIHL STRING TRIMMER V -64 S296 STIHL STRING TRIMMER V -67 S297 STIHL STRING TRIMMER V -69 S298 ECHO STRING TRIMMER STORAGE 5299 STIHL BLOWER V -100 5300 STIHL IBLOWER V -67 5302 STIHL STRING TRIMMER V -79 S304 STIHL STRING TRIMMER V -74 S305 STIHL EDGER V-74 S306 STIHL EDGER V -67 S308 STIHL EDGER V -100 S309 STIHL IP. HEDGE TRIMMER V -100 S310 STIHL P. HEDGE TRIMMER STORAGE S311 STIHL BLOWER V -69 S312 STIHL BLOWER V-69 S313 STIHL STRING TRIMMER V -102 S314 STIHL STRING TRIMMER V-98 S315 STIHL STRING TRIMMER V -101 S316 STIHL STRING TRIMMER V -74 5317 STIHL ISTRINGTRIMMER V-74 S318 STIHL STRING TRIMMER V -66 S320 STIHL STRING TRIMMER V -75 S321 STIHL STRING TRIMMER V -90 S322 STIHL HEDGE TRIMMER STORAGE S323 STIHL EDGER V -100 S324 STIHL IEDGER V -98 5325 STIHL EDGER V -90 5327 STIHL STRING TRIMMER V -101 S328 STIHL STRING TRIMMER STORAGE S329 STIHL STRING TRIMMER V-91 S330 STIHL IBLOWER V -67 S332 STIHL BLOWER V -73 S333 STIHL STRING TRIMMER V -90 S334 STIHL STRING TRIMMER V -69 S335 STIHL P. HEDGE TRIMMER V -67 S336 STIHL P. HEDGE TRIMMER V -60 5337 STIHL P. HEDGE TRIMMER V -73 S338 STIHL P. HEDGE TRIMMER V -102 5339 STIHL P. HEDGE TRIMMER V -102 S340 STHL HEDGE TRIMMER STORAGE 5341 STHL HEDGE TRIMMER STORAGE 5342 STHL HEDGE TRIMMER STORAGE 5343 ISTHL HEDGE TRIMMER V-72 S344 STIHL P. HEDGE TRIMMER V -74 S345 STIHL P. HEDGE TRIMMER V -75 S346 STIHL P. HEDGE TRIMMER V -69 5347 STIHL BLOWER V -102 5348 STIHL BLOWER V -64 5349 STIHL BLOWER V -60 S350 STIHL BLOWER V -101 5351 STIHL BLOWER V -101 5352 STIHL EDGER V -101 5353 STIHL EDGER STORAGE 5354 STIHL EDGER V -98 5355 STIHL EDGER V -101 5356 STIHL EDGER V -98 S357 STIHL EDGER V -69 S358 STIHL STRING TRIMMER V -67 5359 STIHL STRING TRIMMER V -9e 5360 STIHL STRING TRIMMER V -101 5361 STIHL BLOWER V -98 5362 STIHL CHAIN SAW -POLE STORAGE 5363 STIHL HEDGE TRIMMER V -101 5364 STIHL HEDGE TRIMMER V -91 5365 STIHL EDGER V -103 5366 STIHL STRING TRIMMER V -100 5368 STIHL BLOWER V-98 S369 STIHL BLOWER V -73 5370 STIHL BLOWER V -102 5371 STIHL STRING TIMMER V -102 5372 STIHL STRING TRIMMER V -102 5373 STIHL CHAIN SAW STORAGE 5374 STHL BLOWER V-7 S375 STIHL STRING TRIMMER V -98 S376 STIHL STRING TRIMMER V -98 5377 STIHL STRING TRIMMER V -67 5378 STIHL EDGER V -69 5379 STIHL EDGER V -73 5380 STIHL EDGER V -91 5381 STIHL EDGER V -91 5382 STIHL EDGER V -91 5383 STIHL BLOWER V -91 5384 STIHL BLOWER V -91 5385 STIHL STRING TRIMMER V -91 5386 STIHL STRING TRIMMER V -91 5387 STIHL STRING TRIMMER V -91 5388 STIHL P. HEDGE TRIMMER V -98 5389 STIHL BLOWER V -68 5390 STIHL P. HEDGE TRIMMER V-72 5391 STIHL STRING TRIMMER V -73 5392 STIHL STRING TRIMMER V -73 5393 STIHL STRING TRIMMER V -74 5394 STIHL STRING TRIMMER V -100 S395 STIHL STRING TRIMMER V -100 Fs - 396 7 JSTIHL ISTRING TRIMMER V -102 S397 STIHL COMBO STORAGE 5398 STIHL BLOWER V -93 5399 STIHL BLOWER STORAGE 5400 STIHL COMBO STORAGE 5401 STIHL COMBO STORAGE 5402 STIHL BLOWER STORAGE S403 STIHL P. HEDGE TRIMMER STORAGE 5404 STIHL P. HEDGE TRIMMER STORAGE 5405 STIHL EDGER STORAGE 5406 STIHL EDGER STORAGE 5407 STIHL EDGER STORAGE 5408 STIHL EDGER STORAGE 5409 STIHL EDGER STORAGE 5410 STIHL STRING TRIMMER V -67 5411 STIHL STRING TRIMMER STORAGE 5412 STIHL STRING TRIMMER STORAGE 5413 STIHL STRING TRIMMER V -66 5414 STIHL STRING TRIMMER STORAGE 5415 STIHL STRING TRIMMER STORAGE 5416 STIHL STRING TRIMMER STORAGE 5417 STIHL STRING TRIMMER STORAGE 5418 STIHL STRING TRIMMER STORAGE 5419 STIHL STRING TRIMMER STORAGE 5420 STIHL STRING TRIMMER STORAGE 5421 STIHL ISTRING TRIMMER STORAGE 5422 STIHL STRING TRIMMER STORAGE 5423 STIHL STRING TRIMMER STORAGE 5424 STIHL STRING TRIMMER STORAGE 5425 STIHL STRING TRIMMER STORAGE 5426 STIHL STRING TRIMMER STORAGE 5427 STIHL STRING TRIMMER STORAGE 5428 STIHL STRING TRIMMER STORAGE 5429 STIHL STRING TRIMMER STORAGE 5430 STIHL CHAIN SAW STORAGE 5431 STIHL CHAIN SAW STORAGE 5432 STIHL CHAIN SAW STORAGE 5433 STIHL CHAIN SAW STORAGE 5434 STIHL CHAIN SAW STORAGE 5435 STIHL BLOWER STORAGE 5436 STIHL BLOWER STORAGE 5437 STIHL BLOWER STORAGE 5438 STIHL BLOWER STORAGE 5439 STIHL BLOWER STORAGE MOWERS, TRACTORS, AND MISC EQUIPMENT 0 MANUFACTURER DESCRIPTION SERIAL NUMBER ASSIGNED E# Column2 Column3 Column4 Q umn E001 JOHN DEERE 6415 TRACTOR 4x4 LO6415A372236 E003 JOHN DEERE 6215 TRACTOR LO6215H362139 E004 IJOHN DEERE 6215 TRACTOR LO6215A365128 E013 JOHN DEERE 4210 TRACTOR (LOADER) LD4210H321579 E016 JOHN DEERE LV54105142034 E017 JOHN DEERE 6215 TRACTOR L06215A444882 E019 JOHN DEERE HD 45 MOHD45X010994 E021 JOHN DEERE 855 LV0855D160593 E023 JOHN DEERE 955 LV099E208257 E025 JOHN DEERE GATOR 4x2 W004X2X033206 E026 JOHN DEERE GATOR 02 W004X2X033991 E028 JOHN DEERE GATOR 4x2 W0002X103317 E029 HOME MADE TRAILER VACUUM -GREEN GC04- 3089278 E030 JOHN DEERE 6 FT BUSH HOG 84110 -4416 E032 JOHN DEERE 60" MOWER DBLE DECK MO2734X190101 E033 1 HOME MADE 54" MOWER DBLE DECK MO54CAA055359 E034 JOHN DEERE 54" MOWER DBLE DECK MO54CAA060220 E035 HOME MADE 54" MOWER DBLE DECK MO54CAA060219 E039 CASE W -20 LOADER 9139007 E040 TCM 820 LOADER 514 -6050 E043 IJOHN DEERE HX -15 BATWING WOHX15E02603 E044 JOHN DEERE HX -15 BATWING WOHX15EO05001 E045 JOHN DEERE CX -15 BATWING WOCX15E002246 E046 JOHN DEERE CX -15 BATWING WOCX15EO02727 E049 BILLY GOAT BLOWER 1360 E050 WALKER WALKER MOWER 38879 E051 WALKER WALKER MOWER 25116 E052 WALKER WALKER MOWER 27541 E055 WALKER WALKER MOWER 33370 E056 WALKER WALKER MOWER 32397 V -10 E059 LESCO WALKBEHIND 70668B1G214Z30012 E061 LESCO WALKBEHIND 708292 E293Z30014 E071 RHINO 13" FLEX MOWER 10525 E072 RHINO 13" FLEX MOWER 11041 E076 WALKER FRAME GTPRO WEED SPRAYER 32397 E077 WALKER FRAME IBEX SPREADERISPRAYER E078 JOHN DEERE 72" MID MOWER DECK MOO297X120650 E079 JOHN DEERE 72" MID MOWER DECK TC4172X010284 E083 JOHN DEERE GATOR 4x2 WO4X2SD004047 E087 JOHN DEERE 6215 TRACTOR LO6215A436242 E088 JOHN DEERE HX15 BATWING WOHX15E006381 E091 JOHN DEERE HX15 BATWING WOHX15E006382 E092 JOHN DEERE HX15 BATWING WOHX15E007346 E099 JOHN DEERE 6215 TRACTOR LO6215A457048 E100 JOHN DEERE 6415 TRACTOR LO6415A458074 E102 HOMEMADE HYDROLIC EDGERATTACHED TO E21 E103 VERMEER TRENCHER 24" MODEL V1350 1VPT051GX110013 E104 HOMEMADE TRAILER VACUUM 17871102 E105 IWALKER TRASHER- FROM ALBERT E106 JOHN DEERE 997 MID Z TRAC 60" RD MOWER [DM997RB010178 WRB010136 E107 JOHN DEERE 997 MID Z TRAC 60" RD MOWER E109 JOHN DEERE 997 MID Z TRAC 60" RD MOWER 97RB010133 E110 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010127 V60 E111 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010271 V64 E112 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010329 V74 E113 IJOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010174 El 14 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010126 V60 E115 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010128 E116 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010113 V100 El 17 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010130 E118 JOHN DEERE 997 MID Z TRAC 60" RD MOWER DM997RB010114 V69 E119 JOHN DEERE 997 MID Z TRAC 72" SO MOWER DM997SCOl1353 V102 E120 JOHN DEERE 7H17 48" HYDRO CWB MOWER TC71-1178020205 E121 JOHN DEERE 71117 48" HYDRO CWB MOWER TC7H17B020213 E122 JOHN DEERE 7H17 48" HYDRO CWB MOWER TC7H17B020204 V -10 E123 MB65 5' MED DUTY BOX SCRAPER C14875 E124 HOMEMADE TRAILER VACUUM E125 WALKER TRASHIER 83709 E126 HOMEMADE HYDROLIC EDGE ATTACHED TO E22 E127 WALKER MOWER/TRASH 82467 E128 WALKER MOWER/ TRASH 82580 E129 WALKER MOWER/ TRASH 82578 E130 WALKER MOWER/ TRASH 82579 E131 WALKER MOWER/ TRASH 82592 E133 JOHN DEERE 4B" WALK BEHIND MOWER TC7H19C010021 E135 JOHN DEERE 997 60" ZTR MOWER DM997RB010182 V64 E136 JOHN DEERE 997 60" ZTR MOWER DM997RB010213 V73 E137 JOHN DEERE 7H19 19 HP 46" WALK BEHIND TC7H19C010331 E138 LESCO 36" WALK BEHIND MOWER 7086864G17623007 E139 LESCO 52" WALK BEHIND MOWER 7086885H21623003 E140 JOHN DEERE 997 Z TRAC 60" REAR DISCHARGE DM997RB010298 V73 E141 JOHN DEERE 997 Z TRAC 60" REAR DISCHARGE DM997RB010322 V102 E142 WALKER WALKER TRASHIER 05 -72167 E143 WALKER WALKER TRASHER 05 -72055 E144 LESCO RHINO 60" HOMEMADE SLOPE MOWER 7091570K066Z70006 E145 LESCO 52" WALKBEHIND MOWER 876057Z3006 E146 WALKER MBSD WALKER TRASHER 05 -78283 E147 WALKER MBSD WALKER TRASHIER 06 -80046 E146 JOHN DEERE 4X2 "TS" GATOR W04X2SD016878 E149 JOHN DEERE 997 DIESEL MID 60" REAR DISC DM997RB020133 V98 E150 JOHN DEERE 997 DIESEL MID 60" REAR DISC OM997RB020152 V6 E151 JOHN DEERE TRACTOR LV252OH306989 E152 JOHN DEERE 2520 TRACTOR w TURF TIRE LV2520H306991 E153 JOHN DEERE 2520 TRACTOR w TURF TIRE LV252OH307027 V -10 E154 JOHN DEERE 72" MID MOWER attached to 2520 M04172XO40158 E155 JOHN DEERE 72" MID MOWER attached to 2520 M04172XO40159 E156 JOHN DEERE 2653B TRIM MOWER TC2653TO10342 E157 JOHN DEERE 997 MOWER 60" REAR DISCHARGE DM997RB020208 V100 E158 JOHN DEERE 997 DEISEL MID MOWER 60" REAR DISCHA DM997RB020265 V98 E159 JOHN DEERE 997 MOWER 60" REAR DISCHARGE DM997RB020189 Viol E160 JOHN DEERE 955 TRACTOR LVO9550183740 E161 JOHN DEERE 997 DIESEL MID MOWER 72" SIDE DISCHAR OM9975CO23425 E162 JOHN DEERE 997 DEISEL MID MOWER 72" SIDE DISCHAR DM997SCO23424 V10 E163 GTM GTPROMAX (M38) M38 E164 JOHN DEERE 6415 MFWD TRACTOR L0641513514754 E165 GTM GTPROMAX ( M41) SEE COMMENT E166 HITACHI 8 GAL GAS COMPRESSOR D7000221 E167 INORTHERN 12" HYDTY COMPRESSOR E168 HOSHIZAKI ICE MACHINE T00674G E169 BROWN TREE CUTTER ATTACHMENT 80TC720HD 12381 E170 WALKER 20HP WALKER TRASHIER 96348 E171 CUB CADET 52" WALK BEHIND MOWER OD228Z30002 E172 JOHN DEERE J0 7H17 48" WALKBEHIND TC71-11713040203 E173 NORTH STAR H. 3.5 GPM 4000 PSI PRESSURE WASHER GCAKT- T503910 E174 HYSTER FORKLIFT A460067 E175 CUB CADET 36" WALK BEHIND MOWER oc127z300200 E176 CUB CADET WALK BEHIND MOWE OC26BZ30006 E177 CUB CADET WALKBEHIND MOWER OC268Z30011 E178 TORO WALKBEHIND MOWER 310000203/ 74538 V-90 E179 TORO WALKBEHIND MOWERS 3100003331 74551 V-90 E180 TORO ZERO TURN 290000983! 74592 V -90 E181 HOMEMADE FERTILIZER SPREADER SE150 E182 ISURELINK AR- 100 -72 PLUGGER AR- 100 -72 E186 JOHN DEERE 4X2 TS GATOR M04X2SDO53134 E187 JOHN DEERE 997 MID Z TREAC 60" REAR TC997RBCBT060157 V67 E188 JOHN DEERE 997 MID Z TREAC 60" REAR TC997RBEBT060156 V69 E189 JOHN DEERE 997 MID Z TREAC 60" REAR TC997RBTBT060158 V72 E190 JOHN DEERE HPX 04 GATOR UTILITY MOHPXGSJBM090697 E191 BOBCAT T300 SKID STEER 525413561 E192 ACCU -TURN TIRE MOUNTER MODEL ACCU SLOPE MOWI 3036020444000690 E193 JHON DEERE 997 Z TRAK 60" REAR TC997RB055171 V79 E194 JHON DEERE 997 Z TRAK 60" REAR TC997RB055172 V79 E195 JHON DEERE 997 Z TRAK 60" REAR TC997RB055173 V72 E196 BUFFALO TURNBINE BLOWER ATTACHMENT 19891 E197 HOMEMADE RED STRAW MULCHER ATTACH. 292284 E198 IJOHN DEERE 997 Z TRAK 60" REAR TC997RB055004 V98 E199 JOHN DEERE 997 Z TRAK 60" REAR L06415A404896 V1oo E200 JHON DEERE SOD CUTTER 54494506344 E201 JHON DEERE 997 Z TRAK 60" REAR TC997RBCCT070096 V10 E202 JHON DEERE 997 Z TRAK 60" REAR TC997RBVCT070097 Viol E203 JHON DEERE 997 Z TRAK 60" REAR TC997RBLCT070099 V67 E204 LESCO LESCO 48" E205 JHON DEERE 997 Z TRAK 60" REAR ITC997RBLBT060199 V73 E206 JHON DEERE 997 Z TRAK 60" REAR 1TC997RBTCT070142 V10 E207 JHON DEERE 997 Z TRAK 60" REAR 1TC997RBCCT070146 V91 E208 JHON DEERE 997 Z TRAK 60" REAR 1TC997RBLCT070149 67 E209 E210 E211 JHON DEERE JHON DEERE TORO 997 Z TRAK 60" REAR 997 Z TRAK 60" REAR 23HP KAW W148" 1TC997RBJCT070162 1TC997RBKCT070161 91 V E212 JHON DEERE JO 6130D E213 jJHON DEERE JD 6130D E214 JHON DEERE JD 6130D E215 10FT CULT W/GAGE WHEELS YELLOW E216 LESCO NO INFO ATTACHMENT E217 COMPRESSOR E216 JHON DEERE 997 Z TRAK 60" REAR 1TC997RBJCT070131 E219 JHON DEERE 997 Z TRAK 60" REAR 1TC997RBPCT070188 E220 JHON DEERE 997 Z TRAK 60" REAR 1TC997RBKCT070189 E222 HOMEMADE RIDE ON EDGER/BLOWER N/A CIF CENTRAL FLOFRIOA. INC. STATEMENT OF EXPERIENCE Founded in 1987, our family owned and operated full- service company is built upon commitment to our clients and a dedication to quality performance. This means we spare no effort in meeting your needs and requirements — from site preparation. to irrigation installation and maintenance, landscape design and installation, pest control and fertilization and complete landscape management. Lockheed Martin Information Systems- Orlando Facilities Since 1991 we have maintained the Lockheed Martin Information Systems properties at the East facilities location. This is a large contract of all types of grounds maintenance, such as large acreage mowing, finish mowing, edging, fertilization, pest control, installation of beautiful flower- beds, tree care and trimming, daily litter policing, trash removal and disposal, mulch installation and of course irrigation. This location has become a high profile flagship office and development complex for Lockheed Martin in Orlando. Lockheed Martin Fire Missile Control — West Facilities Since 1991 until Spring of 2010 we have also maintained all landscaping needs for this property, this is also a very large project formerly exceeding 2500 acres. We maintained all the landscape such as finish mowing, fertilization, pest control, and irrigation, Tree and shrub trimming and installation of flowerbeds to achieve a well manicured look to the buildings. This location added a new research and development multi story office complex for which Groundtek provided all landscape maintenance. Groundtek of Central Florida also holds various contracts for services with Orange County, Lake County, Osceola County, City of Orlando. City of Winter Park, City of Altamonte Springs, City of Maitland, The Central Florida Regional Transportation Authority, and The Florida Department of Transportation. We also serve many private Property Owners Associations, Town Home Associations, as well as grounds maintenance services for complete communities over 250 homes. For ll past twenty tour years we have pro our lull range of services to various large governmental contracts nd 3s well as private customers We have an excellent track record and plan to continue to grow and provide the t;esl srrv.ce pssib,e u a I ,;f y , ust�'r%-* rs r?card!es5 Gf the size of the prcja,l ".e:lre prou'.t of the lire lop llai -rn ra iC carnr +l Jl ijrolJl•'J'f ?R if) Ine ('isl 2. �PdrS :3n�1 We �rdri work h�liU to maintain the respect and trust of the cusioiners we serve 858 Maguire Road — Ocoee, FL 34761 wvrw.G (407) 877 -7473 OF CENTRAL FLORIDA. INC. REFERENCES City of Orlando — Parks Department Contact: Alan Curran Address: 1206 W. Columbia Street Orlando, Florida 32805 Telephone: (407) 929 -6511 Date of Completion: Ongoing since April to present Contract arnount: In excess of $650,000.00 per year. Job: Landscape Maintenance, Tree Trimming, Irrigation Pest Control, and litter Removal City of Orlando —Recreation Department Contact: Michael Wilson Address: 595 North Primrose Drive Orlando, Florida 32803 Telephone: (321) 388 -6524 Date of Completion: Ongoing since October 2010 to present Contract amount: In excess of $395,000.00 per year. Job: Complete Athletic Field Maintenance, and Minor Park Maintenance Cumbrian Lakes Homeowners Association Contact: Barry Waller Address: 3724 Cumbrian Lakes Drive Kissimmee, Florida 34746 Telephone: (407) 346 -2245 Date of Completion: Ongoing since August 2010 to present Contract amount: In excess of $185,000.00 per year. Job: Complete grounds maintenance of an over 250 home subdivision. Including the mowing, pest cuntiid, and irrigation of ill homes and common areas. Rosewood Homeowners Association Contact. Michelle Collier Address: 2884 South Osceola Avenue Orlando, Florida 32806 Telephone: (407) 782.7043 Date of Completion: Ongoing since 2009 to present Contract amount: In excess of $41,000.00 per year. Job: Landscape Maintenance, Tree Trimming, Irrigation and Pest Control 858 Maguire Road — Ocoee, FL 34761 www.Groundtek,com (407) 877 -7473 OF CENTRAL FLORIDA. INC. Personnel Here at Groundtek of Central Florida we employ approximately 80 full time employees. Within our team here at Groundtek of Central Florida we hold the following credentials: • Pest Control Operators License • FNFLA Certified Landscape Contractors • Certified Arborist • Licensed as a Dealer in Agriculture Products + "Right of Way" Pesticide Application License • Traffic Control Supervision License + Orange County Irrigation License • Accredited Welders • Accredited Mechanics Our employees are competent professionals, experienced in large complex assignments. They are skilled in all aspects of landscaping services and trained in safety practices. Our bonding and insurance capabilities enables us to participate in large, broad scope commercial projects. Beyond being a drug free work place, we are also a Tobacco free work place. Also because of our work for Defense Contractors, all of our employees go thru a thorough back ground check prior to employment. We also have a schedule of weekly and monthly safety meetings. All employees are uniformed and easily recognizable. 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877-7473 ci OF CE NTRAL FLORID INC. Equipment Groundtek of Central Florida has an inventory of equipment worth several million dollars. Besides our several hundred individual pieces of 2 -cycle equipment comprised of String Trimmers, Edgers, Blowers, Chain Saws, Hedge Shears, . We have a complete fleet of Zero -Turn Radius Mowers, Walk- Behind Mowers, Large Production Mowers, Specialty Slope Mowers, Precision Reel Mowers, Double -Deck Mowers, and Edging Tractors. Zero -Turn Radius Mowers We currently have an inventory of over 25 Zero -Turn Radius Mowers ranging in size from 36" to 72 ", in gasoline, and diesel powered motors- Walk- Behind Mowers We currently have an inventory of over 15 Walk- Behind type Mowers ranging in size from 21" to 48" 858 Maguire Road — Ocoee, FL 34761 www.Ciroundtek.com (407) 877 -7473 OF CENTRAL FLORIDA. INC. Large Production Mowers specialty Slope Mowers We currently have 8 "Specialty Slope Mowers" manufactured specifically from mowing steep slopes and lake banks. These Mowers safely and efficiently perform without damaging the ground and its wide stance and high flotation tires will not cause ruts. Precision Reel Mowers We currently have 5 mowers in our inventory for the precision mowing of Bermuda Grass and Athletic Fields. 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 We currently have six tractors and eight "Bat Wing" type mowing units in our Fleet - am"M CIF CGN'rRAL FLORIDA. INC We currently have an inventory of 4 "Double Deck" High Production/ High Precision Finish Cut Mowers Aside from our everyday grounds maintenance equipment we have • Large, Medium, and light duty loader tractors • Class A, B, and D duty dump trucks • Bobcat T300 Skid Steer • 1000 Gallon Water Truck • Tractor driven heavy duty brush and tree cutter • "Bush -Hog" deck for rough cutting • Utility vehicles • Turf and Ornamental Spray Application Trucks 858 Maguire Road — Ocoee, FL 34761 www.Groundtek.com (407) 877 -7473 a T 7 � ^ 0 + o K O Vi O *NNW ITI cy ib T I 9L e :c C2 O 7'r a T 7 � ^ 0 + o K O Vi O *NNW ITI cy ib T I 9L C) M a a z \ \ ( � E E tt , m , / 2 \ j \ C R w o � � ! i � ■ � I. \ / R 9 q o ( G § / a � / / ƒ o e 0 CD 0 6 0 ° % �23J § J J ) (D ° 3 -_. ƒ\�/ m � S 22/ J Jf s � 0- � � ° 5 � / > o :Sr 2 ] S o \m R_ 7 "&3 § 7 % CL a / CO / C CD :3 �. 0 Q @ a o CL CL) K § / 7E Jaa@ } § a- ƒ /k W < �2 Q CL C n j ƒ T - �R �§ :3 (D cn / $ (n ƒ � R 0 % § e R & CL CL - U CD (D K 1 9 (A \ ƒ \ q o- $ (n J ƒ� o « ® ' ® /\ •j= \/ n m 0 CD / @ @ C)L § k » 0 # CD J7\ O e (D n � � ��. � �. � � � � P L � � � � � � % � . � � �., � � � � . � � w: r a ' rn V , �, �. -•n a 3 o z — n C� i Il tt rD �1 c (n I v r � ,. ! ai A _ O D } �- . At - n LJ 0) 0 CD Iff UP Ls CY Az CY ul LO 0 A 1 1u•11'•ed Pesticide ApPlti.ttur Iktatl Licensed Pesticide Applicator Detail Intp: a pp i .flnes.urrlceu Close Print Applicator's Name city, Stale .— BORI. GREGO LEWIS _ - -_ ; GOTH AFL License No. License Status — License TYPO: -- -- -- -- Commercial RUP Applicator L icense C M20454 — ; License Categories vatic Pest Control, Natural Areas Weed Man agement. Right -Of-Way Pest Control Last Issue Data Expirati Date Original Issue Data __ - - -- 5121/2010 – �_151 131/2014 Company Name Agent Count: 0 8/ 1412012 3:51 PM I ul I Mayor S. Scott Vandergrift City Manager Robert Frank February 25, 2013 VIA EMAIL AND US MAIL ..-- —fi n — - , Rick Palcowski, Account Manager Maintain Landscaping, Inc. P.O. Box 4183 Winter Park, Florida 32793 Email: RickP@,maintainlandscapin.g.com Commissioners Gary Hood, District 1 Rosemary Wilsen,District2 Rusty Johnson, District 3 Joel F. Keller, District 4 Re: RFP #13 -001 — Landscaping, Landscape Maintenance and Mowing Services Bid Protest (the "Bid Protest ") by Maintain Landscaping ( "Maintain ") Dear Mr. Palcowski: The City is in receipt of your Bid Protest dated February 18, 2013. The Bid Protest was timely received in accordance with Section 10 of the General Terms and Conditions of RFP #13- 001 (the "RFP "). A copy of Section 10 of the RFP is attached hereto for reference. The Bid Protest has been reviewed by the City based on the standards set forth in the RFP. In considering the Bid Protest, the City has been cognizant of the requirements set forth in the RFP, as supplemented by Addendum No. 1 (the "Addendum ") to the RFP, which was available to Maintain via Demandstar as explained in Section H of the RFP. For the reasons set forth in this letter, the Bid Protest is DENIED by the City. City staff properly rejected Maintain's proposal (the "Proposal ") and declined to recommend that the City Commission award the contract contemplated by the RFP to Maintain because the Proposal did not sufficiently meet the requirements set forth in the RFP and the Addendum. Specifically, the Proposal did not include the revised Price Proposal form that was required to be included pursuant to the Addendum. The information that was to be provided on the revised Price Proposal form was necessary for the City to evaluate and compare all proposals received. Please be advised that City's staff s rejection of the Proposal was proper for the following reasons: 1. Section H of the RFP Instructions included on page 5 of the RFP provides that, "It shall be the responsibility of each respondent to obtain a copy of all issued Addenda." Prior to submitting the Proposal, it was Maintain's responsibility to ensure that it had received all necessary RFP documents, including the Addendum and the revised Price Proposal form City of Ocoee - 150 N Lakeshore Drive - Ocoee, Florida 34761 phone: (407) 905 -3100 - fax: (407) 656 -3501 - www.ci.ocoee.fl.us attached thereto, and that the Proposal complied with all requirements contained in the RFP and the Addendum. 2. In addition, Section H of the RFP Instructions provides: In case any Respondent fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a Proposal will constitute acknowledgement of receipt of the RFP Documents and all Addenda. As such, by submitting the Proposal, Maintain acknowledged receipt of all necessary RFP documents, including the Addendum and the revised Price Proposal form attached thereto. Additionally, it was proper for City staff to evaluate all proposals in light of all RFP requirements, including those contained in the Addendum, regardless of whether each prospective respondent actually received the Addendum. Accordingly, the Bid Protest is denied. Sincerely, e To bert Purchasing Agent Cc: Rob Frank, City Manager Craig Shadrix, Assistant City Manager Steve Krug, Public Works Director Wanda Horton, Finance Director Scott Cookson, City Attorney Tolbert, Joyce From: rickp @maintainlandscaping.com Sent: Monday, February 18, 2013 11:39 AM To: Tolbert, Joyce Subject: RFP #13 -001 In reference to Maintain Landscaping proposal for RFP #13 -001 for landscaping, landscape maintenance, and mowing service. Maintain Landscaping proposal was refused for an Addendum #1 Exhibit "C" that was not used in the bid package. The form that was used was from the original package. Other bidders that turned in a incomplete package or wrong forms are allowed to February 21 to amend their bid package. Due to the use of the wrong Exhibit "C" Maintain is not allowed to amend their package. With the use of the proper version, Maintain Landscaping bid pricing would not vary from the originally submitted. If other bid packages can be altered after the original submitting, Maintain Landscaping should be allowed to alter the package and submit the proper form since it would not effect our original proposed cost. Thank you for your consideration, Rick Palcowski Account Manager Maintain Landscaping 407 - 678 -7004 1 Mayor S. Scott Vandergrift City Manager Robert Frank February 26, 2013 VIA EMAIL AND US MAIL Addiel D. Amador, President Premier Lawn Maintenance 190 Lyman Road, Suite 120 Casselberry, Florida 32707 Email: aamador@12remierlawnmaint.com Florida Commissioners Gary Hood, District 1 Rosemary Wilsen,District2 Rusty Johnson, District 3 Joel F. Feller, District 4 Re: RFP #13 -001 — Landscaping, Landscape Maintenance and Mowing Services Bid Protest (the "Bid Protest ") by Premier Lawn Maintenance ( "Premier ") Dear Mr. Amador: The City is in receipt of your Bid Protest dated February 19, 2013. The Bid Protest was timely received in accordance with Section 10 of the General Terms and Conditions of RFP #13- 001 (the "RFP "). A copy of Section 10 of the RFP is attached hereto for reference. The Bid Protest has been reviewed by the City based on the standards set forth in the RFP. In considering the Bid Protest, the City has been cognizant of the requirements set forth in the RFP, as supplemented by Addendum No. 1 (the "Addendum ") to the RFP. As set forth in this letter, the Bid Protest is DENIED by the City. City staff properly rejected Premier's proposal (the "Proposal ") and declined to recommend that the City Commission award the contract contemplated by the RFP to Premier because the Proposal did not sufficiently meet the requirements set forth in the RFP and the Addendum. Specifically, the Proposal did not meet the requirements found in Section 1 of RFP #13 -001, General Terms & Conditions, Bid Security. The requirements of this section could have been met by Premier providing one of the following: • a cashier's /certified check in the amount of One Thousand Dollars; or • a bid bond in an amount equal to One Thousand Dollars; or • documentation that Premier had been active with the Secretary of State for three (3) years. Ce nter of Good I . City of Ocoee - 150 N Lakeshore Drive ■ Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 656 -3501 - www.ci.ocoee.fl.us The City considers the Bid Security to be a material part of the Response since it ensures that the price offered in the Proposal will remain in effect for a ninety (90) day evaluation period and it provides assurance that a company who responds to an RFP will accept the award, if offered. For the foregoing reasons, the Bid Protest is denied. erely, Weo Purchasing Agent Cc: Rob Frank, City Manager Craig Shadrix, Assistant City Manager Steve King, Public Works Director Wanda Horton, Finance Director Scott Cookson, City Attorney Premier Lawn Maintenance February 19, 2013 City of Ocoee Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, Fl. 34761 -2258 Dear Ms. Tolbert: Per our discussion on Monday, February 18, 2013, I am formally writing a Bid Protest to RFP #13 -001. As we discussed, I was considered non - responsive because I failed to include the $1,000.00 bid security deposit per the bid documents. My protest is due to the fact that several bidders were given a second chance to submit forms that they themselves have neglected to provide the city. Due to this matter I see no difference on a form being left out or my security deposit not included in the package. The reasoning that you informed me is that the forms were minor irregularities but again, what is the difference? I feel that this was not a fair action and because of this I would like to request for my bid to be included in the review and will provide the city with the bid security at once. Sincerely, _ Addiel D. Amador President Premier Lawn Maintenance, LLC. 190 Lyman Road, Suite 120, Casselberry, Fl. 32707 Phone: (407) 536 -5716 Fax: (407) 536 -5713