Loading...
HomeMy WebLinkAbout2002 03 11 Consent D Pond Aquatic Weed Control and Maintenance COMMISSION AGENDA ITEM D CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR ,.. ,. '. March 11, 2002 Meeting MGR ~ IDEPT ;fJ/' Authorization REQUEST: Public Works/Storm water Division Requesting Authorization to Enter into a Contract Agreement for Pond Aquatic Weed Control and Maintenance Services. PURPOSE: The purpose of this Board item is to request authorization to enter into a contract agreement with Aquatic Biologist, Inc. for Pond Aquatic Weed Control and Maintenance at a cost of$50,736.00. CONSIDERA TIONS: This agreement is needed to continue contractual pond aquatic weed control maintenance throughout the City. Bid # ITB-007-01lkh was opened on October 3,2001, the three (3) bids received are as follows: 1. Aquatic Biologist, Inc. 2. Future Horizons, Inc. 3. Southern Waters Aquatic Management $50,736.00 $41,616.00 $54,300.00 Future Horizons was awarded the contract in November 2001 and began treatment in December 2001. Inspections of the ponds in late January 2002 and early February 2002 revealed that over 20 ponds were deteriorating due to algae, duckweed and other aquatic growth. Due to the number of ponds that were in unsatisfactory condition, the contract was canceled per the 30 day cancellation provision on February 11, 2002. A Future Horizons representative has indicated they will be at the March 11 Ih meeting to object. The Stormwater Utility manager has reviewed the bids and recommends that the bid be awarded to the next lowest bidder, Aquatic Biologist, Inc. The Aquatic Biologist bid of March 11, 2002 Consent Agenda Item D Page 2 $50,736.00 is within our budget and their references are satisfactory. The contract is for the monthly maintenance of 72 stormwater ponds and 6 canal/ditch areas throughout the City. The contract period is for twelve months with an option for a second and third twelve-month period with annual 2% increase contingent upon an acceptable job pelformance. FUNDING: The funding source for the $50,736.00 annualized cost to maintain stormwater ponds is line code 4413-54693 in the Stormwater Utility Budget. The funds for this project will be expended over the twelve-month contract period. RECOMMENDA TION: It is recommended that authorization be given to enter into a contract agreement with Aquatic Biologist, Inc. for Bid #ITB-007-01/kh, Aquatic Weed control and Maintenance of Certain Ponds at a cost of $50,736.00 payable from the Stormwater Utility Fund -4413- 54693. IMPLEMENT A TION SCHEDULE: The new pond maintenance contract will commence on April 1, 2001 for a twelve- month period with an option for a second and third twelve-month period if the work performance is satisfactory. ATTACHMENTS: 1. Agreement Form 2. Scope of Services 3. City Clerk Bid #ITB-007-01/kh Tabulation COMMISSION ACTION: A TT ACHMENT NO. 1 AGREEMENT FORM THIS AGREEMENT is made and entered into this 1 st day of April. 2002, by and between the CITY OF WINTER SPRINGS, FLORIDA, a Florida municipal corporation, hereinafter referred to as "City", located at 1126 East State Road 434, Winter Springs, FL 32708, and Aquatic Bioloqist. Inc. a Florida corporation, hereinafter referred to as "SeNice Provider". WITNESSETH: WHEREAS, City wishes to obtain Aquatic Weed Control and Maintenance of Certain Ponds on a continuing basis; and WHEREAS, SeNice Provider participated in the selection and negotiation process; and WHEREAS, SeNice Provider is willing to provide such Aquatic Weed Control and Maintenance of Certain Ponds for the City under the terms and conditions stated herein. NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties covenant and agree as follows: 1.0 RECITALS 1.1 The foregoing recitals are deemed to be true and accurate and are fully incorporated herein by reference. 2.0 TERM AND DEFINITIONS 2.1 This contract shall be in effect for twelve (12) months commencing on the Effective Date. The City may extend this contract for two (2) additional one year terms, provided the City determines, in its discretion, that SeNice Provider has adequately performed during the previous term of this contract. In the event this contract is extended, the contract price may be adjusted to allow for consumer price increases based on Bureau of Labor and Statistics - Producer Price Index not to exceed 2 (two) percent. The adjustment will be based on the annual contract period from the same period of the previous year and calculated 30 days prior to renewal. The Agreement may be canceled in whole or part by the City or the SeNice Provider, upon giving at least (30) days written notice prior to cancellation; EXCEPT as otherwise provided under Section 20 of this Agreement and that non-performance on the part of the SeNice Pr.ovider .. ..... will be grounds for immediate termination. Unless otherwise provided in said notice, all work being performed by SeNice Provider at the time of receipt of the notice shall immediately cease and no further work shall be provided by SeNice Provider under this contract. 2.2 Definitions. The following words and phrases used in this Agreement shall have the following meaning ascribed to them unless the context clearly indicates otherwise: a. "Agreement" or "Contract" shall be used interchangeably and shall refer to this Agreement; as amended from time to time, which shall constitute authorization for the SeNice Provider to provide the landscape maintenance seNices approved by the City. b. "Effective Date" shall be the date on which the last signatory hereto shall execute this Agreement, and it shall be the date on which this Agreement shall go into effect. The Agreement shall not go into effect until said date. c. "SeNice Provider" shall mean Aquatic Bioloqist, Inc. a Florida corporation, and its principals, officers, employees, and agents. d. "Public Record" shall have the meaning given in Section 119.011(1), Florida Statutes. e. "Work" or "Services" shall be used interchangeably and shall include the performance of the work agreed to by the parties in this Agreement. \ f. "City Project Manager" or "Designated Representative" or "Project Director" shall mean the Public Works/Utilities Director for the City, or his designee, who is to provide the general administration of the contract. 3.0 SCOPE OF SERVICES 3.1 Service Provider shall provide Aquatic Weed Control and Maintenance of Certain Ponds, including the furnishing of all labor, equipment, tools, materials, incidentals and the performing of all operations necessary as described in the Statement of Work. 4.0 CHANGES IN THE SCOPE OF WORK 4.1 City may make changes in the Services at any time by giving written notice to Service Provider. If such changes increase (additional services) or decrease or eliminate any amount of Work, City and Service Provider will negotiate any change in total cost or schedule modifications. If the City and the Service Provider approve any change, the Contract will be modified in writing to reflect the changes. All change orders shall be authorized in writing by City's and Service Provider's designated representative. 4.2 All of City's amendments thereto shall be performed in strict accordance with the terms of this Agreement insofar as they are applicable. 5.0 SCHEDULE 5.1 Service Provider shall perform services in conformance with the schedule reasonably established by the Stormwater Utility Manager. Service Provider shall complete all of said services in a timely manner and will keep City apprized of the status of work within 72 hours of any activity taking place. Should Service Provider fall behind on the established schedule, it shall employ such resources so as to comply with the schedule. 5.2 No extension for completion of services shall be granted to Service Provider without City's prior written consent. 6.0 METHODS OF PAYMENT FOR SERVICES AND EXPENSES OF SERVICE PROVIDER' ,-- .. '" ..... 6.1 General Bid Services. The City shall only pay Service Provider for services actually performed based on the Bid Form. The total amount paid to Service Provider for the first year of this Agreement shall not exceed $50.736.00 Dollars. If this contract is extended, the total annual amount paid to Service Provider shall not exceed that above mentioned number adjusted by the Producer Price Index as set forth in paragraph 2.1 of this contract. 6.2 Additional Services. From time to time during the term of this Agreement, City may request that Service Provider perform additional Services not required under the Project Manual. For those additional services agreed upon by the City and Service Provider in writing, City agrees to pay Service Provider a total amount equal to that mutually agreed upon by the parties in writing. 6.3 Payment. Upon receipt of a proper invoice from Service Provider, the City agrees to pay the Service Provider the invoice amount providing said amount accurately reflects the terms and conditions of this Agreement. Invoices may only be submitted on a monthly basis unless otherwise agreed by the City. Unless otherwise agreed in writing by the City, there shall be no other compensation paid to the Service Provider and its principals, employees, and independent professional associates and consultants in the performance of Work under this Agreement. The City agrees to make all payments due within thirty (30) days of receipt of a proper invoice delivered by Service Provider. The Service Provider may only bill the City for actual work performed. 7.0 RIGHT TO INSPECTION \ 7.1 City or its affiliates shall at all times have the right to review or observe the services performed by Service Provider. 7.2 No inspection, review, or observation shall relieve Service Provider of its responsibility under this Agreement. 8.0 AUDIT AND INSPECTIONS All Service Provider's records with respect to any matters covered by this Agreement shall be made . available to the City, at any time during normal business hours, as often as the City deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Any deficiencies noted in audit reports must be fully cleared by the Service Provider within seven (7) days after receipt by the Service Provider. Failure of the Service Provider to comply with the above audit requirements will constitute a material breach of this Agreement and may result, at the sole discretion of the City, in the withholding of payment for services provided under this Agreement. 9.0 PROFESSIONALISM AND STANDARD OF CARE 9.1 Service Provider shall do, perform and carry out in a professional manner all Services required to be performed by this Agreement. Service Provider shall also use the degree of care and skill in performing the Services that are ordinarily exercised under similar circumstances by reputable members of Service Provider's profession working in the same or similar locality as Service Provider. 1 0.0 SUBMITTAL OF PROGRESS REPORTS 10.1 Service Provider shall submit a monthly written progress report as to the status of all Work set forth in this Agreement within 72 hours of any work being performed. The report shall in a sufficient manner demonstrate that any funds expended were used to provide the agreed-upon Services. If the detail is not sufficient in the City Project Manager's reasonable discretion to permit the City to determine the Work performed or the manner in which it is being performed, the City may seek more detail from the Service Provider. 11.0 WARRANTY OF PROFESSIONAL SERVICES 11.1 The Service Provider (for itself and any of its employees, contractors, partners, and agents used to perform the Services) hereby warrants unto the City that all of its employees (and those of any of its contractors, partners, and agents used to perform the Services) have sufficient experience to property complete the Services specified herein or as may be performed pursuant to this Agreement. In pursuit of any Work, the Service Provider shall supervise and direct the Work, using its best skill and attention and shall enforce strict discipline and good order among its employees. The Service Provider shall comply with all laws, ordinances, rules, regulations, and lawful orders of any public authority bearing on the performance of the Work. 12.0 CORPORATE REPRESENTATIONS BY SERVICE PROVIDER 12.1 Service Provider hereby represents and warrants to the City the following: a. Service Provider is duly registered and licensed to do business in the State of Florida and is in good standing under the laws of Florida, and is duly qualified and authorized to carry on the functions and operations set forth in this Agreement. b. The undersigned signatory for Service Provider has the power, authority, and the legal right to enter into and perform the obligations set forth in this Agreement and all applicable exhibits thereto, and the execution, delivery, and performance hereof by Service Provider has been duly authorized by the board of directors and/or president of Service Provider. In support of said representation, Service Provider agrees to provide a copy to the City of a corporate certificate of good standing provided by the State of Florida prior to the execution of this Agreement. c. Service Provider is duly licensed under all local, state and federal laws to provide the Services stated in paragraph 3.0 herein. In support of said representation, Service Provider agrees to provide a copy of all said licenses to the City prior to the execution of this Agreement. 13.0 WORK IS A PRIVATE UNDERTAKING 13.1 With regard to any and all Work performed hereunder, it is specifically understood and agreed to by and between the parties hereto that the contractual relationship between the City and Service Provider is such that the Service Provider is an independent contractor and not an agent of the City. The Service Provider, its contractors, partners, agents, and their employees are independent contractors and not employees of the City. Nothing in this Agreement shall be interpreted to establish any relationship other than that of an independent contractor, between the City, on one hand, and the Service Provider, its contractors, partners, employees, or agents, during or after the performance of the Work under this Agreement. 14.0 PROGRESS MEETING 14.1 City Project Manager may hold periodic progress meetings on a monthly basis, or more frequently if required by the City, during the term of work entered into under this Agreement. Service Provider's Project Manager and all other appropriate personnel shall attend such meetings as designated by the City Project Manager. 15.0 SAFETY 15.1 Service Provider shall be solely and absolutely responsible and assume all liability for the safety and supervision of its principals, employees, contractors, and agents while performing Services provided hereunder. 16.0 INSURANCE 16.1 Liability Amounts. During the term of this Agreement, Service Provider shall be responsible for providing the types of insurance and limits of liability as set forth below. a. The Service Provider shall maintain comprehensive general liability insurance in the minimum amount of $1,000,000 as the combined single limit for each occurrence to protect the Service Provider from claims of property damages which may arise from any Services performed under this Agreement whether such Services are performed by the Service Provider or by anyone directly employed by or contracting with the Service Provider. b. The Service Provider shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 combined single limit bodily injury and minimum $1,000,000 property damage as the combined single limit for each occurrence to protect the Service Provider from claims for damages for bodily injury, including wrongful death, as well as from claims from property damage, which may arise from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles whether such operations be by the Service Provider or by anyone directly or indirectly employed by the Service Provider. c. The Service Provider shall maintain, during the life of this Agreement, adequate Workers' Compensation Insurance in at least such amounts as are required by law and Employer's Liability Insurance in the minimum amount of $1,000,000 for all of its employees performing Work for the City pursuant to this Agreement. 16.2 Special Requirements. Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of this Agreement. A copy of a current Certificate of Insurance shall be provided to the City by Service Provider upon the Effective Date of this Contract which satisfied the insurance requirements of this paragraph 16.0. Renewal certificates shall be sent to the City 30 days prior to any expiration date. There shall also be a 30-day advance written notification to the City in the event of cancellation or modification of any stipulated insurance coverage. The City shall be an additional named insured on all stipulated insurance policies as its interest may appear, from time to time. 16.3 Independent Associates and Consultants. All independent contractors or agents employed by Service Provider to perform any Services hereunder shall fully comply with the insurance provisions contained in these paragraphs for sections 15 and 16. 17.0 COMPLIANCE WITH LAWS AND REGULATIONS 17.1 Service Provider shall comply with all requirements of federal, state, and local laws, rules, regulations, standards, and/or ordinances applicable to the performance of Services under this Agreement. 18.0 DOCUMENTS 18.1 Public Records. It is hereby specifically agreed that any record, document, computerized information and program, audio or video tape, photograph, or other writing of the Service Provider and its independent contractors and associates related, directly or indirectly, to this Agreement, may be deemed to be a Public Record whether in the possession or control of the City or the Service Provider. Said record, document, computerized information and program, audio or video tape, photograph, or other writing of the Service Provider is subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written approval of the City's City Manager. Upon request by the City, the Service Provider shall promptly supply copies of said public records to the City. All books, cards, registers, receipts, documents, and other papers in connection with this Agreement shall at any and all reasonable times during the normal working hours of the Service Provider be open and freely exhibited to the City for the purpose of examination and/or audit. 18.2 The Service Provider acknowledges that the City is a Florida municipal corporation and subject to the Florida Public Records Law. Service Provider agrees that to the extent any doculJlE!.nt produced by Service Provider under this Agreement constitutes a Public Record, Service Provider shall comply with the Florida Public Records Law. 19.0 ASSIGNMENT 19.1 Service Provider shall not assign or subcontract this Agreement, or any rights or any monies due or to become due hereunder without the prior, written consent of City. 19.2 If upon receiving written approval from City, any part of this Agreement is subcontracted by Service Provider, Service Provider shall be fully responsible to City for all acts and/or omissions performed by the subcontractor as if no subcontract had been made. 19.3 If City determines that any subcontractor is not performing in accordance with this Agreement, City shall so notify Service Provider who shall take immediate steps to remedy the situation. 19.4 If any part of this Agreement is subcontracted by Service Provider, prior to the commencement of any Work by the subcontractor, Service Provider shall require the subcontractor to provide City and its affiliates with insurance coverage as set forth by the City. 20.0 TERMINATION: DEFAULT BY SERVICE PROVIDER AND CITY'S REMEDIES 20.1 The City reserves the right to immediately revoke and terminate this Agreement and rescind all rights and privileges associated with this Agreement, without penalty, in the following circumstances, each of which shall represent a default and breach of this Agreement: a. Service Provider defaults in the performance of any material covenant or condition of this Agreement and does not cure such other default within seven (7) calendar days after written notice from the City specifying the default complained of, unless, however, the nature of the default is such that it cannot, in the exercise of reasonable diligence, be remedied within seven (7) calendar days, in which case the Service Provider shall have such time as is reasonabl.y necessary to remedy the default, provided the Service Provider promptly takes and diligently pursues such actions as are necessary therefor; or b. Service Provider is adjudicated bankrupt or makes any assignment for the benefit of creditors or Service Provider becomes insolvent, or is unable or unwilling to pay its debts; or c. Service Provider has acted negligently, as defined by general and applicable law, in performing the Services hereunder; or d. Service Provider has committed any act of fraud upon the City; or e. Service Provider has made a material misrepresentation of fact to the City while performing its obligations under this Agreement; or f. Service Provider is experiencing a labor dispute which threatens to have a substantial, adverse impact upon performance of this Agreement without prejudice to any other right or remedy City may have under this Agreement. 20.2 Notwithstanding the aforementioned, in the event of a default by Service Provider, the City shall have the right to exercise any other remedy the City may have by operation of law, without limitation, and without any further demand or notice. In the event of such termination, City shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for Work properly performed prior to the effective date of termination. 21.0 FORCE MAJEURE 21.1 Any delay or failure of either party in the performance of its required obligations hereunder shall be excused if and to the extent caused by'acts of God; fire; floo'd;- windstorm; explosion; riot; war; sabotage; strikes (except involving Service Providers labor force); extraordinary breakdown of or damage to City's affiliates' generating plants, their equipment, or facilities; court injunction or order; federal and/or state law or regulation; order by any regulatory agency; or cause or causes beyond the reasonable control of the party affected; provided that prompt notice of such delay is given by such party to the other and each of the parties hereunto shall be diligent in attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect for sixty days, either party may terminate this Agreement. 22.0 GOVERNING LAW & VENUE 22.1 This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole County, Florida. Venue for ar)y federal action or litigation shall be Orlando, Florida. 23.0 HEADINGS 23.1 Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement. 24.0 SEVERABILITY , 24.1 In the event any portion or part thereof of this Agreement is deemed invalid, against public policy, void, or otherwise unenforceable by a court of law, the parties, at the sole discretion and option of the City, shall negotiate an equitable adjustment in the affected provision of this Agreement. The validity and enforceability of the remaining parts of this Agreement shall otherwise be fully enforceable. 25.0 INTEGRATION; MODIFICATION - 25.1 The drafting, execution, and delivery of this Agreement by the Parties has been induced by no representations, statements, warranties, or agreements other than those expressed herein. This Agreement embodies the entire understanding of the parties, and there are no further or other agreements or understandings, written or oral, in effect between the parties relating to the subject matter hereof unless expressly referred to herein. Modifications of this Agreement shall only'be made in writing signed by both parties. 26.0 WAIVER AND ELECTION OF REMEDIES 26.1 Waiver by either party of any terms, or provision of this Agreement shall not be considered a waiver of that term, condition, or provision in the future. 26.2 No waiver, consent, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of each party hereto. 27.0 THIRD PARTY RIGHTS 27.1 Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than City and Service Provider. 28.0 PROHIBITION AGAINST CONTINGENT FEES 28.1 Service Provider warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Service Provider, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Service Provider, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. 29.0 NO JOINT VENTURE 29.1 Nothing herein shall be deemed to create a joint venture or principal-agent relationship between the parties, and neither party is authorized to, nor shall either party act toward third persons or the public in any manner which would indicate any such relationship with the other party. 30.0 ATTORNEY'S FEES 30.1 Should either party bring an action to enforce any of the terms of this Agreement, the prevailing party shall be entitled, to the extent permitted by law, to recover from the non-prevailing party the costs and expenses of such action including, but not limited to, reasonable attorney's fees, whether at settlement, trial or on appeal. 31.0 COUNTERPARTS 31.1 This Agreement may be executed in any number of counterparts, each of which when so executed and delivered shall be considered an original agreement; but such counterparts shall together constitute but one and the same instrument. 32.0 DRAFTING (<.:.~t '~< 32.1 City and Service Provider each represent that they have both shared equally in drafting this Agreement and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute between the parties. 33.0 NOTICE 33.1 Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed, postage prepaid to: · For Service Provider: Q , For City: Utilities/Public Works Dire'ct6r 1126 East State Road 434~:. . Winter Springs, FL 32708....0: '. Phone: (407r327-5~89' Facsimile:-(407) 327-6695 .- ::'-'~~';i;~:~..A..~r-. . ,...-.~~~ ...~ '~~0'0~ '::~, ...."-~:c;~~0<ct~, ':;~:,~';':,~~) . ,p", , ..~... ~-" .... ,- 33.2 Either party may change the notice address by providing the other party written notice of the change. 34.0 SOVEREIGN IMMUNITY 34.1 Nothing contained in this Agreement shall be construed as a waiver of the City's right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the City's potential liability under state or federal law. 35.0 INDEMNIFICATION 35.1 For all Services performed pursuant to this Agreement, the Service Provider agrees to the fullest extent permitted by law, to indemnify and hold harmless the City and its commissioners, employees, officers, and city attorneys (individually and in their official capacity) from and against all claims, losses, damages, personal injuries (including but not limited to death), or liability (including reasonable attorney's fees through any and all administrative, trial and appellate proceedings), directly or indirectly arising from: a. any default under this Agreement by Service Provider; b. any negligent act, omission or operation of work related to all Services performed under this Agreement by Service Provider, and its employees, principals, agents, independent contractors, and consultants. c. the acts, errors, omissions, intentional or otherwise, arising out of or resulting from Service Provider's and its employees, partners, contractors, and agents on the performance of the Services being performed under this Agreement; d. Service Provider's, and its employees, partners, contractors, and agents failure to comply with the provisions of any federal, state, or local laws, ordinance, or regulations applicable to Service Provider's and its employees, partners, contractors, and agents performance under this Agreement; e. any fraud and misrepresentation conducted by Service Provider and its employees, partners, contractors, and agents on the City under this Agreement. 35.2 The indemnification provided above shall obligate the Service Provider to defend at its own expense or to provide for such defense, at the option of the City, as the case may be, of any and all claims of liability and all suits and actions of every name and description that may be brought against the City or its commissioners, employees, officers, and City Attorney which may result from any negligent act, omission or operation of work related to the Services under this Agreement whether the Services be performed by the , Service Provider, or anyone directly or indirectly employed by them. In all events the City and its commissioners, employees, officers, and City Attorney shall be permitted to choose legal counsel of its sole choice, the fees for which shall be reasonable and subject to and included with this indemnification provided herein. 36.0 ORDER OF PRECEDENCE 36.1 In case of any inconsistency in any of the documents bearing on the Agreement between the City and the Service Provider, the inconsistency shall be resolved by giving precedence in the following order: a. Addenda to this Agreement subsequent to the Effective date of this Agreement; Ii. This Agreement; c. Exhibits to this Agreement; and d. The Bid documents. 36.2 Any inconsistency in the work description shall be clarified by the City and performed by the Service Provider. 37.0 AGREEMENT INTERPRETATION 37.1 At its discretion, during the course of the work, should any errors, ambiguities, or discrepancies be found in the Agreement or specifications, the City at its sole discretion will interpret the intent of the Agreement and work descriptions and the Service Provider hereby agrees to abide by the City's interpretation and agrees to carry out the work in accordance with the decision of the City. 37.2 When the material, article, or equipment is designated by a brand name and more than one brand name is listed, it will be understood that the work is based on one brand name only. The Service Provider will be responsible for all coordination necessary to accommodate the material, article, or equipment being provided without additional cost to the City. A substitute material, article, or equipment is allowed if it is reasonably equivalent to the brand name specified. The City has full discretion to decide whether a substitute is reasonably equivalent. Service Provider must notify the City prior to use of the substitute for a specified brand name and allow the City to make a determination before Service Provider uses the substitute. IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by Their duly authorized representatives as of the date first written above. SERVICE PROVIDER: Name Address Telephone CITY: CITY OF WINTER SPRINGS, FLORIDA By: Dated RONALD W, MCLEMORE City Manager ATTEST: By: ANDREA LORENZO-LUACES, City Clerk A TT A.CHMENT NO. 2 STATEMENT OF WORK FOR AQUATIC WEED CONTROL AND MAINTENANCE OF CERTAIN STORMWATER PONDS \ 1. PROJECT SCOPE Provide all supervision, labor, equipment, materials and fuel to perform grounds, aquatic weed control and pond maintenance as indicated in this statement of work. The work consists of maintaining stormwater ponds and several canals/ditches throughout the City. 2. GENERAL 2.1 Supervisor: The contractor shall provide an individual who shall be responsible for the performance of the work. The name of this person and alternate(s) who shall act for the contractor when the supervisor is unavailable shall be designated in writing to the Utilities Director or other designated City employee. 2.1.1 Authority: The Stormwater Utility Manager or alternate shall have full authority to act for the Contractor on all matters relating to daily operation of this contract. 2.1.2 Availability: The supervisor or alternate shall be available during normal business hours within 24 hours to meet with City Personnel designated by the Utilities Director to discuss problem areas, 2.2 Employees 2.2.1 Contractor Personnel Appearance: Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges which contain the company and employee name:.. .. . 2.2.2 Vehicle Operator Licenses: The contractor shall ensure that all vehicle operators have a valid Florida operators' license for the type of vehicle being driven, prior to starting work. 2.3 Quality Control 2.3.1 Quality Control Plan: The contractor shall establish and maintain a quality control plan to ensure the requirements of the contract are provided for as specified. 2.4 Standards of Work 2.4.1 Standards of Service: The standards of service provided by the contractor shall be equal to City of Winter Springs standards and those normally expected of a competent firm engaged in the aquatic weed control services business. 2.4.2 Qualified Technicians: The contractor is held responsible for providing fully qualified and licensed technicians/workers to perform the tasks necessary in providing these services. 2.5 Hours of Work: Work may be performed by the contractor between the hours of 7:00 a.m. and 6:00 p.m., Monday through Saturday. No work may be performed before sunrise or after sundown without advance written permission from the City. 2.6 Damage to City Property: The contractor shall take necessary precautions to protect City property, Any damage to City property resulting from the wrongful or negligent acts of the contractors' employees shall be repaired or replaced by the contractor or be deducted from the payment due the contractor. . ,;' 2.7 Safety: The contractor shall exercise proper safety procedures which are in accordance with all state, local, and OSHA regulations or standards. . . , 2.8 Contractors Work Plan: The contractor shall furnish with his bid a complete proposal of his/her plan for accomplishing the required work, including a list of the equipment and personnel intended to be used. 3. WORK TO BE PERFORMED 3.1 Description: The work in this section consists of the following: The intent of the BID is to obtain a price for providing management of certain lakes and/or waterways in accordance with the following specifications. Seventy - Two (72) stormwater ponds (72,350 ft. total circumference) and Six (6) ditches/canals (5,600 ft total length) located at various City locations in Winter Springs, FL. (See section four for locations and individual circumference measurements) A minimum of twelve (12) inspections per year with treatment as required. The period between individual pond inspections must not exceed 35 days. Water Manaqement Services are to include. but not necessarily be limited to the followinq: A. Algae and aquatic weed control in open water areas only. B. Shoreline grass control to the waters' edge in non-vegetated areas only. C. Vegetation in the bottom of dry ponds shall be limited in height to 12". D. Littoral shelf maintenance-Wicking for the control of cattail and primrose willow. E. Water chemistry testing, as needed by the contractor for the success of the control program. F. Bacteria testing, as needed by the contractor for the success of the control program. G. Triploid grass carp stocking (to control hydrilla and slender spikerush) based on a unit cost. Fish barriers are not part of this scope. They will be negotiated on a case by case basis. \ \. \ H. Removal of all nonorganic material (bottles, cans, litter, etc.) that is floating or at the water line will be conducted once per month. Management reporting will be used to verify trash removal activities. Trash to be' removed is limited to trash which can physically enter the pond via the storm sewer system. I. Overflow structures shall be cleared of weeds monthly. J~. Physical removal of organic materials is not part of this contract and will be .; ..p,~~~ated separately, . . . . J. K. Management reporting. Managenient reporting will require' the use of forms as provided by the City and will be used as a basis for Invoice approval and contract performance inspection. Any activity conducted as part of the contract will have to be submitted within 72hrs of the activity taking place. 3.2 Inspection and Unsatisfactory Work: During periods of heavy pond maintenance the contractor shall consult with the City for inspection and tentative approval of work quality being accomplished. In the event of unsatisfactory work, the contractor shall perform whatever work is necessary without additional compensation. 3.3 Bid Items and Items of Payment: The measurement of production and item(s) of payment shall be made by uniUwork areas on a per monthly basis as follows and as indicated in 4.0: 4.0 AREAS TO BE MAINTAINED Pond Pond Approximate Location # Name Circumference 1 Tanglewood Pond 400 Rustic WoodslWildwood subdivision on Tanglewood 2 Highlands Pond 1100 lake with island in center behind club house 3 The Oaks 1000 North side of Shephard across from The Oaks 4 Highland Lakes ,- Shepard Road 550 ~outh Shephard adjacent to The Oaks 5 Highland Village - Large 950 next to 405 Macgregor Road 6 Highland Village - Small 300 blw 320 & 326 Macgregor 7 Highland Village - 3rd Street 750 corner of Macgregor, 3rd, and Sheoah 8 Moss Road Pond 1300 wet pond by Torcaso park and fire station 9 Safety Bldg. Pond A & B 850 both sides of police station 10 Cory Lane Pond 400 end of cul-de-sac 11 Rhoden Lane Pond 750 end of cul-de-sac 12 Alligator Pond 1300 off Murphy Road behind Murphy Pond B 13 Murphy Pond 8 700 off Murphy Road before Bridge past Hawthorn 14 Murphy Lake 1200 off Murphy after bridge after Murphy Pond B before Panama Cir 15 Donut Lake 1550 S Edgemon Ave blw Cotton Wood and Panama 16 Fruitwood lake 1400 blw Fruitwood/Panama and Edgemon 17 Gee Creek Pond 550 corner of Elderwood and Edgemon 18 Arbors - Dolphin Road 1350 corner of Dolphin and Lancers 19 Stone Gable 1100 stone gable circle 20 Winding Hollow #10 1a50 power line esmt by stone gable 21 Winding Hollow #15 1000 before twelve oaks on winding hollow blvd east 22 Winding Hollow #14 350 before twelve oaks on winding hollow blvd west 23 Winding Hollow #1 9 350 corner of winding hollow & !welve oaks 24 Winding Hollow #17 SO) power esmt North of W,H.#20 25 Winding Hollow #22 1400 corner of winding hollow & winding chase 26 Winding Hollow #11 650 east side of winding hollow blvd just past springview ct 27 Winding Hollow #20 4OC'O large power line esmt wet pond 28 SR 434 DOT pond E 2150 Across from the Reserve 29 SR 434 DOT pond 0 350 Across from Consolidated Services 30 SR 434 DOT Pond A 1800 adjacent to Stone Gable 31 SR 434 DOT Pond B 1350 post office 32 SR 434 DOT Pond C 950 post office 33 Winter Springs City Hall Pond 850 Behind City Hall 34 Central Winds Pard Pond 1300 adjacent to Lake Jessup 35 Central Winds Park Soccer Field 700 Soccer Fields 36 O'Day Pond 750 blw 1132 and 1142 O'Day Drive 37 Baltic Lane Pond/Ditch 250 baltic lane . _.. 38 Freedom Lane Pond I Ditch 750 freedom lane 39 Oak ForesUChokecherry Pond 300 Papaya Lane - esmt blw March Hare and Turkey Hollow .40 Oak Forest Lake 2300 corner of Tuscawilla and Winter Springs Blvd 41 Trotwood Pond 1100 along Trotwood Blvd by Northern Way 42 Tuscawilla Lake 2700 Trotwood Park Lake off Northern Way 43 Tuska Oaks 9 350 S. of fire depl. and behind 5021504 Pleasant Grove 44 Tusca Oaks 8 SO) across from Water Plant on Northern Way 45 Tusca Oaks 7 500 between 512 & 514 Pleasant Grove 46 Tusca Oaks 1-6 2300 ponds in power esmt blw pleasant grove & w.s.blvd 47 Willa Lake 3300 blw Ermine, Antelope, Deer Run and Wolverine 48 MT. Laurel Pond 500 Ml. Laurel 49 Bear Creek Cl. Pond 400 end of cul-de-sac 50 Seneca Pond 400 near intersection of Vistawilla and Seneca 51 Running Bear Cl. Pond 200 behind 695 running bear court 52 Tiverton Pond 700 Carrington Woods 53 Carrington Pond 1000 Carringlon Woods 54 Warrington Pond 1100 Carrington Woods 55 Winter Springs Blvd/Across from park 600 next to Fox Glen 56 Sam Smith Park Pond 2000 Sam Smith Park 57 White Dove Pond 350 BIw White Dove and Woodchuck in power esmt 58 Tuscawilla Pond B/C - Boat Pond 350 off Seneca Blvd blw Canadice and Lamoka in power esmt 59 Tuscawilla Pond 0 - Chelsea Large 2500 off Seneca Blvd blw Tioga and Conesus 60 Little Sparrow Cl. Pond. 600 Behind 1630 Winter Springs Blvd, E. of Little Sparrow Cl. 61 Chestnut Estates - 1 350 blw 222 and 223 Blue Creek Drive 62 Bear Creek Pond/\/V.S. Blvd. 300 North of Winter Springs Blvd - by entrance of Chestnut Estates 62A pond behind #62 350 63 Chestnut Estates - 2 550 blw 200 and 206 Blue Creek Dr North. 64 Chestnut Estates - 4 1100 East side of Chestnut Estates bordering Oviedo 65 Hole 13 Lake 1450 Tuscawilla Golf Course 66 Hole 12 Lake 1650 Tuscawilla Golf Course 67 Fairway Oaks Pond 600 Middle of Fairway Oaks 68 Chestnut Ridge 750 East side of Greenbriar at entrance to subdivision 69 Greenbriar Pond 550 West side of Greenbiar 70 Dyson Pond 550 blw Shetland & Dyson 80 Winter Springs High School 1300 high school fields and Tuscawilla Road 100 N. Edgemon Ave/Civic Center 1000 behind ball fields 101 Lombardi Road Canal 1000 blw Devon & Fairfax 102 S, Edgemon/S. Flamingo (N/S) 2500 Canal 103 Sheoah Rd. park Outfall Area 100 across from 3rd streeet by park - small area entering into lake 104 Highlands Canal/Sheoah Circle 400 ditch by fenced area off Sheoah circle 105 Safety Bldg Ditch 600 ditch runs behind police station Triploid Grass Carp Stocking: $ each A TT ACHMENT NO. 3 BID NUMBER: ITB-007-0l/KH BID CLOSING: OCTOBER 3,2001 Bid Closing Was Called-By:. Naney VobOrnik, Purchasing Coordinator Bid Opened: Bid Closed: 3:02 p.m. 3:05 p.m. Witnesses: Kim Hall, City Engineer/Stormwater Utility Manager Holly Pierstorff, Assistant To The City Clerk Three (3) Bid,; Received: 1. AQUATIC BIOLOGISTS,INC. AGENT: MR. DOUGLAS K. CHARLES, 750 LAN ARK STREET, SANFORD, FLORIDA 32773 TELEPHONE: (407) 302-5062 FACSIMILE: (407) 302-5063 BID AMOUNT: $ 50,736.00 2. FUTURE HORIZONS, INC. AGENT: MR. RICHARD A. BLACKBURN, VICE PRESIDENT, P.O. BOX 1115, HASTINGS, FLORIDA 32145-1115 TELEPHONE: (800) 682-1187 BID AMOUNT: $41,616.00 3. SOUTHERN WATERS AQUA TIC MANAGEMENT AGENT: MR. ROBERT 1. POULIN, OWNER, 1330 VAN ARSDALE STREET, OVIEDO, FLORIDA 32765 TELEPHONE: (407) 977-0880 BID AMOUNT: $54,300.00 Holly Pierstorff, Assistant To The City Clerk City of Winter Springs Copy: Mr. Kip Lockcuff, Director, Public Works Department Ms. Nancy Vobornik, Purchasing Department DOC>i\\Vord\BIDS\RESULTS\FyOOO I IITB,007.0 I Kll.doc BID NO. ITB007/01KH Pa ge --1L of....32. STATEMENT OF WORK FOR AQUATIC WEED CONTROL AND MAINTENANCE OF CERTAIN STORMWATER PONDS 1. PROJECT SCOPE Provide all supervision, labor, equipment, materials and fuel to perform grounds, aquatic weed control and pond maintenance as indicated in this statement of work. The work consists of maintaining storm water ponds and several canals/ditches throughout the City. 2. GENERAL 2.1 Supervisor: The contractor shall provide an individual who shall be responsible for the performance of the work. The name of this person and alternate(s) who shall act for the contractor when the supervisor is unavailable shall be designated in writing to the Utilities Director or other designated City employee. 2.1.1 Authority: The Stormwater Utility Manager or alternate shall have full authority to act for the Contractor on all matters relating to daily operation of this contract. \ 2.1.2 Availability.: The supervisor. or alternate shall be available during normal business hours within 24 hours to meet with City Personnel d~signated by the Utilities Director to discuss problem areas. 2.2 Employees 2.2.1 Contractor Personnel Appearance: Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges which contain the company and employee name. 2.2.2 Vehicle Operator Licenses: The contractor shall ensure that all vehicle operators have a valid Florida operators' license for the type of vehicle being driven, prior to starting work....., .- 2.3 Quality Control 2.3.1 Quality Control Plan: Ttte contractor shall establish and maintain a quality control plan to ensure the requirements of the contract are provided for as specified. BID NO. ITB007/0 I KH Page ..1L of.-a2. 2.4 Standards of Work 2.4.1 Standards of Service: The standards of service provided by the contractor shall be equal to City of Winter Springs standards and those normally expected of a competent firm engaged in the aquatic weed control services business. 2.4.2 Qualified Technicians: The contractor is held responsible for providing fully qualified and licensed technicians/workers to perform the tasks necessary in providing these services. 2.5 Hours of Work: Work may be performed by the contractor between the hours of 7:00 a.m. and 6:00 p.m., Monday through Saturday. No work may be performed before sunrise or after sundown without advance written permission from the City. 2.6 Damage to City Property: The contractor shall take necessary precautions to protect City property. Any damage to City property resulting from the wrongful or negligent acts of the contractors' employees shall be repaired or replaced by the contractor or be deducted from the payment due the contractor. 2.7 Safety: The contractor shall exercise proper safety procedures which are in accordance with all state, local, and OSHA regulations or standards. 2.8 Contractors Work Plan: The contractor shall furnish with his bid a complete proposal of his/her plan for accomplishing the required work, including a list of the equipment and personnel intended to be used. 3. WORK TO BE PERFORMED 3.1 Description: The work in this section consists of the following: The intent of the BID is to obtain a price for providing management of certa}n lakes and/or waterways in accordance with the following specifications. Seventy - Two (72) stormwater ponds (72,350 ft. total circumference) and Six (6) ditches/canals (5,600 ft total length) located at various City locations in Winter Springs, FL. (See section four for locations and individual circumference... - - .---- -- - . measurements) A minimum of twelve (12) inspections per year with treatment as required. The period between individual pond inspebtions must not exceed 35 days. Water Management Services are to include. but not necessarily be limited to the following: A. Algae and aquatic weed control .in open water areas only. B. Shoreline grass control to the waters' edge in non-vegetated areas only. " BID NO. ITB007/0Ikh Page ~ of....32. C. Vegetation in the bottom of dry ponds shall be limited in height to 12" . D. Littoral shelf maintenance-Wicking for the control of cattail and primrose willow. E. Water chemistry testing, as needed by the contractor for the success of the control program. F. Bacteria testing, as needed by the contractor for the success of the control program. G. Triploid grass carp stocking (to control hydrilla and slender spikerush) based on a unit cost. Fish barriers are not part of this scope. They will be negotiated on a case by case basis. H. Removal of all nonorganic material (bottles, cans, litter, etc.) that is floating or at the water line will be conducted once per month. Management reporting will be used to verify trash removal activities. Trash to be removed is limited to trash which can physically enter the pond via the storm sewer system. I. Overflow structures shall be cleared of weeds. monthly. J. Physical removal of organic materials is not part of this contract and will be negotiated separately. K. Management reporting. Management reporting will require the use of forms as provided by the City and will be used as a basis for Invoice approval and contract performance inspection. Any activity conducted as part of the contract will have to be submitted within 72hrs of the activity taking place. 3.2 Inspection and Unsatisfactory Work: During periods of heavy pond maintenance the contractor - shall- 'consult- with- the City for inspection -and --. -- tentative approval of work quality being accomplished. In the event of unsatisfactory work, the contractor shall perform whatever work is necessary without additional compen~ation. . 3.3 Bid Items and Items of Payment: The measurement of production and item(s) of payment shall be made by unit/work areas on a per monthly basis as follows and as indicated in 4.0: BID NO.ITB007/0Ikh Page ..1.L of~ 4.0 AREAS TO BE MAINTAINED Pond Pond Approximate Location # Name Circumference 1 Tanglewood Pond 400 Rustic WoodslWildwood subdivision on Tanglewood 2 Highlands Pond 1100 lake with island in center behind club house 3 The Oaks 1000 North side of Shephard across from The Oaks 4 Highland Lakes - Shepard Road 550 South Shephard adjacent to The Oaks 5 Highland Village - Large 950 next to 405 Macgregor Road 6 Highland Village - Small 300 blw 320 & 326 Macgregor 7 Highland Village - 3rd Street 750 corner of Macgregor, 3rd, and Sheoah 8 Moss Road Pond 1300 wet pond by Torcaso park and fire station 9 Safety Bldg. Pond A & B 850 both sides of police station 10 Cory Lane Pond 400 end of cul-de-sac 11 Rhoden Lane Pond 750 end of cul-de-sac 12 Alligator Pond 1300 off Murphy Road behind Murphy Pond B 13 Murphy Pond B 700 off Murphy Road before Bridge past Hawthorn 14 Murphy Lake 1200 off Murphy after bridge after Murphy Pond B before Panama Cir 15 Donut Lake 1550 S Edgemon Ave blw Cotton Wood and Panama 16 Fruitwood lake 1400 blw Fruitwood/Panama and Edgemon 17 Gee Creek Pond 550 corner of Elderwood and Edgemon 18 Arbors - Dolphin Road 1350 corner of Dolphin and Lancers 19 Stone Gable 1100 stone gable circle 20 Winding Hollow #10 1050 power line esmt by stone gable 21 Winding Hollow #15 1000 before twelve oaks on winding hollow blvd east 22 Winding Hollow #14 350 before twelve oaks on winding hollow blvd west 23 Winding Hollow #19 350 corner of winding hollow & twelve oaks 24 Winding Hollow #17 900 power esmt North of W.H.#20 --,-- 25 Winding Hollow #22 1400 corner of winding hollow & winding chase 26 Winding Hollow #11 650 east side of winding hollow blvd just past springview ct 27 Winding Hollow #20 4000 large power line esmt wet pond 28 SR 434 DOT pond E 2150 Across from the Reserve 29 SR 434 DOT pond D 350 Across from Consolidated Services 30 SR 434 DOT Pond A ' 1800 adjacent to Stone Gable 31 SR 434 DOT Pond B 1350 post office 32 SR 434 DOT Pond C 950 post office 33 Winter Springs City Hall Pond 850 Behind City Hall 34 Central Winds Pard Pond 1300 adjacent to Lake Jessup 35 Central Winds Park Soccer Field 700 Soccer Fields 36 O'Day Pond 750 blw 1132 and 1142 O'Day Drive 37 Baltic Lane PondlDitch 250 bailie lane 38 Freedom Lane Pond I Ditch 750 freedom lane 39 Oak Forest/Chokecherry Pond 300 Papaya Lane - esmt blw March Hare and Turkey Hollow 40 Oak Forest Lake 2300 corner of Tuscawilla and Winter Springs Blvd 41 Trotwood Pond 1100 along Trotwood Blvd by Northern Way 42 Tuscawilla Lake 2700 Trotwood Park Lake off Northern Way 43 Tuska Oaks 9 350 S. of fire dept. and behind 5021504 Pleasant Grove 44 Tusca Oaks 8 900 across from Water Plant on Northern Way 45 Tusca Oaks 7 500 between 512 & 514 Pleasant Grove 46 Tusca Oaks 1-6 2300 ponds in power esmt b/w pleasant grove & w.s.blvd 47 Willa Lake 3300 blw Ermine, Antelope, Deer Run and Wolverine 48 MT. Laurel Pond 500 Mt. Laurel BID NO. ITB007/0 I kh Page -1JL of....J2 Pond Pond Approximate Location # Name Circumference 49 Bear Creek Ct. Pond 400 end of cul-de-sac 50 Seneca Pond 400 near intersection of Vistawilla and Seneca 51 Running Bear Ct. Pond 200 behind 695 running bear court 52 Tiverton Pond 700 Carrington Woods 53 Carrington Pond 1000 Carrington Woods 54 Warrington Pond 1100 Carrington Woods 55 Winter Springs Blvd/Across from park 600 next to Fox Glen 56 Sam Smith Park Pond 2000 Sam Smith Park 57 White Dove Pond 350 B/w White Dove and Woodchuck in power esmt 58 Tuscawilla Pond B/C - Boat Pond 350 off Seneca Blvd b/w Canadice and Lamoka in power esmt 59 Tuscawilla Pond 0 - Chelsea Large 2500 off Seneca Blvd b/w Tioga and Conesus 60 Little Sparrow Ct. Pond. 600 Behind 1630 Winter Springs Blvd. E. of Little Sparrow Ct. 61 Chestnut Estates - 1 350 b/w 222 and 223 Blue Creek Drive 62 Bear Creek PondllN.S. Blvd. 300 North of Winter Springs Blvd - by entrance of Chestnut Estates 62A pond behind #62 350 63 Chestnut Estates - 2 550 b/w 200 and 206 Blue Creek Dr North. 64 Chestnut Estates - 4 1100 East side of Chestnut Estates bordering Oviedo 65 Hole 13 Lake 1450 Tuscawilla Golf Course 66 Hole 12 Lake 1650 Tuscawilla Golf Course 67 Fairway Oaks Pond 600 Middle of Fairway Oaks 68 Chestnut Ridge 750 East side of Greenbriar at entrance to subdivision 69 Greenbriar Pond 550 West side of Greenbiar 70 Dyson Pond 550 b/w Shetland & Dyson 80 Winter Springs High School 1300 high school fields and Tuscawilla Road 100 N. Edgemon Ave/Civic Center 1000 behind ball fields 101 Lombardi Road Canal 1000 b/w Devon & Fairfax 102 S. Edgemon/S. Flamingo (N/S) 2500 canal- 103 Sheoah Rd. park Outfall Area 100 across from 3rd streeet by park - small area entering into lake 104 Highlands CanaVSheoah Circle 400 ditch by fenced area off Sheoah circle 105 Safety Bldg Ditch 600 ditch runs behind police station .. BID NO. ITB007/0Ikh Page ..llL of~ THE BID SCHEDULE In accordance with the terms, conditions and specifications, the undersigned bidder hereby submits the following prices for supplying the City of Winter Springs with the goods and/or services called for in BID # ITB007/01KH Maintenance and aquatic weed control of selected Retention Ponds Pond Pond Name Pond Trash Annual # Treatment Removal Cost $/Month $/Month $/Year 1 Tanglewood Pond 2 Highlands Pond 3 The Oaks 4 Highland Lakes - Shepard Road 5 Highland Village - Large 6 Highland Village - Small 7 Highland Village - 3rd Street 8 Moss Road Pond 9 Safety Bldg. Pond A & B 10 Cory Lane Pond 11 Rhoden Lane Pond 12 Alligator Pond 13 Murphy Pond B 14 Murphy Lake 15 Donut Lake 16 Fruitwood lake 17 Gee Creek Pond 18 Arbors - Dolphin Road 19 Stone Gable 20 Winding Hollow #10 21 Winding Hollow #15 22 Winding Hollow #14 23 Winding Hollow #19 24 Winding Hollow #17 25 Winding Hollow #22 26 Winding Hollow #11 27 Winding Hollow #20 28 SR 434 DOT pond E 29 SR 434 DOT pond 0 - - .-.. ..-. --. 30 SR 434 DOT Pond A 31 SR 434 DOT Pond B 32 SR 434 DOT Pond C 33 Winter Springs City HlIlI Pond 34 Central Winds Pard Pond 35 Central Winds Pari< Soccer Field 36 O'Day Pond 37 Baltic Lane Pond/Ditch BID NO. ITB007/0Ikh Page ~ 01-32 Pond Pond Pond Trash Annual # Name Treatment Removal Cost $/Month $/Month $lYear 38 Freedom Lane Pond / Ditch 39 Oak ForesUChokecherry Pond 40 Oak Forest Lake 41 Trotwood Pond 42 Tuscawilla Lake 43 Tuska Oaks 9 44 Tusca Oaks 8 45 Tusca Oaks 7 46 Tusca Oaks 1-6 47 Willa Lake 48 MT. Laurel Pond 49 Bear Creek Ct. Pond 50 Seneca Pond 51 Running Bear Ct. Pond 52 Tiverton Pond 53 Carrington Pond 54 Warrington Pond 55 Winter Springs Blvd/Across from park 56 Sam Smith Park Pond 57 White Dove Pond 58 Tuscawilla Pond B/C - Boat Pond 59 Tuscawilla Pond D - Chelsea Large 60 Little Sparrow Ct. Pond. 61 Chestnut Estates - 1 62 Bear Creek PondMl.S. Blvd. 62A pond behind #62 63 Chestnut Estates - 2 64 Chestnut Estates - 4 65 Hole 13 Lake 66 Hole 12 Lake 67 Fairway Oaks Pond 68 Chestnut Ridge 69 Greenbriar Pond 70 Dyson Pond 80 Winter Springs High. School ...-- .... . -... - 100 N. Edgemon Ave/Civic Center 101 Lombardi Road Canal 102 S. Edgemon/S. Flamingo (N/S) 103 Sheoah Rd. park Outfall Area 104 Highlands CanaUSheoah Circle 105 Safety Bldg Ditch Triploid Grass Carp Stocking: $ each BID NO. ITB007/0Ikh Page ~ of....32 AGREEMENT FORM THIS AGREEMENT is made and entered into this 151 day of April, 2001, by and between the CITY OF WINTER SPRINGS, FLORIDA, a Florida municipal corporation, hereinafter referred to as "City", located at 1126 East State Road 434, Winter Springs, FL 32708, and Aquatic Bioloqist. Inc. a Florida corporation, hereinafter referred to as "Service Provider". WITNESSETH: WHEREAS, City wishes to obtain Aquatic Weed Control and Maintenance of Certain Ponds on a continuing basis; and WHEREAS, Service Provider participated in the selection and negotiation process; and WHEREAS, Service Provider is willing to provide such Aquatic Weed Control and Maintenance of Certain Ponds for the City under the terms and conditions stated herein. NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties covenant and agree as follows: 1.0 RECITALS 1.1 The foregoing recitals are deemed to be true and accurate and are fully incorporated herein by reference. 2.0 TERM AND DEFINITIONS 2.1 This contract shall be in effect for twelve (12) months comniencir"~pin--the"----- Effective Date. The City may extend this contract for two (2)'additional one year terms, provided the City determines, in its discretion, that Service Provider has adequately performed during the previous term of this contract. In the event this contract is extended, the contract price may be adjusted to allow for consumer price increases based on Bureau of Labor and Statistics .. Producer Price Index not to exceed 2 (two) percent. The adjustment will be based on the annual contract period from the same period of the previous year and calculated 30 days prior to renewal. The Agreement may be canceled in whole or part by the City or the Service Provider, upon giving at least (30) days written notice prior to cancellation; EXCEPT as otherwise provided under Section 20 of this Agreement and that non-performance on the part of the Service Provider will be grounds for immediate termination. Unless otherwise provided in said notice, - all work being performed by Service Provider at the time of receipt of the notice shall immediately cease and no further work shall be provided by Service Provider under this contract. 2.2 Definitions. The following words and phrases used in this Agreement shall have the following meaning ascribed to them unless the context clearly indicates otherwise: a. "Agreemenr' or "Contract" shall be used interchangeably and shall refer to this Agreement, as amended from time to time, which shall constitute authorization for the Service Provider to provide the lartdscape maintenance services approved by the City. b. "Effective Date" shall be the date on which the last signatory hereto shall execute this Agreement, and it shall be the date on BID NO. ITB007/0Ikh Page 2L of-.32 which this Agreement shall go into effect. The Agreement shall not go into effect until said date. c. "Service Provider" shall mean Aauatic Bioloaist. Inc. a Florida corporation, and its principals, officers, employees, and agents. d. "Public Record" shall have the meaning given in Section 119.011(1), Florida Statutes. e. 'Work" or "Services" shall be used interchangeably and shall include the performance of the work agreed to by the parties in this Agreement. f. "City Project Manager" or "Designated Representative" or "Project Director" shall mean the Public Works/Utilities Director for the City, or his designee, who is to provide the general administration of the contract. 3.0 SCOPE OF SERVICES 3.1 Service Provider shall provide Aquatic Weed Control and Maintenance of Certain Ponds, including the furnishing of all labor, equipment, tools, materials, incidentals and the performing of all operations necessary as described in the Statement of Work. 4.0 CHANGES IN THE SCOPE OF WORK 4.1 City may make changes in the Services at any time by giving written notice to Service Provider. If such changes increase (additional services) or decrease or eliminate any amount of Work, City and Service Provider will negotiate any change in total cost or schedule modifications. -- tf-the-City- and the Service- Provider approve any change, the Contract will be modified in writing to reflect the changes. All change orde(s shall be authorized in writing by City's and Service Provider's designated representative. 4.2 All of City's amendments thereto shall be performed in strict accordance with the terms of this Agreement insofar as they are applicable. 5.0 SCHEDULE 5.1 Service Provider shall perform services in conformance with the schedule reasonably established by the Stormwater Utility Manager. Service Provider shall complete all of said services in a timely manner and will keep City apprized of the status of work within 72 hours of any activity taking place. Should Service Provider fall behind on the established schedule, it shall employ such resources so as to comply with the schedule. 5.2 No extension for completion of services shall be granted to Service Provider without City's prior written consent. 6.0 METHODS OF PAYMENT FOR SERVICES AND EXPENSES OF SERVICE PROVIDEiR 6.1 General Bid Services. The City shall only pay Service Provider for services actually performed based on the Bid Form. The total amount paid to Service Provider for the first Page 2L of~ BID NO. ITB007/0Ikh year of this Agreement shall not exceed $50.736.00 Dollars. If this contract is extended, the total annual amount paid to Service Provider shall not exceed that above mentioned number adjusted by the Producer Price Index as set forth in paragraph 2.1 of this contract. 6.2 Additional Services. From time to time during the term of this Agreement, City may request that Service Provider perform additional Services not required under the Project Manual. For those additional services agreed upon by the City and Service Provider in writing, City agrees to pay Service Provider a total amount equal to that mutually agreed upon by the parties in writing. 6.3 Payment. Upon receipt of a proper invoice from Service Provider, the City agrees to pay the Service Provider the invoice amount providing said amount accurately reflects the terms and conditions of this Agreement. Invoices may only be submitted on a monthly basis unless otherwise agreed by the City. Unless otherwise agreed in writing by the City, there shall be no other compensation paid to the Service Provider and its principals, employees, and independent professional associates and consultants in the performance of Work under this Agreement. The City agrees to make all payments due within thirty (30) days of receipt of a proper invoice delivered by Service Provider. The Service Provider may only bill the City for actual work performed. 7.0 RIGHT TO INSPECTION 7.1 City or its affiliates shall at all times have the right to review or observe the services performed by Service Provider. 7.2 No inspection, review, or observation shall relieve Service Provider of its responsibility under this Agreement. 8.0 AUDIT AND INSPECTIONS All Service Provider's records with respect to any matters covered by this Agreement shall be made available to the City, at any time during normal business hours, as often as the City deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Any deficiencies noted in audit reports must be fully cleared by the Service Provider within seven (7) days after receipt by the Service Provider. Failure of the Service Provider to comply with the above audit requirements will constitute a material breach of this Agreement and may result, at the sole discretion of the City I in the withholding of payment for services provided under this Agreement. 9.0 PROFESSIONALISM AND STANDARD OF CARE 9.1 Service Provider shall do, perform and carry out in a professional manner all Services required to be performed by this Agreement. Service Provider shall also use the degree of care and skill in performing the Services that are ordinarily exercised under similar circumstances by reputable members of Service Provider's profession working in the same or similar locality as Service Provider. .' 10.0 SUBMITTAL OF PROGRESS REPORTS 10.1 Service Provider shall submit a monthly written progress report as to the status of all Work set forth in this Agreement within 72 hours of any work being performed. The report shall in a sufficient manner demonstrate that any funds expended were used to provide the Page ~ of~ BID NO. ITB007/0Ikh agreed-upon Services. If the detail is not sufficient in the City Project Manager's reasonable discretion to permit the City to determine the Work performed or the manner in which it is being performed, the City may seek more detail from the Service Provider. 11.0 WARRANTY OF PROFESSIONAL SERVICES 11.1 The Service Provider (for itself and any of its employees, contractors, partners, and agents used to perform the Services) hereby warrants unto the City that all of its employees (and those of any of its contractors, partners, and agents used to perform the Services) have sufficient experience to properly complete the Services specified herein or as may be performed pursuant to this Agreement. In pursuit of any Work, the Service Provider shall supervise and direct the Work, using its best skill and attention and shall enforce strict discipline and good order among its employees. The Service Provider shall comply with all laws, ordinances, rules, regulations, and lawful orders of any public authority bearing on the performance of the Work. 12.0 CORPORATE REPRESENTATIONS BY SERVICE PROVIDER 12.1 Service Provider hereby represents and warrants to the City the following: a. Service Provider is duly registered and licensed to do business in the State of Florida and is in good standing under the laws of Florida, and is duly qualified and authorized to carry on the functions and operations set forth in this Agreement. b. The undersigned signatory for Service Provider has the power, authority, and the legal right to enter into and perform the obligations set forth in this Agreement and all applicable exhibits thereto, and the execution, delivery, and performance hereof by Service Provider has been duly authorized by the board of directors and/or president of Service Provider. In support of said (epresentation, Service Provider agrees to provide a copy to the City of a corporate certificate of good standing provided by the State of Florida prior to the execution of this Agreement. c. Service Provider is duly licensed under all local, state and federal laws to provide the Services stated in paragraph 3.0 herein. In support of said representation, Service Provider agrees to provide a copy of all said licenses to the City prior to the execution of this Agreement. 13.0 WORK IS A PRIVATE UNDERTAKING 13.1 With regard to any and all Work performed hereunder, it is specifically understood and agreed to by and between the parties hereto that the contractual relationship between the City and Service Provider is such that the Service Provider is an independent contractor and not an agent of the City. The Service Provider, its contractors, partners, agents, and their employees are independent contractors and not employees of the City. Nothing in this Agreement shall be interpreted.to establish any relationship other than that of an independent contractor, between the City, on one hand, and the Service Provider, its contractors, partners, employees, or agents, during or after the performance of the Work under this Agreement. BID NO. ITB007/0Ikh Page ~ of~ 14.0 PROGRESS MEETING 14.1 City Project Manager may hold periodic progress meetings on a monthly basis, or more frequently if required by the City, during the term of work entered into under this Agreement. Service Provider's Project Manager and all other appropriate personnel shall attend such meetings as designated by the City Project Manager. 15.0 SAFETY 15.1 Service Provider shall be solely and absolutely responsible and assume all liability for the safety and supervision of its principals, employees, contractors, and agents while performing Services provided hereunder. 16.0 INSURANCE 16.1 Liability Amounts. During the term of this Agreement, Service Provider shall be responsible for providing the types of insurance and limits of liability as set forth below. a. The Service Provider shall maintain comprehensive general liability insurance in the minimum amount of $1,000,000 as the combined single limit for each occurrence to protect the Service Provider from claims of property damages which may arise from any Services performed under this Agreement whether such Services are performed by the Service Provider or by anyone directly employed by or contracting with the Service Provider. b. The Service Provider shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 combined single limit bodily injury and minimum $1,000,000 property damage as the combined single limit for each occurrence to protect the Service Provider from claims. for damages for bodily injury, including wrongful de~th, as well as from claims from property damage, which may arise from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles whether such operations be by the Service Provider or by anyone directly or indirectly employed by the Service Provider. c. The Service Provider shall maintain, during the life of this Agreement, adequate Workers' Compensation Insurance in at least such amounts as are required by law and Employer's Liability Insurance in the minimum amount of $1,000,000 for all of its employees performing Work for the City pursuant to this Agreement. 16.2 Special Requirements. Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of this Agreement. A copy of a current Certificate of Insurance shall be provided to the City by Service Provider upon the Effective Date of this Contract which satisfied the insurance requirements of this paragraph 16.0. Renewal certificates shall be sent to the City 30 days prior to any expiration date. There shall also be a 30- day advance written notification to the City in the event of cancellation or modification of any stipulated insurance coverage.. The City shall be an additional named insured on all stipulated insurance policies as its interest may appear, from time to time. 16.3 Independent Associates and Consultants. All independent contractors or agents employed by Service Provider to perform any Services hereunder shall fully comply with the insurance provisions contained in these paragraphs for sections 15 and 16. BID NO. ITB007/0Ikh Page ~ of.-3.2 17.0 COMPLIANCE WITH LAWS AND REGULATIONS 17.1 Service Provider shall comply with all requirements of federal, state, and local laws, rules, regulations, standards, and/or ordinances applicable to the performance of Services under this Agreement. 18.0 DOCUMENTS 18.1 Public Records. It is hereby specifically agreed that any record, document, computerized information and program, audio or video tape, photograph, or other writing of the Service Provider and its independent contractors and associates related, directly or indirectly, to this Agreement, may be deemed to be a Public Record whether in the possession or control of the City or the Service Provider. Said record, document, computerized information and program, audio or video tape, photograph, or other writing of the Service Provider is subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written approval of the City's City Manager. Upon request by the City, the Service Provider shall promptly supply copies of said public records to the City. All books, cards, registers, receipts, documents, and other papers in connection with this Agreement shall at any and all reasonable times during the normal working hours of the Service Provider be open and freely exhibited to the City for the purpose of examination and/or audit. 18.2 The Service Provider acknowledges that the City is a Florida municipal corporation and subject to the Florida Public Records Law. Service Provider agrees that to the extent any document produced by Service Provider under this Agreement constitutes a Public Record, Service Provider shall comply with the Florida Public Records Law. 19.0 ASSIGNMENT 19.1 Service Provider shall not assign or subcontract this Agreement, or any rights or any monies due or to become due hereunder without the prior, written consent of City. 19.2 If upon receiving written approval from City, any part of this Agreement is subcontracted by Service Provider, Service Provider shall be fully responsible to City for all acts and/or omissions performed by the subcontractor as if no subcontract had been made. 19.3 If City determines that any subcontractor is not performing in accordance with this Agreement, City shall so notify Service Provider who shall take immediate steps to remedy the situation. 19.4 If any part of this Agreement is subcontracted by Service Provider, prior to the commencement of any Work by the subcontractor, Service Provider shall require the subcontractor to provide City and its affiliates with insurance coverage as set forth by the City. 20.0 TERMINATION: DEFAULT BY SERVICE PROVIDER AND CITY'S REMEDIES 20.1 The City reserves the right to immediately revoke and terminate this Agreement and rescind all rights and privileges associated with this Agreement, without penalty, in the following circumstances, each of which shall represent a default and breach of this Agreement: a. Service Provider defaults in the performance of any material covenant or condition of this Agreement and does not cure such other default within seven (7) calendar days after written notice from the City specifying the default complained of, unless. BID NO. ITB007/01kh Page ~ of....32 however, the nature of the default is such that it cannot, in the exercise of reasonable diligence, be remedied within seven (7) calendar days, in which case the Service Provider shall have such time as is reasonably necessary to remedy the default, provided the Service Provider promptly takes and diligently pursues such actions as are necessary therefor; or b. Service Provider is adjudicated bankrupt or makes any assignment for the benefit of creditors or Service Provider becomes insolvent, or is unable or unwilling to pay its debts; or c. Service Provider has acted negligently, as defined by general and applicable law, in performing the Services hereunder; or d. Service Provider has committed any act of fraud upon the City; or e. Service Provider has made a material misrepresentation of fact to the City while performing its obligations under this Agreement; or f. Service Provider is experiencing a labor dispute which threatens to have a substantial, adverse impact upon performance of this Agreement without prejudice to any other right or remedy City may have under this Agreement. 20.2 Notwithstanding the aforementioned, in the event of a default by Service Provider, the City shall have the right to exercise any other remedy the City may have by operation of law, without limitation, and without any further demand or notice. In the event of such termination, City shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for Work properly performed prior to the effective date of termination. 21.0 FORCE MAJEURE 21.1 Any delay or failure of either party in the performance of its required obligations hereunder shall be excused if and to the extent caused by acts of God; fire; flood; windstorm; explosion; riot; war; sabotage; strikes (except involving Service Providers labor force); extraordinary breakdown of or damage to City's affiliates' generating plants, their equipment, or facilities; court injunction or order; federal and/or state law or regulation; order by any regulatory agency; or cause or causes beyond the reasonable control of the party affected; provided that prompt notice of such delay is given by such party to the other and each of the parties hereunto shall be diligent in attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect for sixty days, either party may terminate this Agreement. 22.0 GOVERNING LAW & VENUE 22.1 This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole County, Florida. Venue for any federal action or litigation shall be Orlando, Florida. .. 23.0 HEADINGS 23.1 Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement. Page -2L of-32 BID NO. ITB007/0Ikh 24.0 SEVERABILITY 24.1 In the event any portion or part thereof of this Agreement is deemed invalid, against public policy, void, or otherwise unenforceable by a court of law, the parties, at the sole discretion and option of the City, shall negotiate an equitable adjustment in the affected provision of this Agreement. The validity and enforceability of the remaining parts of this Agreement shall otherwise be fully enforceable. 25.0 INTEGRATION: MODI FICA TION 25.1 The drafting, execution, and delivery of this Agreement by the Parties has been induced by no representations, statements, warranties, or agreements other than those expressed herein. This Agreement embodies the entire understanding of the parties, and there are no further or other agreements or understandings, written or oral, in effect between the parties relating to the subject matter hereof unless expressly referred to herein. Modifications of this Agreement shall only be made in writing signed by both parties. 26.0 WAIVER AND ELECTION OF REMEDIES 26.1 Waiver by either party of any terms, or provision of this Agreement shall not be considered a waiver of that term, condition, or provision in the future. 26.2 No waiver, consent, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of each party hereto. 27.0 THIRD PARTY RIGHTS 27.1 Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than City and Service Provider. 28.0 PROHIBITION AGAINST CONTINGENT FEES 28.1 Service Provider warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Service Provider, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Service Provider, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. 29.0 NO JOINT VENTURE 29.1 Nothing herein $all be deemed to create a joint venture or principal-agent relationship between the parties, and neither party is authorized to, nor shall either party act toward third persons or the public in any manner which would indicate any such relationship with the other party. Bm NO. ITB007/0Ikh Page .2L of~ 30.0 A TTORNEY'S FEES 30.1 Should either party bring an action to enforce any of the terms of this Agreement, the prevailing party shall be entitled, to the extent permitted by law, to recover from the non- prevailing party the costs and expenses of such action including, but not limited to, reasonable attorney's fees, whether at settlement, trial or on appeal. 31.0 COUNTERPARTS 31.1 This Agreement may be executed in any number of counterparts, each of which when so executed and delivered shall be considered an original agreement; but such counterparts shall together constitute but one and the same instrument. 32.0 DRAFTING 32.1 City and Service Provider each represent that they have both shared equally in drafting this Agreement and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute between the parties. 33.0 NOTICE 33.1 Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed, postage prepaid to: For Service Provider: Aquatic Biologist, Inc. 750 Lanark Street Sanford, FL 32773 Phone: (407) 302-5062 For City: City of Winter Springs Utilities/Public Works Director 1126 East State Road 434 Winter Springs, FL 32708 Phone: (407) 327-5957 Facsimile: (407) 327-6695 33.2 Either party may change the notice address by providing the other party written notice of the change. .' 34.0 SOVEREIGN IMMUNITY 34.1 Nothing contained in this Agreement shall be construed as a waiver of the City's right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the City's potential liability under state or federal law. BID NO. ITB007/0Ikh Page ~ of-32 35.0 INDEMNIFICA TION 35.1 For all Services performed pursuant to this Agreement, the Service Provider agrees to the fullest extent permitted by law, to indemnify and hold harmless the City and its commissioners, employees, officers, and city attorneys (individually and in their official capacity) from and against all claims, losses, damages, personal injuries (including but not limited to death), or liability (including reasonable attorney's fees through any and all administrative, trial and appellate proceedings), directly or indirectly arising from: a. any default under this Agreement by Service Provider; b. any negligent act, omission or operation of work related to all Services performed under this Agreement by Service Provider, and its employees, principals, agents, independent contractors, and consultants. c. the acts, errors, omissions, intentional or otherwise, arising out of or resulting from Service Provider's and its employees, partners, contractors, and agents on the performance of the Services being performed under this Agreement; d. Service Provider's, and its employees, partners, contractors, and agents failure to comply with the provisions of any federal, state, or local laws, ordinance, or regulations applicable to Service Provider's and its employees, partners, contractors, and agents performance under this Agreement; e. any fraud and misrepresentation conducted by Service Provider and its employees, partners, contractors, and agents on the City under this Agreement. 35.2 The indemnification provided above shall obligate the Service Provider to defend at its own expense or to provide for such defense, at the option of the City, as the case may be, of any and all claims of liability and all suits and actions of every name and description that may be brought against the City or its commissioners, employees, officers, and City Attorney which may result from any negligent act, omission or operation of work related to the Services under this Agreement whether the Services be performed by the Service Provider, or anyone directly or indirectly employed by them. In all events the City and its commissioners, employees, officers, and City Attorney shall be permitted to choose legal counsel of its sole choice, the fees for which shall be reasonable and subject to and included with this indemnification provided herein. 36.0 ORDER OF PRECEDENCE 36.1 In case of any inconsistency in any of the documents bearing on the Agreement between the City and the Service Provider, the inconsistency shall be resolved by giving precedence in the following order: a. Addenda to this Agreement subsequent to the Effective date of this Agreement; b. This Agreement; c. Exhibits to this Agreement; and BID NO. ITB007/0Ikh Page --3.L of-32 d. The Bid documents. 36.2 Any inconsistency in the work description shall be clarified by the City and performed by the Service Provider: 37.0 AGREEMENT INTERPRETATION 37.1 At its discretion, during the course of the work, should any errors, ambiguities, or discrepancies be found in the Agreement or specifications, the City at its sole discretion will interpret the intent of the Agreement and work descriptions and the Service Provider hereby agrees to abide by the City's interpretation and agrees to carry out the work in accordance with the decision of the City. 37.2 When the material, article, or equipment is designated by a brand name and more than one brand name is listed, it will be understood that the work is based on one brand name only. The Service Provider will be responsible for all coordination necessary to accommodate the material, article, or equipment being provided without additional cost to the City. A substitute material, article, or equipment is allowed if it is reasonably equivalent to the brand name specified. The City has full discretion to decide whether a substitute is reasonably equivalent. Service Provider must notify the City prior to use of the substitute for a specified brand name and allow the City to make a determination before Service Provider uses the substitute. .. BID NO. ITB007/0Ikh Page ~ of~ IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by Their duly authorized representatives as of the date first written above. SERVICE PROVIDER: /Lr5.. -4 ~-;:-z - ~ -- Name - Print and Sign ".-- "7 -ro:..::. ~ 4-:.llo.,"-i,- ST,,---<t. 5~1.../H:/ld ~ :lz 77.) , I Address < '( ~ it] 0 l. -ref.> z... Telephone Date 7'-,;2...(",.- 7. c...s '-- ATT~ By' . rh<'" ~ .O-;kz.-- otary TRACY L. DYKES Notary Public. Stale of Florida My comm, expo Mar. 21. 2003 Comm, No, CC819685 ~~eA L I ANDREA LORE City Clerk CITY: CITY OF WINTER SPRINGS, FLORIQA'," . \ : ,) . ...' .,' ,1' By: ;rff~ 4/. 'Wl ~ __~j~~ted ~', RONALD W. MCLEMORE \ '. . ' '. . . City Manager ", ',' 'I .', "/ j ", , " . III . ) , ~ \ \ \ . \ . " , + o. J ~ : . - UACES ..