Loading...
HomeMy WebLinkAbout2018 09 24 Consent 300 Ponds Maintenance ContractCOMMISSION AGENDA ITEM 300 Informational Bid Amount for Annual Pond Maintenance Services Consent X Public Hearings $42,441.80 Regular $44,148.00 September 24, 2018 KS BF Regular Meeting City Manager Department REQUEST: The Community Development Department requests the City Commission authorize entering into an agreement with Sorko Services in the amount of $36,516.00 plus a 10% contingency for aquatic weed control and maintenance services of City -maintained ponds. SYNOPSIS: The City's annual contract for aquatic weed control and maintenance at 95 City -maintained ponds was advertised for bidding in August 2018. Based on Staffs review of the seven bids received, Staff is recommending awarding the annual contract to Sorko Services, at a contract amount of $36,516. CONSIDERATIONS: The City's annual contract for aquatic weed control and pond maintenance services was advertised for bidding in the Orlando Sentinel on August 12, 2018. The bidding period for ITB 005/18BS was closed on September 10, 2018 and the seven bids received were as follows: Contractor Bid Amount for Annual Pond Maintenance Services Sorko Services $36,516.00 Solitude Lake Management $42,441.80 The Lake Doctors $44,148.00 nvira uatic $59,117.00 eAngelo Brothers (Aquagenix) $68,171.96 Clarke $72,850.00 Aquatic Weed Control $97,900.00 Consent 300 PAGE 1 OF 3 - September 24, 2018 Staff's bid evaluation determined that the low bidder, Sorko Services., has sufficient ability and resources to provide the requested services. The contract is for the annual maintenance of 95 stormwater lakes & ponds and 3 canals located throughout the City. Most ponds and lakes are serviced on a monthly basis and some are serviced twice monthly. The services under the contract include the following activities: 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. Routine testing of the oxygen level of the lakes and ponds as needed. 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 provided on the Bid Schedule. Fish barriers are not part of this scope. The installation of fish barriers will be negotiated on a case by case basis. H. Removal of all trash and other nonorganic materials (bottles, cans, litter, etc.) that are floating in the pond or at the water line will be conducted as part of each inspection. 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. The total amount/volume of trash collected must be reported with the monthly report. I. Overflow structures shall be cleared of weeds and debris at each inspection. The total amount/volume of weed and debris collected must be reported (added to item H) with the monthly report. J. Heavy physical removal of organic materials is not part of this contract and will be negotiated separately. K. Management reporting will require the use of daily forms by the contractor and monthly 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 72 hrs of the activity taking place. The report(s) shall include the types of weeds treated, the chemicals and the equipment used for the treatment. A separate report of chemicals applied to ponds 28-32 shall be submitted once a month. L. Pond #111A (Lake Jesup Shoreline at Reclaimed Water Plant) will be sprayed for the maintenance of invasive weeds. M. In the event of a `fish kill', upon notification of the fish kill the contractor shall immediately mobilize the resources necessary to perform the removal and proper disposal of the dead fish, and all related clean up of the pond. . The contract period is for 12 months, starting in October 2018, with an option for the City to extend the contract for up to four additional one-year terms, contingent upon satisfactory job performance. In the event this contract is extended, the contract price Consent 300 PAGE 2 OF 3 - September 24, 2018 may be increased to allow for consumer price increases based on Bureau of Labor and Statistics - Consumer Price Index not to exceed two percent. FISCAL IMPACT: The contract amount is $36,516.00 plus a 10% contingency, for a total authorization of $40,167.60, funded by the Stormwater Utility Fund. COMMUNICATION EFFORTS: This Agenda Item has been electronically forwarded to the Mayor and City Commission, City Manager, City Attorney/Staff, and is available on the City's Website, LaserFiche, and the City's Server. Additionally, portions of this Agenda Item are typed verbatim on the respective Meeting Agenda which has also been electronically forwarded to the individuals noted above, and which is also available on the City's Website, LaserFiche, and the City's Server; has been sent to applicable City Staff, Media/Press Representatives who have requested Agendas/Agenda Item information, Homeowner's Associations/Representatives on file with the City, and all individuals who have requested such information. This information has also been posted outside City Hall, posted inside City Hall with additional copies available for the General Public, and posted at five (5) different locations around the City. Furthermore, this information is also available to any individual requestors. City Staff is always willing to discuss this Agenda Item or any Agenda Item with any interested individuals. RECOMMENDATION: Staff recommends the City Commission authorize entering into an agreement with Sorko Services in the amount of $36,516.00 plus a 10% contingency for aquatic weed control and maintenance services of City -maintained ponds, funded by the Stormwater Utility Fund, and authorize the City Manager and City Attorney to prepare and execute any and all applicable documents. ATTACHMENTS: 1. Exhibit A - Orlando Sentinel Legal Advertisement (1 page) 2. Exhibit B - Invitation to Bid (27 pages) Consent 300 PAGE 3 OF 3 - September 24, 2018 CITY OF lExhibif—All WINTER SPRINGS INVITATION TO BID Bid Proposals are hereby solicited by the City of Winter Springs for: "AQUATIC WEED CONTROL AND MAINTENANCE OF PONDS" BID NO. ITB 005/18/BS Sealed BIDS are due by 2:00 PM on September 10, 2018 Winter Springs City Hall 1126 East State Road 434 Winter Springs, Florida 32708 The Bidding Documents may be downloaded in PDF format from the City website at the following link: http://www.winterspringsfi.org/EN/web/ gov/bids purchasing.htm This maintenance contract includes the management of various ponds and ditches located within the City of Winter Springs. Each site will require a minimum of 12 inspections per year, with various treatment techniques, testing, trash and debris removal, fish stocking, vegetation and littoral shelf maintenance, control structure maintenance, and monthly reporting. For questions, contact Bryant Smith, P.E. at 407-327-8979 or bsmith@winterspringsfl.org. Exhibit B Incorporated 1959 j CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID ITB# 005/18/BS "AQUATIC WEED CONTROL AND MAINTENANCE OF PONDS" Notice to Bidder: Sealed Bids for the City of Winter Springs' "Aquatic Weed Control and Maintenance of Ponds" are due at the City of Winter Springs, City Hall, 1126 East S. R. 434, Winter Springs, Florida 32708, by 2:00 PM on Monday, September 10, 2018. After review by City Staff, a bid tabulation and recommendation of contract award will be presented to the City Commission at a subsequent City Commission meeting. How to submit a Bid: Bidder shall complete and submit one bid package consisting of all pages included in this bidding package and shall complete and/ or fill-in all forms and requested information. All Bids shall be submitted in sealed envelopes and mailed or hand delivered to the City of Winter Springs, Attention: Bryant Smith, P,E., 1126 East S. R., 434, Winter Springs, FL 32708, and plainly marked on the outside of the envelope, the Bid number (ITB#005/18/BS), and project name "Aquatic Weed Control and Maintenance of Ponds." It will be the sole responsibility of the proposer to ensure that the proposal reaches City Hall on or before closing hour and date shown on the enclosed proposal. Important Information: 1. If you have any questions about this bid, please submit your questions by e-mail to Bryant Smith, P.E. at bsmith@winterspringsfl.org. 2. Given the nature of the services to be provided, the City desires that the service provider have an office or established service location within a 25 -mile radius of the City of Winter Springs. Bids from bidders outside of a 25 -mile radius of the City will not be accepted. BID NO. ITB# 005/18/BS CITY OF WINTER SPRINGS INDEX TO BIDDING DOCUMENTS Contents 1. Submission And Receipt Of Bids: .......................................................................................................................... 3 2. Warranties For Usage: .......................................................................................................................................... 3 3. Prices To Be Firm: ................................................................................................................................................. 3 4. Delivery Point: ...................................................................................................................................................... 3 5. Payment Terms: .................................................................................................................................................... 3 6. Brand Names: ....................................................................................................................................................... 4 7. Samples And Demonstration: ............................................................................................................................... 4 8. Quality: ................................................................................................................................................................. 4 9. Signature Required: .............................................................................................................................................. 4 10. Acceptance Of Material: ....................................................................................................................................... 4 11. Variations To The Specifications: .......................................................................................................................... 5 12. Delivery: ................................................................................................................................................................ 5 13. Default Provision: ................................................................................................................................................. 5 14. Pricing: .................................................................................................................................................................. 5 15. Copyrights And/Or Patent Rights: ........................................................................................................................ 5 16. Safety Standards: .................................................................................................................................................. 5 17. Taxes: .................................................................................................................................................................... 5 18. Manufacturer's Certification: ............................................................................................................................... 6 19. Signed Bid Considered An Offer: .......................................................................................................................... 6 20. Liability, Insurance, Licenses And Permits: ........................................................................................................... 6 21. Reservations For Rejection And Award: ............................................................................................................... 6 22. Award: .................................................................................................................................................................. 6 23. Specifications: ....................................................................................................................................................... 6 24. Bid Attachments: .................................................................................................................................................. 7 Statement Found In Florida Statutes 287.133...............................................................................................................8 BidForm........................................................................................................................................................................9 ScopeOf Work.............................................................................................................................................................15 AgreementForm..........................................................................................................................................................18 Page 2 of 27 BID NO. ITB# 005/18/BS 1. SUBMISSION AND RECEIPT OF BIDS: A. Bids to receive consideration must be received on or prior to the specified time and date of opening, as designated in the bidding documents. B. Bidders must use the enclosed bidding documents furnished by the City. Failure to do so may be cause for rejection of the Bid. Removal of any part of the Bid forms may invalidate the Bid. C. Bids having any erase or corrections must be initialed by the bidder in ink. Bids shall be signed in ink; all forms shall be typewritten or printed with pen and ink. 2. WARRANTIES FOR USAGE: A. Whenever a Bid is sought, seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract(s). These quantities are for proposer's information only and will be used for tabulation and presentation of the Bid, and the City reserves the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: A. Bidder warrants by virtue of bidding that prices, terms and conditions quoted in the Bid will remain firm for acceptance by the City for a period of 60 days from the date of Bid opening, unless otherwise stated by the City. 4. DELIVERY POINT: A. All items shall be delivered at a specific City of Winter Springs address, as determined by the City, and delivery cost (if any) will be included in the Bid price. Failure to do so may be cause for rejection of the Bid. 5. PAYMENT TERMS: A. Payments will be made only after receipt and acceptance of materials/services. Net 30 days. Page 3 of 27 BID NO. ITB# 005/18/BS 6. BRAND NAMES: A. If and whenever in the specifications a brand name, make, or product of any manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of materials, ONLY. Since the City does not wish to exclude other competition and equal brands or makes, the phrase "OR APPROVED EQUAL" is added. For products other than that specified in Bid, it is the vendor's responsibility to name such a product within the Bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) Bid. The City shall be the sole judge concerning the merits of Bids submitted. 7. SAMPLES AND DEMONSTRATION: A. Evidence in the form of samples may be requested (when required) if brand is other than specified. Such samples are to be furnished after the date of Bid opening only, upon request by the City, unless otherwise stated in the Bid forms. If samples should be requested, such samples must be received by the city no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unit(s) Bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, upon written request, will within thirty (3) days of Bid sample to be returned at the Bidder's expense. 8. QUALITY: A. All materials used for the manufacture, construction, or services of any supplies, materials, or equipment covered by this Bid must be new. The items must be new, the latest model, of the best quality and highest grade workmanship. 9. SIGNATURE REQUIRED: A. All numbered City Bid pages must be signed, where indicated, with the company name by an officer or employee having authority to bind the company or firm by signature. 10. ACCEPTANCE OF MATERIAL: A. The items(s) delivered under this bid shall remain the property of the seller until physical inspection and actual usage of the item(s) and/or services are made and thereafter accepted to the satisfaction of the city and must comply with the terms herein, and be fully in accord with the specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product(s) to the seller at the seller's expenses. Page 4 of 27 BID NO. ITB# 005/18/BS 11. VARIATIONS TO THE SPECIFICATIONS: A. For purposes of evaluation, bidder must indicate any variances from the City specifications, no matter how slight. If variations are not stated in the proposal, it will be assumed that the product or service fully complies with the City specifications, terms and conditions. 12. DELIVERY: A. Time will be of the essence for any orders placed as result of this Bid. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made at the time specified on the Bid proposal form. 13. DEFAULT PROVISION: A. In case of default by the successful bidder or contractor, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost incurred thereby. 14. PRICING: A. Prices shall be stated in units of quantity specified in the Bid specification. In case of a discrepancy in computing the total amount of the Bid, unit price quoted will govern. 15. COPYRIGHTS AND/OR PATENT RIGHTS: A. Bidder warrants that there has been no violation of copyrights and/or patent rights in the manufacturing, producing or selling the goods, shipped or ordered, as a result of the Bid and the seller agrees to hold the purchaser harmless from any and all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS: A. The proposer warrants that the product supplied to the City conforms in all respects to the standards set forth in the Occupational Safety & Health Act (O.S.H.A.) and its amendments; failure to comply with this condition will be considered a breach of contract. 17. TAXES: A. The City of Winter Springs, Florida is exempt from any tax imposed by the State of Florida and/or Federal Government. State Sales Tax Exemption Certification No. 85-8012529604C-0 applies and appears on each City of Winter Springs Purchase Order. Exemption certificates provided on request. Page 5 of 27 BID NO. ITB# 005/18/BS 18. MANUFACTURER'S CERTIFICATION: A. The City of Winter Springs reserves the right to request from the bidder separate manufacturer's certification of all statements made in the proposal. If chemicals are involved, the proposer must supply the City any Safety Data Sheets along with shipment (upon request). 19. SIGNED BID CONSIDERED AN OFFER: A. The signed Bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the City Commission of the City of Winter Springs, Florida and in case of default on the part of the successful bidder, after such acceptance, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 20. LIABILITY, INSURANCE, LICENSES AND PERMITS: A. Where bidders are required to enter onto City property to deliver materials or perform work or services, as a result of a Bid award, the bidder will assume the full obligation and expenses for obtaining all necessary licenses, permits, inspection and insurance, as required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of a contract as a result of the Bid. 21. RESERVATIONS FOR REJECTION AND AWARD: A. The City of Winter Springs, reserves the right to accept or reject any or all Bid's or parts of Bid's, to waive irregularities and technicalities, and to request re -Bid's on the required materials. The City also reserves the right to award the contract on such material the City deems will best serve its interest. The City further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combinations as shall best serve the interest of the City, unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variations will be made by applicable City Department Personnel). In addition, the City reserves the right to cancel any contract by giving thirty (30) days written notice. 22. AWARD: A. After the award, the selected contractor will commence work no later than 10 working days from date of the Notice of Proceed. 23. SPECIFICATIONS: A. Any omissions of the detailed specifications stated herein, that would render the materials/services from use, as specified, will not relieve the contractor from responsibility. Page 6 of 27 BID NO. ITB# 005/18/BS 24. BID ATTACHMENTS: A. A Bid response which has attached a condition of sale or any other attachments which alters the specifications, conditions, and terms or makes it subordinated may be cause for rejection. Page 7 of 27 BID NO. ITB# 005/18/BS STATEMENT FOUND IN FLORIDA STATUTES 287.133 A person affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or 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. STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this (Date) by who is personally known to me or who has produced (Type of identification) as identification and who did (did not) take an oath. (Signatu re) (SEAL) Notary Public, Commission No. Name of Notary typed, printed, or stamped) Page 8 of 27 BID NO. ITB# 005/18/BS BID FORM Bids must be submitted by: 2:00 p.m. on Monday, September 10, 2018. The Invitation to Bid, General Conditions, Instructions to Proposer, Special Conditions, Specifications, Addendums, and/or any other pertinent documents, from a part of this proposal and by reference are made a part hereof. ANTI -COLLUSION STATEMENT: The undersigned proposer had not divulged to, discussed, or compared their BID with other proposers and has not colluded with any of the proposer of parties to this BID what so ever. Company Name: Telephone No: ( ) Address City: Zip Code: State Authorized Person Signature (Sign in Ink) Title: (Print Name) (Date) Total Base BID Amount $ NOTE: Total Base Bid Amount listed above shall match the Total Base Bid Amount listed on the Bid Schedule. In case of conflict, the amount listed above shall take precedent. It is specifically agreed the proposer, his assignees, agents or employees are strictly independent contractors. The undersigned, his heirs, assigns or successors in interest, agree and shall protect, defend, reimburse, indemnify and hold the City, its agents, employees and elected officers jointly and severally free and harmless at all times from and against any and all claims, liability, expenses, losses, suits, costs, fines and damages, including attorney fees, or causes of action of any kind or character associated with or arising out of this agreement. Page 9 of 27 BID NO. ITB# 005/18/BS Indicate which: Individual: ( ) Partnership: ( ) Corporation: ( ) Other: ( ) To the City Commission of the City of Winter Springs, Florida: We(1) the above signed hereby agree to furnish the following item(s) conditions, specifications, and all attachments hereto. We (1) have read all attachments including the specifications and fully understand what is required. STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this (Date) by who is personally known to me or who has produced (Type of identification) as identification and who did (did not) take an oath. (Signatu re) (SEAL) Notary Public, Commission No. Name of Notary typed, printed, or stamped) Page 10 of 27 BID NO. ITB 005/18/BS Base Bid: Pond # Pond Name Location Approximate Circumference (FT) Treatment Frequency Pond Treatment Trash Removal (Activities/Year) (Cost/Activity) (Cost/Activity) Annual Cost 1 Tanglewood Pond Wildwood Subdivisionivision at Tanglewood Rd 400 12 2 Highlands Pond Off of Shepard Rd behind Highlands Clubhouse 1100 12 3 The Oaks At Shepard Rd across from The Oaks Subdivision 1000 12 4 Highland Lakes -Shepard Rd. At Shepard Rd adjacent to The Oaks Subdivision 550 12 5 Highland Village - Large next to 405 Macgregor Rd 950 12 6 Highland Village - Small between 320 & 326 Macgregor Rd 300 12 7 Highland Village - 3rd Street corner of Macgregor & 3rd St 750 12 8 Moss Rd Pond Wet pond at Torcaso Park & Fire Station 1300 24 9A Safety Bldg. Pond A (south) Police Station site at Moss Rd 500 12 9B Safety Bldg. Pond B (north) Police Station site at Moss Rd 500 12 10 Cory Lane Pond end of cul-de-sac ( Cory Ln) 400 12 11 Rhoden Lane Pond end of cul-de-sac ( Rhoden Ln) 750 12 12 Alligator pond Off of Murphy Rd behind Murphy Pond B 1300 12 13 Murphy Pond B Off of Murphy Rd behind Murphy Pond B 700 12 14 Murphy Lake Off of Murphy Rd after Bridge 1200 12 15 Donut Lake S Edgemon Ave b/w Cottonwood & Panama Cir 1550 12 16 Fruitwood Lake At Fruitwood Lake Park off of Fruitwood Ave 1400 12 17 Gee Creek Pond Corner of Elderwood St & and Edgemon Ave 550 12 18 Arbors - Dolphin Pond Corner of Dolphin Rd & Lancers Dr 1350 12 19 Stone Gable Between 112 and 114 Stone Gable Circle 1100 12 20 Winding Hollow #10 Power Line Easement south of Stone Gable 1050 12 21 Winding Hollow #15 Before Twelve Oaks Dr on Winding Hollow Blvd east 1000 12 22 Winding Hollow #14 Before Twelve Oaks Dr on Winding Hollow Blvd west 350 12 23 Winding Hollow #19 Corner of Winding Hollow Blvd & Twelve Oaks Dr 350 12 24 Winding Hollow #17 At the Power Line easement north of Pond # 27 900 12 25 Winding Hollow #22 Corner of Winding Hollow & Winding Chase Blvds. 1400 12 26 Winding Hollow #11 East side of Winding Hollow Blvd just past Springview Ct 650 12 27 Winding Hollow #20 Large wet pond at the Power Line easement 4000 24 28 SR 434 DOT Pond E Across from The Reserve Subdivision at Tuscora Dr. 2150 12 29 SR 434 DOT Pond D Across from Seminole County School Transportation Services 350 12 30 SR 434 DOT Pond A Between Winding Hollow & Stone Gable Subdivision 1800 12 31 SR 434 DOT Pond B At the Winter Springs Post Office -front 1350 12 32 SR 434 DOT Pond C At the Winter Springs Post Office - rear 950 12 33 Winter Springs City Hall Pond Behind Winter Springs City Hall off of SR 434 850 12 Page 11 of 27 BID NO. ITB 005/18/BS 34 Central Winds Park Pond Adjacent to Lake Jesup (at the Main park) 1300 24 35A Central Winds Park Soccer Field C At the Soccer Fields east of Parks Maintenance Bldg 850 4 35B Central Winds Park Soccer Field D At Soccer Fields between Baseball Field #4 and Soccer Field D 800 4 36 O'Day Pond Between 1132 and 1142 O'Day Dr 750 12 37 Baltic Lane Pond / Ditch At Baltic Lane 250 4 38 Freedom Lane Pond/ Ditch At Freedom Lane 750 4 39 Oak Forest/Chokecherry Pond At 875 Chokecherry (access at the Power Easement) 300 12 40A Oak Forest Lake Corner of Tuskawilla Rd & Winter Springs Blvd 2300 24 40B Oak Forest Lake Outfall Across from 1063/1065 Winter Springs Blvd. 150 12 41 Trotwood Pond Along Trotwood Blvd by the park's roundabout 1100 12 42 Tuskawilla Lake Trotwood Park Lake off of Northern Way 2700 12 44 Tusca Oaks 8 Across from the Water Plant at Northern Way 900 12 47 Willa Lake B/W Ermine, Antelope, Deer Run & Wolverine 3300 12 48 Mt. Laurel Pond Between 1450 & 1454 Mt. Laurel Dr 500 12 49 Bear Creek Ct. Pond End of the cul-de-sac 400 12 50 Seneca Pond Near intersection of Seneca & Vistawilla Dr 400 12 51 Running Bear Ct. Pond Behind 695 Running Bear Ct 200 12 52 Tiverton Pond At Carrington Woods off Tiverton St 700 12 53 Carrington Pond At Carrington Woods off Carrington Ave & Ct 1000 12 54 Warrington Pond At Carrington Woods off Warrington Ct 1100 12 55 Winter. Blvd. /Across from Park Next to Fox Glen Subdivision entrance at Winter Springs Blvd 600 12 56 Sam Smith Park Pond At Sam Smith Park 2000 12 57A White Dove Pond A Between White Dove Dr & Woodchuck Ct 350 24 57B White Dove Pond B (see Pond 57 A (access at the Power Easement 250 24 58A Tusc Pond - Boat Pond A Off of Seneca Blvd b/w Canadice & Lamoka 350 24 58B Tusc Pond - Boat Pond B see Pond 58 A (access at the Power Easement) 350 24 59 Tusc Pond - Chelsea Large off Seneca Blvd b/w Tioga Ct & Conesus Ln 2500 24 60 Little Sparrow Ct. Pond Behind 1630 Winter Springs Blvd. east of Little Sparrow Ct 600 12 61 Chestnut Estates - 1 Between 222 & 223 Blue Creek Dr 350 12 62A Bear Creek Pond / W.S. Blvd. North of Winter Springs Blvd by entrance at Chestnut Est 300 24 62B Pond behind # 62 (behind Pond # 62) 350 12 63 Chestnut Estates - 2 Between 200 & 206 Blue Creek Dr 550 12 64 Chestnut Estates - 4 East side of Chestnut Est bordering Oviedo 1100 12 65 Hole 13 Lake At Tuscawilla Golf Course 1450 12 66 Hole 12 Lake At Tuscawilla Golf Course 1650 12 67 Fairway Oaks Pond Center of Fairway Oaks Subdivision. 600 12 68 Chestnut Ridge East side of Greenbriar Ln at Subdivision entrance 750 12 Page 12 of 27 BID NO. ITB 005/18/BS 69 Greenbriar Pond West side of Greenbriar Lane 550 12 70 Dyson Pond Between Shetland Ave & Dyson Dr 550 12 80 Winter Springs High School Winter Springs High School Fields corner Tuskawilla Rd 1300 12 100 N. Edgemon Ave. /Civic Ctr. At Sunshine Park behind the ball fields 1000 12 103 Sheoah Rd Park Outfall Area At Sheoah Rd Park across from 3rd St 100 12 104 Highlands Canal/Sheoah Cir Ditch by fenced area off of Sheoah Circle 400 12 106A C W Park Ext. Pond -South At Central Winds Park Extension 350 12 106B C W Park Ext. Pond -Mid At Central Winds Park Extension 350 12 106C C W Park Ext. Pond -North At Central Winds Park Extension 250 12 107A P W / Utility Compound Pond E PW / Utility Compound - Old Sanford Oviedo Rd 500 12 107B P W / Utility Compound Pond W PW / Utility Compound - Old Sanford Oviedo Rd 400 12 108 Fisher Rd Pond At Fisher Rd 2500 12 109A Solary Canal Pond A off of Deleon St 2500 12 109B Solary Canal Pond B off of Deleon St 1800 12 111A Lake Jesup Augmentation at the Lake Jesup Augmentation Plant 350 4 112 Herrell Rd Pond at Williams, Herrell, Morton & Sunrise 1200 12 113A Winter Springs Village Pond (1) At Fanning Drive (between Tuskawilla Rd and Gainer Way) 1000 12 113B Winter Springs Village Pond (2) At Fanning Drive (between Wakulla Ln and Ginnie Way) 1200 12 113C Winter Springs Village Pond (3) At Fanning Drive (between Eagle Bay St and Treehouse St) 1500 12 114 Jesup's Reserve At Old Farm Lane 800 12 115A Jesup's Landing A At Jesups Springs Lane and Orange Ave 875 12 115B Jesup's Landing B At 476 Gee Hammock Lane 1150 12 116A Seven Oaks A Small portion from 779 Maple Leaf Loop to 791 Maple Leaf Loop 500 6 1166 Seven Oaks B Behind 823 Maple Leaf Loop 1100 12 TOTAL: Bid Additives Triploid Grass Carp Stocking $ /Fish Application of Flouridone (or equivalent) $ /SF Page 13 of 27 City of Winter Springs Ponds Map LEGEND STORMWATER 0 a a- e Feet 0 6251,250 2,500 3,750 5,000 � 1e INTER S,0 \ Incorporated 1959 \F�ORIO'-/ �sa�, BID NO. ITB# 005/18/BS SCOPE OF WORK AQUATIC WEED CONTROL AND MAINTENANCE OF 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 Project Manager or other designated City employee. 2.1.1 Authority: The Project 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 Project Manager to discuss problem areas. 2.1.3 Office and/or Facility: There shall be an office and/or maintenance facility located within 25 miles of the City of Winter Springs. 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. Page 15 of 27 BID NO. ITB# 005/18/BS 2.4.2 Qualified Technicians: The contractor is held responsible for providing fully qualified and licensed/certified 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. Ninety-five (95) stormwater ponds (approx. 89,475 ft. total circumference) and three (3) ditches/canals (approx. 1,400 ft total length) located at various locations throughout the City of Winter Springs. (See Bid Form and Map for locations). A minimum of twelve (12) inspections per year, with treatment as required, except on certain ponds and or canals listed with more or less frequency, as shown on the Bid Form. The period between individual pond inspections, for ponds on a monthly inspection schedule, must not exceed 35 days. Water Manaizement Services are to include. but not necessarilv be limited to the follow 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. Page 16 of 27 BID NO. ITB# 005/18/BS E. Water chemistry testing, as needed by the contractor for the success of the control program. Routine testing of the oxygen level of the lakes and ponds as needed. 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 provided on the Bid Schedule. Fish barriers are not part of this scope. The installation of fish barriers will be negotiated on a case by case basis. H. Removal of all trash and other nonorganic materials (bottles, cans, litter, etc.) that are floating in the pond or at the water line will be conducted as part of each inspection. 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. The total amount/volume of trash collected must be reported with the monthly report. I. Overflow structures shall be cleared of weeds and debris at each inspection. The total amount/volume of weed and debris collected must be reported (added to item H) with the monthly report. J. Heavy physical removal of organic materials is not part of this contract and will be negotiated separately. K. Management reporting will require the use of daily forms by the contractor and monthly 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 72 hrs of the activity taking place. The report(s) shall include the types of weeds treated, the chemicals and the equipment used for the treatment. A separate report of chemicals applied to ponds 28-32 shall be submitted once a month. L. Pond #111A (Lake Jesup Shoreline at Reclaimed Water Plant) will be sprayed for the maintenance of invasive weeds. M. In the event of a 'fish kill', upon notification of the fish kill the contractor shall immediately mobilize the resources necessary to perform the removal and proper disposal of the dead fish, and all related clean up of the pond. 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 unit/work areas as shown in the bid form. Page 17 of 27 BID NO. ITB# 005/18/BS AGREEMENT FORM THIS AGREEMENT is made and entered into this _ day of 2018, 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 a corporation, hereinafter referred to as "Service Provider". WITNESSETH: WHEREAS, City wishes to obtain Aquatic Weed Control and Maintenance of 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 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 up to four (4) 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 increased to allow for consumer price increases based on Bureau of Labor and Statistics - Consumer Price Index not to exceed 2 (two) percent. The adjustment will be based on the seasonally adjusted CPI for All Urban Consumers for 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. "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 Service Provider to provide the landscape 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 which this Agreement shall go into effect. The Agreement shall not go into effect until said date. C. "Service Provider" shall mean a corporation, and its principals, officers, employees, and agents. Page 18 of 27 BID NO. ITB# 005/18/BS 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 City Stormwater Utility Manager, or his/her 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 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 $ . If this contract is extended, the total annual amount paid to Service Provider shall not exceed that above mentioned number adjusted by the CPI 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 Page 19 of 27 BID NO. ITB# 005/18/BS 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. 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 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: Page 20 of 27 BID NO. ITB# 005/18/BS 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 Page 21 of 27 BID NO. ITB# 005/18/BS 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 requirementsherein 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 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. Page 22 of 27 BID NO. ITB# 005/18/BS 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 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. Page 23 of 27 BID NO. ITB# 005/18/BS 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. 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 Page 24 of 27 BID NO. ITB# 005/18/BS 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 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: For City: City of Winter Springs City Engineer 1126 East State Road 434 Winter Springs, FL 32708 Phone: (407) 327-8979 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 Page 25 of 27 BID NO. ITB# 005/18/BS 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 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 Page 26 of 27 BID NO. ITB# 005/18/BS 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. ATTEST: By: _ ANDREA LORENZO-LUACES City Clerk SERVICE PROVIDER: Name Signature Address Telephone CITY: CITY OF WINTER SPRINGS, FLORIDA By: Dated KEVIN L. SMITH City Manager Page 27 of 27