Loading...
HomeMy WebLinkAbout2022 08 08 Consent 302 - Award of RFP 06-22 KM, Landscape Maintenance Services • CONSENT AGENDA ITEM 302 n, CITY COMMISSION AGENDA I AUGUST 8, 2022 REGULAR MEETING 1959 TITLE Award of RFP 06-22 KM, Landscape Maintenance Services SUMMARY On June 23, 2022, Request for Proposal (RFP) #06-22 KM for Landscape Maintenance Services was issued for the following service areas: Cross Seminole Trail (within City limits), Tuscawilla Lighting and Beautification District, Oak Forest Assessment District and Tuskawilla Road (South of 434) and Blumberg Boulevard, North Tuskawilla Road (North of S 434) and Market Square. (See attachment 1) The RFP was open for a minimum of twenty one (21) days, during that time a total of four (4) proposals were received. Proposal submission closed on July 15, 2022. The Selection Committee comprised of City staff independently reviewed submittals from July 15, 2022, until July 20, 2022. The Selection Committee conducted a public meeting on July 20, 2022 to evaluate and score submittals based on the following criteria: 1. Qualifications of Entity and Key Personnel (20 Points) 2. Approach to Providing Requested Scope of Service (30 points) 3. Cost Proposal (30 Points) 4. Comparable Commercial Projects (20 Points) The Selection Committed ranked the submittals for RFP #06-22 KM and selected Nelson Outdoors LLC as the highest scoring Proposer (See attachment 2). The Selection Committee ranked Nelson Outdoors highest in their proposed approach to providing the requested scope of service and their proposed cost. The Selection Committee is recommending Nelson Outdoors LLC to be awarded a contract for a one (1) year term, with the option to renew for an additional years. The change in cost for base maintenance would be a savings to the following line codes in the following amounts: 1 Current proposed Difference Item Name Line Contract Code Contract (Savings) Amt. Amt. Cross 001- Seminole 15-1520- $36,960.00$36,000.00($960.00) Trail 545270 001- Tuskawilla 15- $24,847.20$24,240.00($607.20) Road 1520- 545270 001- Market 15- $42,654.00$41,700.00($954.00) Square 1520- 545270 Tuscawilla 160- Lighting and 15- $86,964.00$84,840.00($2,124.00) Beautification 0000- District 545270 161- Oak Forest 15-0000- $12,420.00$12,100.00($300.00) 545270 RECOMMENDATION Staff recommends the City Commission award RFP # 06-22 KM for the landscape and maintenance of city's property to Nelson Outdoors LLC. Additionally, authorizing the City Manager and City Attorney to negotiate prepare and execute any and all applicable contract documents consistent with this agenda. 2 CITY OF WINTER SPRINGS REQUEST FOR PROPOSAL Incorporated 1959 LANDSCAPE MAINTENANCE SERVICE RFP 06-22 KM June 2022 3 ADVERTISEMENT FOR PROPOSALS REQUEST FOR PROPOSALS Proposals are hereby solicited by the City of Winter Springs, Florida for: Landscape Maintenance Service Request for Proposal # 06-22 KM Sealed Proposals must be received July 15' 2022 at 2:00 P.M. at the City of Winter Springs, City Hall, 1126 East S.R. 434,Winter Springs, FL 32708. Proposal opening will be on July 20, 2022 at 2:00 P.M. At City of Winter Springs, City Hall, 1126 East S.R. 434, Winter Springs, FL 32708. The Proposal Documents may be downloaded in pdf format from DemandStar and the City's website at the following link: http://www.wintersprin sg fl.org/EN/web/gov/bids purchasing.htm All questions regarding the RFP should be directed to Scott Johnson, Procurement Manager, by e-mail to siohnson&wintersprin sig . Questions received less than seven (7) Calendar days prior to Proposal Opening will not be answered. The City of Winter Springs reserves the right to reject any or all proposals, with or without cause, to waive technicalities and minor irregularities, or to accept the proposals which, it its judgement best serves the interest of the city. Table 1 —Procurement Schedule No. Activity Date 1 Advertise RFP June 23, 2022 2 Last Day for City to Receive Questions for RFP July 6, 2022 3 Issue Question Addendum July 8, 2022 3 Proposal Submission Due Date July 15, 2022 4 Selection Committee Meeting July 20, 2022 5 City Commission Approval Meeting August 8, 2022 6 Contract Negotiations August 9— 12, 2022 6 Execution of a Written Agreement August 12, 2022 SPRINGSCITY OF WINTER PAGE 1 4 I. RFP Objectives and Submission Requirements 1) Bid Proposals are hereby solicited by the City of Winter Springs, Florida for Monthly Landscape Maintenance Services for City properties to include the following service areas: Service Area Description: Number: 1 Cross Seminole Trail (within city limits) 2 Tuskawilla Lighting and Beautification District, Oak Forest Assessment District, and Tuskawilla Road (South of SR 434) 3 Blumberg Boulevard,North Tuskawilla Road (North of SR 434), and Market Square 2) Sealed Proposals must be received by July 15,2022 at the City of Winter Springs, City Hall 1126 East S.R. 434, Winter Springs, FL 32708. The Bidding Documents may be downloaded in PDF format from the City's website at the following link: hqps://www.wintersprings.org/EN/web/�zov/bid purchasing html 3) Proposals must include all labor, material and equipment to provide Landscaping Services to the City of Winter Springs. IL Submitting your Proposal—Instructions to Respondents 1) Questions Respondents are required to submit relevant questions to submitting a proposal under this RFP, in writing to Scott Johnson, Procurement Manager at siohnson(a.�winterspringsg fl org. All questions must be submitted prior July 6, 2022. On July 8 2022, an addendum to the RFP will be posted with answers to the questions that have been submitted. Respondents are highly encouraged to submit any questions they may have regarding the scope or any other details needing clarification. 2) Proposal Submission In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposals as principals. The proposal must declare that it is made without collusion with any other person entity submitting a proposal pursuant to the RFP. SPRINGSCITV OF WINTER , 5 3) Format of Proposal Submission A. All proposal forms and required documents must be enclosed in a sealed opaque envelope or box. The envelope or box must have a clear label on the front with the following information: i. Project Name ii. Respondent's name and address iii. "Proposal Enclosed" notated clearly and conspicuously on the package B. Submit one (1) original, two (2) copies and one (1) electronic copy of the Proposal C. Proposals shall be delivered to: Winter Springs City Hall Attention: Scott Johnson 1126 East SR 434 Winter Springs, FL 32708 Prior to July 15, 2022. Proposals received after this time will be automatically rejected and returned unopened to the person or business submitting the Proposal. 4) Requirements of Proposal A. The proposal should be submitted on 8 '/z x 11 paper, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: B. Cover Page— Show the name of Proposer's agency/firm, address, and telephone number, name of contact person, date and the proposal number and description. C. Tab 1 — Table of Contents: Include a clear identification of the material by section and by page number. D. Tab 2— Letter of Transmittal: Limit to one or two pages i. Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. ii. Give names of the persons who will be authorized to make representations for the Proposers, their titles, addresses and telephone numbers iii. Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City Request for Proposal E. Tab 3 — General Information i. Name of Business ii. Mailing Address and Phone Number SPRINGSCITY OF WINTER , 6 iii. Names and contact information of persons to be contacted for information or services if different from name of person in charge. iv. Normal business hours v. State if business is local, national or international and indicate the business legal status (corporation,partnership, etc.). vi. Give the dates the business was organized and/or incorporated, and where. vii. Give the location of the office from which the work is to be done and the number of professional staff employees at that office. viii. Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is,please state the name of the parent company ix. State if the business is licensed,permitted and/or certified to do business in the State of Florida and attach copies of all relevant licenses issued to the business entity. F. Tab 4—Experience and Qualifications i. Specify the number of years the Proposer has been in business. ii. Identify the Proposers relevant qualifications and experience related to performing the services identified in this document as listed in the scope iii. Provide examples of prior work product including, but not limited to, marketing and branding materials,press releases, logos, social media work, etc. as described in the scope. iv. Identify the specific individual who would serve the City on a day-to-day basis as a primary point of contract and be responsible for the service of the Proposer. The individuals identified shall be available within 24 hours' notice by telephone to accomplish the following: a. Attend meetings b. Respond to telephone calls c. Respond to specific inquiries v. Include resumes, not exceeding one page each, of all key personnel who will be assigned to program. G. Tab 5 —Proposal Forms: Complete the two (2)page proposal form for listed in the scope of work. H. Tab 6—Additional Forms: Proposers must complete and submit as part of its Proposal all of the following forms and/or documents i. Mandatory Bid Forms a. Comparable Commercial Projects b. Drug Free Workplace Form c. Non Collusion Affidavit d. Scrutinized Company Certification e. Certificate of Insurance SPRINGSCITY OF WINTER , 7 FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER 5) Modification and Withdrawal of Proposal A. Proposals may not be modified after submittal. B. Respondents may withdraw Proposals at any time prior to July 15, 2022. Withdrawal requests shall be made in writing and must be received by the City prior to July 15, 2022. C. Properly withdrawn Proposals will be returned unopened to the person or business submitting the Proposal. 111. Calendar of Events RFP Advertised June 23, 2022 Technical Questions Due to the City(written) July 6, 2022 Response to Questions Due from City July 8, 2022 Proposals Due to the City July 15, 2022 Commission Approval of Qualified Vendor August 8, 2022 Contract Award or Negotiations August 9— 12 2022 Effective Date of Service August 12, 2022 IV. City Evaluation and Selection 1) Basis of Award A. The City has the right to reject any or all Proposals and/or withdraw this RFP at any time and for any reason. B. Except in cases where the City exercises the right to reject all Proposals, the Contract will be awarded, to the most responsive Proposal, by the City, as soon as practicable after reviewing the Proposals and successfully completing contract negotiations under terms and conditions that the City determines is in the City's best interest and accepted by the Respondent. C. The most responsive Proposal is one who has submitted the best overall Proposal regarding price, inclusivity, and references, similar proven work experience, adequate personnel and resources, and familiarity of scope for services listed in the proposal packages. D. To be responsive, a Proposal must be submitted on the forms provided as part of the Proposal Documents and shall include all items required by the Proposal Form. 2) Required Qualifications of Respondent SPRINGSCITY OF WINTER , 8 A. To be judged responsive, the Respondent shall meeting the following standards: i. Experience in all areas of expertise required by the scope of services. ii. The capability to perform all of the services, as outlined in the Scope of Work. iii. Ability to maintain all records in accordance with local, state and Federal Public Records Retention Requirements. 3) Selection Criteria A. The evaluation of landscape maintenance service proposals will be made on a pre-determined basis as follows: Criteria Maximum Points Qualifications of Entity and Key Personnel 20 Approach to Providing Requested Scope of 30 Services Cost Proposal 30 Comparable Commercial Projects 20 V. Scope of Work 1) Definitions The definitions below describe the City's expectation for maintenance. These definitions are applicable to all service areas; unless the service area description states otherwise. Unless otherwise noted; costs for all services listed shall be considered part of the monthly maintenance and shall be included in the cost for monthly maintenance at each site. a. Mowing/Turf Care i. Mowing of all grassed areas shall be no less than once every seven (7) days in the heavy growing season and shall be no less than bi- weekly, or as instructed by the City's Representative, during the dormant growing season. Growing seasons are dictated by the weather and therefore may change per the City's Representative,but otherwise shall be: 1. Heavy Growing Season - March 15 through October 15 2. Dormant Growing Season - October 16 through March 14 ii. Prior to mowing and trimming any turf and bed areas;paper,bottles, cans and all other debris (as well as misplaced dirt or sand)must be removed from areas immediately bordering site (ex: sidewalks and curb lines)and actual site locations. Areas are to look clean and neat and free of debris at all times. SPRINGSCITY OF WINTER , 9 1. At no time shall more than one-third(1/3) of the leaf surface be removed in one mowing in any turf area unless specifically authorized in writing by the City of Winter Springs. 2. Turf care activities shall be scheduled during the normal work week (M-F 7:30am to Dusk unless directed otherwise) as a general rule and to allow for access to water plant facilities. Should field conditions occur that require a modification to the normal service schedule, Contractor must give the City 24 hours' notice and receive approval prior to a service schedule modification. 3. Specific Turf Care a. St. Augustine i. Shall be in accordance with the University of Florida Cooperative Extension Services Calendar for St. Augustine sod care, culture, and good horticultural practice as shown in Publication ENH 5. St. Augustine grassed areas will be mowed to a height of 4.5" inches on average,depending upon established grass needs, by finish mower or a groom mower. b. Bahia Grass i. Shall be in accordance with the University of Florida Cooperative Extension Services Calendar for Bahia Grass sod care, culture, and good horticultural practice as shown in Publication ENH 6. Bahia grassed areas will be mowed to a height of 3" inches on average, depending upon established grass needs, by finish mower or a groom mower. c. Cutting of Native Grasses i. Contractor is to cut Native Grasses to no more than 50% of their length. ii. Contractor is to cut native grasses in late winter to early spring;just prior to new shoot growth. iii. Remove Grass Clippings and debris 1. All debris (grass clippings) created by the mowing process is to be removed by mechanical means from all adjacent and contiguous surfaces following all landscaping activities. 2. Any clipping, trimming debris will be removed from site as work is completed, or at the end of each day that work is SPRINGSCITY OF WINTER , 10 performed. Lawn clippings may be left on the turf areas so long as no readily visible clumps remain on the grass surface after mowing. Otherwise large clumps of clippings will be collected and disposed of by Contractor. In case of fungal disease outbreaks, all clipping will be collected and properly disposed of until disease is undetectable. No debris bags shall be left on site more than 6 hours. iv. Pruning/Trimming Shrubs, hedges, and ornamentals 1. Pruning of plants shall be performed as directed to remove dead wood harboring insects and disease and to promote maximum health and growth. The finding of insects or disease shall be reported immediately to the City so as to limit losses. Aesthetic pruning shall consist of removal of dead or broken branches. Pruning shall be performed to balance infiltration light to enhance new growth. 2. Selective pruning shall be performed as directed to remove dead wood or moss. Trees shall be trimmed to maintain the required Department of Transportation clearance of 14' over the roadway. Suckers at the base of trees and branches hanging low into the median so as to impede a lawn mower shall be removed as regular maintenance; buck horning is not permitted unless requested by the City. 3. Ligustrums and shrubbery shall not accumulate more than 2" of growth before being trimmed. 4. All plants shall be maintained to a well-shaped appearance according to each species' natural growth habit unless requested otherwise by the owner's representative. Flowering shrubs shall be pruned in the proper season to allow full flowering potential for the following flower season. Grouped plantings shall be allowed to form masses appropriate to the species. 5. Small leafed shrubs, such as Pittosporum, Azaleas and Indian hawthorn, etc., are to be kept trimmed in a tight, neat appearance, with removal of partial new growth after no more than four inches of new growth appears. 6. Larger leafed shrubs, such as viburnum, may attain new growth reaching from 2"to 4"before removal. At no times are shrubs to display a disorderly appearance. a. Ornamentals, such as crinum lilies, are to be trimmed aggressively during the rainy season to be kept neat and fungus free. This may be as frequent as every other week. SPRINGSCITY OF WINTER , 11 b. Sago palms are to be trimmed a minimum of three times a year, or more often, as directed, depending on growth and health.Azaleas are to be trimmed at regular intervals as described above with the exception of the months of October thru March when no trimming should be done to achieve maximum flowering. c. Wax myrtles are to be trimmed aggressively in order to maintain a neat, compact habitat. d. At no time is an herbicide to be used to rid plants of sucker growth. Instead, hand pulling or aggressive trimming routine is to be established. e. All ornamentals that produce any dead fronds (i.e., coontie, sage, aztec grass, holly fem, etc.) are to be systematically checked and cleaned with special attention to early spring cleanup. 7. Dead plant material shall be removed by the Contractor immediately during the normal service visit and a report filed with the City detailing the location of removal and species removed. v. Weedeater Trimming 1. Areas inaccessible to mowing equipment shall be kept neat and trimmed as directed. Trimming of grass and weeds around any fixed objects (walls, light posts, light fixtures, equipment boxes, pond structures, sign posts and trees) will be done through chemical control within a limit of six inches (6") maximum or trimmer so as not to inflict damage of any kind to structure, equipment or tree. vi. Mulching- This should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 1. Mulching is to be performed between November 1 and December 25 each year to keep planted areas neat and freshly maintained. Mulch depth to be a minimum total depth of three (3) inches and placed, not dumped, as well as kept from around the immediate base of shrubs. Mulch type to be chosen by the City. 2. Beds should be cleared of leaves and other debris prior to adding new mulch. The intent of doing this will be to prevent unnecessary height growth of the beds. vii. Edging SPRINGSCITY OF WINTER , 12 1. Edging of all walks, curbs, edging of pavements, and grass invasion shall be done weekly during the heavy growing season and bi-weekly for the remainder of the year. 2. All grass and dirt to be blown off onto grass areas only. No debris shall be blown onto hard surfaces or into shrub or flower beds. 3. Schedule for edging of soft surfaces such as turf, bed borders, and ground cover shall be performed bi-weekly or more as directed. viii. Weeding 1. Weeding of all plant bed areas is to be as often as necessary to conform to the shrub trimming schedule, to control weed population and maintain healthy plants. 2. Remove weeds, vines and 'voluntary" seedlings from planting beds. Weed control in landscaped areas will be accomplished by hand weeding and/or application of round-up and a pre- emergent herbicide if needed. 3. All weeds in sidewalks or pavement areas (including curbing) shall be chemically controlled or removed by hand. 4. The sod-free rings around trees are to be kept in weed-free condition, and shall be maintained at a diameter determined by the City. 5. All mulch areas or plant beds shall be continuously maintained free of weeds or grasses. 6. All turf areas shall be maintained in a weed free condition. Any area that becomes infested with weeds or other undesirable grasses must be treated and or replaced at the cost of the Contractor. ix. Pruning/Tree Trimming (less than 13') 1. All trees are to be trimmed as often as necessary to meet public safety requirements and comply with ISA and ANSI Industry Standards for tree care. Trimming of established trees shall be to a minimum of eight(8)foot and a maximum of thirteen(13)foot under canopy and pruned just outside the branch collar by the Service Provider. 2. Any trees greater than 13' should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 3. New or young trees are to be pruned with an ideal under canopy of six (6) feet or to a suitable and healthy height for each tree. SPRINGSCITY OF WINTER , 13 4. Approved traffic (M.U.T.C.D.) warning devices shall be used when necessary to provide safety to persons and vehicular traffic within any areas undergoing pruning. Work will be scheduled after consulting with the City. 5. Dead palm fronds shall be removed as they occur from all palms. Seeds pods shall be removed on an as directed basis from all palms. Trimming of palm fronds shall be conducted with a hand saw. Only dead fronds shall be removed. Palms shall not be trimmed above 9 o'clock and 3 o'clock. x. Remove Spanish Moss 1. Remove all low hanging Spanish Moss in ornamental trees and shrubs. 2. Spanish Moss that is 8' or lower on any tree or ornamental shall be removed when other scheduled tasks are completed at the same frequency. xi. Annuals and/or Plant Replacements-This should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 1. The Contractor shall be responsible for replacing any plant materials that die or become damaged to the point that the plant grade is less than Florida Number 1 as a result of neglect or damage caused by the maintenance operation. 2. Replacement material shall be identical to plant species, quality and specifications of the materials at the time the loss occurs. xii.Insect and Disease Control This should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 1. The Contractor shall establish, in conjunction with the City, a preventive program to insure proper care of turf and ornamentals. 2. The Contractor warrants turf against infestation and disease and will replace same if deemed to be below accepted industry standards (IFAS)by the City. 3. Application times for herbicide and pesticide applications shall be completed by licensed, trained individuals. 4. Plants will be treated chemically as required to effectively control insect infestation and disease as environmental, horticultural and weather conditions permit. The Contractor is responsible for any damaged areas due to disease or insect infestation. SPRINGSCITY OF WINTER , 14 xiii. Chemical Maintenance- Fertilizer and Herbicide This should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 1. Fertilization and insecticide treatments shall be provided as directed to maintain the health and appearance of all turf and plant material. 2. Soil amendments, fertilizer, nutrients, pesticides, fungicides, pre-emergent, post emergent, and any other chemicals deemed proper, beneficial or required to maintain the turf and plant material by the Contractor shall be included in the chemical program monthly maintenance fee. 3. Monthly reports may be requested by the City. The reports should outline all treatment provided for the month and any deficits observed. 4. Timely and prompt treatment is to be performed on all areas detected with problems and areas at risk. A 7-10-day follow-up appointment is to be set with the City to ensure eradication of disease or pest problems. Subsequent visits, if necessary, are to be scheduled until the problems no longer exist. xiv. Irrigation Inspection and Repair- This should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 1. Complete irrigation inspections shall be performed one (1) time per month at minimum. 2. Details of the inspection shall be recorded on a log sheet (to be submitted with the monthly billing)and consist of the following: a. Turning on each zone and inspecting each head for the proper coverage, including straightening, adjusting the output of water, adjusting spray pattern and unclogging any heads. b. Repairing broken heads and lateral lines, as necessary. c. Checking the irrigation controller(s)for proper operation and programming. If there are battery controllers on the site, check each for battery life and replace at 75% depletion. d. Checking all zone valves for proper open and closure, making sure to inspect for leaking from the mainline. e. Checking water source for leaking and visual inspection of backflow device, if present. SPRINGSCITY OF WINTER , 15 f. Visually inspect turf,planters and trees in irrigated areas for signs of drought stress and effect adjustments and/or repairs to remedy the issue. 3. The Contractor shall submit a detailed report, at the time of billing of each monthly service, consisting of the clock and location, each zone by number, and any repairs or work performed during that service.All parts used will be itemized on the bill with a maximum of S 50.00 billed for repairs without VERBAL approval during the regular monthly scheduled maintenance visit. a. If there is an additional cost for repairs beyond the maximum of $50.00, the City must be given a verbal report of the repair and costs involved before the work is to be performed. No payment will be made for heads or parts damaged by the Contractor. 4. Contractor is to immediately prepare an estimate to repair or replace damaged parts on the property within the areas specified in this agreement to meet original specifications with commercial quality irrigation parts. All work performed by Contractor to meet industry standards. All damaged irrigation heads shall be turned in each month along with the monthly billing in order to qualify for payment. 5. Labor cost for these services is established on the proposal form for each project. Material costs shall be paid on the basis of approved wholesale documented cost plus 15%for overhead and profit. 6. Contractor is to immediately notify the City if a mainline leak is noticed. Should the Contractor need to shut down the mainline for any reason, the City must be contacted at: (407) 327-5962. xv. Other Scope as specifically directed by City- This should not be included in base maintenance price; costs for these services are established on the proposal form for each service area. 1. Service Provider is to prepare proposal for additional work as it is requested by the City prior to commencing with additional work. Prior written approval is required for all additional scope not listed on this document. 2) Expectations A. The work to be performed under this Contract consists of landscape maintenance services for the City of Winter Springs Municipal Facilities. Perform all work in accordance with the Contract Documents. Furnish all materials, equipment, tools, and labor which are reasonably and properly SPRINGSCITY OF WINTER , 16 inferable and necessary for the proper completion of the work, whether specifically indicated in the Contract Documents or not. Cost for all services listed shall be considered part of the monthly maintenance and shall be included in the cost for monthly maintenance at each site. i. The Contractors shall be obligated at its expense, immediately or promptly to repair to the City's Representative's satisfaction, any damage to exterior plantings, or irrigation systems or any other property within the areas specified in this agreement. In the event the contractor has not repaired any such damage within reasonable time,as determined by the City's Representative,the City may repair such damage and deduct such cost from the next payment due to the Contractor. The Contractor shall be liable to the City for any such cost in excess of the amount deducted by the City. ii. The Contractor shall be obligated to immediately notify the City Representative verbally and follow in writing within twenty-four (24) hours after the event of any damage which the Contractor discovers, or should have discovered in the exercise of reasonable care, whether or not such damage was caused by the Contractor. iii. Prior to the commencement of work on this contract, an authorized representative of the Contractor and the Designated Representative of the City may perform a video condition survey of all exterior plantings at each of the designated areas of the City covered by this Agreement. The Contractor and the City shall jointly prepare and sign a written report of the condition survey which shall describe the condition and location of all unhealthy plants 3) Contractual Information A. The work to be performed under this Contract consists of landscape maintenance services for the City of Winter Springs Municipal Facilities. Perform all work in accordance with the Contract Documents. Furnish all materials, equipment, tools, and labor which arc reasonably and properly inferable and necessary for the proper completion of the work, whether specifically indicated in the Contract Documents or not. Cost for all services listed shall be considered part of the monthly maintenance and shall be included in the cost for monthly maintenance at each site. i. The Contractors shall be obligated at its expense, immediately or promptly to repair to the City's Representative's satisfaction, any damage to exterior plantings, or irrigation systems or any other property within the areas specified in this agreement. In the event the contractor has not repaired any such damage within reasonable time,as determined by the City's Representative,the City may repair SPRINGSCITY OF WINTER , 17 such damage and deduct such cost from the next payment due to the Contractor. The Contractor shall be liable to the City for any such cost in excess of the amount deducted by the City. ii. The Contractor shall be obligated to immediately notify the City Representative verbally and follow in writing within twenty-four (24) hours after the event of any damage which the Contractor discovers, or should have discovered in the exercise of reasonable care, whether or not such damage was caused by the Contractor. iii. Prior to the commencement of work on this contract, an authorized representative of the Contractor and the Designated Representative of the City may perform a video condition survey of all exterior plantings at each of the designated areas of the City covered by this Agreement. The Contractor and the City shall jointly prepare and sign a written report of the condition survey which shall describe the condition and location of all unhealthy plants iv. During the 30-day period preceding the expiration of the term of this Agreement, or,in the event of an earlier termination a 30-day period following the termination, a final condition survey may be made jointly by the City Representative and the Contractor. This survey shall establish a punch list of plantings and material that do not meet the specifications and that must be replaced prior to the final completion of the contract. If the plantings and materials so identified are not replaced, an appropriate amount shall be withheld from the final payment. 4) Scope of Service A. Service Area#1 — Cross Seminole Trail and Bridges i. Locations and property description a. S.R. 434 Bridge i. S.R. 434 Cross Seminole Trail Overpass, located just east of Tuskawilla Road. No work is performed on the actual bridge itself. Beds under and around bridge are included in this section. Service areas have irrigation with timer being located on the South West side of S.R. 434 by the power boxes. b. Cross Seminole Trail i. Just south (approximately 30') of the south entrance onto the S.R. 434 Cross Seminole Trail Overpass Bridge, heading North and West along the trail to the Layer Elementary School entrance road(current end of the trail). Maintain each side of trail to project boundaries which is usually 2 to SPRINGSCITY OF WINTER , 18 8 passes with a 50" mower deck, but this varies in many areas and steps must be taken to groom all affected areas. Includes small medians at each Trail Head entrance. c. Cross Seminole Trail (Creek) Bridge i. Located between the Seminole County Bus Yard (Consolidated Services Compound) and Layer Elementary School. Keep vines from growing overhand railings and onto the bridge. Trim any/all overhanging tree limbs and foliage. ii. Required Services a. For the Cross Seminole Trail (location b) i. The below services are required weekly through the growing season (3/15-10/15) and bi-weekly through the dormant season (10/16-3/14) it. Mow, Blow, Trim Hedges, Weedeater, Mulch (Semi-Annually), Edge, Weeding Beds, Prune Trees, Remove Spanish Moss, Trash Removal, Fertilization (As directed), Annual Flower Rotation (As Requested), Insect and Disease Control(As required), Irrigation Inspection, and Irrigation Repair(monthly/as required) and other services as requested. b. All other locations in this service area (locations a and c) i. The below services are required weekly through the growing season (3/15-10/15) and bi-weekly through the dormant season (10/16-3/14) ii. Mow, Edge, Trim Hedges, Weedeater, Edge, Trim Trees, Remove Spanish Moss, Trash Removal, and other services as requested. B. Service Area 92 —Tuskawilla Road, Tuskawilla Lighting and Beautification District and Oak Forest Assessment District i. Locations and property description a. Tuskawilla Rd. Rights of Way (R.O.W.) i. East- Tuskawilla Rd. from S.R. 434 south to Lord of Life Church, from south wall at Trotwood Blvd. to and including power easement as well as the right of way in front of the Arbor Glen subdivision. West - Tuskawilla Rd. south to Tuskawilla Trail (Including Berm just south of the Church of the New Covenant). b. Tuscawilla Rd. Medians SPRINGSCITY OF WINTER , 19 i. Medians on Tuskawilla Rd. from S.R. 434 south to end of median cut at the Church of the New Covenant(800 Tuskawilla Rd.) Irrigation on the center medians is operated by multiple TBOS battery controllers. c. Tuskawilla Lighting and Beautification District(TLBD) i. Just south(approximately 30') of the south entrance onto the S.R. 434 Cross Seminole Trail Overpass Bridge, heading North and West along the trail to the Layer Elementary School entrance road(current end of the trail). Maintain each side of trail to project boundaries which is usually 2 to 8 passes with a 50" mower deck,but this varies in many areas and steps must be taken to groom all affected areas. Includes small medians at each Trail Head entrance. d. Oak Forest Entrances i. Forest Creek Dr. — 50' north and south of the sign wall on the west side of Tuskawilla Rd. and north and south sides of Forest Creek Dr. to Benchwood Ct. and Benchwood Dr. ii. Trotwood Blvd. — 50' north and south of the sign wall on the west side of Tuskawilla Rd. and north and south sides of Trotwood Blvd. to N. Endeavor Dr. and S. Endeavor Dr. including center median. iii. Winter Springs Blvd. — 50' north and south of the sign wall on the west side of Winter Springs Blvd. (south side to end of sign wall at 1067 Winter Springs Blvd., north side to 1054 Winter Springs Blvd. including inaccessible area at perimeter of pond) and(2) center medians. Irrigation on the center medians is operated by multiple TBOS battery controllers. iv. Oak Forest Dr. —50' north and south of the sign wall on the west side of Tuskawilla Rd. and north and south sides of Oak Forest Dr. to Cherokee Ct. and Cherokee Dr. e. Oak Forest Wall i. The entire length of the Oak Forest wall alongside Tuskawilla Rd., directly along the wall where plants, shrubs, and vines are planted. Wall boundaries are from the Tuskawilla Office Park to New Covenant Church, not including the section of SPRINGSCITY OF WINTER , 20 wall owned and maintained by Grande Reserve. Backside of wall not included. (Irrigation—spray heads are along entire length of the wall and bubbler heads on Oak Trees located between Trotwood and Tuskawilla Office Park, all included. Timers are located at entrances to Oak Forest at Winter Springs Blvd. and Trotwood Blvd. entrances. All four(4) entrances have irrigation on these timers.) ii. Required Services a. For the Tuskawilla Rd. ROWs (location a) i. The below services are required weekly through the growing season (4/01-12/01) and bi-weekly through the dormant season (12/02-3/31) it. Mow, Weedeater Trimming, Edge Grass, Trim Trees, Remove Spanish Moss, Trash Removal and other services as requested. b. All other locations in this service area i. The below services are required weekly through the growing season (4/01-12/01) and bi-weekly through the dormant season (12/02-3/31) ii. Mow, Blow, Trim Hedges, Weedeater Trimming, Mulch (Semi-Annually), Edge Grass, Weeding Beds, Trim Trees, Remove Spanish Moss, Trash Removal,Fertilization (As Required/Annually), Insect and Disease Control (As Required), Irrigation Inspection and Repair(Monthly/As Required) and other services as requested. C. Service Area#3 —Blumberg Boulevard, North Tuskawilla Road (North of SR 434, and Market Square i. Locations and property description a. Blumberg Blvd. (Center Median Gardens and Monuments) i. Just south(approximately 30') of the south entrance onto the S.R. 434 Cross Seminole Trail Overpass Bridge, heading North and West along the trail to the Layer Elementary School entrance road(current end of the trail). Maintain each side of trail to project boundaries which is usually 2 to 8 passes with a 50"mower deck,but this varies in many areas and steps must be taken to groom all affected areas. Includes small medians at each Trail Head entrance. SPRINGSCITY OF WINTER , 21 b. N. Tuskawilla Rd. (S.R. 434 to 100' North of Blumberg Blvd.) i. S.R. 434 Cross Seminole Trail Overpass, located just east of Tuskawilla Road. No work is performed on the actual bridge itself. Beds under and around bridge are included in this section. Service areas have irrigation with timer being located on the South West side of S.R. 434 by the power boxes. c. Market Square i. Located at the Northwest corner of S.R. 434 and N. Tuskawilla Rd., Market Square consists of the property in and around the fountain and hardscape areas immediately adjacent to the face of the building/business entrances in the Winter Springs Town Center. ii. Required Services a. All locations in the service area i. Mow, Blow, Trim Hedges, Weedeater, Mulch (Semi-Annually), Edge, Weeding Beds, Prune Trees, Remove Spanish Moss, Trash Removal, Fertilization (As directed), Annual Flower Rotation (As Requested), Insect and Disease Control(As Required), Irrigation Inspection and Repair (Monthly/As Required) and other additional services as requested 5) Term of Contract A. The term of the contract is anticipated to be one (1) year, with the contractor and the concurrence of the City of Winter Springs City Commission and availability of annual appropriation. B. During the 30-day period preceding the expiration of the term of this Agreement, or, in the event of an earlier termination a 30-day period following the termination, a final condition survey may be made jointly by the City Representative and the Contractor. This survey shall establish a punch list of plantings and material that do not meet the specifications and that must be replaced prior to the final completion of the contract. If the plantings and materials so identified are not replaced, an appropriate amount shall be withheld from the final payment. VI. Miscellaneous 1) E-Verify Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any City contractors shall register with and use the U.S. Department of Homeland Security's E-Verify system, https:He-verify.uscis.gov/emp, to verify the work SPRINGSCITY OF WINTER , 22 authorization status of all employees hired on and after January 1, 2021. City Contractors must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Contractor stating all employees hired on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the contract, and shall result in the immediate termination of a contract without penalty to the City. The City Contractor shall be liable for all costs incurred by the City securing a replacement contract, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. If the City Contractor utilizes Subcontractors the following shall apply: Contractor shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any employees they may hire during the term of the Agreement. Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement 2) Notice of Award Upon the rankings and selection of the Respondent by the City Commission, The City shall engage in negotiations with the selected Respondent regarding the specific terms of the agreement. The selection by the City Commission shall not result in the formation of a contract. No contract shall be formed until final approval and execution of a written contract by the City Manager occurs, containing such terms as the City Commission and City Manager determine are in the best interest of the City. Negotiations may be terminated at any time by the City Manager if, in his or her sole discretion, the City Manager determines that the negotiation of terms acceptable to the City will not be successful. 3) Public Records Florida law provides that municipal records shall, at all times,be open for personal inspection by any person. Section 119.0 1, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law, information and materials received by the City in connection with a RFP response and under any awarded contract shall be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records Law are statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Respondent believes any of the information contained in its response is exempt from the Public Records Law, the Respondent must, in its response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption; otherwise, the City will treat all materials received as public records. In addition, the Respondent shall make available to the City, or any of SPRINGSCITY OF WINTER , 23 its duly authorized representatives, any books, documents,papers, and records of the Respondent which are directly pertinent to any contract awarded under this RFP for the purpose of making audit, examination, excerpts, and transcriptions. All records shall be retained for a minimum of three (3) years after the City makes final payment under the contract awarded under this RFP and all other pending matters are closed by the City. All materials submitted in response to this RFP shall become property of the City. The City has the right to use any or all information/material submitted. Disqualification of a Respondent does not eliminate this right. 4) Florida Statutes, Section 287.133(3)(A)—Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 5) Cone of Silence/Lobbying Lobbying is defined as any action taken by an individual, firm, association,joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a City Commission Member, the City Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period commences upon the issuance of this solicitation document. If an award item is presented to City Commission for approval or for a request to provide authorization to negotiate a Contract(s) and the City Commission refers the item back to the City Manager, Procurement Division and/or requesting Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying Black-out Period will be reinstated until such time as the City Commission meets to consider the item for action. Bid/proposers, respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any City Commission member, the City Manager, any requesting or evaluating Division/Department/Office personnel, and/or any member of the Evaluation Committee concerning an active solicitation during the Cone of Silence/Lobbying Black-out Period. 6) Prohibition on gifts to City Employees and Officials SPRINGSCITY OF WINTER , 24 No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any City employee, as set forth in Chapter 112, Part 111, Florida Statutes, the current City Ethics Ordinance, and City Administrative Policy. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with City staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the City for a specified period of time, including but not limited to: submitting bid/proposals, RFP, and/or quotes; and, c. Immediate termination of any contract held by the individual and/or firm for cause. 7) Discrimination An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid,proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids,proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. SPRINGSCITY OF WINTER , 25 Proposal Form Landscaping Maintenance Services RFP#: 06-22 KM Respondent Name (Company): Name and Title of Person Completing Form: PROPOSED COST Item Service Service Service Area 1 Area 2 Area 3 Base Maintenance $ $ $ Palm Trimming Greater than 13' OA (per tree) $ $ $ Crepe Trimming Greater than 13' OA (per tree) $ $ $ Irrigation Inspections $ $ $ Mulch- Supplied and Installed(per cubic yard) $ $ $ Fertilizer (per application) $ $ $ Integrated Pest Management (per application) % % % PROPOSAL TOTAL $ $ $ PLANT, TREE, AND GROUND COVER INSTALLATION Not to be included as part of proposal review criteria. Price to include all components of installation including staking, watering in, and one-year warranty. Annuals (Cost plus %) Service Area 1 Service Area 2 Service Area 3 Ground cover (Cost plus %) % % % Shrubs (Cost plus %) % % % Palms (Cost plus %) % % % Canopy trees (Cost plus %) % % % Understory trees (Cost plus %) % % % Sod (Cost plus %) % % % SPRINGSCITY OF WINTER , 06-22 KM PAGE 123 26 Proposal Form Landscaping Maintenance Services RFP#: 06-22 KM TREE REMOVAL AND STUMP GRINDING Not to be included as part of the proposal review criteria. Price to include back fill/sod if needed. Service Area 1 Service Area 2 Service Area 3 Tree removal 6" $ $ $ Tree removal 12" $ $ $ Tree removal 18" $ $ $ Tree removal 24" $ $ $ Tree removal 36" $ $ $ IRRIGATION REPAIR Not to be included as part of proposal review criteria unless otherwise noted. Service Area 1 Service Area 2 Service Area 3 Wholesale price of materials plus % % % proposed percentage Irrigation Technician Hourly $ $ $ Rate Signature of person completing form: SPRINGSCITV OF WINTER PAGE 124 27 Comparable Commercial Projects Landscaping Maintenance Services RFP#: 06-22 KM List three (3) comparable commercial projects that best demonstrate your ability to meet the needs of the scope of work. Organization Contact Person Address City State Zip Phone Number( ) Project Cost Service Dates Organization Contact Person Address City State Zip Phone Number Project Cost Service Dates Organization Contact Person Address City State Zip Phone Number( ) Project Cost Service Dates SPRINGSCITY OF WINTER , 28 DRUG FREE WORKPLACE FORM The undersigned proposer, in accordance with Florida Statute 287.087 hereby certifies that does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the Drug-Free statement. 4. Notify the employees that as a condition of working on the commodities or contractual services that are under contract, employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. (Authorized Signature) (Date) (Print/Type Name as Signed Above **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL SPRINGSCITY OF WINTER , 29 NON-COLLUSION AFFIDAVIT OF PRIME RESPONDENT STATE OF ) COUNTY OF ) being duly sworn, deposes and says that: (1) He/she is of Title Firm/Company The respondent that has submitted the attached response. (2) He/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation. (3) Such solicitation is genuine and is not a collusive or sham solicitation. (4)Neither the said respondent nor any of its officers,partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other respondent, firm or person, to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other responder, firm or person to fix the price or prices in the attached solicitation or of any other respondent, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed Agreement. (5) The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties of interest, including affiant. (Signed) (Title) CITY OF WINTER P. 06-22 KM PAGE 127 30 STATE OF FLORIDA COUNTY OF SEMINOLE The foregoing instrument was acknowledged before me this by who is personally known to me or who has produced as identification and who did (did not) take an oath. (Signature of Notary Public) (Name of Notary Typed, Printed or Stamped) Notary Public (Commission Number) "THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL SPRINGSCITY OF WINTER , 31 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of: (a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety(90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. SPRINGSCITY OF WINTER , 32 a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the City in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Vendor) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of O physical presence or( ) online notarization, this day of , [YEAR],by the of , a O who is personally known to me or( ) who produced as identification. Notary Public Print Name: My Commission Expires: **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL SPRINGSCITY OF WINTER , 33 INSURANCE REQUIREMENTS FORM Insurance Type Required Limits Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits 4/ Employer's Liability $1,000,000 each accident, single limit per occurrence 4/ Commercial General $1,000,000 single limit per occurrence Liability $3,000,000 aggregate for Bodily Injury Liability&Property Damage Liability. (Occurrence Foam) patterned after the This shall include Premises and Operations; Independent Contractors; current ISO form Products & Completed Operations & Contractual Liability. To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless 4/ Indemnification City of Winter Springs, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence,recklessness,or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. 4/ Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. OOther Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty(30) days cancellation notice required. SPRINGSCITY OF WINTER , 34 The undersigned film maces to obtain,prior to award, if selected, insurance as stated above. Proposer/Bidder Authorized Signature Officer Title Date "THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL SPRINGSCITY OF WINTER 35 � � \ \ \ \ \ § k & / m & / \ \ 7 g o 0 2 § $ � 2 � \ 6 § & % 3 & 7 » t b 2 � � ■ \ / / � u - � ± $ \ _ o ■ _ e 7 e a e / e � \ ./ cn u ± ( \ \ 2 \ E ) § § §