Loading...
HomeMy WebLinkAbout2025 02 24 Consent 305 - RFP 11-24-05 LH Landscape Maintenance ServicesCONSENT AGENDA ITEM 305 CITY COMMISSION AGENDA | FEBRUARY 24, 2025 REGULAR MEETING TITLE RFP11-24-05 LH Landscape Maintenance Services SUMMARY RFP11-24-05 LH was advertised to obtain competitive pricing. This RFP was comprised of all areas within the city including all assessment districts included to secure the best pricing. Current base pricing for 2024 was $792,154.20. Four bid responses were received. These responses were received from Natures Care, Dawnalee, Caligreen and Rotolo. Natures Care submitted the lowest complete bid for all areas for a total cost of $650,398.00. Rotolo also completed a complete package bid with a total of $894,000.12., while the other two bidders responded with partial bids. The city's review committee for this RFP recommends Natures Care be selected to negotiate a contract for the proposed bid. By consolidating the landscape maintenance to one contractor netted a savings of $133,356 annually. FUNDING SOURCE City landscaping has been funded through the 2025 fiscal year budget that has been approved by the City Commission. RECOMMENDATION City staff recommends city commission approve negotiating contract with Natures Care for a base price of $650,398.00. In addition, authorize the city manager and city attorney to prepare and execute any and all applicable contract documents consistent with this agenda item. 245 RFP # 11-24-05 LH Landscape Maintenance Services City of Winter Springs, Florida 1126 East State Road 434 Winter Springs, Florida 32708 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES PROPOSAL : 11-24-05 LH DATE: Nov. 22, 2024 Sealed Proposals will be received by the City of Winter Springs (CITY) Procurement Department, located at Winter Springs City Hall, 1126 East State Road 434, Winter Springs, Florida 32708, until: January 10, 2025 2:00 p.m., local time FOR Landscape Maintenance Services Said Proposals shall conform to the minimum requirements outlined in the Request For Proposal. The CITY reserves the right to reject any and all offers and to waive minor informalities. The City issues this Request for Proposals in order to select a Proposal for further contract negotiation. Selection by the CITY Commission may not result in the formation of a contract. Submission and Receipt of RFP’s: PROPOSERS shall submit their Proposal response to this RFP by: Providing one (1) original, marked as such, three (3) copies, marked as such and one (1) electronic copy of your RFP response to this office by the date and time indicated above. The outside of your package must be clearly labeled with the RFP number, title, opening date and time, and the name and address of the Proposer. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not meet the CITY’s deadline requirements. Proposals received after January 10, 2025 at 2:00 p.m., will be rejected. Deadline for questions is December 12, 2024 1:00pm local time Any Addenda will be issued, on Demand Star, by 2:00pm on December 18, 2024 if questions are received and require clarification. If you have any questions regarding this Request for Proposal, please contact Stuart MacLean, Interim Procurement Manager, at (407) 327-7581, or via email at smaclean@winterspringsfl.org PROPOSAL AND ADDENDUM DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM: www.demandstar.com or https://www.winterspringsfl.org/rfps 246 RFP # 11-24-05 LH Landscape Maintenance Services Request for Proposal Table of Contents PART I SCOPE OF SERVICE/EVALUATION CRITERIA ............................................................................................................... 4 Background .......................................................................................................................................................................... 4 Scope of Service .................................................................................................................................................................. 4 Evaluation Criteria ............................................................................................................................................................... 4 Timeline of Events ............................................................................................................................................................... 5 PART II INSTRUCTIONS TO PROPOSERS AND GENERAL PROVISIONS .................................................................................. 6 Definitions ........................................................................................................................................................................... 6 Preparation of Request for Proposal ................................................................................................................................... 6 Submission and Receipt of Proposals .................................................................................................................................. 7 Selection of Proposal ........................................................................................................................................................... 7 Acceptance of Offer............................................................................................................................................................. 8 Notice of Award .................................................................................................................................................................. 8 Discrepancies, Errors, and Omissions .................................................................................................................................. 8 Right to Reject Proposals ..................................................................................................................................................... 8 Compensation ..................................................................................................................................................................... 8 Fiscal Non-Funding Clause ................................................................................................................................................... 8 Rights of The City ................................................................................................................................................................. 9 Conflict of Interest ............................................................................................................................................................... 9 Public Entity Crimes ............................................................................................................................................................. 9 Options .............................................................................................................................................................................. 10 Subcontracting .................................................................................................................................................................. 10 Default of Contract ............................................................................................................................................................ 10 Modification for Changes .................................................................................................................................................. 10 Order of Precedence ......................................................................................................................................................... 10 Examination of Records ..................................................................................................................................................... 10 Proposals Received ............................................................................................................................................................ 10 Lobbying/Cone of Silence .................................................................................................................................................. 11 Insurance and Hold Harmless Indemnification ................................................................................................................. 11 Qualifications of Proposer ................................................................................................................................................. 12 Disqualification of Proposer .............................................................................................................................................. 12 Licenses and Permits ......................................................................................................................................................... 12 Provisions for Other Agencies ........................................................................................................................................... 12 Applicable Law and Venue ................................................................................................................................................ 12 Proposal Disclosure; Public Records Responsibilities ........................................................................................................ 12 Attorney Fees .................................................................................................................................................................... 13 E-Verify .............................................................................................................................................................................. 13 Modification and Withdraw .............................................................................................................................................. 14 247 RFP # 11-24-05 LH Landscape Maintenance Services Prohibition on Gifts to City Employees and Officials ......................................................................................................... 14 Discrimination ................................................................................................................................................................... 14 Federal Requirements ....................................................................................................................................................... 15 Additional Information ...................................................................................................................................................... 15 PART III SPECIFIC PROPOSAL REQUIREMENTS .................................................................................................................... 16 Format ............................................................................................................................................................................... 16 Section A – Proposer Information and Acknowledgement Form ..................................................................................... 16 Section B – Table of Contents ........................................................................................................................................... 16 Section C – Introduction Letter ......................................................................................................................................... 16 Section D – Qualifications.................................................................................................................................................. 16 Section E - Other Information ........................................................................................................................................... 17 Section F – Cost and Time ................................................................................................................................................. 17 Section G – Mandatory Proposal Forms ............................................................................................................................ 17 Section H – Florida State Corporate Filing......................................................................................................................... 17 Mandatory Proposal Forms .................................................................................................................................................. 18 •Proposer Information and Acknowledgement •Reference Information •Insurance Requirements •Scrutinized Company Certification •Non-Collusions Affidavit •Drug Free Workplace Certification •Public Entity Crimes Statement •Debarment, Suspension etc. Certification •E-Verify Statement •Conflict of Interest Statement •SMWBE Utilization Plan Appendix A Cost Proposal Worksheet Appendix B Bid Bond Form Exhibits A and A-1 through A-5 Statements of Work Exhibit B - Frequently Asked Questions and Responses 248 RFP # 11-24-05 LH Landscape Maintenance Services PART I SCOPE OF SERVICE/EVALUATION CRITERIA FOR RFP 11-24-05 LH Landscape Maintenance Services Background The City of Winter Springs is located in Seminole County Florida, which is part of the Orlando-Kissimmee-Sanford Metropolitan Area. As of 2021 the City of Winter Springs has a population of 38,317, covering 14.99 square miles. Scope of Service The City of Winter Springs is requesting Proposals from qualified companies (Proposer or Proposers) for the purposes of providing Landscape Maintenance Services to the City on a continuing basis in certain areas of the CITY. The detailed requirements are included in this document as Exhibits A-1 through A-5 Scopes of Work. The initial term of services shall be for three (3) years, with two (2) one (1) year options to extend upon the mutual agreement of the parties. Evaluation Criteria Proposals will be evaluated by the CITY, and the Proposer will be selected based upon, but not limited to, the following criteria: The background, and experience of the Proposer in providing similar services elsewhere, including the level of experience in working with municipalities and the quality of services performed or items supplied. Reasonableness/competitiveness of proposed costs and/or benefits to the City of Winter Springs. The CITY is not bound to select the Proposer who proposes the lowest cost or most benefits for service. The CITY of Winter Springs reserves the right to negotiate fees and/or benefits with the selected Proposer. Determination that the selected Proposer has no contractual relationship which would result in a conflict of interest with the CITY. The Proposer‘s ability, capacity, and skill to fully and satisfactorily, provide the services required in this RFP. The quality of the Proposer’s performance in comparable and/or similar projects. Whether the Proposer can provide the service and/or items in a prompt and timely fashion. Quality of proposed contract. 249 RFP # 11-24-05 LH Landscape Maintenance Services Proposals will be evaluated by the CITY, and selection will be based on, but not limited to, the following scoring criteria: RFP 11-24-05 LH Landscape Maintenance Services Proposal Evaluation Criteria Criteria Max. Points Experience: The Proposer’s understanding of the needs of the City as demonstrated by the description of its services, capabilities, capacity and approach to the requirements of this RFP Proposer has the capability and capacity to support the City's Landcape Maintenance requirements 20 Proposers has significant experience in successfully providing similar services to other municipalities 20 Experience Total 40 Proposers has significant experience in providing services very similar to those proposed in this RFP and has the necessary capabilities and capacity Reference 1 15 Reference 2 15 References Total 30 Cost: The cost of the Proposal is important to the CITY, however, based on the evaluation of the other criteria, the CITY will not necessarily select the lowest Proposer. Cost Total: 30 EXTRA BONUS POINTS: Certified Minority Business Enterprise: (3 Extra Bonus Points if Yes) The firm is a certified minority business enterprise as defined by the Florida Small and Minority Business assistance act 3 Total Possible Points 103 Pursuant to Florida Statutes § 287.05701, the CITY shall not request documentation regarding, consider, or give preference based upon, a vendor’s social, political, or ideological interests when determining the vendor’s qualifications. Timeline of Events Release of RFP November 22, 2024 Deadline to receive questions (electronically) - 1:00pm local time December 12, 2024 Addendum Released by 1:00pm local time December 18, 2024 RFP Submittals Due by 2:00 pm local time January 10, 2025 RFP Opening 2:15pm local time – Immediately after Proposal opening and registration In the Winter Springs City Commission Chambers January 10, 2025 Evaluation Committee Meeting/Selection Meeting: 3:00 pm local time January 17, 2025 Possible Selection Committee Meeting to clarify Proposal(s) or oral presentations if needed TBD CITY Commission Approval of Selection and Consideration of Contract TBD 250 RFP # 11-24-05 LH Landscape Maintenance Services PART II INSTRUCTIONS TO PROPOSERS AND GENERAL PROVISIONS FOR RFP 11-24-05 LH Landscape Maintenance Services Definitions (as used herein) a.The term "Request for Proposal" means a solicitation of proposals. The acronym "RFP" means Request for Proposal. b.The term "Proposal" means the offer of qualitative evaluations by the PROPOSER. c.The term "professional services" means those services of architects, auditors, dentists, engineers, landscape architects, lawyers, physicians, psychologists, surveyors, and any other professional service as determined by the CITY. d.The term " Proposer " means the person, company, or entity making an offer. e.The term "Change Order" means a written order signed by the Finance Department or authorized representative directing the Proposer to make changes to a contract or purchase order resulting from the RFP. f.The term "CITY" means the City of Winter Springs, Florida. g.The term "CITY Commission" means the governing body of the City of Winter Springs. The CITY Commission is the only body that can award Proposals. h.The term “Evaluation Committee” means a team of CITY staff that will review and rank all Proposals and may provide a recommendation regarding selection of a Proposer to the CITY Commission. Preparation of Request for Proposal a.Proposer are expected to examine the minimum requirements and all special and general conditions. Omission on the part of the Proposer to make the necessary examinations and investigations, or failure to fulfill every detail the requirements of the contract document, will not be accepted as a basis for varying the requirements of the CITY or the compensation to the Proposer. Failure to properly and fully complete the Proposal is at the Proposer's risk. The Proposer shall sign the Request for Proposal and print or type his/her name, address, and telephone number on the face page. b.The apparent silence of any supplemental minimum requirements as to any details, or the omission from it of a detailed description concerning any point will be regarded as meaning that only the best commercial practices are to prevail. All workmanship is to be first quality. All interpretations of the minimum requirements shall be made upon the basis of this statement. c.Proposer should submit their response to this RFP by: Providing one (1) original, marked as such, three (3) copies, marked as such and one (1) electronic copy of Proposer’s Proposal to this office by the date and time indicated in Part I Timeline of Events. The outside of Proposer’s package must be clearly labeled with the RFP number, title, opening date and time and the name and address of the Proposer. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not meet the CITY’s deadline requirements. Please include the Bid Bond Form and/or Certified check with your Proposal response. 251 RFP # 11-24-05 LH Landscape Maintenance Services d.The Proposer should retain a copy of all documents for future reference. e.All Proposals must be signed with the Proposer’s name and by an officer or employee having authority to bind the Proposer by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of corporate signer must be included with the submittal with the Proposal. You may use the Sunbiz website screen shot or include a copy of your Corporate Resolution to prove the authority of the corporate signer. f.Failure to follow the instructions in the Request for Proposal is cause for rejection of your offer. Submission and Receipt of Proposals a.Proposals must be received before the specified time as designated in the RFP Timeline of Events. A list of Proposers who submitted Proposals will be furnished, upon request, following opening of the Proposals. b.Proposals shall be submitted in a sealed envelope. The envelope shall show the opening date and time, the RFP number, and the name and address of the Proposer. c.The City of Winter Springs is not responsible for the U.S. Mail or private couriers, in regard to mail being delivered by the specified time so that a Proposal can be considered. d.Email and Facsimile (FAX) Proposals will not be considered, however, Proposals may be modified by email and FAX notice, provided such notices are received prior to the hour and date specified. e.Late Proposals will be rejected. f.Proposals having any erasures or corrections must be initialed by the Proposer, in ink. Proposals shall be signed in ink. All amounts shall be typewritten or completed in ink. g.All Mandatory Proposal Forms must be completed and attached to the Proposal. h.All costs of Proposal preparation, inspection of the RFP documents, and presentation of the Proposal shall be solely borne by the Proposer. The CITY shall not be liable for any cost incurred by the Proposer during the preparation and submission of its Proposal in response to this RFP. Selection of Proposal SELECTION OF THE PROPOSER AND PROPOSAL DEEMED THE MOST QUALIFIED, MOST ADVANTAGEOUS, AND IN THE BEST INTERESTS OF THE CITY, AS DETERMINED BY THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS’S SOLE AND ABSOLUTE DISCRETION, SHALL NOT RESULT IN THE FORMATION OF A CONTRACT. NO CONTRACT SHALL BE FORMED UNTIL FINAL APPROVAL OF SUCH CONTRACT BY THE CITY COMMISSION AFTER SUCCESSFUL NEGOTIATION OF SPECIFIC CONTRACT TERMS DETERMINED TO BE IN THE BEST INTERESTS OF THE CITY BY THE CITY COMMISSION. Negotiations may be terminated at any time by the CITY Manager or CITY Commission if, in his/her/its sole discretion, the CITY Manager OR CITY Commission determines that the negotiation of terms acceptable to the CITY will not be successful. Only the CITY Commission can select Proposals, authorize the CITY Manager to engage in negotiations, and ultimately enter into a contract. The RFP Evaluation Committee scores Proposals and provides a recommendation for selection. The recommendation may be adopted by the CITY Commission. 252 RFP # 11-24-05 LH Landscape Maintenance Services After the initial Evaluation Committee meeting, the Evaluation Committee may require one or more of the top-ranking Proposers to attend a meeting to make an oral presentation and answer questions. This meeting will be exempt from the requirements of the Sunshine Law in accordance with section 286.0113, Florida Statutes. Proposer(s) will be notified of any further meeting requirements. Acceptance of Offer The signed Proposal shall be considered an offer on the part of the Proposer; however, such offer shall be deemed accepted only upon issuance by the CITY of a Purchase Order, Blanket Purchase Order, or execution of another contractual document deemed acceptable to the CITY. The contract will be awarded to the most responsible and responsive, qualified Proposer(s) whose Proposal is deemed the most advantageous and in the best interests of the CITY in accordance with the criteria set forth in this RFP. The CITY reserves the right to accept or reject any and all Proposals or parts of Proposals, waive minor informalities, and to request clarification of information from any Proposer. Notice of Award Within ten (10) calendar days from the date stipulated in the Notice of Award notifying Proposer that its Proposal has been accepted, the successful Proposer shall execute the Agreement. Unless otherwise agreed by the City, failure to execute the Agreement within ten (10) calendar days from the date of the Notice of Award entitles the CITY to consider all rights arising out of the CITY's acceptance of the Proposal as abandoned and the Bid Bond shall be forfeited. The CITY shall be entitled to such other rights as may be granted by law. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the Request for Proposals or addenda (if any) should be reported in writing to the CITY's Procurement Manager. Should it be found necessary, a written Addenda will be incorporated in the Request for Proposals and will become part of the Service Agreement (contract documents). The CITY will not be responsible for any oral instructions, clarifications, or other communications. Right to Reject Proposals The CITY reserves the right to reject any or all Proposals, and to disregard typographical, mathematical, or obvious errors. The CITY will not pay costs incurred by any Proposer in the preparation of Proposals. Compensation Compensation, which is determined to be fair, competitive, and reasonable, will be considered during the negotiations of a final contract with the selected Proposer. Fiscal Non-Funding Clause In the event sufficient budgeted funds are not available for a new fiscal period, the CITY shall notify the Proposer of such occurrence and any contracts entered into between the CITY and Proposer shall terminate on the last day of the current fiscal period without penalty or expense to the CITY. 253 RFP # 11-24-05 LH Landscape Maintenance Services Rights of the CITY This RFP constitutes a request for the submission of Proposals to the CITY. This RFP does not obligate the CITY to procure or contract for any of the scopes of services set forth in this RFP. The CITY reserves and holds at its sole discretion, various rights and options under Florida law, including without limitation, the following: • To prepare and issue Addendums to the RFP that may expand, restrict, or cancel any portion or all work described in the RFP without obligation to commence a new procurement process or issue a modified or amended RFP. • To receive questions from potential Proposers and to provide such answers in writing as it deems appropriate. • To waive any informalities, technicalities or irregularities in the Proposals submitted. • To reject any and all Proposal submissions. • To change the date for receipt of Proposals or any deadlines and dates specified in the RFP . • To change the procurement and/or selection process prior to receipt of Proposals. • To conduct investigations with respect to the information provided by each Proposer and to request additional information (either in writing or in presentations and interviews) to support such Proposer’s responses and submittals. • To visit facilities referenced in the Proposer’s submittal at any time or times during the procurement process. • To seek clarification of Proposals from the Proposers either in writing or in presentations and interviews • To cancel the RFP; with or without the substitution of another RFP. Conflict of Interest Proposer acknowledges and certifies that this Agreement does not violate any ethics provision found in Chapter 112, Florida Statutes, or Chapter 2 of the Code of Ordinances of the City of Winter Springs. The Proposer certifies that, to the best of their knowledge or belief, no elected/appointed official or employee of the City of Winter Springs, a spouse thereof or other person residing in the same household, is financially interested, directly or indirectly, in providing the goods or services specified in this Proposal. Financial interest includes ownership of more than five percent (5%) of the total assets or capital stock or being an officer, director, manager, partner, proprietor, or agent of the business submitting the Proposal or of any subcontractor or supplier thereof providing goods or services in excess of ten percent (10%) of the total Proposal amount. Additionally, the Proposer, on company letterhead, must divulge at the time of Proposal submittal, any relative, other than those already specified, of an elected /appointed official or employee of the City of Winter Springs who has a financial interest, as defined herein, in providing the goods or services specified in the Proposal. The CITY, at its sole discretion, will determine whether a conflict exists and whether to accept or reject the Proposal. Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under 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 thirty-six (36) months from the date of being placed on the convicted vendor list. 254 RFP # 11-24-05 LH Landscape Maintenance Services Options When the CITY requests Proposals with options regarding the extent of services to be provided, the CITY requests all PROPOSERS to provide a cost breakdown for each option proposed. Although all options may be purchased, some options may not ultimately be purchased. The CITY reserves the right to decide, at its discretion, which options shall be purchased. The CITY reserves the right to engage more than one (1) Proposer if it is believed that different Proposers might best serve the CITY's interests in performing different segments of the work (e.g., one Proposer to provide building estimates, and another to provide infrastructure estimates). Subcontracting Where Proposers do not have the "in-house" capability to perform work desired in the Request for Proposal, subcontracting may be permitted only with prior knowledge and approval of the CITY. The CITY must be assured of and agree that any proposed subcontractor(s) can perform work of the desired quality and in a timely manner. The name(s) of any intended subcontractor(s) should be given in the Proposal. Default of Contract In case of default by the Proposer, the CITY may procure the requested services from other sources and hold the PROPOSER responsible for any excess costs occasioned or incurred thereby. Modification for Changes No agreement or understanding to modify this RFP and resultant purchase order or contract shall be binding upon the CITY unless made in writing by the City of Winter Springs. Order of Precedence In the event of an inconsistency between provisions of the RFP, the inconsistency shall be resolved by giving precedence in the following order: (a) Instructions to Proposers and General Provisions; and (b) the minimum requirements. Examination of Records The Proposer shall keep adequate records and supporting documentation applicable to the subject matter of this RFP to include, but not be limited to: records of costs, time worked, working paper and/or accumulations of data, and criteria or standards by which findings or data are measured. Said records and documentation shall be retained by the Proposer for a minimum of one (1) year from the date the contract is completed and accepted by the CITY. If any litigation is initiated before the expiration of the one-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved, unless otherwise instructed by the CITY. Should any questions arise concerning this contract, the CITY and its authorized agents shall have the right to review, inspect, and copy all such records and documentation during the record retention period stated above; provided, however, such activity shall be conducted only during normal business hours and shall be at CITY expense. Proposers shall be authorized to retain microfilm copies in lieu of original records if they so desire. Any subcontractor(s) employed by a Proposer who is subject to these requirements and the Proposer itself are required to so notify any such subcontractor(s). Proposals Received All Proposals received in response to this RFP become the property of the CITY. 255 RFP # 11-24-05 LH Landscape Maintenance Services Lobbying/Cone of Silence 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. Bidders, 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 Request For Proposal during the Lobbying/Cone of Silence Black-out Period. Insurance and Hold Harmless Indemnification To the fullest extent permitted by laws and regulations, Proposer shall indemnify and hold harmless CITY and its consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expenses (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Proposer, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against CITY or any of their consultants, agents or employees by any employee of Proposer, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Proposer or any such Subcontractor or other person or organization under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. Proposer's Liability Insurance - The Proposer shall not commence any work under this Contract until he has obtained all insurance required under the Agreement. Proposer shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth which may arise out of or result from Proposer's performance and furnishing of the Work and Proposer's other obligations under the Contract Documents, whether it is to be performed or furnished by Proposer, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. The insurance required shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. The comprehensive general liability insurance shall also include Contractual Liability Insurance applicable to Proposer's obligations under the Hold Harmless Indemnification. All of the policies of insurance so required to be purchased and maintained (or the certificates or their evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days’ prior written notice has been given to CITY by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when Proposer may be correcting, removing or replacing 256 RFP # 11-24-05 LH Landscape Maintenance Services defective work in accordance with the Contract Documents. Proposer's General Liability Insurance shall include the CITY, and CITY's consultants as insured or additional insured which may be accomplished by either an endorsement of Proposer's Comprehensive General Liability policy or by Proposer's carrier issuing a separate protection liability policy. Qualifications of Proposer A Proposer may be required, before the award of any contract, to show to the complete satisfaction of the CITY that they have the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner within the time specified. Disqualification of Proposer Any or all Proposals will be rejected if there is any reason for believing that collusion exists among the Proposers, and participants in such collusion will not be considered in future Proposals for the same work. Licenses and Permits The Proposer shall secure all licenses and permits and shall comply with all applicable laws, regulations and codes as required by the United States, the State of Florida, or by the City of Winter Springs. The Proposer must fully comply with all Federal and State Laws and County and Municipal Ordinances and Regulations in any manner affecting the performance of the work. Provisions for Other Agencies Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to the Government agencies, departments, and municipalities the prices submitted in accordance with said terms and conditions therein, should any said governmental entity desire to buy under the Proposal. Applicable Law and Venue This Agreement shall be governed by, construed and interpreted in accordance with the laws of the State of Florida without regard to the conflicts or choice of law principals thereof. Each of the parties hereto: (a) irrevocably submits itself to the exclusive jurisdiction of the State of Florida, and agree that venue shall lie exclusively in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida for any state court action arising out of this Agreement, and exclusively in the United States District Court for the Middle District of Florida, Orlando Division, for any federal court action arising out of this Agreement; (b) waives and agrees not to assert against any party hereto, by way of motion, as a defense or otherwise, in any suit, action or other proceeding, (i) any claim that it is not personally subject to the jurisdiction of the above-named courts for any reason whatsoever, and (ii) any claim that such suit, action, or proceeding by any party hereto is brought in an inconvenient form or that venue of such suit, action, or proceeding is improper or that this Agreement or the subject matter hereof may not be enforced in or by such courts. Proposal Disclosure; Public Records Responsibilities Florida law provides that municipal records shall, at all times, be open for personal inspection by any person. Section 119.01, 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 an 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 Proposer believes any of the information contained in its response is exempt from the Public Records Law, including trade secrets as defined by Florida law, the Proposer 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. 257 RFP # 11-24-05 LH Landscape Maintenance Services Pursuant to section 119.0701, Florida Statutes, for any tasks performed by Proposer on behalf of the CITY, Proposer shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required by the CITY to perform the work contemplated by this Agreement; (b) upon request from the CITY’s custodian of public records, provide the CITY with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion or termination of this Agreement, if Proposer does not transfer the records to the CITY in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the CITY, in its sole and absolute discretion, requests that all Public Records in possession of Proposer be transferred to the CITY, Proposer shall transfer, at no cost, to the CITY, all Public Records in possession of Proposer within thirty (30) days of such request or (ii) if no such request is made by the CITY, Proposer shall keep and maintain the Public Records required by the CITY to perform the work contemplated by this Agreement. If Proposer transfers all Public Records to the CITY pursuant to (d)(i) above, Proposer shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the CITY and provide the CITY with written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If Proposer keeps and maintains Public Records pursuant to (d)(ii) above, Proposer shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the CITY, upon request from the CITY’s custodian of public records, in a format that is compatible with the information technology of the CITY. If Proposer does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable amount of time, the CITY may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which Proposer is acting on behalf of the CITY. IF THE PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone number: (407) 327-6560 ext. 7003 E-mail address: cityclerkdepartment@winterspringsfl.org Attorney Fees In the event of legal action or other proceeding arising under this RFP, the prevailing party shall be entitled to recover from the adverse party all its reasonable attorneys’ fees and costs incurred by the prevailing party in the prosecution or defense of such action, or in any post-judgment or collection proceedings and whether incurred before suit, at the trial level or at the appellate level. This shall include any bankruptcy proceedings. The prevailing party also shall be entitled to recover any reasonable attorneys’ fees and costs incurred in litigating the entitlement to attorneys’ fees and costs, as well as in determining the amount of attorneys’ fees and costs due to the prevailing party. The reasonable costs to which the prevailing party will be entitled include costs that are taxable under any applicable statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or guideline. E-Verify Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any CITY contractors/vendors shall register with and use the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. CITY contractors/vendors must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Proposer 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 258 RFP # 11-24-05 LH Landscape Maintenance Services be a material breach of the contract, and shall result in the immediate termination of a contract without penalty to the CITY. Proposer 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 Proposer utilizes subcontractors the following shall apply: Proposer 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. Proposer 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. Proposer shall provide a copy of all subcontractor affidavits to the CITY upon request and shall maintain a copy for the duration of the Agreement. Modification and Withdraw Proposals may not be modified after submittal. Proposals may be withdrawn at any time prior to the deadline. Withdrawal requests shall be made in writing and must be received by the CITY’s Procurement Manager before the time and date stated or as amended for the Proposal Opening. Properly withdrawn Proposals will be returned unopened to the Proposer submitting the Proposal. A Proposer who timely withdraws his Proposal may submit a new Proposal in the same manner as specified herein under “Submission of Proposal.” A Proposal submitted in place of a withdrawn Proposal shall be clearly marked as such on the outside of the envelope and on the Bid Form. If a Contract is not awarded within 90 calendar days after opening of Proposals, a Proposer may file a written request with the CITY’s Procurement Manager for the withdrawal of its Proposal. Prohibition on Gifts to City Employees and Officials 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 III, 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. 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. 259 RFP # 11-24-05 LH Landscape Maintenance Services Federal Requirements The contract for services may be funded in whole or in part with federal funding. As such, federal laws, regulations, policies and related administrative practices shall apply to any contract negotiated with a selected firm as required by federal law. The most recent of such requires, including any amendments made after the submission of the Proposal, shall apply, unless federal government determines otherwise. The federal government requirements contained in the most recent version of the Uniform Administrative Requirements for federal awards (Uniform Rules) codified at 2.C.F.R, Part 200, including any certifications and contractual provisions required by any federal statutes or regulations referenced therein to be included in this contract are deemed incorporated herein by reference and shall be incorporated into any sub-agreement or subcontract executed by the Proposer pursuant to its obligations under federal law. Additional Information Additional information may be obtained from the Procurement Manager, (407) 327-7581, or from any other individual listed on the RFP cover letter. 260 RFP # 11-24-05 LH Landscape Maintenance Services PART III SPECIFIC PROPOSAL REQUIREMENTS FOR RFP 11-24-05 LH Landscape Maintenance Services Format To assure consistency, Proposals must conform to the following format: A.Proposer Information and Acknowledgement Form B.Table of Contents C.Introduction Letter D.Qualifications E.Other Information F.Cost & Time G.Mandatory Proposal Forms H.Florida State Corporate Filing Section A – Proposer Information and Acknowledgement Form 1.Use the form provided in the Mandatory Proposal Forms titled “PROPOSER INFORMATION AND ACKNOWLEDGEMENT FORM.” (See Proposal Form 1) Section B – Table of Contents 1.Identify Proposal material by section and page number. Section C – Introduction Letter 1.Summarize the key points of the Proposal including an understanding of the scope of work. Must be signed by an authorized official of the Proposer. Section D – Qualifications 1.General – Provide general information about the Proposer, including size, office location(s), and structure of Proposer. Identify and explain any significant changes in organizational structure, ownership, or management during the past five (5) years. 2.Proposer Experience – Describe the Proposer’s experience with providing Landscape Maintenance services, focus on the Proposer’s experience with providing such services to municipalities in Florida. 3.Team Experience – Identify key members of Proposer’s team that will service the CITY. Identify the primary day- to-day contact for the engagement and their experience. Identify the proposed project manager. Provide brief resumes for key team members that will service the CITY as an Appendix. 4.Florida Knowledge – Describe any political, economic, legal, or other issues impacting Florida municipalities, specifically those impacting the City of Winter Springs, which may be relevant to the Proposal. 5.References – Use the form provided in the Mandatory Proposal Forms titled “REFERENCE INFORMATION FORM” 261 RFP # 11-24-05 LH Landscape Maintenance Services 6.Conclusion – Briefly summarize why Proposer should be selected, including why Proposer is pursuing the City of Winter Springs’ business. In short, summarize what makes Proposer different and why the CITY should select Proposer above all others. Section E - Other Information This section should address any other information necessary for a full understanding of Proposer’s services. Please provide relevant information on any additional services offered by Proposer. Section F – Cost and Time This section must clearly state the cost and estimated completion time; as applicable, associated with the project. Use Appendix A: Cost Proposal Worksheet. Section G – Mandatory Proposal Forms 1.Fill out and return the forms provided; Proposer Information and Acknowledgement Form (see Item A in Format), References Information Form, Insurance Requirement Form, Scrutinized Company Certification, Non- Collusion Affidavit of Prime Respondent, Drug Free Workplace Form, Public Entity Crimes Statement, Debarment, Suspension etc. Certification, E-Verify Statement, Conflict of Interest Statement, SMWBE Utilization Pland and Appendix A Cost Proposal Worksheet. Section H – Florida State Corporate Filing 1.All Proposals must be signed with the Proposer’s name and by an officer or employee having authority to bind the Proposer by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of corporate signer must be included with the submittal with the Proposal. Use Sunbiz website screen shot or include a copy of Corporate Resolution or a Power of Attorney. 262 RFP # 11-24-05 LH Landscape Maintenance Services MANDATORY PROPOSAL FORMS Proposal Form 1 - Proposer Information and Acknowledgement Form Proposal Form 2 - References Information Form Proposal Form 3 - Insurance Requirements Form Proposal Form 4 - Scrutinized Company Certification Proposal Form 5 – Non-Collusion Affidavit Proposal Form 6 - Drug Free Workplace Form Proposal Form 7 - Public Entity Crimes Statement Proposal Form 8 - Debarment, Suspension etc. Certification Proposal Form 9 - E-Verify Statement Proposal Form 10 - Conflict of Interest Statement Proposal Form 11 - SMWBE Utilization Plan Exhibits A to A-5 - Scope of of Work Exhibit B - Frequently Asked Questions Appendix A - Cost Proposal Worksheet Appendix B - Bid Bond Form Mandatory forms must be submitted with the Proposal. Failure to submit forms may disqualify the Proposer from the RFP 263 RFP # 11-24-05 LH Landscape Maintenance Services PROPOSER INFORMATION AND ACKNOWLEDGEMENT FORM FOR RFP 11-24-05 LH Landscape Maintenance Services The undersigned Proposer does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements/evaluation criteria shown by the Request for Proposal to be delivered to the specified site for the price indicated THE PROPOSER IS RESPONSIBILE TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL THIS PROPOSAL MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Proposal. If not submitted, PROPOSER will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. PROPOSER NAME: TAX ID# SNN or EIN: PROPOSER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: COMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: THE UNDERSIGNED: A.Acknowledges receipt of: 1.RFP # 11-24-05 LH Pertaining To: Landscape Maintenance Services 2.Addenda: Number: _________, Dated _________________. Number: _________, Dated _________________. B.Has examined the site and all RFP Documents and understands that in submitting its Proposal, they waive all right to plead any misunderstanding regarding the same. C.Agrees: 1.To hold this Proposal open for 90 calendar days after the bid opening date. 2.To furnish the services specified in this RFP at the prices quoted in Proposal and in compliance with the RFP Documents. 3.To accept the provisions of the Instructions to PROPOSERS. 4.To negotiate a contract with the CITY incorporating the Proposal prices, if selected on the basis of this Proposal. 5.To accomplish the work in accordance with the contract documents. D.Certifies: 1. That all information contained in this Proposal is truthful to the best of my knowledge and belief. 2.That I am duly authorized to submit this Proposal on behalf of the Proposer and that the Proposer is ready, willing, and able to perform if awarded the Proposal. Stipulated Amount A.Submit on Cost Proposal Worksheet, Appendix A. 264 RFP # 11-24-05 LH Landscape Maintenance Services REFERENCE INFORMATION FORM FOR RFP 11-24-05 LH Landscape Maintenance Services Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Proposer Representative Typed Name/Title: Proposer Representative Signature: Firm: 265 RFP # 11-24-05 LH Landscape Maintenance Services INSURANCE REQUIREMENTS FORM Insurance Type Required Limits Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits Employer’s Liability $1,000,000 each accident, single limit per occurrence Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless 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. Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Other Proposer shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same Proposer 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. The undersigned Proposer agrees to obtain, prior to award, if selected, minimum insurance coverage as stated above. Proposer Authorized Signature Officer Title Date 266 RFP # 11-24-05 LH Landscape Maintenance Services 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 Proposer 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: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473; or c.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 Proposer 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: a.The Proposer is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List; b.Been placed on the Scrutinized Companies that Boycott Israel List or c.Is engaged in a boycott of Israel; or d.Been engaged in business operations in Cuba or Syria. e.Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. The CITY shall provide notice, in writing, to the Proposer of any determination concerning a false certification. a.The Proposer shall have five (5) days from receipt of notice to refute the false certification allegation. b.If such false certification is discovered during the active contract term, the Proposer 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. c.If the Proposer 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. 267 RFP # 11-24-05 LH Landscape Maintenance Services 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. 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 Terrorism Sectors 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 Terrorism Sectors List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Proposer) STATE OF ____________________________________ COUNTY OF __________________________________ The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online notarization, this ______ day of __________, 2025 by _____________________ the _________________ of __________________________, a ________________________ (____) who is personally known to me or (_____) who produced ______________________________________ as identification. Notary Public: _________________________________ Print Name: ___________________________________ My Commission Expires: _________________________ 268 RFP # 11-24-05 LH Landscape Maintenance Services NON-COLLUSION AFFIDAVIT of PRIME PROPOSER STATE OF COUNTY OF ____________________________________, being duly sworn, deposes and says that: (1)He/she is ___________________________ of ___________________________________ Title Proposer The Proposer that has submitted the attached response. (2)He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such solicitation. (3) Such Proposal is genuine and is not a collusive or sham solicitation. (4) Neither the Proposer 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 Proposer, firm or person, to submit a collusive or sham response in connection with the RFP for which the attached Proposal has been submitted or to refrain from proposing in connection with such RFP, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other Proposer, 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 Proposal 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) STATE OF _______________________________________ COUNTY OF _____________________________________ 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) 269 RFP # 11-24-05 LH Landscape Maintenance Services DRUG FREE WORKPLACE FORM The undersigned Proposer, in accordance with Florida Statute 287.087 hereby certifies that _____________________________________________________ does: (Name of Proposer) 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. 7.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 270 RFP # 11-24-05 LH Landscape Maintenance Services PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1.This sworn statement is submitted with Proposal for RFP 11-24-05 LH Landscape Maintenance Services. 2.This sworn statement is submitted by (Proposer) ___________________________ whose business address is _____________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________ (If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3.My name is ____________________ and my relationship to the Proposer named above is __________________. 4.I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5.I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6.I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: •A predecessor or successor of a person convicted of a public entity crime; or •An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7.I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8.Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) ____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. 271 RFP # 11-24-05 LH Landscape Maintenance Services PUBLIC ENTITY CRIMES STATEMENT cont. ____The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) ____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.) ____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with, the Department of General Services.) ___________________________________________________________ Signature Date: STATE OF __________________________________ COUNTY OF ________________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ______ day of ________________, 2025, and is personally known to me, or has provided ____________________________ as identification. ____________________________________________ My Commission expires: ________________ Notary Public 272 RFP # 11-24-05 LH Landscape Maintenance Services DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. a)The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. b)The prospective primary participant agrees by submitting this proposal that, should the proposed 273 RFP # 11-24-05 LH Landscape Maintenance Services covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. c)The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. d)A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. e)Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. f)Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a.The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b.Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 274 RFP # 11-24-05 LH Landscape Maintenance Services b.The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. h.Except for transactions authorized under paragraph (5) of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Proposer: Date: Signature of Authorized Certifying Official: Title: 275 RFP # 11-24-05 LH Landscape Maintenance Services E-VERIFY STATEMENT Proposal Number: RFP 11-24-05 LH Project Description: Landscape Maintenance Services Proposer acknowledges and agrees to the following: Proposer shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1.All persons employed by the Proposer during the term of the Contract to perform employment duties within Florida; and 2.All persons assigned by the Proposer to perform work pursuant to the contract with the CITY. Proposer: __________________________________________________________________ Authorized Signature: __________________________________________________________ Title: ________________________________________________________________________ Date: _______________________________________________________________________ 276 RFP # 11-24-05 LH Landscape Maintenance Services CONFLICT OF INTEREST STATEMENT This sworn statement is submitted with Proposal for RFP 11-24-05 LH Landscape Maintenance Services. This sworn statement is submitted by (Proposer) ___________________________________ whose business address is __________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is ___________________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____________.) My name is ________________________ and my relationship to the entity named above is__________________. 1.The above-named Proposer is submitting a Proposal for the City of Winter Springs. 2.The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3.The Affiant states that only one submittal for the above Proposal is being submitted and that the above-named Proposer has no financial interest in other entities submitting Proposals for the same project. 4.Neither the Affiant nor the above- named Proposer has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the Proposer’s submittal for the above Proposal. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 5.Neither the Proposer not its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. 6.Neither the Proposer nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7.I certify that no member of the Proposer’s ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. 8.I certify that, should the Proposer be awarded a contract after successful negotiation, the execution and approval of such contract by the City of Winter Springs City Commission shall not create a conflict of interest under Chapter 112, Florida Statutes, Code of Ethics for Public Officers. I further certify that no member of the Proposer’s ownership or management is a spouse, child or “relative” as defined in Section 112.3142, Florida Statutes, of a current City Commission member. 9.In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named Proposer, will immediately notify the City of Winter Springs. ________________________________________________________ Signature Date: STATE OF ____________________________ COUNTY OF __________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ______ day of ________________, 2025, and is personally known to me, or has provided ______________________ as identification. ________________________________________ My Commission expires: ____________________ Notary Signature 277 RFP # 11-24-05 LH Landscape Maintenance Services SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization PROPOSER Company Name: _________________________________________________________________ Project Name : Landscape Maintenance Services RFP Number : RFP # 11-24-05 LH CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Proposers (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. •Placing qualified small and minority business and women’s business enterprises on solicitation lists. •Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. •Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. •Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. •Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd 278 EXHIBIT A SCOPE OF WORK City of Winter Springs Landscape Maintenance The descrip�ons below describe the City's expecta�ons for maintenance. These defini�ons are applicable to all service areas, unless the service area descrip�on states otherwise. Unless otherwise noted, costs for all services listed shall be considered part of the monthly base maintenance and shall be included in the cost for monthly maintenance at each site. Base Maintenances Services. The following services shall be provided by Service Provider, at all loca�ons of services, as base maintenance services for which Service Provider is compensated monthly in accordance with the Agreement. The services below are required weekly through the growing season (March 15 through October 15) and bi-weekly through the dormant season (October 16 through March 14). • Mow • Blow • Trim Hedges • Weedeater • Edge • Weeding Beds • Prune Trees • Removal of Spanish Moss • Trash Removal Iden�fied Services outside of Base Maintenance Services. Certain services and materials shall be provided by the Service Provider as needed or as requested by the City, as further described below and are in addi�on to the base maintenance services iden�fied above. The costs for such addi�onal services and materials are iden�fied in the Proposal Form submited by the Service Provider, atached hereto as Appendix “A” and fully incorporated herein by this reference. The following services shall be provided at all loca�ons:  Mulch  Fer�liza�on  Insect and Disease Control  Irriga�on Inspec�ons, Repairs and Technician Hourly Rates Descrip�on of Services 1) Mowing/Turf Care Mowing of all grass 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 Representa�ve, during the dormant growing season. Growing seasons are dictated by the weather and therefore may change per the City's Representa�ve, but otherwise shall be: Heavy Growing Season - March 15 through October 15 Dormant Growing Season - October 16 through March 14 279 a) Prior to mowing and trimming any turf and bed areas; paper, botles, cans and all other debris (as well as misplaced dirt or sand) must be removed from areas immediately bordering the site (ex: sidewalks and curb lines) and actual site loca�ons. Areas are to look clean, neat and free of debris at all �mes. b) At no �me shall more than one-third (1/3) of the leaf surface be removed in one mowing in any turf area unless specifically authorized in wri�ng by the City of Winter Springs. c) Turf care ac�vi�es 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 facili�es. Should field condi�ons occur that require a modifica�on to the normal service schedule, Contractor must give the City 24 hours' no�ce and receive approval prior to a service schedule modifica�on. 2) Specific Turf Care St. Augustine Shall be in accordance with the University of Florida Coopera�ve Extension Services Calendar for St. Augus�ne sod care, culture, and good hor�cultural prac�ce as shown in Publica�on ENH 5. St. Augus�ne 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. Bahia Grass Shall be in accordance with the University of Florida Coopera�ve Extension Services Calendar for Bahia Grass sod care, culture, and good hor�cultural prac�ce as shown in Publica�on ENH 6. Bahia grass areas will be mowed to a height of 3" inches on average, depending upon established grass needs, by finish mower or a groom mower. Cutting of Native Grasses a) Contractor is to cut Na�ve Grasses to no more than 50% of their length. b) Contractor is to cut na�ve grasses in late winter to early spring; just prior to new shoot growth. 3) Remove Grass Clippings and Debris a) All debris (grass clippings) created by the mowing process is to be removed by mechanical means from all adjacent and con�guous surfaces following all landscaping ac�vi�es. b) Any clipping, trimming debris will be removed from site as work is completed, or at the end of each day that work is performed. Lawn clippings may be le� on the turf areas so long as no readily visible clumps remain on the grass surface a�er mowing. Otherwise, large clumps of clippings will be collected and disposed of by Contractor. In case of fungal disease outbreaks, all clippings will be collected and properly disposed of un�l disease is undetectable. No debris bags shall be le� on site for more than 6 hours. 4) Pruning/Trimming Shrubs, Hedges, and Ornamentals a) 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 to limit losses. Aesthe�c pruning shall consist of the removal of dead or broken branches. Pruning shall be performed to balance infiltra�on of light to enhance new growth. b) Selec�ve pruning shall be performed as directed to remove dead wood or moss. Trees shall be trimmed to maintain the required Department of Transporta�on clearance of 14' over the roadway. Suckers at the base of trees and branches hanging low into the median which may impede a lawn mower shall be removed as regular maintenance; buck horning is not permited unless requested by the City. 280 c) Ligustrums and shrubbery shall not accumulate more than 2" of growth before being trimmed. d) All plants shall be maintained to a well-shaped appearance according to each species' natural growth habit unless requested otherwise by the owner's representa�ve. Flowering shrubs shall be pruned in the proper season to allow full flowering poten�al for the following flower season. Grouped plan�ngs shall be allowed to form masses appropriate to the species. e) Small leafed shrubs, such as Pitosporum, Azaleas and Indian hawthorn, etc., are to be kept trimmed in a �ght, neat appearance, with removal of par�al new growth a�er no more than four inches of new growth appears. f) Larger leafed shrubs, such as viburnum, may atain new growth reaching from 2" to 4" before removal. At no �me are shrubs to display a disorderly appearance. 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. Sago palms are to be trimmed a minimum of three �mes a year, or more o�en, as directed, depending on growth and health. Azaleas are to be trimmed at regular intervals as described above except for the months of October through March when no trimming should be done to achieve maximum flowering. Wax myrtles are to be trimmed aggressively to maintain a neat, compact habitat. At no �me is a herbicide to be used to rid plants of sucker growth. Instead, hand pulling or aggressive trimming rou�ne is to be established. All ornamentals that produce any dead fronds (i.e., coon�e, sage, aztec grass, holly fem, etc.) are to be systema�cally checked and cleaned with special aten�on to early spring cleanup. g) Dead plant material shall be removed by the Contractor immediately during the normal service visit and a report filed with the City detailing the loca�on of removal and species removed. 5) Weedeater Trimming 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, signposts 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. 6) Mulching - Costs related to mulching are not included in base maintenance price; costs for these services are established on the proposal form for each service area (as provided on Appendix "A"). a) Mulching is to be performed between November 1st and December 25th 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. b) Beds must 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. 7) Edging a) 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. 281 b) 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. c) Schedule for edging of so� surfaces such as turf, bed borders, and ground cover shall be performed bi-weekly or more as directed. 8) Weeding a) Weeding of all plant bed areas is to be as o�en as necessary to conform to the shrub trimming schedule, to control weed popula�on and maintain healthy plants. b) Remove weeds, vines and "voluntary" seedlings from plan�ng beds. Weed control in landscaped areas will be accomplished by hand weeding and/or applica�on of round-up and a pre-emergent herbicide if needed. c) All weeds in sidewalks or pavement areas (including curbing) shall be chemically controlled or removed by hand d) The sod-free rings around trees are to be kept in weed-free condi�ons and shall be maintained at a diameter determined by the City. e) All mulch areas or plant beds shall be con�nuously maintained free of weeds or grass. f) All turf areas shall be maintained in weed-free condi�ons. Any area that becomes infested with weeds or other undesirable grasses must be treated and or replaced at the cost of the Contractor. 9) Pruning/Tree Trimming (less than 13') a) All trees are to be trimmed as o�en 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) feet and a maximum of thirteen (13) feet under canopy and pruned just outside the branch collar by the Contractor. b) Any trees greater than 13' are not included in base maintenance price; costs for these services are established on the proposal form for each service area (as provided on Appendix “A"). c) 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. d) Approved traffic (M.U.T.C.D.) warning devices shall be used when necessary to provide safety for persons and vehicular traffic within any areas undergoing pruning. Services will be scheduled a�er consul�ng with the City. e) 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. 10) Removal of Spanish Moss a) Remove all low hanging Spanish Moss in ornamental trees and shrubs. b) 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. c) Spanish Moss will addi�onally be removed at the request of the City 282 11) Annuals and/or Plant Replacements - This service is not included in base maintenance price; costs for these services are established on the proposal form for each service area (as provided on Appendix “A"). a) 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 resul�ng from neglect or damage caused by the maintenance opera�on. b) Replacement material shall be iden�cal to plant species, quality and specifica�ons of the materials at the �me the loss occurs. 12) Insect and Disease Control - This service is not included in base maintenance price; costs for these services are established on the proposal form for each service area (as provided on Appendix “A"). a) The Contractor shall establish, in conjunc�on with the City, a preven�ve program to insure proper care of turf and ornamentals. b) The Contractor warrants turf against infesta�on and disease and will replace same if deemed to be below accepted industry standards (IFAS) by the City. c) Applica�on �mes for herbicide and pes�cide applica�ons shall be completed by licensed, trained individuals. d) Plants will be treated chemically as required to effec�vely control insect infesta�on and disease as environmental, hor�cultural and weather condi�ons permit. The Contractor is responsible for any damaged areas due to disease or insect infesta�on. 13) Chemical Maintenance - Fer�lizer and Herbicide - This service is not included in base maintenance price; costs for these services are established on the proposal form for each service area (as provided on Appendix “A"). ii. Fer�liza�on and insec�cide treatments shall be provided as directed to maintain the health and appearance of all turf and plant material. iii. Soil amendments, fer�lizer, nutrients, pes�cides, 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. iv. Monthly reports may be requested by the City. The reports should outline all treatment provided for the month and any deficits observed. v. 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 established with the City to ensure eradica�on of disease or pest problems. Subsequent visits, if necessary, are to be scheduled un�l the problems no longer exist. 14) Irriga�on Inspec�ons, Repairs and Technician Hourly Rates - This service is not included in base maintenance price; costs for these services are established on the proposal form for each service area (as provided on Appendix “A"). i. Complete irriga�on inspec�ons shall be performed one (I) �me per month at minimum. ii. Details of the inspec�on shall be recorded on a log sheet (to be submited with the monthly billing) and consist of the following: a) Turning on each zone and inspec�ng each head for the proper coverage, including straightening, adjus�ng the output of water, adjus�ng spray patern and unclogging any heads. b) Repairing broken heads and lateral lines, as necessary. 283 c) Checking the irriga�on controller(s) for proper opera�on and programming. If there are batery controllers on the site, check each for batery life and replace it at 75% deple�on. 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 inspec�on of backflow device, if present. 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. iii. The Contractor shall submit a detailed report, at the �me of billing of each monthly service, consis�ng of the clock and loca�on, 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 $50.00 billed for repairs without verbal approval during the regular monthly scheduled maintenance visit. iv. If there is an addi�onal 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. v. The contractor is to immediately prepare an es�mate to repair or replace damaged parts on the property within the areas specified in this agreement to meet original specifica�ons with commercial quality irriga�on parts. All work performed by Contractor must meet industry standards. All damaged irriga�on heads shall be turned in each month along with the monthly billing to qualify for payment. vi. Labor cost for these services is established on the proposal form for each project. Material costs shall be based on approved and documented wholesale cost plus 15% for overhead and profit. vii. Contractor is to immediately no�fy the City if a mainline leak is no�ced. Should the Contractor need to shut down the mainline for any reason, the City must be contacted at: (407) 327-5962. 15) Addi�onal Services iden�fied by Scope of Work. Addi�onal iden�fied miscellaneous services, including but not limited to tree removal and stump grinding, may be completed by the Service Provider as needed from �me to �me. Note: Costs for these services are not included in the monthly base maintenance price. Costs for these iden�fied services are established on the proposal form submited by the Service Provider, atached hereto as Appendix "A”. 16) Addi�onal Services outside of Scope of Work, as specifically requested by City. From �me to �me, the City may request certain services related to but not specifically addressed by the original Scope of Work. Note: Costs for these services are not included in the monthly base maintenance price and are not established on the proposal form submited by the Service Provider. Service Provider is to prepare proposal for addi�onal work as it is requested by the City prior to commencing with addi�onal work. Prior writen approval is required for all addi�onal work not listed on this document. 284 Exhibit A-1 Loca�on Specifics and Details - Area 1 A. Vacant Public Works Admin Building- 110 N. Flamingo Ave Grounds directly in front/ side of building and the parking area adjacent to N. Fairfax Ave. and Seminole County Fire Sta�on. B. City Hall- 1126 E. SR 434 En�re grounds including reten�on pond perimeter fence and grass and green space surrounding rear parking lot. C. Police Department- 300 N. Moss Road i. En�re grounds (front and rear) including (2) two reten�on ponds and R. O. W. D. Public Works Compound- 150 N. Hartman Lane ii. En�re grounds including reten�on ponds, grassy areas surrounding parking lots and around all compound buildings. E. Old Water Treatment Plant# 1- 1 First Ct. i. En�re vacant lot across from Public Works Admin. Bldg. F. Water Treatment Plant# 2- 700 Sheoah Blvd. ii. Behind Highlands HOA Tennis Courts, All areas within fence. F. Water Treatment Plant# 3- 110 W. Bahama Rd All areas inside and outside fenced areas including Right of Way (R.O.W.) G. East Water Treatment Plant- 851 Northern Way All areas inside and outside fence, including R.O.W. to drainage ditch (North) at power easement. H. West Water Treatment Plant- 1000 W. State Road 434 All areas inside and outside fence including elevated pond embankment. I. East Wastewater Plant- 1560 Winter Springs Blvd. All areas inside the fence including elevated pond embankment. J. West Wastewater Plant- 1000 W. State Road 434 All areas inside and just outside fence including elevated pond embankment. K. Oak Forest Wastewater Plant- 1001 Papaya Ln. All areas inside and landscaped areas surrounding the parking lot and roadway surrounding building. L. Lake Jessup Water Augmenta�on Plant, located behind Winter Springs Dog Park in Central Winds Park- 1000 Central Winds Park All areas surrounding the facility from open field to Lake Jessup. 285 Exhibit A-2 Loca�on Specifics and Details - Area 2 A. S. R. 434 Medians (S. R. 419 to S. R. 417) From the intersec�on at S. R. 17/ 92 to S. R. 417 overpass (including median just East of S. R. 417 overpass). Note: S. R. 434 Village Walk (17/ 92 to S. R. 419) has irriga�on to be maintained. Timers are located at the intersec�ons of Moss Rd. and Belle Ave. at S. R. 434. Medians between Central Winds Blvd. and Tuskawilla Rd. has irriga�on to be maintained. Batery operated �mers are located in the medians. All irriga�on on S. R. 434 in medians and R. O.W. is supplied with reclaimed water.] B. S. R. 434 Rights of Way (R.O.W.) Both sides of the roadway on S. R. 434 from Talmo St. to S. R. 417, (to roadway sign East of the overpass on the South side R.O.W.). The service area is from curb to minimum of 5' behind sidewalks and planter bed areas (where applicable and wider as necessary in some areas). Service to include gazebo areas located at Moss Rd. and Winter Springs Elementary School (S. R. 434 frontage). Note: S. R. 434 Village Walk (17/ 92 to S. R. 419) has irriga�on to be maintained. Timers are located at the intersec�ons of Moss Rd. and Belle Ave. on S. R. 434.] C. F. D. O. T. Ponds i. Pond # 1 - Located between the Seminole County Bus Yard (Consolidated Services Compound). ii. Pond# 2— Located between Stone Gable Subdivision and Winding Hollow Subdivision. Note: Irriga�on is to be maintained along front fence— TBOS Timer (2) Zones.] iii. Pond# 3— Located adjacent to Post Office (includes ponds in front and back). Note: Irriga�on is to be maintained along front fence— TBOS Timer (2) Zones.] iv. Pond # 4 — Located on the north side of S. R. 434 West of Tuscora Blvd. (Public Works Compound- 150 N. Hartman Lane.) D. Vistawilla Dr. Median Median is located on Vistawilla Dr. adjacent to S. R. 434. Note: The reclaimed water irriga�on system must be maintained. Timers are located at the intersec�ons of Moss Rd. and Belle Ave. on S. R. 434.] 286 Exhibit A-3 Loca�on Specifics and Details - Area 3 A. Central Winds Park -1000 Central Winds Park Dr. Common areas of park only. Athle�c fields are not addressed by this scope of work. B. Bear Creek Nature Trail - 1555 Winter Springs Blvd. C. Winter Springs Dog Park - 900 Hicks Ave. D. Fruitwood Park - 601 Fruitwood Ave. E. Moss Park- 314 Moss Rd. F. Oak Hollow Park - 1237 Winding Chase Blvd. G. Ranchlands Park - 191 E. Tradewinds Rd. H. Sam Smith Memorial Park-1562 Winter Springs Blvd. I. Sunshine Park (inclusive of the Winter Springs Senior Center) - 400 N. Edgemon Ave. J. Tereasa Park-104 N. Moss Rd. K. Trotwood Park- 1224 Trotwood Blvd. L. Winding Hollow Park- 305 Winding Hollow Blvd. 287 Exhibit A-4 Loca�on Specifics and Details - Area 4 1) N. Edgemon R.O.W. a) Eastside - 3rd St to Canal b) Westside - Senior Center to VFW Driveway c) Westside – From Shepard Road to S.R. 419 2) N. Edgemon Traffic Medians From SR434 to Shepard Road 3) Bombay R.O.W. Westside - From 1st St. lot south to chain link fence including open area next to fence 4) S. Edgemon R.O.W. at Duke Energy Easement R.O.W. both sides and around bollards 5) S. Moss Road Islands 6) Murphy Road Island 7) S. Edgemon Island 8) Lombardy Canal Both sides 9) S. Flamingo Canal Both sides - from S. Moss to S. Edgemon Ave. 10) Burgos Easement Between 113 and 115 Burgos Rd. south to S. Flamingo canal 11) Burgos/Edgemon R.O.W. From canal north to side lot at 111 S. Edgemon Ave. 12) S. Moss R.O.W. a) East side from canal north to Hacienda Village entrance b) East side from S. Mosswood Circle to Dolphin Road c) West Side from 434 to Church property line 13) Bayberry Ct. Island 14) Dogwood Ct. Island 288 15) Lombardy/Burgos R.O.W. Area between 120 and 110 Lombardy Road south to Burgos Road 16) Cedarwood Ct. Island 17) Cypress Ct. Island 18) S. Moss Bridge R.O.W. Four corners of bridge and west side R.O.W. from bridge to fence at back of Elderwood Street 19) Murphy Road R.O.W. at Duke Energy Easement R.O.W. both sides and around bollards 20) S. Edgemon Bridge/ R.O.W. Four corners at bridge area and ROW on eastside of S. Edgemon from Panama Road north to lot line @ 727 S. Edgemon 21) Murphy Road Bridge R.O.W. Four corners of bridge area 22) Charles St. Island 23) Sherry Ave R.O.W. Westside ROW from SR419 to San Rafael Street 24) Sherry Ave. Medians a) Traffic calming medians from SR434 to SR419 b) ROW from San Gabriel N to SR419 25) Wade St. Medians Traffic calming medians from SR434 to SR419 26) Hayes Road R.O.W. a) Westside from SR434 to Ranchlands sign just S. of Sailfish b) Eastside from corner of SR434 to property line at Pearl Road 27) Pearl Road Islands 28) Hayes Road Bridge/R.O.W. Four corners of bridge area including field on southeast corner of Alton Road and Hayes Road 29) S. Moss Road R.O.W. Swales Both sides of ROW one mower width behind trail 289 30) Panama Road R.O.W. Swales Both sides of ROW one mower width behind trail 31) Hayes Road R.O.W. Swales Both sides of ROW one mower width behind trail 32) Fisher Road R.O.W. and Field Westside from Morton Lane south to phone box including drainage field 33) Alton Road Bridge/R.O.W. Four corners of bridge area and ROW 34) Shore Road Bridge/R.O.W. Eastside corners and ROW 35) Mockingbird Easement/R.O.W. Both sides property line to tree line 36) Oak Island Road 37) Shore Road Culvert Four corners of culvert 38) George Street R.O.W. Area south of ditch from Sherry Street to Wade Street including ditch inlets 39) N. Moss Road R.O.W. a) Eastside from SR434 to SR419 b) Westside from SR434 to SR419 40) Highlands R.O.W.'s a) Sheoah Blvd. - (both sides 18' from edge of pavement) with con�nuous edging at pavement. b) Shepard Road -(south ROW) beginning at end of Wildwood Subdivision wall and to N. Edgemon Ave and (north ROW) from 1006 (Ditmer) to N. Edgemon Ave. (both sides including field behind sidewalk at effluent disposal ponds) c) Sheoah Circle - (both sides 11' from edge of pavement) d) Third Street - (both sides from Sheoah Blvd. to house lots 13' from edge of pavement) e) MacGregor Road - including Highland Village Ct. Island f) Miami Drive Islands (2) g) Jeffrey Ct. island h) Shepard Ct. island 290 i) Sheoah Circle Island j) Kilt Ct. k) Ryan Ct. 41) Dyson Bridge Four corners of bridge area 42) Seneca Blvd. R.O.W. a) Eastside - from Winter Springs Blvd to house side lot/ both sides of sidewalk b) Westside - from Winter Springs Blvd to Chelsea Woods entrance sign/ both sides of sidewalk 43) Gary Hillary Drive R.O.W. 44) Winter Springs Blvd. R.O.W. (Limits of R.O.W. are from edge to walls or fences) a) Northside - from Gary Hillary to wall for Tusca Oaks b) Northside - from Northern Way to end of brick wall at 1630 Winter Springs Blvd c) Northside - from Davenport Glen brick wall to property line 1553 Winter Springs Blvd d) Southside - from Fox Glen entrance to Sam Smith Park driveway including perimeter of pond e) Southside - from bridge to Greenbriar Lane 45) Northern Way R.O.W. a) Westside - Winter Springs Blvd to Cheetah Trail then from water plant to well #4 b) Northside - drainage ROW near Tuscora Drive - from property line to property line c) Eastside - near Woodchuck Ct - from Duke Energy easement to Winter Springs Blvd 46) Northern Way Bridges (3) Four corners, incl. ROW xlvii. 47) Greenbriar Lane R.O.W. a) Westside - near Creekside Circle from chain link fence to brick wall b) Westside - from brick wall at Bentley Green to brick wall at Greenbriar Subdivision including Field and pond c) Eastside - near Braewick Street from power transformer to brick wall at Chestnut Ridge including reten�on swale 48) Winter Springs Blvd. Bridges (2) a) Bear Creek - Four corners including pond on northeast side and ROW to brick wall b) Howell Creek - Four Corners including pond on southeast and ROW southwest to Country Club property. 291 49) N. Tuskawilla R.O.W. a) Westside - from SR434 to wall at Tuskawilla Trace Subdivision b) Eastside - from McDonald's property line to St Johns Landing subdivision 50) Sequoia Court Islands 51) Trotwood Blvd. R.O.W. Field a) ROW field next to property at 1165 Trotwood to 1143 Trotwood (westside) b) Across street- along eastside fence & li� sta�on 1OE near fields 52) Wagner's Curve ROW and swale in front of Central Winds Park entrance at telephone house liii. 53) Gary Hillary Dry Pond Dry pond South of the 7-11 54) Donut Lake/S. Edgemon Ave. Both sides S Edgemon ROW between houses to edge of lake 55) Donut Lake/Murphy Road Area between 627 Murphy Road and rear lot of 217 Cotonwood to edge of Lake 56) Mt. Laurel Pond Pond Perimeter 57) Freedom Lane Pond Berm sides and top and pond botom when dry. 58) Bal�c Lane Pond Berm sides and top and pond botom when dry. 59) Brooks Ct. Pond Berm sides and top and pond botom when dry. 60) Venture Ct. Pond Berm sides and top and pond botom when dry. 61) Seneca Blvd. Pond Perimeter of pond including ROW 62) Bear Springs Road ROW a) Between Publix and The Rize Apartments ROW from Blumberg north to high school b) East Side- Blumberg north to high school 292 63) First Street R.O.W. Area across from fire sta�on #26 south side from Moss Road to north Flamingo Ave. 64) Panama Road R.O.W. Both sides from S. Moss Road to Edgemon Ave. 65) Sam Smith Park R.O.W. ROW directly in front of park. 66) Papaya Power Easements Power Easements (front areas) on Papaya, one is near Night Owl and the other is near Turkey Hollow. 67) Winter Springs - Oak Forest R.O.W. Near 1030 Winter Springs Blvd. at chain link fences (both sides of roads). Also on the east side, 1030 to Chokecherry. 68) Benchwood R.O.W. Chain-link fence areas on Benchwood (both sides) near Winter Springs Blvd. 69) Chokecherry (A) R.O.W. Chain-link fence areas (both sides) near 1085 Chokecherry. 70) Sequoia R.O.W. Chain-link fence areas (both areas) near 983 Sequoia. 71) Chokecherry (B) R.O.W. Chain-link fence areas (both sides) near Sapling. 72) Shetland R.O.W. Northern Way (west side) to property line before first driveway near Dyson and Shetland. 73) Northern Way R.O.W./Tuscora ROW from property line at Tuscany Place to Tuscora on Northern Way (north side). Service area is from curb line to fence. 74) Cross Seminole Trail -Vistawilla Vistawilla and Cross Seminole Trail. The service area is the four corners of the trail excluding the island. 75) Cross Seminole Trail - Tuscora Tuscora and Cross Seminole Trail. The service area is the four corners of the trail excluding the island. 76) Northern Way- Southern Loop R.O.W. ROW along the golf course between 1220 and 1218 Northern Way. The service area is from curb to tree line next to the fairway. 293 77) Greenbriar and Northern Way Easement Field at Northern Way and Greenbriar. Power line easement south of where Greenbriar ends at Northern Way. 78) Fisher Road Medians and R.O.W. Medians and ROW the length of Fisher Road from Panama to just past Morton Lane near the entrance to Seville Chase. The area extends from property line to property line on both sides of the road in ROW. 79) Cheoy Lee Circle R.O.W. ROW along Cheoy Lee Circle between 662 and 652 from curb line to 5' behind sidewalk. 80) Northern Way R.O.W. - Southern Bell R.O.W. Empty lot next to the fire sta�on. Curb line in approx. 25' and the length of the property along Northern Way. 81) Highlands Pond Behind Highlands clubhouse at Shepard Road. Pond and drainage easement and immediate surrounding area to water's edge. 82) Sheoah Circle Easement Across from 898 S�rling Drive. Easement from the road into woods to water's edge. 83) Shepard Road Easement East of 3350 SR419, adjacent to pond/fence from Shepard Road to SR419. 84) Bahama Berm Behind homes 709-727 Edgemon Ave., Enter Access gate off of Bahama Road. 85) Gator Pond Behind Homes 424-430 Hawthorn Circle, access through power easement off of Murphy Road 86) Murphy Pond Behind 608 Murphy Road, enter next to 608 Murphy Road Maintain around pond to water's edge 87) Murphy Lake Enter access path to Murphy Lake directly across from Elderwood Street, maintain around most of lake to woods/property lines to water's edge, service area ends behind 301 Panama Circle. 88) Edgemon/Murphy ROW Intersec�on of Murphy Road and S. Edgemon Ave, maintain ROW easement along S. Edgemon and on Murphy Road 89) Oviedo Line at Winter Springs Blvd South side of Winter Springs Blvd at Seneca, small triangular field. 294 90) Boat Pond Behind homes 1784-1786 Seneca Blvd, maintain around two ponds to water's edge. 91) Lamoka Easement Behind homes 1760-1774 Seneca Blvd., access at 1760 Seneca Blvd. 92) Donnas Pond Behind homes 1722-1732 Seneca Blvd., maintain drainage easement. 295 Exhibit A-5 Loca�on Specifics and Details - Area 5 Service Sec�on 1 - Cross Seminole Trail and Bridges 1) S.R. 434 Bridge 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 sec�on. Service areas have irriga�on with �mer being located on the Southwest side of S.R. 434 by the power boxes. 2) Cross Seminole Trail 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. 3) Cross Seminole Trail (Creek) Bridge 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. Required Services For the Cross Seminole Trail 1. The services below are required weekly through the growing season (3/15-10/15) and bi-weekly through the dormant season (10/16-3/14): Mow, Blow, Trim Hedges, Weedeater, Mulch (Semi- Annually), Edge, Weeding Beds, Prune Trees, Remove Spanish Moss, Trash Removal, Fer�liza�on (As directed), Annual Flower Rota�on (As Requested), Insect and Disease Control (As required), Irriga�on Inspec�on, and Irriga�on Repair (monthly/as required) and other services as requested. For S.R. 434 Bridge and Cross Seminole Trail (Creek) Bridge The services below are required weekly through the growing season (3/15-10/15) and bi-weekly through the dormant season (10/16-3/14): Mow, Edge, Trim Hedges, Weedeater, Edge, Trim Trees, Remove Spanish Moss, Trash Removal, and other services as requested. Service Sec�on 2 - Tuskawilla Road, Tuskawilla Ligh�ng and Beau�fica�on District and Oak Forest Assessment District 1) Tuscawilla Rd. Rights of Way (R.O.W.) 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). 296 2) Tuskawilla Rd. medians Medians on Tuskawilla Rd. from S.R. 434 south to end of median cut at the Church of the New Covenant (800 Tuskawilla Rd.) Irriga�on on the center medians is operated by mul�ple TBOS batery controllers. 3) Tuskawilla Ligh�ng and Beau�fica�on District (TLBD) 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. 4) Oak Forest Entrances a) 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. b) 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. c) 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. Irriga�on on the center medians is operated by mul�ple TBOS batery controllers. d) 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. 5) Oak Forest Wall The en�re 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 sec�on of wall owned and maintained by Grande Reserve. Backside of wall not included. (Irriga�on - spray heads are along the en�re 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 irriga�on on these �mers.) Required Services For the Tuskawilla Rd. ROWs The services below are required weekly through the growing season (4/01-12/01) and bi-weekly through the dormant season (12/02-3/31): Mow, Weedeater Trimming, Edge Grass, Trim Trees, Remove Spanish Moss, Trash Removal and other services as requested. All other locations in Service Section 2 The services below are required weekly through the growing season (4/01-12/0 l) and bi-weekly through the dormant season (12/02-3/31): 297 Mow, Blow, Trim Hedges, Weedeater Trimming, Mulch (Semi-Annually), Edge Grass, Weeding Beds, Trim Trees, Remove Spanish Moss, Trash Removal, Fer�liza�on (As Required/Annually), Insect and Disease Control (As Required), Irriga�on Inspec�on and Repair (Monthly/As Required) and other services as requested. Service Sec�on 3 - Blumberg Boulevard, North Tuskawilla Road (North of SR 434, and Market Square) 1) Blumberg Blvd. (Center Median Gardens and Monuments) 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. 2) N. Tuskawilla Rd. (S.R. 434 to 100' North of Blumberg Blvd.) 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 sec�on. Service areas have irriga�on with the �mer being located on the SW side of S.R. 434 by the power boxes. 3) Market Square Located at the N01ihwest 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. Required Services All locations in the Service Section 3 Mow, Blow, Trim Hedges, Weedeater, Mulch (Semi-Annually), Edge, Weeding Beds, Prune Trees, Remove Spanish Moss, Trash Removal, Fer�liza�on (As directed), Annual Flower Rota�on (As Requested), Insect and Disease Control (As Required), Irriga�on Inspec�on and Repair (Monthly/As Required) and other addi�onal services as requested. 298 RFP # 11-24-05 LH Landscape Maintenance Services Exhibit B – Frequently Asked Questions Q - Service Area #2 – 3: Tuskawilla Lighting and Beautification District – Please Clarify location description and the specs? A - Tuskawilla Lighting and Beautification District (TLBD) - 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 Q - Service Area #3 – 1: Blumberg Blvd – Please Clarify location description and the specs? A - Blumberg Blvd. ( Center Median Gardens and Monuments) - 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. Q - Service Area #3 – 2: Tuskawilla Road – Please Clarify location description and the specs? A - N. Tuskawilla Rd. ( S. R. 434 to 100' North of Blumberg Blvd.) - 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. Q - Should the mowing boundary for Cross Seminole Bridge extend to the fence lines surrounding it above Winter Springs High School? A - No, the county maintains the grounds in that area Q - Will the mowing for Oak Forest Wall include the easements on the outside of the walkway across from it? A - YES Q - Will maintenance on the median at the Winter Springs Blvd. entrance of Oak Forest extend past the brick pillars and gate near the front? A - Yes, there are two medians that run west from Tuskawilla Road at the Winter Springs Blvd. entrance that are to be included Q - Will maintenance for the Tuskawilla Rd. Market Square include the large bed on the outside of the walkway along E Florida 434? A - YES Q - What is the percentage requirement of the bid bond? A - 5% of annual value 299 RFP # 11-24-05 LH Landscape Maintenance Services Appendix A COST PROPOSAL WORKSHEET Table can be exported to excel to fill out and return Dervice Description Area 1 Area 2 Area 3 Area 4 Area 5 Service Section 1 Area 5 Service Section 2 Area 5 Service Section 3 Base Maintenace (per month) 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) Plant, Tree and Ground Cover Installation (not part of base maintenance or proposal review, cost to include all components of installation including staking & watering in and 1 year warranty) Annuals (cost plus %) Ground Cover (cost plus %) Shrubs (cost plus %) Palms (cost plus %) Canopy Trees (cost plus %) Understory Trees (cost plus %) Sod (cost plus %) Tree Removal and Stump Grinding (Not part of base maintenace or proposal review; price to include back fill/sod if needed) Tree Removal 6" Tree Removal 12" Tree Removal 18" Tree Removal 24" Tree Removal 36" Irrigation Repair Wholesale price of materials plus proposed percentage Irrigation Technician Hourly Rate Landscape Maintenance - Cost Proposal Form 300 RFP # 11-24-05 LH Landscape Maintenance Services Appendix B - BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of Dollars ($ ) for the payments of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF WINTER SPRINGS a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Work described as: Landscape Maintenance Services NOW, THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the same, or in the alternate, if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that, at minimum, includes the terms of the Form of Agreement attached hereto (properly completed in accordance with said Bid), and shall give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then this obligation shall be void; otherwise the same shall remain in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediately, upon demand of the CITY OF WINTER SPRINGS, in good and lawful money of the United States of America, as liquidated damages for failure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid; and said Surety does hereby give waive notice of any such extension. 301 RFP # 11-24-05 LH Landscape Maintenance Services IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of , 2025, the name and corporate seal of each corporate body being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Principal) (Seal) (Title) (Address) (Surety) (Seal) (Title) (Address) (Witness) 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 Rotolo Consultants, Inc. www.RotoloConsultants.com ORIGINAi. ROOTED IN TRADITION ·GROWING THE FUTURE Landscape Maintenance Proposal Prepared For: The City of Winter Springs January 3, 2025 371 372 373 374 375 376 377 378 379 380 381 382 383 384 385 386 387 388 389 390 391 392 393 394 395 396 397 398 399 400 401 402 403 404 405 406 407 408 409 410 411 412 413 414 415 416 417 418 419 420 421 422 423 424 425 426 427 428 429 430 431 432 433 434 435 436 437 438 439 440 441 442 443 444 445 446 447 448 449 450 451 452 453 454 455 456 457 458 459 460 461 462 463 464 465 466 467 468 469 470 471 472 473 474 475 476 477 478 479 480 481 482 483 484 485 486 487 488 489 490 491 492 493 494 495 496 497 498 499 500