HomeMy WebLinkAboutAnnan Landscape Company, LLC Landscape Maintenance Services Agreement for Right of Way, Medians and Ponds - 2012 09 10 v '
AGREEMENT FOR LANDSCAPE MAINTENANCE SERVICES
THIS AGREEMENT FOR LANDSCAPE MAINTENANCE SERVICES('Agreement") is made and entered
into by and between the CITY OF WINTER SPRINGS.a Florida municipal corporation("City"),located at 1126
East State Road 434,Winter Springs, Florida 32708,and Annan Landscapind Company.LLC..authorized to
conduct business in Florida("Service Provider'), located at:991 Explorer Cove,Altamonte Springs. FL 32701.
WITNESSETH:
WHEREAS, City wishes to obtain landscape maintenance services for the CITY RIGHTS OF WAY,
MEDIANS AND PONDS Landscape Maintenance°TBA0482/SRg for a limited time period: and
WHEREAS, Service Provider participated in the selection and negotiation process; and
WHEREAS. Service Provider is willing to provide such landscape maintenance services for the CITY
RIGHTS OF WAY, MEDIANS AND PONDS Landscape Maintenance (CM 00412/SR), for the City under the
terms and conditions stated herein.
NOW, THEREFORE, for good and valuable consideration. the receipt and sufficiency of which is hereby
acknowledged, the parties covenant and agree as follows:
1.0 GENERAL PROVISIONS
1.1 Recitals. The foregoing recitals are deemed to be true and accurate and are fully incorporated
herein by reference.
1.2 Engagement. The City hereby engages Service Provider and Service Provider agrees to
perform the Services outlined in this Agreement for the stated fee arrangement. No prior or present agreements
or representations shall be binding upon any of the parties hereto unless incorporated in this Agreement.
1.3 Due Diligence. Service Provider ack ow|ed emthetdhaminvestigatedphmrtotheememubonof
this Agreement and satisfied itself as to the conditions affecting the Services. the availabil of materials and
|abor, the cost thereof, the requirements to obtain necessary insurance as set forth henein, and the steps
necessary to complete the Services within the time set forth herein. Service Provider warrants unto the City that it
has the competence and abilities to carefully and faithfully complete the Services within the time set forth herein.
Service Provider will perform its Services with due and reasonable diligence consistent with sound professional
practices.
2.0 TERM AND DEFINITIONS..
2.1 The term of this Agreement shall be for twelve (12) months, commencing on October 1, 2012, and
terminating at midnight on September 30, 2013, unless either party chooses to exercise its rights under Section
20. "Termination". The parties shall have the option to extend the term of (5) one-year
pmdode. Any such extension shall be by mutual written agreement of all parties and shall be executed no less
than ninety(90)days prior to the expiration of this Agreement's current term.
The City Manager or the City Manager's designee (hereinafter "City Manager") shall review the
performance of the Service Provider annually at least ninety (90) days prior to the Agreement's anniversary
The City manager shall recommend a one (1) year extmnmioncxbenninadon. Should the Service Provider and
City agree to extend the Agreement, the Service Provider may be entitled to an increase in rates in an amount not
to exceed one half(1/2)the change in the Consumer Price Index(CPI)for the most recently available twelve(12)
month period for All Urban Consumers(CPI-U)for All Items, U.S. City average, published by0heBureaumfLebor
Statistics of the U.S. Department of Labor for 1082-84. or the successor index to same. Said increase shall
become effective beginning with the invoice for work performed after the start of the new Agreement period.
2.2 Definitions. The following words and phrases used in this Agreement shall have the following
meaning ascribed to them unless the context clearly indicates otherwise:
CITY ROW NIU)IANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT LUDO 0[I1VO4/12/SR
^ ^ �
a "Agreement" or "Contract" shall be used interchangeably and shall refer to this
�m�e�Um�wh���u�e�u���o�m�n
Agreement,~~.~.~~==^
for the Service Provide to provide the maintenance service approved by the
City.
b. "Effective Date shall be the date on which the last signatory hereto shall execute
this Agreement, and it shall be the date on which this Agreement mhoU go into
effect. The Agreement shall not go into effect until said date.
c. "Service Provider" shall mean Annan Landscaping Company. LLC., o Florida
Corporation, and its principals,officers,employees, and agents.
d. "Public Record" shall have the meaning given in Section 119.011(1). Florida
Statutes.
e.
"Work" or "Services" shall be used interchangeably shall include the
performance of the work agreed to by the parties in this Agreement.
f. "City Project Man r"or^OesiQnated Representative"or"Project Director"shall mean the City's
Urban Beautification yWanaQer, or his/her designee, who is to provide the general administration
of the Agreement.
3'0 SCOPE OF SERVICES
Service Provider shall doperform, deliver nd carry out, in type of
services as set forth in the"Scope of Work," attached hereto as Exhibit A' and fully incorporated herein by this
reference. including but not limited to the furnishing of all labor, equipment, tools, materials, and incidentals.
4.0 AMENDMENTS AND MODIFICATIONS
Any rdinal change in the terms and conditions set forth in this Agreement must be mutually
agreed to by both the City and the Service Provider, and may be implemented only after this Agreement has been
amended in writing.
The City reserves the right to make changes in the work, including alterations, reductions themeio, or
additions thereto. Upon receipt by the Service Provider of the City's notification of a contemplated change, the
Service Provider shall(1) if requested by the City, provide an estimate for the increase or decrease in cost due to
the contemplated change, (2) notify the City of any estimated cha in the completion date, and (3)advise the
City in writing if the contemplated change shall affect the Service Provider's ability to meet the completion dates
or schedules of this Agreement.
If the City so iomhucts, in writing, the Service Provider shall suspend work on that portion of the work
affected by a contemplated ohange, pending the City's decision to proceed with the change. If the City elects to
make the change. the City shall issue an Amendment to this Agreement or Change Order and the Service
Provider shall not commence wo k on any such change until such written amendment or change order has been
issued and signed by each of the parties.
5.0 SCHEDULE
Service Provider shall perform services in conformance with the schedule reasonably established
by the City Project Manager. Service Provider shall complete all of said services in i
City apprised of the status of work on at least a monthly basis or as otherwise reasonably requested by the City.
Should Service Provider fall behind on the established schedule, it shall employ such resources so as to comply
with the schedule.
No extension for completion of services shall be granted to Service Provider without City's prior
written consent.
CITY ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BIDwN[Boo412/SR
. '
^ '
6.0 METHODS OF PAYMENT FOR SERVICES AND EXPENSES OF SERVICE PROVIDER
6.1 Compensation. For the Services provided pursuant to the Agreement, the C
Service Provider a sum not and Nineteen Thousand. Eiqht Hundred and Eighty
Dollars ($119,880). If this Agreement is extended, the total annual amount paid to Service Provider shall not
exceed the above mentioned number adjusted by the Producer Price Index as set forth in paragraph 2.1 of this
Agreement.
6.2 Additional Services. From time to time during the term uf this Aon*ement (�hy request that
Qen�ueProvider perform additional Sen�oeenot required underthe Project Manual For those^ �'-~ —�aen/icem
agreed upon the City and Service Pnuv�erinwddn0, Qb/agrees to pay SemioeProvider o oba 'anm' rtequa|
���m��Uymg��up��t����|nw��. amount
Payment. Upon receipt of a proper invoice from Service Provider, the City agrees to pay the
Service Provider the invoice amount providing said amount accurately reflects the terms and conditions of this
Agreement. Invoices may only be submitted on a monthly basis unless otherwise agreed by the City. Unless
otherwise agreed in writing by the City, there shall be no other compensation paid to the Service Provider and its
pnncipa{a, employees, and independent professional associates and consultants in the performance of Work
under this Agreement. The City agrees to make all payments due withi thirty (30) days of receipt of� proper
City for actual vwnMkpmn��- - `
6.4 TruthU -NCertificate. Signature of this Aoreementhy the Gmmi#sProvider whmUa�
mo the mmxaou*ioncfmbuh-in-negoUatinnce�i�cabace�fxin0t�tthe Agreement
the compensation provided for in this Agreement are oonurmNe, complete, and current as of the date of the
Agreement.
7.0 RIGHT TO INSPECTION
7.1 City or its affiliates shall at all times have the right to review or observe the services performed by
Service Provider,
7.2 No inepeuUon, review, or observation shall relieve Service Provider of its responsibility under this
Agreement.
8.0 AUDIT AND INSPECTIONS
The Service Provider shall maintain records on the City's projects. in accordance with generally
accepted accounting principals and practices to substantiate all invoiced amounts. Said records will be available
to the City during the Service Provider's normal business hours for a period of two (2) years after the Service
Provider's final invoice for examination to the extent required to verify the direct costs (excludin stablished o
standard allowances and taxes) incurred herein. Should such an audit by the City reveal monies owed to the
City, the Service Provider shall reimburse the City for the cost of the audit and pay the principal overcharge
amount owed the City plus interest accrued at the prime interest rate in effect on the date of discovery. Said
interest rate shall apply to the principal overcha amount revealed in the audit for the period from the original
payment due date(s)to the payment by the Service Provider of all monies owed.
9.0 PROFESSIONALISM AND STANDARD OF CARE
Service Provider shall do perform and ca out i a professional manner all Services required to
be performed by this Agreement. Service Provider shall also use the degree of care and skill in performing the
Services that are ordinarily exercised under similar circumstances by reputable members of Service Provider's
profession working in the same or similar locality as Service Provider.
10.0 SUBMITTAL OF PROGRESS REPORTS
Service Provider shall submit a monthly written progress report as to the status of all VVmrK set
forth in this Agreement. The report shall in a sufficient manner demonstrate that any funds expended were used
to provide the agreed-upon Services. If the detail is not sufficient in the City Project Manager's reasonable
discretion to permit the City to determine the Work performed or the manner in which it is being performed, the
City may seek more detail from the Service Provider. Service Provider agrees to provide that information within a
reasonable time period.
cury ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT 13UD* ITS 00412/SR
. ,
` ^
11.0 WARRANl�'OF PROFESSIONAL SERVICES
�
TheGervica9mvider (for itself and any
employees, partners, and agents
rform th Services) h by warrants unto the C
partners, and agents used to perform the Services)have sufficient experience to properly complete
Service Provider shall supervise and direct the VVo, using its and attention and shall enforce strict
discipline nd good order its employees.Work, Service' l comply with all laws, ordinances,
rules, regulations and lawful orders of any public authority bearing on the performance of the Work.
12.0 CORPORATE REPRESENTATIONS BY SERVICE PROVIDER
Service Provider hereby represents and warrants to the City the following:
a. Service Provider is duly registered and licensed to do business in the State of Florida
and is in good standing under the laws of Florida, and is duly qualified and authorized
to carry on the functions and operations set forth in this Agreement.
b. The undersigned signatory for Service Provider has the poxwer, autbohh/, and the
legal right to enter into and perform the obligations set forth in this Agreement and all
applicable exhibits thereto, and the execution, de|iveq/, and performance hereof by
Service Provider has been duly authorized by the board of directors and/or president
of Service Provider. In support of said representation, Service Provider agrees to
provide a copy to the City of a corporate certificate of good standing provided by the
State of Florida prior to the execution of this Agreement.
c. Service Provider is duly licensed under all local, state and federal laws to provide the
Services stated in paragraph 3.0 herein. In support of said representation, Service
Provider agrees to provide a copy of all said licenses to the City prior to the execution
of this Agreement.
13.0 WORK IS A PRIVATE UNDERTAKING
With regard to any and all Work performed hereunder, it is specifically understood and agreed to by
and between the parties hereto that the contractual relationship between the City and Service Provider is suth
that the Service Provider is an independent contractor and not an agent of the City. The Service Provider, its
contraoYoos, paMnerm, agents, and their employees are independent contractors and not employees of the City.
Nothing in this Agreement shall be interpreted to establish any relationship other than that of an independent
contnacVz , between the City, on one hand, and the Service Provider, its ountr*obony, pahnmra, employ*wes, or
agents. during or after the performance of the Work under this Agreement.
14.0 PROGRESS MEETING
City Project Manager may hold periodic p meetings on a monthly basis, or more frequently if
required by the City, during the term of work entered into under this Agreement. Service Provider's Project
Manager and all other appropriate personnel shall attend such meetings as designated by the City Project
Manager.
16,0 SAFETY
Precautions shall be exercised at all times for the protection of all persons (including the City's
employees) and property. The safety provisions of all applicable laws, regulations, and codes shall be observed.
Hazards arising from the use of vehicles, machinery, and equipment shall be guided or eliminated i accordance
with the highest accepted standard of safety. Service Provider shall be solely and absolutely responsible and
assume all liability for the safety and supervision of its pdnm|pa|o, enop|oyemo, contreotors, and agents while
performing Services provided hereunder.
CITY ROW,MEDIANS AND PONDS LANSCAPEMaKwT0NANCE AGREEMENT RKD# VTS 004/12/SR
16.0 INSURANCE
Service Provider shall maintain in full force and effect during the life of the Agreement, Worker's
Compensation insurance covering all employees in performance of work under the Agreement. Service Provider
shall make this same requirement of any of its subcontractors. Service Provider shall indemnify and save the City
harmless for any damage resulting to them for failure of either Service Provider or any subcontractor to take out
or maintain such insurance.
The following are required types and minimum limits of insurance coverage which the Service Provider agrees to
maintain during the term of this Agreement:
COVERAGE MINIMUM LIMITS
General and Auto Liability $500,000 per person/incident/$1,000,000 incident
Professional Liability (if applicable) $1,000,000
Worker's Compensation Statutory
Neither Service Provider nor any subcontractor shall commence work under this Agreement until they have
obtained all insurance required under this section and have supplied the City with evidence of such coverage in
the form of a Certificate of Insurance and endorsement, The City shall approve such certificates. All insurers shall
be licensed to conduct business in the State of Florida. Insurers must have, at a minimum, a policyholders' rating
of"A", and a financial class of"VII" as reported in the latest edition of Best's Insurance Reports, unless the City
grants specific approval for an exception. All policies provided should be Occurrence. not Claims Made, forms.
The contractor's insurance policies should be endorsed to add the City of Winter Springs as an Additional
Insured. The Service Provider shall be responsible for all deductibles. All of the policies of insurance so required
to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be
cancelled, materially changed or renewal refused until at least thirty (30)calendar days written notice have been
given to the City by certified mail.
17.0 COMPLIANCE WITH LAWS AND REGULATIONS
In the performance of work and services under this Agreement, Service Provider agrees to comply
with all Federal, State and Local laws and regulations now in effect,or hereinafter enacted during the term of this
Agreement that are applicable to Service Provider, its employees, agents or subcontractors, if any, with respect to
the work and services described herein.
18.0 DOCUMENTS
18.1 Public Records. It is hereby specifically agreed that any record, document, computerized
information and program, audio or video tape, photograph, or other writing of the Service Provider and its
independent contractors and associates related, directly or indirectly, to this Agreement, may be deemed to be a
Public Record whether in the possession or control of the City or the Service Provider. Said record, document,
computerized information and program, audio or video tape, photograph, or other writing of the Service Provider
is subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written
approval of the City's City Manager. Upon request by the City, the Service Provider shall promptly supply copies
of said public records to the City. All books,cards, registers, receipts,documents, and other papers in connection
with this Agreement shall at any and all reasonable times during the normal working hours of the Service Provider
be open and freely exhibited to the City for the purpose of examination and/or audit.
18.2 The Service Provider acknowledges that the City is a Florida municipal corporation and subject to
the Florida Public Records Law, Service Provider agrees that to the extent any document produced by Service
Provider under this Agreement constitutes a Public Record; Service Provider shall comply with the Florida Public
Records Law,
19,0 ASSIGNMENT
19.1 Service Provider shall not assign or subcontract this Agreement. or any rights or any monies due
or to become due hereunder without the prior,written consent of City.
CITY ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BII)# ITS 004/12/SR
, .
^ '
19.2 If upon receiving written approval from C1b/, any part of this subcontracted by responsible b|etu�ty��a|} ac�e
omissions performed by the
subcontractor as if no subcontract had been made.
19.3 If City determines that any subcontractor is not performing in accordance with this Aonaenmert.
Ci� mhmUaonod�SemhePnmider who wh�|�kaimmedia�o�pe��me y�eoi�ation. Agreement,
If any part of thi subcontracted b Service Provider, prior to the commencement of
any Work by the subcontractor. Service Provider shall require the subcontractor to provide City and its affiliates
with insurance coverage as set forth by the City.
20.0 TERMINATION
This Agreement may be terminated by the Service Provider upon thirty (30) days prior written notice to the
City in the event of substantial failure by the City to perform in accordance with the terms of this Agreement
through no fault of the Service Provider. It may also be terminated by the City with or without cause immediately
upon written notice to the Service Provider. Unless the Service Provider is in breach of this Agreement, the
Service Provider shall be paid for services rendered to the City's satisfaction through the date of termination.
After receipt of a Termination Notice and except as otherwise directed by the City, the Service Provider shall:
A. Stop work on the date and to the extent specified by the City.
B. Terminate and settle all orders and subcontracts relating to the performance of the terminated work.
C. Transfer all work in pmness, completed work and other material related to the terminated work to the City
or approved designee.
D. Continue and complete all parts of the work that have not been terminated.
21.0 FORCE MAJEURE
Any delay or failure of either party in the performance of its required obligations hereunder shall be
excused if and to the extent caused by acts of God; fire; flood; windstorm; explosion; riot; war;
(except involving Service Providers labor force); extraordinary breakdown of or damage to City's affiliates'
generating plants, their equipment, or facilities; court injunction or order; federal and/or state law or regulation;
order by any regulatory agency: or cause or causes beyond the reasonable control of the party affected; provided
that prompt notice of such delay is given by such party to the other and each of the parties hereunto shall be
diligent in attempting to remove such cause or causes. If any circumstance of Force Majoure remains in effect for
sixty days,either party may terminate this Agreement.
22.0 GOVERNING LAW&VENUE
This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance
with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole Cpunh/, Florida.
Venue for any federal action or litigation shall be in the Middle District of Florida in Orlando, Florida_
23.0 HEADINGS
23.1 Paragraph headings are for the convenience of the parties only and are not to be construed as
part of this Agreement.
24.0 SEVERAs;urt
24.1 In the even part thereof of this Agreement is deemed i U
void. or otherwise unenforceable by a
d�eof�mhyd, parties, discretion�he and option the City, shall—
negooa$yanequ|ta�ea�ue��entm provision ofth|oAgnaan�en� veUdbyand enforceability oy
the remaining parts of this Agreement shall otherwise be fully enforceable.
25.0 INTEGRATION; MODIFICATION
25.1 The dnafting, execobon, and delivery of this Agreement by the Parties have been induced by no
representations, statements,warranties,or agreements other than those expressed herein. This Agreement
CITA' ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT B0D# VTBm0,1/1Jx9R
embodies the entire understanding of the parties,and there are no further or other agreements or understandings,
written or oral, in effect between the parties relating to the subject matter hereof unless expressly referred to
herein.
26.0 THIRD PARTY RIGHTS
Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than City
and Service Provider.
27.0 PROHIBITION AGAINST CONTINGENT FEES
Service Provider warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for the Service Provider, to solicit or secure this Agreement, and that it has not
paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee
working solely for the Service Provider, any fee, commission, percentage, gift, or other consideration contingent
upon or resulting from the award or making of this Agreement.
28.0 NO JOINT VENTURE
Nothing herein shall be deemed to create a joint venture or principal-agent relationship between
the parties, and neither party is authorized to, nor shall either party act toward third persons or the public in any
manner which would indicate any such relationship with the other party.
29.0 ATTORNEY'S FEES
If any legal action or other proceeding is brought for the enforcement of this Agreement, or because of an
alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, the
successful or prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs, and all
expenses(including taxes)even if not taxable as court costs(including, without limitation, all such fees, costs and
expenses incident to appeals), incurred in that action or proceeding, in addition to any other relief to which such
party or parties may be entitled.
30.0 COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which when so executed and
delivered shall be considered an original agreement but such counterparts shall together constitute but one and
the same instrument.
31.0 DRAFTING
City and Service Provider each represent that they have both shared equally in drafting this Agreement
and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute
between the parties.
32.0 NOTICES
Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed,
postage prepaid to:
For Service Provider:
Annan Landscaping Company, LLC
991 Explorer Cove
Altamonte Springs, FL 32701
CITA ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BIM tTB 004/12/SR
For City:
City of Winter Springs
Urban Beautification Manager
1126 East State Road 434
Winter Springs, FL 32708
Phone:(407)327-1800 x315
33.2 Either party may change the notice address by providing the other party written notice of the
change.
34.0 SOVEREIGN IMMUNITY
Notwithstanding any other provision set forth in this Agreement, nothing contained in this Agreement
shall be construed as a waiver of the City's right to sovereign immunity under section 768.28, Florida Statutes, or
other limitations imposed on the City's potential liability under state or federal law. As such, the City shall not be
liable under this Agreement for punitive damages or interest for the period before judgment. Further, the City
shall not be liable for any claim or judgment, or portion thereof, to any one person for more than one hundred
thousand dollars ($100.000.00), or any claim or judgment, or portion thereof, which, when totaled with all other
claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or
occurrence. exceeds the sum of two hundred thousand dollars ($200,000.00). This paragraph shall survive
termination of this Agreement.
35.0 INDEMNIFICATION
35.1 For all Services performed pursuant to this Agreement, the Service Provider agrees to the fullest extent
permitted by law, to indemnify and hold harmless the City and its commissioners, employees, officers, and city
attorneys(individually and in their official capacity)from and against all claims, losses, damages, personal injuries
(including but not limited to death), or liability (including reasonable attorney's fees through any and all
administrative, trial and appellate proceedings),directly or indirectly arising from:
a. any default under this Agreement by Service Provider;
b. any negligent act. omission or operation of work related to all Services performed
under this Agreement by Service Provider, and its employees, principals, agents,
independent contractors, and consultants,
c, the acts, errors, omissions, intentional or otherwise, arising out of or resulting
from Service Provider's and its employees, partners, contractors, and agents on
the performance of the Services being performed under this Agreement;
d. Service Provider's, and its employees, partners. contractors, and agents failure
to comply with the provisions of any federal, state, or local laws, ordinance, or
regulations applicable to Service Provider's and its employees, partners,
contractors. and agents performance under this Agreement:
e. any fraud and misrepresentation conducted by Service Provider and its
employees, partners, contractors, and agents on the City under this Agreement.
35.2 The indemnification provided above shall obligate the Service Provider to defend at its own
expense or to provide for such defense, at the option of the City, as the case may be,of any and all claims of
liability and all suits and actions of every name and description that may be brought against the City or its
commissioners,employees, officers, and City Attorney which may result from any negligent act, omission or
operation of work related to the Services under this Agreement whether the Services be performed by the Service
Provider, or anyone directly or indirectly employed by them. In all events the City and its commissioners,
employees, officers, and City Attorney shall be permitted to choose legal counsel of its sole choice, the fees for
which shall be reasonable and subject to and included with this indemnification provided herein.
CITY ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BIM 17B 004/12/SR
36.0 ORDER OF PRECEDENCE
36.1 In case of any inconsistency in any of the documents bearing on the Agreement between the City
and the Service Provider. the inconsistency shall be resolved by giving precedence in the following order:
a. Addenda to this Agreement subsequent to the Effective date of this Agreement;
b. This Agreement:
c. Exhibits to this Agreement;and
d. The Bid documents.
36.2 Any inconsistency in the work description shall be clarified by the City and performed by the Service
Provider.
37.0 AGREEMENT INTERPRETATION
37.1 At its discretion, during the course of the work, should any errors, ambiguities, or discrepancies be
found in the Agreement or specifications, the City at its sole discretion will interpret the intent of the Agreement
and work descriptions and the Service Provider hereby agrees to abide by the City's interpretation and agrees to
carry out the work in accordance with the decision of the City.
37.2 When the material, article, or equipment is designated by a brand name and more than one brand
name is listed, it will be understood that the work is based on one brand name only. The Service Provider will be
responsible for all coordination necessary to accommodate the material, article, or equipment being provided
without additional cost to the City. A substitute material, article, or equipment is allowed if it is reasonably
equivalent to the brand name specified. The City has full discretion to decide whether a substitute is reasonably
equivalent. Service Provider must notify the City prior to use of the substitute for a specified brand name and
allow the City to make a determination before Service Provider uses the substitute.
38.0 NONDISCRIMINATION
The Service Provider warrants and represents that it complies with all Federal and State requirements
concerning fair employment and will not discriminate by reason of race,color, religion, sex, age, national origin, or
physical handicap.
39. ARREARS
The Service Provider shall not pledge the City's credit or make it guarantor of payment or surety for any
contract, debt. obligation,judgment, lien or any form of indebtedness. The Service Provider further warrants and
represents that it has no obligation for indebtedness that would impair its ability to fulfill the terms of this
Agreement.
40. WARRANTY
The Service Provider warrants that skilled and competent personnel to the highest professional standards
in the field shall perform all services.
41. INDEPENDENT CONTRACTOR
The Service Provider agrees that it is an independent contractor with respect to the services provided
pursuant to this Agreement, and not an employee, agent, or servant of the City. All persons engaged in any of
the work or services performed shall at all times, and in all places, be subject to the Service Provider's sole
discretion, supervision, and control. The Service Provider shall exercise control over the means and manner in
which it and its employees perform the work; the City's interest is in the results obtained. Nothing in this
Agreement shall be considered to create the relationship of employer and employee between the parties.
42. NONWAIVER
No inspection by the City, nor any payment for or acceptance of the whole or part of the items in this
Agreement, nor any extension of time, nor any possession taken by the City of the product or services hereunder
(:11"1'ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BID# ITB 004/12/SR
shall operate as a waiver of(1) any provision of this Agreement, (2) the right to have it fully performed, (3) any
power herein reserved by the City or(4)any right to damages under this Agreement. No waiver of any breach of
this Agreement shall be held to be a waiver of any other breach.
43. EXCLUSIVITY
This is not an exclusive Agreement. The City may,at its sole discretion, contract with other entities for
work similar to that to be performed by the Service Provider hereunder.
IN WITNESS WHEREOF,the parties hereto caused this Agreement to be executed by
their duly authorized representatives as of the date first written above.
SERVICE PROVIDER:
Arr , Alas
Name(Printed and Signed)
AO de/yr-
Title
////
Date'
CITY:
CITY OF WINTER SPRINGS LOMA -
A Florida municip I cor
11/4.
KEV7TH
IN . SMI
City anager
September 12, 2012
Date
I
• ES : ,
P'd
A , ORENZO-LUACES, City Clerk
ory ROM',MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BIM [TB 00,I/12/SR
E' h:i,bit 'A'
TECHNICAL SPECIFICATIONS
SPECIFIC TASKS
1.0 MOWING
Unless otherwise specified in the schedule of landscape maintenance service chart, the mowing of
all grassed areas shall be no less than once every seven(7)days in the heavy growing season. Mowing shall be
no less than bi-weekly, or as instructed by the City's Representative, during the dormant growing season.
Dormant and growing seasons are dictated by the weather and therefore may change per the City's
Representative, but otherwise shall be:
Heavy Growing Season -March 1 thru September 30.
Dormant Growing Season--October 1 thru February 28.
All turf areas will be mowed to the following heights: St. Augustine to a height of 4 inches on average and
Bahia to a height of 3 inches on average, depending upon established grass needs, by finish mower or turf
mower. No bahia seed pods shall remain immediately after each mowing. At no time shall more than one-third
(1/3)of the leaf surface be removed in one mowing.
Prior to mowing and trimming any turf and bed areas; trash, paper, bottles, cans, limbs, wood and all
other debris (as well as misplaced dirt or sand) must be removed from areas immediately bordering site and
actual site locations. Areas are to look clean and neat and free of debris at all times.
Any clippings and trimming debris will be removed from site as work is completed, or at the end of each
day work is performed. Lawn clippings may be left on the turf areas so long as no readily visible clumps remain
on the grass surface after mowing. Otherwise large clumps of clippings will be collected and disposed of by
Contractor. In case of fungal disease outbreaks, all clipping will be collected and properly disposed of until
disease is undetectable.
2.0 MULCHING
Mulching to be performed during the dormant season (Nov/Dec time frame) in order 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. Pine bark mulch is to be used when
mulching.
3.0 EDGING
Unless otherwise specified in the schedule of landscape maintenance service chart, edging of all
walks, curbs, hardscapes, pavement areas, and grass invasion shall be done weekly during the heavy growing
season and bi-weekly for the remainder of the year. All grass and dirt to be blown off onto turf areas only. No
debris shall be blown onto hard surfaces or into shrub or flower beds. Schedule for edging of soft surfaces such
as turf, bed borders, and ground cover shall be performed a minimum of bi-weekly or more as needed.
4.0 WEEDEATING
Areas inaccessible to mowing equipment shall be kept neat and trimmed with each mowing service.
Trimming of grass and weeds around any fixed objects(walls, fences, light posts, light fixtures, equipment boxes,
pond structures, sign posts and trees) will be done through chemical control within a limit of six inches (6")
maximum or trimmer so as not to inflict damage of any kind to structure, equipment or tree.
5.0 PRUNING SHRUBS AND ORNAMENTALS
Pruning of plants shall be performed as needed to remove dead wood harboring insects and disease and
to promote maximum health and growth. The treating of insects or disease with chemicals shall be done without
delay and reported immediately to the City Representative so as to limit losses. Aesthetic pruning shall consist of
CITY ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BIM till 004/12/SR
. .
. .
removal of dead or broken branche Pruning shall be performed to balance infiltration light to enhance new
growth,
Small leafed mhruha, such as pittosporum, azaleas and Indian hewtMmrn, etc., are to be kept trimmed in a
tight, neat appearance.with removal of partial new growth after no more that four inches of new growth appears.
Larger leafed ahrubs, such as viburnum, may attain new growth reaching from 2^ho4°before removal. But at no
times are shrubs to display a disorderly appearance. Ornamenba|a, 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 eve other
week. Sago palms are to be trimmed a minimum of three times a year, or mare often, as nowded, depending on
growth and health. Azaleas are to be trimmed at regular intervals as described above with the exception of the
months of October thru March when no himm| should be done to achieve maximum flowering. Wax myrtles are
to be trimmed aggressively in order to maintain a neat, compact habitat. At no time is an herbicide to be used to
rid plants of sucker growth. Innbaad, hand pulling or aggressive trimming routine is to be established. All
ornamentals that produce any dead fronds (i.e., coonhe, sage, aztec gromm, holly hynn, ehc.) are to be
systematically checked and cleaned with special attention to early spring cleanup.
Trimming of native grasses shall be done in early March and J by the City's
Representative. At no time shall more than 50%of the visible foliage of native grasses or perennials be cut back
as this has been proven to stress the plant material.
6.0 PLANT REPLACEMENT
The Contractor shall be responsible for replacing any plant materials that die or become damaged to the
point that the plant grade is less than Florida Number 1 as a result of neglect or damage caused by the
maintenance operation. Replacement material shall be identical to plant species, quality and specifications of the
materials at the time the loss occurs.
7.0 TREE TRIMMING
often ic safet i and comply with ISA
the Service Provider(palm trees excluded). Trimming of established trees shall be to a maximum of ten(10) toot
under canopy and pruned just outside the branch collar by the Service Provider. New or young trees are to be
pruned with an ideal under canopy of seven (7) feet or to a suitable and healthy height for each tree. Sucker
growth is to be removed by hand or trimmer from the base of a tree. Herbicides are not to be used for this
purpose. Palm trees are to be trimmed as often as necessary to ensure the absence of seed pods and/or dead
and dying fronds dropping to the ground; and not as severely as the hurricane cut, using the 9/3 rule for trimming
structure. Ligustrum and Holly type trees are to be maintained per industry standards with no more than 3"
runners visible at any time, or as specified by City's Representative.
8.0 WEEDING
Weeding of all plant bed areas is to be as often as necessary to conform to the shrub trimming schedule,
to contro weed popu|a8on, to provide a well groomed appemrance, and to maintain healthy plants. Remove
m*eede, vines and 'voluntary" seedlings from planting beds. Weed control in landscaped areas will be
accomplished by hand weeding and/or application ofn»und'up and a pre-emergent herbicide, if necessary. All
weeds in sidewalks and/or pavement areas(incl din curbing)shall be chemically controlled or removed by hand.
Non-selective herbicide chemicals that are sprayed on plantings which cause damage will result in immediate
warranty replacement by the Contractor.
9.0 ANNUALS (As Requested—Separate Cost)
Annuals are to be changed as determined by Owner or City's Representative for each seasonal change.
A schedule shall be determined and agreed upon by both Owner and Service Provider. Bed preparations are to
consist of 14-14-14 with Granular fungicide and Cavalier Subdue GR. along with any added soil preparations or
enhancements needed to facilitate strong healthy growing annuals.
CITA"ROvwMEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT RUD# 004/12/SR
' ^
^ ~
10.0 IRRIGATION
Complete irrigation inspections shall be performed one (1) time per month at minimum Details of the
inspection shall be recorded on a log sheet(to be submitted with the monthly billing)and consist of the following:
1. Turning on each zone and inspecting each head for proper coverage, including straightening,
adjusting the output of water, adjusting spray pattern, and unclogging heads.
2. Repairing broken heads and lateral lines, as necessary,
3. Checking the irrigation bnUer(o) for proper operation and programming. If there are battery
controllers on the site,check each for batte life and replace at 75%depletion.
4. Test rain sensor(s)for proper operation and replace as necessary.
5. Checking all zone valves for proper open and closure, making sure to inspect for leaking from the
mainline.
6. Checking water source for leaking and visual inspection of backflow device, if present.
7. Visually inspect turf, planters and trees in irrigated areas for signs of drought stress and effect
adjustments and/or repairs to remedy the issue.
8. A visual 'ride through' of all irrigated areas shall be done each week during the growing
season and bi-weekly during the dormant season. This activity can also be accomplished
by the mowing crew.
The Service Provider shall submit a detailed report, at the time of billing of each monthly aenvice,
consisting of the clock and location, each zone by number and any repairs repairs or work performed during that service.
All parts used will be itemized on the bill, with a maximum of$200.00 billed for repairs without VERBAL approval,
during the regular monthly scheduled maintenance visit. If there is an additional cost for repairs beyond the
maximum of $200. the Owner or City Representative 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
Service Provider
Service Provider shall immediately repair any and all damaged property within the areas specified in this
agreement to meet original specifications with commercial quality irrigation parts. All work performed by
Contractor must meet or exceed industry standards. All damaged irrigation heads shall be turned in each month
along with the monthly billing in order to qualify for payment.
All labor required to repair or replace defective parts is included in the contract price except when
repairing valves, main lines or lateral lines over 1 14', clock or wiring pnzb|amm, or lines under sidewalks or
roadways. Labor cost for these services is established in the bid calculation sheet of SECTION 00300. BID
FORM. Material costs shall be paid on the basis of approved wholesale documented cost plus 15%for overhead
and profit.
Contractor is to immediately notify Owner if a mainline leak is noticed. Should the Service Provider need
to shut down the mainline for any reason, the Owner must be contacted at: (407)327-5976,
11.0 CHEMICAL PROGRAM
FERTILIZATION/PEST CONTROL-TURF
The program shall be in accordance with the University of Florida Cooperative Extension Services yearly
Calendar for St. Augustine sod care and culture, and good horticultural practice. The program yhaUbebamednn
soil samples taken at random from various areas of the site, inouffioient number woawhobe characteristic ofthe
areas to be fertilized. The cost of the securing and analyzing the soil samples shall be included in the bid. The
results of the soils sampling shall be reported to the City representative.
Soil amendments, nutrients, pesticides,fungicides. and any other chemicals deemed proper and
beneficial or are required to maintain the turf and plant material by the Contractor shall be included in the
fertilization program at no additional cost. All fertilizers shall contain minor elements.
A minimum of six(6)fertilization(3 granular)and inumct and disease applications shall be applied onsd|
St.Augustine grass annually at approximately two-month intervals. Additional spot treatments may be needed in
certain areas due to various conditions that may occur, such as an outbreak of chinch bug activity or a fungal
outbreak. Such additional treatments shall be deemed to be included in the contract price.
CITA' ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT NID# VTB88.1/12/SR
^ `
' ^ `
One(1)fer |izadon(gmanukar)ohd|be applied on all irrigated Bahia grass annually in mid-summer
(unless otherwise specified). Spot treatments of insecticide and/or fungicide may be necessary throughout the
year due to varying field conditions. Such additional treatments shall be deemed to be included in the contrac
price.
Applications of fertilizer shall follow Cooperative Extension Service suggested guidelines and sound
horticultural practices. Any turf areas or landscape materials, killed or damaged as a result of over-fertilization will
be re-established to an acceptable condition.
FERTILIZATION/PEST CONTROL-TREES AND SHRUBS
The spraying of irrigated shrubs(and trees less than 4"caliper)shall be done in accordance with F.S.
Chapter 482 Pest Control and suggested met odaoytheCbopensQveExtenoionSenvice. A minimum of three(3)
applications(2 granular)of fertilization, insect,and disease control material shall be applied to irrigated
(and trees less than 4"caliper)during the contract period. Additional spot treatments deemed to be necessary for
the effective control of harmful disease and insect infestations shall be applied as needed.These additional
applications shall be deemed to be included in the contract price.
PLANT REPLACEMENT
The Contractor shall be responsible for replacing any plant materials or sod areas that die or become
damaged to the point that the plant grade drops below Florida Number I as a result of neglect or damage by the
Fertilization, Pest, or Disease Control Program operation. Replacement material shall be identical to plant
species, quality, and specifications of the materials at the time the loss occurs.
TURF,TREE,AND SHRUB CARE PROGRAM
TURF ANALYSIS
Lawn analysis reports are to be provide to the City Representative at each service. Items to be
evaluated are as follows:
Overall Turf Condition
Color, grade,density, and maintenance condition
Thatch
Thatch problem evident,
Thatch present, but no problem at this time,
No thatch problem,
Renovation recommended, and Vertical Cutting recommended
Presence of Grass-type Weeds
Annual bluegrass, Quackgrass
Crabgrass, Sandbur
Dallisgrass, Sedges, and
Goosegrass, Smutgrass
Presence of Broadleaf Weeds
Betony. Nnohwmmd,
Black Medic, Laspandeza,
Buttonweed, Matchweed,
Centel la, Oxa|iu,
Chickvweed, Plantain,
OandeUnn,
Dollarweed, Purslane
Ground Ivy, Spurge,
CITY ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT RIM ITSA0,I/l2/SR
' .
Henbit, Thistle
Detection of Insects
Armyworm, Fire Ant, White Grub,
Chinch Bug, Mole Cricket, Ox Beetle
Cutworm GodVVebwonn,
Detection of Diseases
Brown Patch, Fairy Ring,
Dollar Spot, Leaf Spot,
Grey Leaf Spot, Necrotic Ring Gpot,
Pythium Blight Root Rot,
TREATMENT
Timely and prompt treatment is to be performed on all areas detected with problems and areas at risk, A
7-10 day follow-up appointment is to be set with the City Representative to ensure eradication of disease or pest
problems. Subsequent visits, if necessary, are to be scheduled until the problems no longer exist.
DAMAGE/REPLACEMENT
Donoagemomsderia|�andmnynaquinadnap|ao�nmentsapabobe addressed no�bar than th�v (3O)days
.
from the date of detection
PROJECT PROGRAM
The turf program will consist ofboth pre and pmoeme nt weed controls, fert||izerwdUhpobaoh
is expected. In addition, a disea .control for broadleaf weeds and a blanket insecticide control to target specific
pest populations especially sod webworm,chinchb nd mole crickets. Crabgrass is to be addressed as
required by applying a herbicide directly onto the infested turf areas while limiting application to only crabgrass
infested areas, Chemicals for crabgrass treatment are changing and new applications approved for treatment of
crabgrass may be used as needed and/or specified by the City of Winter Springs.
The ornamental program will consist of insect controls to effectively control sucking and piercing insects
such as aphids, lacebugs,whitefl scale and trips. The insect control will be a combination of a granular systemic
control, and liquid insecticides. Fertilization of micronutrients and iron shall be used consisting of a specially
blended slow release granular fertilizer for timely feedings of plants. Liquid tree injections may be done on an as
needed basis.
The Contractor must stagger the treatments of the turf and the ornamental applications so that someone
will be on th property twelve(12)times per year. After each treatment is performed, a detailed report shall be
submitted to the Owner/Representative for analysis and discussion.
criN ROW,MEDIANS AND PONDS LANSCAPE MAINTENANCE AGREEMENT BID# ITB 004/12/SR
SECTION 00300
BID FORM
GENERAL
1.1 Description
The following Bid is hereby made to the City of Winter Springs,hereafter called the OWNER. Bid is submitted
(Insert legal name,address,and whether sole proprietorship,partnership or corporation.)
1.2 The Undersigned;
A. Acknowledges receipt of:
1. Project Manual for the Landscape Maintenance Services-Rights of Ways,Medians and Ponds
-1TB 004112/SR.
2. Electronic location map.Adobe,pdt format
3. General Notes/Details
4. Addenda.
Number dated
Number ,dated
B. Has examined the site and all Bidding Documents and understands that in submrlting his Bid,he waives
all right to plead any misunderstanding regarding the same.
C. Agrees:
1. To hold this Bid open for, Q calendar days alter the bid opening date.
2. To enter into and execute a contract with the OWNER,if awarded on the basis of this Bid.
3. To accomplish the work in accordance with the contract documents.
4. To provide as requested information and to complete all forms.
1.3 Stipulated Amount
A. Base Bid
I will provide the services under this project for the yearly Base Bid Amount of
v>rs-Htaatattelf4.urrs1aA. Macse Pset•Hr.0 �liars($ J ,��' C)_._ _ _3•
The Rue Bid amount reflects pricing for the following Services(check that apply):
. Lxndscapc Maintenance
.r Irrigation Maintenance
✓ Chemical Program
CITY RiGH TS OF WAY,MEDIANS AND PONDS LANSCAPE MAINTENANCE BUM ITB 004/12/SR
The Bidder hereby agrees to perform all work as required by the Contract Documents for the
following Unit Prices. All work required to be performed by the Contract Documents is to be
included within the following Pay Items, inclusive of furnishing all manpower, equipment
materials and performance of all operations relative to the project Work for which there is not a
Pay item will be considered incidental to the Contract and no additional compensation will be
allowed. The Owner, at his sole option and discretion, may choose to add or deduct from the
contract work at the unit prices set forth below. Service Provider shall be paid for actual
quantities completed in accordance with the Contract Documents. The following is the order of
precedence which will be used in case of conflicts within the Bid Schedule provided by each
Bidder: Unit Cost,Total Cost,Total Base Bid(See attached Bid Form).
1.5 Did Schedule
A. Proposals(Bids)must be submitted in triplicate on the Bid Form.
B. I have attached evidence of qualification and licensing to do business in the State and locality of this
project.
C. I have attached a list of all subcontractors I will utilize for the Contract work.
D. I have attached all requested support documentation Including pest control and irrigation license .
1.6 Submittal
RESPECTFUL SUBMITTED,signed and sealed this day of 444,roseii ,201A.•
e ' •
By
Title es
Signature
Busindss Address ..; ..41. City iftr Sia•SiertS State Zip 49701
ATTEST._
SECRETARY
AFF4tlet15‘014';TE SEAL WITHIN BOX.
. e .
If the business is an 1.1.(:.please note this in the box.
_ .
CITY RIGHTS OF WAY,MEDIANS AND PONDS LANSCAPE MAINTENANCE BIM ITS 004t12/SR
811)CALCULATION SHEET/PROPOSAL BID FORM
CITY OF WINTER SPRINGS
The undersigned hereby declares that after carefully examining the specifications for:
Bid# ITB 004/12/SR
Am fully aware of all conditions affecting such wcAk/items, for which bids were advertised to be
returned by , AA/Am-A.) rt-Arl.se(Lin ; does hereby submit the
following bid for completion of said work/item.
Total bid price for LANDSCAPE MAINTENANCE SERVICES FOR CITY RIGHTS OF WAY,
MEDIANS AND PONDS per specifications is as follows:
rrpm & DOCRIPTIQM MONTHLY COST X NUMBER
LANDSCAPE MAINTENANCE COSTS
RIGHTS-OF-WAY
1. N. Edgemon Ave R.O.W. $ 70 x 12= 1(V-0
2. N. Edgemon Ave Medians $ to x 12=$ ZKO
3. Bombay Ave R.O.W. ,x 12=
4. S. Edgemon Ave R.O.W.at FPC Easement $ ho x 12 = $
5. S. Moss Rd Islands $ 10- ,x 12= $ )2.a0
6. Murphy Rd Islands $ /05"- x 12=$ r2a0
7. S. Edgemon Islands $ c x 12 = $ JtO
8, Lombardy Canal $ 70 x 12= $ v$10
9. S. Flamingo Canal $ MIT* x 12= $ 2.22.0
10, Burgos Easement $ p x 12=$ 2-110
11. Burgos/Edgemon R.O.W. $, O x 12 = 3r0c)
12. S. Moss R.O.W. $ /6,0 x 12 = $ izo
13. Bayberry Ct Island $ zp x 12=
14. Dogwood Ct Island $ 2.0 x 12= $ 2110
15. Lombardy/Burgos R.O.W. $, 5t x 12=$ isa)
16. Cedarwood Ct Island $ kQ x 12=
17. Cypress Ct Island $ S x 12=$ 7,q0
18. S. Moss Bridge/R.O.W. $ Ho x 12= $
19 Murphy Rd R.O.W. FPC Easement $ x 12 = $ 1109
20. S. Edgemon Bridge/R.O.W. $ fl x 12 =$ 90o
21. Murphy Rd Bridge/R.O.W. sr) x 12 = $e Coop
22. Charles St. island $ 50 x 12 =$ 6700
23. Sherry Ave R.O.W. $, x 12= $ W20
24_ Sherry Ave Medians $ o x 12= $ iiO
25. Wade Street Medians $ 3. ,x 12=$ 117-0
26. Hayes Rd R.O.W. $ zip° x 12= $ 3/24
27. Pearl Rd Islands $ 75- x 12=$ 9'00
28. Hayes Rd Bridge/R.O.W. $ cr-Ao x 12= $ 24/4
CITY RIGHTS OF WAY,MEDIANS AND PONDS LANSCAPE MAINTENANCE RION LIB 004/12/SR
29. S. Moss Road Swales $ .15- x 12= $ 900
30. Panama Road Swabs $ 15 x 12= $ 9D0
31. Hayes Road R.O.W. Swales $ /50 x 12 =$ /900
32, Fisher Rd R.O.W.& Field $ 70 x 12= $ *YQ..
33. Alton Rd Bridge/R.0,W, $, t0 x 12= $ /1,80
34. Shore Rd Bridge/Swales $ 70 x 12 = $
35. Mockingbird Easement/R.O.W. $ 50 x 12 =$ &I'D
36. Oak Rd Island $ lo x 12=$ 31,0
37. Shore Rd Culvert $ alo x 12 = $ Sa(10
36. George St. R.O.W. $, lap x 12= $ 3 VIC)
39. N. Moss Rd R.O.W. $ aso x 12 = $ 3900
40. Highlands R.O.W. &Courts $ Aitip x 12 =$ 1924.0
41, Dyson Bridge $ ye z x 12 = $ 4-41,
42. Seneca Blvd R.O.W. $ rio x 12 = $ i32,0
43. Gary Hillery Drive R.O,W. $ /70 x 12 =$ 20,10
44. Winter Springs Blvd R.O.W $ iri0 x 12= $ (202(2„,
45. Northern Way R.O.W. $ ano x 12 = $ toicgo
46, Northern Way Bridges(3) $,/so x 12 = $, /pi,
47. Greenbrier In R.O.W. $ zaQ x 12 =$ usiva
48, Winter Springs Blvd Bridges(2) $ /90 x 12=$ zziro
49. N. Tuskawilla Rd. Parking/ROW Extension $ 20 x 12 = $ .1-qa
50. Sequoia Ct Islands $ S$- x 12=$, 10.4
51. Trotwood Blvd. (Oak Forest) $ Vs x 12 = $ 5'10
52. Wagner's Curve $ /sp.. x 12 =$ 11o()
62, Doran Road R.O.W. $, Ars x 12 =$ z..7.20
63. First Street R.O.W. $ tic x 12= $ 59'0
64. Panama Road R.O.W. $ up x 12 = $ itzo
65. Hayes Road R.O.W. $ Vo x 12 r: $_dvirp
66. Sam Smith Park R.O.W. $ ro x 12 = $ 1,00
67. Papaya FPC Easements(2) $ sp x 12=$ an>0
68. Winter Springs Blvd-Oak Forest R.O.W. $ 70 x 12=$ kW.)
69. Benchwood R.O.W. $ Ao x 12 = $ Sto0
70. Chokecherry R.Q.W. (A) $, 00 x 12 =$ 3100
71, Sequoia R.O.W. $, So x 12 =$ :34,0
72. Chokecherry ROW. (B) $ .ic x 12= $ 3647
73. Shetland R.O.W. $ 50 x 12= $ Goo
74. Northern Way at Tuscora R.O.W. $ 10 x12= $ At VO
75. Vistawilla Cross Seminole Trail R.O.W. $ st) x 12=$ 14,p0
76. Tuscora Cross Seminole Trail R.O.W. $ 3( x 12=$ q24)
77. Northern Way Southern Loop R.O.W. $ 1p x 12 =$ 4300
78. Greenbrier& Northern Way Easement $ 70 x 12 = $ Pi0
79, Fisher Road Medians and R.O.W. $ iot) x 12
80. Cheoy Lee Circle R.O.W. $ 50 x 12= $ Alq0
81, Northern Way ROW(Southern Bell) $ pro x 12= $ lino
82. Orange Avenue R.O.W. $42o0 x 12 = $ z Vol,
83. Northern Way Golf R.O.W. $ epo x 12=$ Z410
84. Shepard Road R.O.W. $ ./a0 x 12 = $ /7..-00
RIGHTS OF WAY-SUBTOTAL $ /a; 9iz7
CITY RIGHTS OF WAY,MEDIANS AND PONDS LANSCAPE MAINTENANCE BUM ITS ItU4/12/SR
• .
RETENTION PONDS
53, Gary Hillery Drive Pond $ 70 x 12= $ $-Y0
54. Donut Lk/S. Edgemon $ SD x 12= 1006
55. Donut Lk/Murphy Rd $ sr) x 12= /woo
56. Mt. Laurel Pond $ "20 x 12= $ BYO
57. Freedom In Pond $ x 12= $ ttotO
58. Baltic In Pond $ /7,5". x 12 =$ a ioo
59. Brooks Ct. Pond $ st7 x 12=$ 1c()
60 Venture Ct. Pond $ 5D x 12= Coon
61. Seneca Blvd Pond $ 1/0 x 12=$ 13:20
RETENTION PONDS-SUBTOTAL $ $ iCy.)
IQTAL FOR RIGHTS OF WAY AND PONDS S. it z lokr)
LANDSCAPE MAINTENANCE COSTS
IRRIGATION MAINTENANCE COSTS
2. N. Edgemon Ave Medians $ a,75- x 12= iSa0
5. S. Moss Rd Islands $ 75- x 12 $ jiøO
6. Murphy Rd Islands $ 20 x 12=$. 240
7, S. Edgemon Islands $ 7_0 x 12=$ 840
22. Charles St. Island $ LQ x 12 m$ 2 qo
24. Sherry Ave Medians $ 212 x 12 $ 2.40
25. Wade Street Medians $ 2-0 x 12 tt 5 Z'/C)
26. Hayes Rd FLO W. S 2 x12 =$ ao0
38. George St. R.O.W. $ YO x 12 = too
43. Gary Hillery Drive R.O.W. $ x 12 = $ 31,0
50. Sequoia Ct Islands $ Z.O x 12=5. ZtIO
81. Northern Way ROW (Southern Bell) $ W x 12 =$ Zig)
TOTAL $
IRRIGATION MAINTENANCE COSTS
CHEMICAL PROGRAM
2. N. Edgemon Ave Medians S. 5- x 12=I$ $QO
5. S. Moss Rd Islands 5, 25 x 12 =$ 30P
6. Murphy Rd Islands $ ZS" x 12 = 3o0•7 S. Edgemon Islands $ 40 x 12 z: q fro
22. Charles St. Island $ x 12= $ 100
24. Sherry Ave Medians $ 25- x 12=$. 300
25. Wade Street Medians $ as- x 12 = 5. 30‘)
26. Hayes Rd R.0 W. $ So x 12 =$ 14420
36. Oak Rd Island $ Z5- x 12 =$
43. Gary Hillery Drive R.O.W. x 12 =S 2-40
50. Sequoia Ct. island $ 15- x 12 =$ 30?)
79, Fisher Road Medians and R.O.W. $ 30 x 12 =$ Atop
CITY RIGHTS OF WAY.MEDIANS AND PONDS LANSCAPE MAINTENANCE 8100 ITS 004/12ISR
TOTAL $ "I 0 gl)
CHEMICAL PROGRAM COSTS
GRAND TOTAL
a .sc: !e +itt !alien +Chemical
UNIT COSTS:
The Bidder agrees with all conditions herein stated, proposes to contract, to the Base
Bid sums, with the Owner the following Unit Material costs which shall be paid on the basis of
approved documented cost plus 15% for overhead and profit, resulting in additions to or
deductions from the Base Bid as follows:
UNIT PRICE#1 Vs" e. 7A44.egial--
Additional Mulch Installed (Labor) $ 40- 'MAO -te4..6ner-
UNIT PRICE#2
Irrigation Repairs and Troubleshooting beyond Contract Requirements:
Labor $ 54) - per hour
Emergency Callout $ per hour
UNIT PRICE#3
Additional Material Cost to furnish (not install): 420yr plus 1570
Rotors each
Pop-Up Sprinklers $ each
Shrub Spray Heads$ each
Valves- 3/4" each
Valves- 1" each
Valves- 1-1/2" $ each
Valves- $ each
TBOS(2 Sta.)Controller(1) $ each
UNIT Price#4
Additional Material Cost to furnish and install plant material:
1 Gal. $ each
3 Gal. $ 9 each
15 Gal. $ 75- each
Annuals (4") $ 1.35- each
CITY RIGHTS OF WAY,MEDIANS AND PONDS LANSCAPE MAINTENANCE 61D ITS 004/1215R